Loading...
HomeMy WebLinkAboutRFQCity of Miami Request for Qualifications (RFQ) Purchasing Department Glenn Marcos, CPPO, CPPB, Director/Chief Procurement Officer Miami Riverside Center 444 SW 2nd Avenue, 6`h Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement RFQ Number: 5010 Title: STATE LOBBYING SERVICES Commodity Code: 918-58; 953-60; 961-49; 961-51; 964-63 Type of Purchase: Term Contract for One (1) year with OTR for Five (5) additional one year periods M/WBE Set -Aside: N/A Sr. Buyer: Maritza Suarez, CPPB Fax: 305-416-1925 E-Mail Address: msuarez(L77c1.miaml.fl.us Issue Date: November 9, 2006 Deadline for Request for Additional Information/Clarification: November 22, 2006 Pre -Proposal Conference/Site Visit: N/A Bid Security: N/A Performance Bond: N/A Proposal Submittal Date: Wednesday, November 29, 2006, Time: 2:00 p.m. Sealed written Responses must be received by the City of Miami, City Clerk's Office, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, no later than the date, time and at the location indicated above for receipt. Submittal of Response by fax is not acceptable. One (1) original, seven (7) hard copies and one (1) copy on CD-ROM in pdf format must be returned to the City or your response may be disqualified. City of Miami RFQ No. 5010 Page 1 1.0 GENERAL TERMS ,-.ND CONDITIONS INTENT: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. DEFINITION.: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after closing date and request re issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the City of Miami RFQ No. 5010 terms and conditions of a contract/agreement, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re- issue this formal solicitation. 1.4. ADDENDUMS — It is the bidder's/proposer's responsibility to ensure receipt of all Addendums. Addendums are available on the City's web site at: http://www.ci.miami.fl.us/procurement 1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, items, equipment, materials, and/or supplies. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of this Contract/Agreement, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract/Agreement, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through and including appellate litigation and any post - judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Page 2 Bidder/Proposer shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract/Agreement for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract/agreement by the City, 1.9. AVAILABILITY OF CONTRACT/AGREEMENT STATE- WIDE - Any Governmental, not -for - profit or quasi -governmental entity in the State of Florida, may avail itself of this contract/agreement and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract/agreement price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract/agreement or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287,087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the corm required by the City. Where BidderlProposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next most lowest responsive, responsible Bidder/Proposer or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract/agreement shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract/agreement for up to one hundred twenty (120) calendar clays beyond the stated contract/agreement term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split - order, lump sum or individual - City of Miami RFQ No. 5010 item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer/Bidder, whichever is determined to be in the City's best interests. Such agreement 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. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidderlproposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award, If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand. Certified Minority/Women vendors may apply to participate in the City's Bid Bond Voucher Program by contacting the Minority/Women Business Affairs office. 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the Page 3 ..ity, which forfeiture shalt be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next most lowest responsible Bidder/Proposer or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of' the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after the date of bid opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before bid opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, the C. Bidder/Proposer/Consultant, any sub- contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein D. 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. 1.18. COLLUSION -- E. Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with F, any person, firm or corporation submitting a response for the same items/services or with the City of G. Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its H. response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of I. Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the 1. right to reject any and all bids/responses where collusion may have occurred. K. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts/agreements between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. City of Miami RFQ No. 5010 L. M. N. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. Minority/Women Business Affairs Enterprise (M/WBE) City Ordinances No. 10062, 10538, 11272, as amended, as applicable to this Formal Solicitation. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. Uniform Commercial Code (Florida Statutes, Chapter 672). Americans with Disabilities Act of 1990, as amended. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation, National Forest Products Association (NFPA), as applicable to this Formal Solicitation. City Procurement Ordinance City Code Section 18, Article III. Conflict of Interest, City Code Section 2-611;61. Cone of Silence, City Code Section 18-74. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this Formal Solicitation. Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a condition precedent to the execution of service contracts/agreements including professional services. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s)/agreement(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time Page 4 .ie City Manager issues a written recommendation to the Miami City Commission, The Cone of Silence shall be applicable only to Contracts/Agreements for the provision of Goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants Egl 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 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; oral communications, provided the communication is limited strictly to matters of process or procedure already contained in the formal 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, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respor.a 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 Marc is@ci. miami.fl. us. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 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. 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST -- Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Format Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the City of Miami RFQ No. 5010 total assets of capital stock in the your business integrity or business firm. honesty. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, toss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - 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 Bidder(s)/Proposer(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for 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 years. The City Manager shall also have the authority to suspend a Contractual Party 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. 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 Page 5 (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract/Agreement provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract/Agreement or to perform within the time limits provided in a Contract/Agreement, 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. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant, (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) 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/Agreements 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). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall renc.cr a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said parry's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS — An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide 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, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract/agreement within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract/Agreement being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract/Agreement and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract/Agreement. City of Miami RFQ No. 5010 B. C. D. E. F. Failure to begin the work under this Contract/Agreement within the time specified. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as non conforming with the terms of the Contract/Agreement. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract/Agreement. Failure to comply with any of the terms of the Contract/Agreement in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract/Agreement. 1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation, A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Response non -responsive. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT/AGREEMENT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the term of the contract/agreement. Such discounts shall remain in effect for a minimum of 120 days from approval by the Page 6 .;ity Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS -Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence -- Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents, I) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formai Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTI'i-1ES — Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract/agreement period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder/proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES (2) (3) defaulter as surety or otherwise upon any obligation to the City. A contract/agreement may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract/agreement with the City or deliver on time contracts/agreements of a similar nature. A contract/agreement may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility A. Rejection of Responses The City may reject a Response for (1) any of the following reasons: (1) Bidder/Proposer fails to acknowledge receipt of addenda; (2) Bidder/Proposer mistates or conceals any material fact in the Response; Response does not conform to (3) the requirements of the Formal Solicitation; (4) Response requires a conditional award that conflicts with the method of award; Response does not include required samples, certificates, licenses as required; and, (6) Response was not executed by the Bidder's/Proposer(s) (2) authorized agent. (5) The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. (4) B. Elimination From Consideration (1) A contract/agreement shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract/agreement, or which is a City of Miami RFQ No. 5010 Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award. The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of' supply, if required by the Formal Solicitation. Page 7 ..35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract/agreement unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts/agreements, which are to be performed or supplied over a period of time. 1.38. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-105) (a) The commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts/agreements 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/agreement 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 ha\ .. .ne 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, utiffti time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract/agreement. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract/agreement and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. development projects, municipal public works, and municipal improvements to the extent they are financed through public money services or the use of publicly owned property. Grants and loans means, without limitation, urban development action grants (UDAG), economic development agency construction loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the city. Service contracts/agreements means contracts/agreements for the procurement of services by the city which include professional services. Services includes, without limitation, public works improvements, facilities, professional services, commodities, supplies, materials and equipment. (c) The authorized representative shall negotiate each first -source hiring agreement. (d) The primary beneficiaries of the first -source hiring agreement shall be participants of the city training and employment programs, and other residents of the city. 1.39. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage City of Miami RFQ No. 5010 requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 306 of each year and take effect on the following January 1" 1.40 CITY OF MIAMI LIVING WAGE ORDINANACE- The City of Miami adopted a living wage ordinance for city service contracts/agreements awarded by the city containing a total contract/agreement value exceeding $100,000 annually for the following services: food preparation and/or distribution; security services; routine maintenance services such as custodial, cleaning, computers, refuse removal, repair, refinishing and recycling; clerical or other non -supervisory office work, whether temporary or permanent; transportation and parking services; printing and reproduction services; landscaping, lawn, and or agricultural services. If this solicitation requires the aforementioned services, effective on October 1, 2006, contractors must pay its' employees a living wage no less than $10.58 an hour with a health benefit plan and not less than $11.83 an hour without health benefits, which shall be adjusted annually by no later than April 1st following the publication of the U.S Page.8 ,Department of Health and Human Services Poverty Guidelines, as published from time to time. A service contractor is defined as any "for profit" individual, business entity, corporation, partnership, limited liability company, joint venture, or similar business: (1) Paid in whole or part from one or more of the city's general funds, capital project funds, special revenue funds, or any other funds either directly or indirectly, whether by competitive bid process, informal bids, requests for proposals, some form of solicitation, negotiation, or agreement, or any other decision to enter into a contract/agreement; and, (2) The service contractor is engaged in the business of, or part of, a contract or a subcontract to provided covered services, either directly or indirectly, for the benefit of the city. This does not aply to contracts/agreements related primarily to the sale of products or goods. The service contractor, prior to entering any such contract/agreement, must certify to the city that it will pay each of its covered employees no less than the living wage. A copy of this certificate must be made available to the public upon request. The certificate, at a minimum, must include the following: (1) The name, address, and phone number of the employer, a contact person, and the specific project for which the service contract/agreement is sought; (2) The amount of the service contract/agreement and the city department the contract/agreement will serve. A brief description of the project or service provided; A statement of the wage levels for all covered employees; and A commitment to pay all covered employees the living wage. (3) (4) (5) A copy of the living wage rate shall be kept posted by the service contractor at the site of the work in a prominent place where it can easily be seen and read by the covered employees and shall be supplied to such employees within a reasonable time after a request to do so. Additionally, service contractors shall furnish a copy of the requirements of the City of Miami Living wage Ordinance to any entity submitting a bid for a subcontract on any service contract/agreement subject to this article. Posting requirements will not be required where the service contractor prii.. .ne following statements on the fron of the covered employee's first paycheck and every six months thereafter. "You are required by the City of Miami Living Wage Ordinance to be paid a Living Wage, If you do not believe you being paid at the Living Wage rate, contact your employer, an attorney, or the City of Miami." All notices will be printed in English, Spanish and Creole. Service Contractors and their subcontractors agree to produce all documents and records relating to payroll and compliance this Ordinance. Each service contractor shall maintain payroll record for all covered employees and basic records relating thereto and shall preserve them for a period of three (3) years from the date of termination or expiration of the service contract/agreement. The records shall contain: (1) The name and address of each covered employee; The job title and classification; The number of hours worked each day; The gross wages earned and deductions made; (5) Annual wages paid; (6) A copy of the social security returns and evidence of payment thereof; (7) A record of fringe benefit payments including contributions to approved plans; and Any other data of information the city require from time to time. (2) (3) (4) (8) Every six months, the service contractor shall file with the city's procurement director a listing of all covered employees together with a certification of compliance with this article. Upon request from the city, the service contractor shall produce for inspection and copying its payroll records for any or all of its covered employees for any period covered by the service contract/agreement. The city may examine payroll records as needed to ensure compliance. Failure to comply with the City of Miami Living Wage Ordinance may result in legal action by the covered employee or former covered employee as allowed by Florida Law, court impose sanctions, city impose City of Miami RFQ No. 5010 sanctions, such as pay wage restitution, impose monetary damages, suspension or termination of payment, termination of contract/agreement, and debarment. Please review City of Miami Code Section 18-556 through Section 18-559 for a complete and thorough description of the City of Miami Living Wage. 1.41. GOVERNING LAW AND VENUE: The validity and effect of this Contract/Agreement shall be governed by the laws of the State of Florida, The parties agree that any action, mediation or arbitration arising out of this Contract/Agreement shall take place in Miami -Dade County, Florida. 1.42. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract/Agreement have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.43. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: 1. Use of information only for performing services required by the contract/agreement or as required by law; 2. Use of appropriate safeguards to prevent non -permitted disclosures; 3, Reporting to the City of Miami of any non -permitted use or disclosure; 4. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; 5. Making Protected Health Information (PHI) available to the customer; 6, Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; Page 9 1. Making PHI available to the City of Miami for an accounting of disclosures; and 8. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.44. IDEMNIFICATION - The Contractor shall indemnify and save harmless forever the City, and all the City's agents, officers and employees from and against all charges or claims resulting from any bodily injury, loss of life, or damage to property from any act, omission or neglect, by itself or its employees; the Contractor shall become defendant in every suit brought for any of such causes of action against the City or the City's officials, agents and employees; the Contractor shall further indemnify City as to all costs, attorney's fees, expenses and liabilities incurred in the defense of any such claims and any resulting investigation. 1.45. INFORMATION AND DESCRIPTIVE LITERATURE — Bidders/Proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, and technical specifications covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.46. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Contractor under this Contract/Agreement conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by .ety representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be amended or supplemented from time to time. 1.47. INSPECTION OF RESPONSE Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within 10 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Web Site following recommendation for award. 1.48. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order 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 Solicitation the Contractor 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 Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of City of Miami RFQ No. 5010 Risk Management, at 444 SW 2Agaueac 9eh Floor, Miami, Florida 33130, 305-416- 1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 1.49. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc). 1.50. LOCAL PREFERENCE - City Code Section 18-85, states that the City Commission may offer to a responsible and responsive bidder/proposer, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent f 10%1 in excess of the lowest other responsible and responsive bidder/proposer. 1.51. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of' all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. 1.52. MINORITY/WOMEN PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, entitled the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami, Florida, sets forth "...a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and services to Black, Hispanic and Women minority business enterprises on an equal basis." A minority business enterprise is defined as a business firm "...in which at least 51 percent of said enterprise is owned by Blacks, Hispanics, or Women and whose management and daily business operations are controlled by one or more Blacks, Hispanics or Women." Page 10 hleve the goal established by these Ordinances, participation in providing goods and services to the City by minorities is being encouraged in a number of ways. All bidders/proposers doing business with the City are encouraged to include the participation of minority firms in their response. In evaluating bids/proposals for determination of awards, minority participation may be a factor. Failure to adequately involve minority firms may be a basis for rejecting any and all responses. Possible ways to include minority participation would involve: I. Joint venture with a minority firm(s) 2. Utilizing minority firm(s) as subcontractor(s). 3. Utilizing minority firm(s) to supply goods and/or services. 4. Successful implementation of well defined affirmative action program. 5. Other forms of minority participation, if properly documented. Successful bidder(s)/proposer(s) shall be required to establish an Affirmative Action Plan, if not, an Affirmative Action Policy shall be established, pursuant to Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy. A "Minority Status Information Sheet" is provided to assist bidders/proposers in presenting information concerning minority participation. Minority and women -owned business firms are encouraged, but not required, to register with the City prior to submitting a response. The Purchasing Department, Minority/Women Business Affairs Office, will provide the necessary forms and instructions upon request. All bidders/proposers are urged to submit responses for any goods or services that they are able to supply, regardless of minority classification. However, compliance with all requests for information regarding Minority/Women Status or Participation is required. Bidder's/Proposer's cooperation is greatly needed to aid the City in achieving its goal. Bidders/Proposers may contact this Office at (305) 416-1913 for information. 1.53. MODIFICATIONS .,R CHANGES IN PURCHASE ORDERS AND CONTRACTS/AGREEMENTS No contract/agreement or understanding to modify this Formal Solicitation and resultant purchase orders or contracts/agreements, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the contract/agreement, purchase order or award sheet as appropriate. 1.54. NO INTEREST IN BIDDING - If you do not wish to respond, please return the "Statement of No Bid" form, stating the reason. Failure to submit a response after three (3) times without a sufficient justification of "No Bid" will be cause for removal from the Vendor/Bidder's list. Vendors are encouraged to register on-line by visiting the City's website at http://www.ci.miamill.us/procuremen 1.55. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract/Agreement will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. 1.56. NONCONFORMANCE TO CONTRACT/AGREEMENT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re - procurement costs may be charged against the defaulted contractor. Any City of Miami RFQ No. 5010 violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.57. NONDISCRIMINATION — Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.58. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, SNAPS Agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal/solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.59. OCCUPATIONAL LICENSE Any person, firm, corporation or joint venture, Page 11 with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31,1, Article 1 of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.60. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. When submitting an alternate response, please refer to the herein condition for Alternate Responses May Be Considered. 1.61. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.62, PARTIAL INVALIDITY - If any provision of this Contract/Agreement or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract/Agreement or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract/Agreement shall be valid and enforced to the fullest extent permitted by law. 1.63 PERFORMANCE/PAYMENT BOND — A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract/Agreement, in an amount equal to one hundred percent (100%) of the contract price. 1.64. PREPARATION OF RESPONSES (HARDCOPY FORMAT) — Bidders/Proposers are expected to examine one specifications, required delivery, drawings, and all special and general conditions. All bid amounts, if F. required, shall be typewritten entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing City of Miami RFQ No. 5010 G. the response or the response may be rejected. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract/agreement, at the City's discretion. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE., 1.65. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract/agreement period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.66. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract/Agreement, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.67. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract/Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 1.68. PROMPT PAYMENT — Bidders/Proposers may offer a cash Page 12 discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract/agreement, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the term of the contract/agreement. 1.69. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property if any. 1.70. PROVISIONS BINDING - Except as otherwise expressly provided in this Contract/Agreement, all covenants, conditions and provisions of this Contract/Agreement shall be binding upon and shall inure to the bens._. of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.71. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract/agreement to provide any goods or services to a public entity, may not submit a response on a contract/agreement with a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract/agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.72. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts/agreements, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract/Agreement by the City. 1.73. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation, 1.74. QUALITY OF WORK/SERVICES The work/services performed must be of the highest quality and workmanship. City of Miarni RFQ No. 5010 Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.75. REMEDIES PRIOR TO AWARD (Sec. 18-106) If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.76. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.77. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. Page 13 1. Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation, A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. Any actual proposer who perceives itself aggrieved in connection with the recommended award of Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract. The receipt by proposer of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written prote... is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documental) Stay of Procurements during protests. Upon and evidence and shall bneceipt of a written protest filed pursuant to the accompanied by the required Filingrquirements of this section, the city shall not Fee as provided in subsection (f). Thiproceed further with the solicitation or with the shall form the basis for review of thaward of the Contract until the protest is written protest and no facts, groundspsolved by the Chief Procurement Officer or documentation or evidence ncthe City Commission as provided in subsection contained in the protester'b) above, unless the City Manager makes a submission to the Chief Procurement'ritten determination that the solicitation Officer at the time of filing the protegtrocess, or the Contract award must be shall be permitted in the considerationontinued without delay in order to avoid an of the written protest. immediate and serious danger to the public health, safety or welfare. No time will be added to the above limits for service by mail. In (e) Costs. All costs accruing from a protest computing any period of time shall be assumed by the protestor. prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included, The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. City of Miami RFQ No. 5010 (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. lithe protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.78. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, biddcr(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.79. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or Page 14 subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.80. SERVICE AND WARRANTY — When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.81. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract/agreement with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract/agreement price; failure to comply with this request will result in disqualification of bid/proposal. 1.82. SUBMISSION AND RECEIPT OF RESPONSES - Responses must be received at the designated location and at, or before, the specified opening/closing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solcitation opening/closing; however, no award will be made at that time. Tabulation will be posted on-line at www.ci.miami,fLus/procurement. A. Responses shall be enclose,.. i a F. sealed envelope, box or package. The face of the envelope, box or G. package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the H. Bidder/Proposer. Responses not submitted on the requisite Response Forms may be rejected. B. Responses must be submitted to the office and address listed on the front page of this Solicitation by the time specified to be considered for award. Responses received at any other location than the specified shall be deemed non -responsive. Directions: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO USI. USI SOUTH TO 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 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. C. Telegraphic responses facsimile will not considered. or be D. Failure to follow these procedures is cause for rejection of bid/proposal. E. The responsibility for obtaining and submitting this solicitation to the City Clerk's Office on or before the time and date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received by the City Clerk after the solicitation opening/closing date and time will be returned unopened, and will not be considered for award. City of Miami RFQ No. 5010 Late responses will be rejected. All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. Modification of responses already submitted will be considered only if received at the City Clerk's Office before the time and date set for opening/closing of solicitation responses. All modifications must be submitted in writing. Once a solicitation opened/closed deadline (date and/or time) expires, the City will not consider any subsequent submission which alters the responses. I. If responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.81.A. 1.83. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the BidderfProposer for the completion of the contract/agreement 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 Bidder/Proposer. 1.84. TERMINATION — The City Manager on behalf of the City of Miami reserves the right to terminate this contract/agreement by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract/agreement. B. The City has determined that such termination will be in the best interest of the City to terminate the contract/agreement for its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. Page 15 1.85 TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Florida Statute 218.74 and other applicable law. 1.86. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.87. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.88.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action chalh.._,.ng your claim. 1.89. UNAUTHORIZED WORK OR DELIVERY OF GOODS - Neither the qualified Bidder(s)/Proposer(s) .nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract/agreement or any work performed by an employee not otherwise previously authorized. 1.90. 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 Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. 1.91, VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. City of Miami RFQ No. 5010 Page 16 2.0. SPECIAL CONDITIONS 2.1. PURPOSE The City, a municipal corporation of the State of Florida, is seeking the services of a qualified Proposer(s) (Proposer"), which may be an individual, firm, corporation, joint venture, partnership or other legal entity, for the provision of State Lobbying Services to the City, on behalf of the Office of City Manager. 2.2 BID CONTRACTS OR AGREEMENTS In a solicitation process involving issuance of an Invitation For Bids (IFB) and award to the successful bidder by the proper authority, the IFB documents becomes the actual contract and referred to as the "Bid Contract or Contract". In a solicitation process involving issuance of a Request for Proposals (RFP), Request for Qualifications (RFQ), or Request for Letters of Interest (RFLI) solicitation process, proceeded by successful negotiations of the terms, conditions, and scope of work/services or specifications with the highest ranked/qualified firm based on "best value" of the proposal; and, the proper authority providing for the "negotiation and execution" of the aforementioned, results in a "Agreement or Professional Services Agreement", whereby the RFP, RFQ, or RFLI becomes an integral part of said document. When the word "contract or agreement" is used throughout this formal solicitation, it shall be applied according to the type of formal solicitation described and referred to herein (IFB, RFP, RFQ, or RFLI). 2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/ CLARIFICATION Any request for additional information or clarification must be received by no later than the date specified on the cover sheet of this solicitation. Bidder/proposers may fax, or email their requests to the attention of Maritza Suarez, Procurement Supervisor at the City of Miami, Purchasing Department by facsimile number: 305-400-5025 or e-mail: msuarez@ci.miami.fl.us. All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.4. TERM OF CONTRACT/AGREEMENT The Proposer(s) qualified to provide the service(s) requested herein may be required to execute a "Contract"/"Agreement" with the City, which shall include, but not be limited to, the following terms: (1) The term of the ContractiAgreement(s) shall be for a period of one (1) year with an option to renew for five (5) additional one (1) year periods, subject to the availability of funds for succeeding fiscal years. (2) The City shall have the option to extend or terminate the Contract/Agreement. Continuation of the contract/agreement beyond the initial period is a City prerogative; not a right of the bidder/proposer. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.5. CONDITIONS FOR RENEWAL Each renewal of this contractlagreement is subject to the following: a) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. b) Availability of funds In the event the Contractor is unable to extend the contractlagreement for any subsequent period under the above conditions, or for whatever cause, advance written notice and explanation must be submitted to the Chief Procurement Officer, no later than ninety (90) days prior to the annual expiration date. Such notification is subject to the acceptance of the City, or the Contractor may be found to be in default. 2.6. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract/agreement, then the City, upon City of Miami Page 17 RFQ No. 5010 written notice to Contractor or his assignee of such occurrence, shall have the unqualified right to terminate the contract/agreement without any penalty or expense to the City. 2.7. AGREEMENT EXECUTION The selected Proposer(s) qualified in accordance with the requirements of this Solicitation, shall be awarded an opportunity to negotiate an agreement ("Agreement") with the City. The City reserves the right to execute or not execute, as applicable, an Agreement with the selected Proposer(s) as determined to be by the City in its best interest. Such Agreement will be furnished by the City, will contain certain terms in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 2.8. UNAUTHORIZED WORK The Successful Proposer shall not begin work until an Agreement has been fully executed and issuance of a purchase order. 2.9. PROPOSER'S MINIMUM QUALIFICATIONS The following represent the minimum qualification requirements for a Proposer to be deemed responsive by the City, and Proposers shall satisfy each of the following minimum requirements cited below. Failure to meet each of the following qualification requirements, and/or failure to provide sufficient detail and/or documentation in its Proposal to determine responsiveness by the City, will result in the Proposal being deemed non -responsive. Proposer shall demonstrate and must include supporting documentation evidencing in the proposal that they possess the following items listed in section a thru e. a. Proposer must be properly licensed, as applicable, to conduct business in the State of Florida; and have a minimum of five years' experience in lobbying for a municipal, county, or other local government in Tallahassee, Florida. b. Proposer shall have sufficient financial support, personnel, and organization to ensure that it can satisfactorily execute the services if awarded a Contract/Agreement under the terms and conditions herein stated. c. Proposer shall have no record of judgments, bankruptcies, pending lawsuits against the City or criminal activities involving moral turpitude and not have any conflicts of interest that have not been waived by the City Commission. d. Neither Proposer nor any principal, officer, or stockholder of Proposer (s) shall be in arrears or in default of any debt or contract/agreement involving the City, (as a party to a contract/agreement, or otherwise); nor have failed to perform faithfully on any previous contract/agreement with the City. e. For each Category of Expertise for which it is seeking to Qualify, Proposer must clearly demonstrate its expertise, capability, qualifications, and experience to provide said services. Proposer must provide all necessary documentation to determine qualifications. Please refer to the above Section A and Section 5.3. Submission Requirements for further details. 2.10. CHANGES/ALTERATIONS Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral modifications will be allowed. 2.11 INSURANCE REQUIREMENTS INDEMNIFICATION Bidder/Proposer shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of bidder's/proposer's performance under the provisions of the contract/agreement, including all acts or City of Miami RFQ No. 5010 Page 18 omissions to act on the part of bidder/proposer, including any person performing under this Contract/Agreement for or on bidder's/proposer's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract/Agreement, unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof. The bidder/proposer shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2"d Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: 1. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability 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 11. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required City of Miami included as an Additional Insured III. Worker's Compensation A. Limits of Liability IV. Employer's Liability Statutory -State of Florida A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit V. Professional Liability/Errors and Omissions Coverage Combined Single Limit Each Claim General Aggregate Limit City of Miami RFQ No. 5010 Page 19 $1,000,000 $1,000,000 Deductible- not to exceed 10% The City needs 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 bidder/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 V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and for certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. 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 SOLICITATION NUMBER AND/OR TITLE OF SOLICITATION MUST APPEAR ON EACH CERTIFICATE, Compliance with the foregoing requirements shall not relieve the bidder/proposer of his liability and obligation under this section or under any other section of this Contract/Agreement, --If insurance certificates are scheduled to expire during the contractual/agreement period, the Bidder/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/agreement period, the City shall: a. Suspend the contract/agreement until such time as the new or renewed certificates are received by the City in the manner prescribed in the Solicitation. b. The City may, at its sole discretion, terminate this contract/agreement for cause and seek re - procurement damages from the Bidder/Proposer in conjunction with the General and Special Terms and Conditions of the Solicitation. The BidderlProposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual/agreement period; including any and all option terms that may be granted to the Bidder/Proposer. 2.12. CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with Mr. Ignacio Ortiz -Petit, Sr. Assistant to the City Manager, who shall be designated as the Contract Administrator. 2.13. SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED As part of its Response, the Bidder/Proposer is required to identify any and all Subcontractors that will be used in the performance of the proposed contract/agreement, their capabilities, experience, minority designation, as defined in Ordinance 10062 and the portion of the work to be done by the Subcontractor. Failure to identify arty and all subcontractors in the Solicitation shall render the Response non -responsive; unless, the low bidder submits this documentation to the City within five (5) working days after the solicitation opening/closing date. The Contractor shall not, at any time during the tenure of the contract/agreement, subcontract any part of his operations or assign any portion or part of the contract/agreement, to Subcontractor(s) not originally mentioned in their Response, except under and by virtue of permission granted by the City through the proper officials. City of Miami RFQ No. 5010 Page 20 Nothing contained in this specifications shall be construed as establishing any contractual relationship between any subcontractor and the City. The proposer shall be fully responsible to the City for the acts and omissions of the subcontractor and their employees, as for acts and omissions of persons employed by proposer. 2.14 TERMINATION A. FOR DEFAULT If Successful Proposer(s) defaults in its performance under this Contract/Agreement and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract/Agreement, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successful Proposer(s) shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (a) it is determined for any reason that the Successful Proposer(s) was not in default or (2) the Successful Proposer(s)'s failure to perform is without his or his subcontractor'slsubconsultant's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract/Agreement, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Miami. If this Contract/Agreement is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Successful Proposer(s) will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract/Agreement is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract/Agreement for those services rendered prior to termination. 2.15. ADDITIONAL SERVICES Services not specifically identified in this request may be added to any resultant contract/agreement upon successful negotiation and mutual consent of the contracting parties. 2.16. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD The procedure for response evaluation, selection and award is as follows: (1) Solicitation issued. (2) Receipt of responses (3) Opening and listing of all responses received (4) Purchasing staff will review each submission for compliance with the submission requirements of the Solicitation, including verifying that each submission includes all documents required. A Qualification Committee (aka "Committee"), comprised of City staff and the Contract Administrator, and other members as deemed necessary, will review and evaluate all Responses received from prospective Proposers to determine if Proposer(s) meets the minimum qualifications on a per Category(s) basis. All Proposers who meet the minimum qualifications shall be placed on a Qualification List, per Category, and be eligible for consideration for contract award, and it shall be the City's sole discretion to award a contract to any Proposer, based upon that which is in the best interest of the City. (6) The City shall award a contract to Successful Proposer(s) through action taken by the City Commission at a duly authorized meeting. This action shall be administratively supported by a Contract/Agreement that shall be executed by all successful Proposers and the City. The Committee will evaluate each Response based on qualifications and submission of required documentation and information, per Category. (5) (7) City of Miami RFQ No. 5010 Page 21 (8) (9) The Committee shall submit its recommendation to the City Manager for acceptance. The City Manager shall make his/her recommendations to the City Commission, which will make the final determination of award. The City Manager will also request authorization to negotiate and execute a contract(s)Iagreement(s) with each of the recommended Proposer(s). No rights of any kind shall be provided to any Proposer until a Contract/Agreement is executed by the City and the Successful Proposer(s). Upon authorization of the City Commission, the City Manager or his/her designee shall negotiate the Contract/Agreement with the Successful Proposer(s). The City Attorney's Office will provide assistance to the City Manager or designee during the negotiation of the Contract/Agreement and must approve the Contract/Agreement as to legal form and correctness. (10) The City reserves the right to accept or reject any or all responses to this RFQ, waive informalities, and request new Responses for the services in this described RFQ. (11) The City further reserves the right to add, delete or modify the "Categories of Expertise" identified herein. It further reserves the right to add additional qualified Proposers throughout the duration of the contract/agreement, depending upon need. 2.17. WORK ASSIGNMENTS IDENTIFIED BY THE CITY All service assignments during the contract/agreement period will be on an "as needed" basis, complying with notification requirements. The City offers no guarantee as to the number or frequency of work assignments or the amount of payments under the terms of this contract/agreement. City of Miami RFQ No. 5010 Page 22 3.0 SPECIFICATIONS I SCOPE OF WORK 3.1 Background Information With a population of over 360,000 residents, the City has one of the largest populations of any city in the State of Florida and is located in Miami -Dade County, with a population of well over 2.2 million people. The City seeks to secure experienced public sector lobbyist(s) to represent its various interests before the Legislative and Executive branches of the State Government, with the purpose, at a minimum, of identifying funding sources and influencing the development of legislation that will improve the quality of life for those who live, work and visit the City. Proposers should possess or have continual and immediate access to legal expertise on the governmental issue(s) needing to be addressed. Legal expertise for "key personnel" of the Proposer is desirable and should be identified in its responses to the RFQ. Please refer to Section 3.2. below for those anticipated "Categories of Expertise" being sought by the City. These Categories are not all inclusive and may be modified throughout the duration of the contract/agreement. It is the intent of this solicitation to establish a term Contract/Agreement, qualify Proposers ("Successful Proposers") based upon their credentials, experience, and expertise, per the Categories identified on Section 3.2. As such, Proposers, in their Response, are to clearly identify those areas of expertise, on a per Category basis, for which they are seeking to qualify. The City shall utilize qualified Proposers on the List, per Category, on an as needed, when needed, basis. Proposers are not guaranteed specific work assignments or quantity of work under the Categories. The City reserves the right to qualify additional firms or add categories or add to the Scope of Work at any given point in time throughout the term of the contract/agreement when deemed in the best interest of the City. The Successful Proposer shall not represent any other party before the State Legislature or any other administrative agency on any matter where such party's interest may be adverse to the City without written permission of the City. In the event that Successful Proposer(s) desires to represent another party with the state government, it shall inform the City Attorney and the City Manager, in writing, of any other party it wishes to represent and the nature of the representation. The City may preclude the Successful Proposer(s) from simultaneously representing the City and another party when, in the City's sole determination, the representation of another party may be adverse to the City's interest. 3.2 Categories of Expertise The City recognizes expertise of a Proposer may be in the Categories of Executive/Agency; Legislative, or both. It is the City's desire to secure the services of Proposers who can provide quality service in one or more areas of need, as shown below and identified as "Categories of Expertise." In its Response, Proposers must reflect in which area(s) of expertise it is seeking to qualify under. The City is seeking to qualify proposer(s) to lobby under the following categories of expertise. Category Area of Expertise A. The Florida Cabinet • Governor • Attorney General • Chief Financial Officer • Commission of Agriculture B. The Executive Office of the Governor and its Agencies C. The Department of Financial Services D. The Office of the Attorney General E. The Commission of Agriculture and Consumer Services City of Miami Page 23 RFQ No. 5010 F. The State of Florida Legislature and its Agencies • The Florida House of Representatives • The Florida Senate 3.3. Scope of Work The Successful Proposer(s) must provide state lobbying and consulting services as stipulated by the City. While the provided Categories of Expertise reflects subject areas where the City is seeking to qualify Proposers with experience and expertise, the City understands that each Proposer is uniquely qualified and may be an expert in some but not all subject areas. As a result, the City is seeking a number of qualified Proposers for each of the main subject areas reflected on Section 3.2. Proposers may seek to qualify for one (1) Category, more than one (1) Category, or all Categories, depending upon its expertise, qualifications and experience. At the time of need, and depending upon the issue, the City will select a qualified Proposer from a Category, on an as needed basis, to perform required services. In addition, the Successful Proposer shall perform, as a minimum, the following services: • Communicate with the City Manager or his designee(s) on a weekly basis to review and analyze State government executive and legislative actions having a bearing on the City's fiscal and programmatic interests. • Establish and maintain positive working relationships with the executive and legislative branches of the State government to enhance the City's position with respect to financial assistance, including reimbursements, applications, regulatory procedures, legislation, budget authorizations and appropriations, and other similar matters as needed. • Integrate its efforts with the City Manager/Chief Administrator or his/her designee to assure a strong and consistent legislative program. • Review on a continuing basis all existing and proposed State policies, programs and legislation. Identify those issues that may affect the City or its residents, and regularly inform the City as to these matters. Provide legal and legislative expertise and consulting services. • Establish and maintain a fully functional office, if required, including, but not limited to, parking, phones, facsimile, copy machine, personal computer with appropriate software as identified by the City, filing space for City staff or officials in the Metropolitan Tallahassee area and provide clerical assistance for said staff or officials during the session to ensure effective coordination between Tallahassee and the City. • Provide a full range of Legislative counsel and advocacy services, including preparing weekly reports advising the City Manager of the current status of legislation during legislative sessions, • Advise the City Manager/Chief Administrator on a timely basis of any issues, meetings, hearings, or legislative and administrative procedures of relevance to the City. • Monitor state legislative committee meetings, state agency hearings and meetings prior to and during the regular and special legislative sessions relative to the City's legislative program or any other issues that may impact the City of Miami, or offer sessions as the City's request. • Represent the City at meetings, hearings, and conferences, as requested. • Be available on a twenty-four hour, seven (7) day per week basis during the session, and immediately thereafter, responding to any calls or pages by the City Manager or designated City staff. City of Miami RFQ No. 5010 Page 24 • Confer with the Mayor, City Commission, City Manager, City Attorney, and other City personnel on an as needed basis, regarding strategic organizational planning and program activities which have a bearing on the ability of the City to make the best use of state -funded programs. • Meet with the Mayor, City Commission, and City Manager or his designee(s) periodically and at mutually agreed upon times and dates. • Work with the Mayor, City Commission, Administration and the City's Legislative Delegation to develop special or general legislation in keeping with, or supportive af, the City's adopted legislative program. • Maintain liaison with the City's Legislative Delegation and assist the Delegation on any matter which the City determines to be in the City's best interest. • Counsel with the City regarding appearances by City personnel before Legislative Committees and State Administrative agencies. • Identify and notify the City in advance of opportunities related to grants and funding availability for transportation, community and economic development, environmental matters, infrastructure improvement, hurricane recovery efforts, housing and urban development, homeless programs, intermodal programs, and any other areas that may be of interest to the City. • Assist the City in the review of State executive Proposals, legislation under consideration, proposed and adopted administrative rules and regulations, and other State developments for the purpose of advising the City of those items which may have a significant bearing on City policies, funding, and programs. • Consult with the City regarding any proposed formula changes in the State funding or other major State programs to determine their impact on the City, and take the necessary steps as mutually agreed upon to bring changes in the best interest of the City. • Submit to the City an Annual Report of Accomplishments concerning the Successful Proposer's responsibilities. • Review the legislative policy statements adopted by the Florida League of Cities and the policy statements of other local government lobbying groups for the purpose of identifying issues which may either positively or negatively affect the City. • Assist in implementing the City's State legislative agenda. • Assist in writing, interpreting and monitoring legislation and regulations. • Assist in the drafting of legislation, amendments, report language, position papers, and testimony. • Provide monthly written progress reports detailing the services that have been rendered. • Be prepared, at all times, to obtain documentation and research materials upon request. • Develop and evaluate strategy for the support, opposition or amendment of pending legislation. • Testify and lobby before the Legislature, Governor and Cabinet as necessary on behalf of the City, as necessary. • Appear and testify before state agency hearings, rule making proceedings, and other administrative agency or legislative meetings, as required, to promote, oppose, and seek passage of legislation affecting the City or its citizens, and specific legislation contained in City's legislative program. City of Miami RFQ No. 5010 Page 25 • Upon request, coordinate appointments/meetings between the City's elected officials or other City staff, and appropriate state officials and legislators. • Provide periodic written reports (at least monthly), during those months that the legislature is not in session, on issues of interest or concern to the City. Such information may include, but not necessarily be limited to, action taken at interim committee meetings, rule making hearings, status of studies that have commenced, and advance notice of legislation being proposed. • Prepare weekly session reports that details legislative action taken during the week, status of legislative issues, and anticipated action during the upcoming week. • Provide a closing report in writing that summarizes the status of the City's legislative priorities within one (1) week of the closing of the session and a more detailed final written report of specific legislation affecting the City shall be provided within a reasonable time period, not to exceed sixty (60) days from the close of session. • Forward all copies required by the City of any and all reports upon request by the City. Such reports may include but not necessarily be limited to, personal briefings and information bulletins. City of Miami RFQ No. 5010 Page 26 4.0. SUBMISSION REQUIREMENTS In order to determine Proposer's Qualifications, on a per Category basis, the following documents, as a minimum, are to be submitted as part of the Response to this RFQ. Proposers must clearly identify under which Category of Expertise it is seeking to qualify, and Proposers may seek to qualify for one, multiple, or all Categories. Within its Response, Proposers must provide, for each Category of Expertise it is seeking to qualify, all the requested information sought below, in order to determine whether Proposer met the minimum qualification requirements (per Section 2.9) for said Category(s). The response to this solicitation shall be presented In the following format. Failure to do so may deem your Proposal non -responsive. 1. Cover Page The Cover Page should include the Proposer's name; Contact Person for the RFQ; Firm's Liaison for the Contract/Agreement; Primary Office Location; Local Business Address, if applicable; Business Phone and Fax Numbers; Title of RFQ; RFQ Number; Federal Employer Identification Number or Social Security Number. 2. Table of Contents The table of contents should outline, in sequential order, the major sections of the Proposal as listed below, including all other relevant documents requested for submission. All pages of the Proposal, including the enclosures, should be clearly and consecutively numbered and correspond to the table of contents. 3. Executive Summary: A signed and dated summary of not more than two (2) pages containing the Proposer's overall expertise, qualifications and experience, including the Categories under which Proposer is seeking to qualify. Include the name of the organization, business phone, contact person, and phone/fax/email address. Describe its overall organization, history and background, tax status, principals, owners, board of directors and/or board of trustees, number of professionals employed, and the date Proposer was incorporated, organized; State(s) incorporated/organized in. 4. Firm's Overall Qualifications and Experience a. Firm shall satisfy each of the minimum requirements listed under Section 2.9, Proposer's Minimum Qualification Requirements, of the RFQ. b. Provide the branch or other subordinate units or divisions that will perform or assist in performing any work resulting from this RFQ; the number of years the firm has been in existence and number of years firm has been providing this type of service; the overall size of the firm; and the primary sector (public vs. private) and markets the firm serves. c. State number of partners, managers, supervisors, seniors and other professional staff employed at the office from which the work for the City is to be performed. d. Provide the Proposer's and any employee(s), partner(s), principal(s), officer(s) or owner(s) of the firm, and/or the firm or any of its affiliates or parent, including joint ventures, most recent and/or current experience in performing these services, including any previous municipal, county, or other local government experience. Detail Proposer's legal and political consultative expertise. Additionally describe all experience regarding legislative, executive, administrative, and regulatory processes, and provide detailed information on Proposer's experience utilizing bipartisan contacts and support, particularly at the state level, and its expertise in areas cited in the Scope of Work, Categories of Expertiese. e. Detail its overall legal and political consultative expertise. Provide the City with a list of other individuals, municipalities other government agencies, associations, or organizations who have retained the Proposer for the purposes of representation before the State of Florida Legislature; and indicate how long the relationship existed and the City of Miami RFQ No. 5010 Page 27 periods of service. Include contact name, telephone number, and period of time representation occurred. The City reserves the right to contact any reference as part of the qualification process. f. Describe in detail, on a per Cateaory basis, the lobbying and consulting experience and expertise of the Proposer; include resumes for the principal supervisory personnel who will be assigned to this engagement and describe their relevant experience in the past three (3) years in providing similar services and any experience addressing inner city economic problems. Include contact name, telephone number, and period of time representation occurred. The City reserves the right to contact any reference as part of the qualification process. g. Provide resume and experience of proposed Project Manager and Principal Personnel to be assigned to the state lobbying engagement with the City. Detail their lobbying experience, in the past three (3) years, particularly at the state level. h. Provide a minimum of two (2) references on the letterhead of the client to whom services of a similar nature were provided. The City reserves the right to contact any reference as part of the evaluation process. I. Provide details of any lawsuits, bankruptcies, indictments, or investigations involving the Proposer, an employee(s), partner(s), principal(s), officer(s) or owner(s) of the firm, and/or the firm or any of its affiliates or parent, including joint ventures, or any of its principals, particularly as it relates to state lobbying services. 5. Past Performance a) List the five (5) most significant accomplishments related to state lobbying services performed in the past three (3) years, preferably for a governmental entity; summarize scope of services, term of service, engagement partners, and the name and telephone number of the principal client contact, particularly regarding any City of Miami relationship. Proposer should detail how the accomplished project was initially conceived, who generated the idea (client or firm) and the timing/means of execution from initial conception. b) list three (3) Lobbying relationships, particularly with a governmental entity, for whom you failed to meet your clients needs for which you were hired. Summarize scope of services, term of service, engagement partners, and the name and telephone number of the principal client contact, particularly regarding any City of Miami relationship. Discuss reason(s) why goal(s) were not met and if you would do something different for the next engagement. c) Provide samples of past reports, informational materials, and written correspondence. 6. Capability and Approach to Scope of Work a) Describe the Proposer's overall approach to representing the City before the State Legislature in Tallahassee, Florida, including the role each member of the lobbying team will play. Describe how it would approach meeting the requirements of the scope of work. b) Describe its current relationship(s) with the 2007 executive and legislative branches of the State Legislature. Additionally, discuss how Proposer plans to establish and maintain positive working relationships with the City of Miami, and the executive and legislative branches of the State Legislature, in order to enhance the City's position with respect to funding, applications, regulatory procedures, legislation, and budgetary authorizations and appropriations. c) Discuss how the Proposer proposes to staff this engagement. Include a description of how the Proposer proposes to staff this engagement, and include the name of the principal, the names of those members of the firm designated to assist in the various areas of required expertise; the qualifications of the individuals in those areas; and the role each member of the lobbying team will play. Provide resume(s) as necessary. d) Provide the estimated number of hours and/or percentage of involvement/availability for each of the principals of the Proposer's team assigned to the City, including the Project Manager, versus the estimated number of hours and/or percentage of City of Miami RFQ No. 5010 Page 28 involvement/availability for each of the same principals, including the Project Manager, of the Proposer's team assigned to the City with other clients. Provide a client list along with a description of the assignment for each of the principals and Project Manager. e) Discuss how Proposer plans to handle the workload to meet the requirements of the City, in addition to handling Proposer's existing workload. f) Describe the Proposer's management capacity, system for coordinating the services to be provided, and how it researches and coordinates information received. g) Indicate whether the selection of Proposer would result in any current or future potential conflict of interest. If so, your response must specify the party with which the conflict exists or might arise, the nature of the conflict, and whether your firm or any of its affiliates or parent, would step aside or resign from the engagement or representation creating the conflict. Please also disclose any financial or contractual relationship an employee(s), partner(s), principal(s), officer(s) or owner(s) of the firm, and/or the firm or any of its affiliates or parent, including joint ventures, has, or have had, over the past five (5) years with any City elected or appointed official, or with a firm in which they were employed. This information is subject to verification as part of the evaluation process. Discuss any and all conflicts of interest and how Proposer will resolve same, particularly to the benefit of the City. h) Describe the Proposer's plans for providing office space, equipment, clerical support, and all other ancillary services for City staff or officials who may be assigned or travel to/from Tallahassee, Florida. i) List any specific abilities related to performing the described services. j) Should Proposer propose to utilize a subconsultant(s) to perform any of the services described in this Request for Qualification, Proposer must identify subconsultant(s) and their degree of involvement. Proposer must furnish the same information as outlined in Section d) for the subconsultant(s), as applicable, in this section. 7. Trade Secrets Execution to Public Records Disclosure All Proposals submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Proposal contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the RFQ number marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Proposal as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. 8. Affidavits / Acknowledgments a) Proposers should complete and submit as part of its Proposal all of the following forms and/or documents: City of Miami RFQ No. 5010 • 6.1 Certification Statement Form (including Certificate of Authority) • 6.2 Qualification Statement • 6.3 Statement of Compliance with Ordinance 10032 • 6.4 Debarment and Suspension Certificate Page 29 6.0. RESPONSE DOCUMENT FORMS 6.1. Certification Statement The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this solicitation have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this response is true; and we (I) further certify that this response is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign for the bidder/proposer. Please print the following and sign your name: NAME OF BIDDER/PROPOSER: ADDRESS: CITY: STATE: PHONE: FAX: EMAIL: AUTHORIZED SIGNATURE: NAME: TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. City of Miami RFQ No. 5010 Page 30 Response Document Form - Certification Statement (Page 2 of 3) CERTIFICATE OF AUTHORITY (IF CORPORATION) HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of , held on the _day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute bids/proposals on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids/proposals on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a joint venture agreement indicating that the person signing this bid/proposal is authorized to sign bid/proposal documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the bid/proposal and submit the appropriate Certificate of Authority (corporate, partnership, or individual). City of Miami RFQ No. 5010 Page 31 Response Document Form - Certification Statement (Page 3 of 3) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid/proposal to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Signed: Print: STATE OF ) SS: COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC City of Miami RFQ No. 5010 Page 32 6.2. Qualification Statement INSTRUCTIONS: This questionnaire is to be included with your response. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: COMPANY OFFICERS: President Vice President Secretary Treasurer COMPANY OWNERSHIP: LICENSES: % of ownership % of ownership of ownership % of ownership 1. County or Municipal Occupational License No. (attach copy with response) 2. Occupational License Classification 3. Occupational License Expiration Date: 4. Metro -Dade County Certificate of Competency No. (attached copy if requested in this solicitation) 5. Social Security or Federal I.D. No. EXPERIENCE: 6. Number of Years your organization has been in business: 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the solicitation: 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the solicitation: City of Miami RFQ No. 5010 Page 33 6.3. STATEMENT OF INTENT TO COMPLY WITH ORDINANCE NO. 10032 Bidder/proposer certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032, pertaining to the implementation of a "First Source Hiring Agreement". Bidder/Proposer will complete and submit the following questions as part of the response. Evaluation of bidder' slproposer's responsiveness to Ordinance No. 10032 may be a consideration in the award of a contract. Violations of this Ordinance may be considered cause for annulment of a contract/agreement between the successful bidder/proposer and the City of Miami. A. Do you expect to create new positions in your company in the event your company was awarded this 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 contract. 1) 2) 3) 4) 5) 6) 7) $) (Use additional sheets if necessary) COMPANY NAME: SIGNATURE/TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS RESPONSE. City of Miami RFQ No. 5010 Page 34 6.4. DEBARMENT AND SUSPENSION CITY OF MIAMI CODE SEC 18-56.4 (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. 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 proposals; 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension; 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity; 6. False certification pursuant to paragraph (c) below; or 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing city contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). (b) Company name: Signature: Date: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE City of Miami RFQ No. 5010 Page 35 6.5. STATEMENT OF NO RESPONSE NOTE: If you do not intend to submit a response on this commodity or service, please return this form on or before the submission date. Failure to submit a response after three (3) times without a sufficient justification of "No Response" will be cause for removal from the Supplier list. Office of the City Clerk 3500 Pan American Drive Miami, FL 33131-5504 We, the undersigned, have declined to submit a response on your RFQ No. 5010 for STATE LOBBYING SERVICES for the following reasons: Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below). Insufficient time to respond to the Request for Qualifications We do not offer this product or service. Our schedule would not permit us to perform. We are unable to meet specifications. We are unable to meet bond requirements. Specifications are unclear (explain below). We are unable to meet insurance requirements. Remove us from your suppliers' list for this commodity or service. Other (specify below). Remarks: We understand that if this statement is not completed and returned, our company may be deleted from the City of Miami bidders/proposers' list for this commodity or service. Company Name: Signature: Title: Telephone: Date: A completed vendor application should be returned with this form if vendor has not previously submitted an application and secured a vendor number from the City. City of Miami Page 36 RFQ No. 5010