HomeMy WebLinkAboutRequest For ProposalCity of Miami
Purchasing Department
Miami Riverside Center
444 SW 2nd Avenue, 6th Floor
Miami, Florida 33130
Web Site Address: http://ci.miami.fl.us/procurement
Number:
Title:
Issue Date/Time:
Closing Date/Time:
Pre -Bid Conference:
Pre -Bid Date/Time:
Pre -Bid Location:
Deadline for Request for Clarification:
Buyer:
Hard Copy Submittal Location:
Buyer E-Mail Address:
Buyer Facsimile:
496326,1
Request for Proposals for Bayfront Park
External Auditing Services
24-JUN-2015
14-JUL-2015 @ 14:00:00
Voluntary
Tuesday, June 30, 2015 at 10:00 AM
Bayfront Park Management Trust
Office, 301 N. Biscayne Blvd., Miami,
Florida 33132
Thursday, July 2, 2015 at 5:00 PM
Calderon, Yadissa
City of Miami - City Clerk
3500 Pan American Drive
Miami FL 33133 US
ycalderon@miamigov.com
305-400-5369
Page 1 of 43
Certification Statement
Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and
retain a copy for your files. Prices should include all costs, including transportation to destination. The
City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a
minimum of 180 days following the time set for closing of the submissions.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted
prices.
We (I) certify that we have read your solicitation, completed the necessary documents, and propose to
furnish and deliver, F.O.B. DESTINATION, the items or services specified herein.
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 submission have been documented in the section below (refer to paragraph and
section).
EXCEPTIONS:
We (I) certify that any and all information contained in this submission is true; and we (I) further certify
that this submission is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a submission 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 this submission for the submitter.
Please print the following and sign your name:
SUPPLIER NAME.
ADDRESS•
PHONE: FAX
EMAIL: BEEPER.
SIGNED BY.
TITLE: DATE.
FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISQUALIFY THIS BID,
Page 2 of 43
Certifications
Legal Name of Firm:
Address, City, State, Zip, Contact Name, Contact Title, Phone, Fax, Email:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Year Established:
Office Location: City of Miami, Miami -Dade County, or Other
Occupational License Number:
Occupational License Issuing Agency:
Occupational License Expiration Date:
Will Subcontractor(s) be used? (Yes or No)
Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and
date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert
N/A.
If Bidder has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code,
has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office
Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the
Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this
solicitation)
Page 3 of 43
Line: 1
Description: Please disregard this line item and refer to Sections 2.17, Fee Proposal and 3.4, Fees
for Services of the Specifications/Scope of Work section of this RFP.
Category: 94620-00
Unit of Measure: Year
Unit Price: $
Number of Units: 1 Total: $
Page 4 of 43
496326,1
Table of Contents
Terms and Conditions 6
1. General Conditions 6
1,1, GENERAL TERMS AND CONDITIONS 6
2. Special Conditions 26
2.1. PURPOSE 26
2,2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION 26
2.3. PRE -PROPOSAL CONFERENCE 26
2.4. TERM OF CONTRACT 26
2,5, NON -APPROPRIATION OF FUNDS 26
2,6, MINIMUM QUALIFICATIONS 27
2.7. CONTRACT EXECUTION 27
2.8. FAILURE TO PERFORM 28
2,9. INSURANCE REQUIREMENTS 28
2,10. CONTRACT ADMINISTRATOR 30
2.11. SUBCONTRACTOR(S) OR SUBCONSULTANT(S) 30
2.12. COMPLETE PROJECT REQUIRED 31
2,13. TERMINATION 31
2.14. ADDITIONAL TERMS AND CONDITIONS 31
2.15. PRIMARY CLIENT (FIRST PRIORITY) 31
2,16, CHANGES/ALTERATIONS 32
2,17, FEE PROPOSAL 32
2,18, EVALUATION/SELECTION PROCESS AND CONTRACT AWARD 32
2,19, ADDITIONAL SERVICES 33
2.20. RECORDS 33
2,21. TRUTH IN NEGOTIATION CERTIFICATE 33
3. Specifications 34
3.1. SPECIFICATIONS/SCOPE OF WORD 34
4, Submission Requirements 38
4.1, SUBMISSION REQUIREMENTS 38
5. Evaluation Criteria 43
5,1. EVALUATION CRITERIA 43
Page 5 of 43
496326,1
Terms and Conditions
1. General Conditions
1.1. GENERAL TERMS AND 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 Procurement 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 or electronic submission of your solicitation 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 opening/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 terms and conditions of a contract, to deliver on time
contracts of a similar nature, and who is not in a position to perform the requirements defined in this 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. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available
at the City's website at: http://www.ci.miami,fl.us/procurement
1.5. ALTERNATE RESPONSES WILL NOT BE CONSIDERED.
1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of
the resulting Contract, 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,
each party shall bear their own 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 Bidder/Proposer shall maintain and retain any and all of
Page 6 of 43
496326,1
the books, documents, papers and records pertinent to the Contract 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 by the City.
1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or
quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all
goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract 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 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, amendment or
addenda,
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 form required by the City. Where
Bidder/Proposer 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 lowest responsive, responsible Bidder or Proposal most advantageous to the City 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 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 for up to one hundred twenty (120) calendar
days beyond the stated contract 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 -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, whichever is determined to be in the
Page 7 of 43
496326,1
City's besi 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
bidder/proposer, 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.
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 City, which forfeiture shall be considered, not as a penalty, but in
mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or
Proposal most advantageous to the City 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 formal solicitation 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 its 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 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 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 —Bidder/Proposer, by submitting a response, certifies that its response is made without
previous understanding, agreement or connection either with any person, firm or corporation submitting a response
Page 8 of 43
496326,1
for the same items/services or with the City of Miami's Purchasing Department or initiating department. The
Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action.
Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City
will investigate all potential situations where collusion may have occurred and the City reserves the right to reject
any and all bids/responses where collusion may have occurred,
1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts
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.
C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes,
D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation.
E. Uniform Commercial Code (Florida Statutes, Chapter 672).
F. Americans with Disabilities Act of 1990, as amended.
G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation.
H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation,
I. City Procurement Ordinance City Code Section 18, Article III,
J. Conflict of Interest, City Code Section 2-611;61.
K. Cone of Silence, City Code Section 18-74,
L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment.
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).
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 the City Manager issues a written
recommendation to the Miami City Commission, The Cone of Silence shall be applicable only to Contracts for the
provision of goods and services and 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 and the City's professional staff including, but
not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective
staffs and any member of the respective selection/evaluation committee.
The provision does not apply to, among other communications:
Page 9 of 43
496326,1
oral communications with the City purchasing staff, 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 respond in writing and file a copy with the Office of
the City Clerk, which shall be made available to any person upon request. Written communications may be in the
form of e-mail, with a copy to the Office of the City Clerk.
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 Formal 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 total assets of capital stock in your firm.
A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may
be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for
himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of
the general public and gained by reason of his/her/its position, except for information relating exclusively to
governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person
or business entity.
B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the
City or any person or agency acting for the City, and has not appeared in representation of any third party before any
board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it
is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission;
(ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City.
C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional
services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law.
Page 10 of 43
496326,1
Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on
Ethics,
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, loss, 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
B i dder(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 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,
(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
Page 11 of 43
496326,1
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).
(d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render 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 party'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 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 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 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.
B. Failure to begin the work under this Contract within the time specified.
C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely
completion.
D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as
nonconforming with the terms of the Contract,
E. 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,
F. Failure to comply with any of the terms of the Contract 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.
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
Page 12 of 43
496326,1
to comply with these requirements may deem a Response non -responsive,
1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - 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. Such discounts shall remain in effect for a minimum of 120 days from approval by
the City 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.
1) 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 Formal 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 QUANTITIES —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 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 or most advantageous 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
A.Rejection of Responses
The City may reject a Response for 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 ;
Page 13 of 43
496326,1
3) Response does not conform to the requirements of the Formal Solicitation;
4) Response requires a conditional award that conflicts with the method of award;
5) Response does not include required samples, certificates, licenses as required; and,
6) Response was not executed by the Bidder's/Proposer(s) authorized agent.
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.
B. Elimination From Consideration
1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or
which is a defaulter as surety or otherwise upon any obligation to the City,
2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions
of any previous contract with the City or deliver on time contracts of a similar nature.
3) A contract 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
1) 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.
2) 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.
3) 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,
1.35, 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/proposed 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 unless otherwise specified in the Formal Solicitation, Such prices
will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed
or supplied over a period of time.
1.38. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that
Page 14 of 43
496326,1
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 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 30th of each year and take effect on the following January 1st.
At the 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. 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 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,
1.39. GOVERNING LAW AND VENUE - The validity and effect of this Contract 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 shall
take place in Miami -Dade County, Florida.
1,40. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract 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.
1.41. 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:
A. Use of information only for performing services required by the contract or as required by law;
B. Use of appropriate safeguards to prevent non -permitted disclosures;
C. Reporting to the City of Miami of any non -permitted use or disclosure;
D. 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;
E. Making Protected Health Information (PHI) available to the customer;
F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested
by the customer;
G. Making PHI available to the City of Miami for an accounting of disclosures and
H. 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,
1.42 INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers,
Page 15 of 43
496326,1
agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable
attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of
Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify,
hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions,
statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that
the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this
Contract, In the event that any action or proceeding is brought against City by reason of any such claim or demand,
Contractor shall, upon written notice from City; resist and defend such action or proceeding by counsel satisfactory
to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or
otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and
defend the City or its officers, employees, agents and instrumentalities as herein provided,
The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate,
supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of
liability and all suits and actions of every name and description which may be brought against City whether
performed by Contractor, or persons employed or utilized by Contractor.
This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under
the laws of the State of Florida, including without limitation and which conforms to the limitations of §725,06
and/or §725.08, Fla. Statues, as amended from time to time as applicable.
Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City,
The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may
result from any actions or omissions of the Contractor in which the City participated either through review or
concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or
other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or
Sub -Contractor, under this Agreement.
1.43. FORMATION 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, technical specifications, and
Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted
with a previous response or on file with the Buyer will not satisfy this provision.
1.44. 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 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 City 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.
1.45. 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 30 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.
1.46. 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
Page 16 of 43
496326,1
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 Risk Management, at 444 SW
2nd Avenue, 9th 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.
1.47, INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered
(i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt
Payment Act).
1.48. LOCAL PREFERENCE
A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid
price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as
defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that
non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to
submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local
bidder, Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and
final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award
shall be made to the local bidder."
B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable
professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer,
include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in
Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local
office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply.
1.49, 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.
1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or
understanding to modify this Formal Solicitation and resultant purchase orders or contracts, 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, purchase order or award sheet
as. appropriate.
1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract 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.
Page 17 of 43
496326,1
1.52. NONCONFORMANCE TO CONTRACT 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 violation of these stipulations may also result in the supplier's name being removed from
the City of Miami's Supplier's list,
1.53. 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.
1.54. 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, 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.
1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, 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 I 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.
1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture
will be considered in response to this Formal Solicitation,
1.57. 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,
1,58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or
Page 18 of 43
496326,1
circumstance shall to any extent be held invalid, then the remainder of this Contract 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 shall be valid and enforced to the fullest extent permitted by law,
1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment
Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract
price,
1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to
examine the specifications, required delivery, drawings, and all special and general conditions, All bid/proposed
amounts, if required, shall be either typewritten or 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 the response or the
response may be rejected.
F. 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, at the City's discretion.
G. 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,
1.61. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract 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,
1,62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product
becomes unavailable during the term of the Contract, 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.
Page 19 of 43
496326,1
1.63. 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 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.
1.64, PROMPT PAYMENT —Bidders/Proposers may offer a cash 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 inust 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, 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.
1.65. 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.
1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants,
conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties
hereto and their respective heirs, legal representatives, successors and assigns.
1.67. 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 to provide any goods or
services to a public entity, may not submit a response on a contract with a public entity for the construction or repair
of a public building or public work, 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 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.
1.68. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all
documents and information pertaining to City contracts, 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 shall additionally comply with the provisions of
Section 119.0701, Florida Statutes, entitled "Contracts; public records". Contractor's failure or refusal to comply
with the provision of this section shall result in the immediate cancellation of this Contract by the City.
1 Page 20 of 43
496326,1
1.69. 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.
1.70. QUALITY OF WORI{/SERVICES - The work/services performed must be of the highest quality and
workmanship, Materials furnished to complete the service shall be new and of the highest quality except as
otherwise specified in this Solicitation,
1.71. 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,
1.72. 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,
1.73. 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,
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. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after
Page 21 of 43
496326,1
receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be
posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and
Notice of Recommendation of Award Section, The notice of the City Manager's recommendation can be found by
selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and
Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the
Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the
responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to
receive the notice; 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 protest 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 documents and evidence and shall be accompanied by the
required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no
facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement
Officer at the time of filing the protest shall be permitted in the consideration of the written protest.
No time will be added to the above limits for service by mail. In computing any period of time 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.
(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
(d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this
section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is
resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the
Page 22 of 43
496326,1
City Manager makes a written determination that the solicitation process or the Contract award must be continued
without delay in order to avoid an immediate and serious danger to the public health, safety or welfare.
(e) Costs. All costs accruing from a protest shall be assumed by the protestor.
(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. If the 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,
1.74. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to
the City. If not destroyed by testing, bidder(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,
1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign,
transfer or 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,
1.76. 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.
1.77. 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 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 price; failure to comply with this request
will result in disqualification of bid/proposal.
1.78. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the
Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American
Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP,
RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no
award will be made at that time.
A. Hardcopy responses shall be enclosed in a sealed envelope, box package, The face of the envelope, box or
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 Bidder/Proposer, Hardcopy responses not submitted on the requisite Response
Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed
non -responsive.
Page 23 of 43
496326,1
Directions to City Hall:
FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US1. US 1 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.
B. Facsimile responses will not be considered,
C. Failure to follow these procedures is cause for rejection of bid/proposal.
D. The responsibility for obtaining and submitting a response on or before the close 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 after the solicitation closing date and time will be
returned unopened, and will not be considered for award.
E. Late responses will be rejected.
F. All responses are subject to the conditions specified herein, Those which do not comply with these conditions
are subject to rejection.
G. Modification of responses already submitted will be considered only if received at the City before the time and
date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in
writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent
submission which alters the responses,
H. If hardcopy 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 1,82,A.
1.79. 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 Bidder/Proposer for the completion of the contract is
subject to the Florida State Sales Tax in accordance with Section 212,08, Florida Statutes, as amended and all
amendments thereto and shall be paid solely by the Bidder/Proposer.
1.80. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate this
contract 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.
B. The City has determined that such termination will be in the best interest of the City to terminate the contract 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.
1.81. 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
Page 24 of 43
496326,1
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 Section 218.74, Florida Statutes and other applicable law,
1.82. 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,
1.83. 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.
1.84.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 challenging your claim.
1,85. 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 Bidders)/Proposer(s) shall not be paid for any work performed
or goods delivered outside the scope of the contract or any work performed by an employee not otherwise
previously authorized.
1.86. 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.
1.87. 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.
Page 25 of 43
496326,1
2. Special Conditions
2.1. PURPOSE
The purpose of this Solicitation is to establish a contract, for external auditing services for the Bayfront Park
Management Trust (hereinafter the "Trust"), as specified herein, from a source(s) of supply that will give prompt
and efficient service fully compliant with the terms, conditions and stipulations of the solicitation,
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION
Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the
Purchasing Department, Attn: Yadissa Calderon; fax: (305) 400-5369 or email: ycalderon@ci.miami.fl,us,
The solicitation title and number shall be referenced on all correspondence. All questions must be received no later
than Thursday, July 2, 2015 at 5:00 PM, All responses to questions will be sent to all prospective bidders/proposers
in the form on an addendum, NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID
DEADLINE.
2.3. PRE -PROPOSAL CONFERENCE
Potential Proposers are urged to attend the Voluntary Pre -Proposal Conference, which will occur on Tuesday, June
30, 2015 at 10:00 AM, at Bayfront Park Management Trust Office, 301 N. Biscayne Blvd., Miami, Florida 33132.
A discussion of the requirements of the solicitation will occur at that time, Each potential Proposer is required, prior
to submitting a Proposal, to acquaint themself thoroughly with any and all conditions and/or requirements that may
in any manner affect the work to be performed. No allowances will be made because of lack of knowledge of these
conditions.
The purpose of the pre -proposal conference is to allow potential Proposers an opportunity to present questions to
staff and obtain clarification of the requirements of the solicitation documents. Because the City considers the
conference to be critical to understanding the solicitation requirements, attendance is Recommended.
2.4. TERM OF CONTRACT
The Proposer(s) qualified to provide the service(s) requested herein (the "Selected Proposer(s)") shall be required to
execute a contract ("Contract") with the Trust and/or City, which shall include, but not be limited to, the following
terms:
(1) The term of the Contract shall be for a three (3) years with an option to renew for two (2) additional one
(1) year periods.
(2) The City shall have the option to extend or terminate the Contract,
The continuation of the Contract beyond the initial period is a Trust and/or City prerogative; not a right of the
Proposer. This prerogative will be exercised only when doing so is clearly in the best interest of the Trust and/or
City.
2.5. NON -APPROPRIATION OF FUNDS
Page 26 of 43
496326,1
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, then the City, upon written notice to the Proposer or assignee of such
occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No
guarantee, warranty or representation is made that any particular or any project(s) will be awarded to any firm(s).
2.6. MINIMUM QUALIFICATIONS
Proposers shall provide documentation that demonstrates Proposer's ability to satisfy the minimum qualification
requirements herein. Proposers who do not meet the minimum qualification requirements or who fail to provide
supporting documentation may be deemed non -responsive. The minimum qualification requirement for this
Solicitation are:
A. Proposer shall, at the time of proposal due date, hold an active license and be in good standing with the State of
Florida Board of Accountancy to practice Public Accounting as a Certified Public Accountant in the State of
Florida, The Proposer shall provide a copy of the license to practice Public Accounting as a Certified Public
Accountant in the State of Florida;
B. Proposer shall be knowledgeable in Federal and State statutes, including Governmental Accounting Standards
Board (GASB) Statement 34, reporting requirements under the Office of Management and Budget (OMB) Circular
A-133, "Audits of State and Local Government", regulations and guidelines applicable to municipalities in the State
of Florida, and shall conduct the audit in accord with these existing requirements, or as may be pronounced during
the period or term of this audit engagement;
C. Proposer shall employ a minimum of at least one full-time certified public accountant (CPA) who shall be
assigned to this audit as the lead;
D. The Proposer's engagement team shall be members and be in good standing with the American Institute of
Certified Public Accountants, Key members of the team shall be members of the Florida Institute of Certified
Public Accountants,
E. Proposer shall have at least three (3) years of experience as the prime contractor in governmental auditing,
preferably municipal, comparable in size and scope to financial audits of the Bayfront Park Management Trust.
F, Proposer shall maintain a permanent office in the City of Miami, Miami -Dade or Broward County, Personnel
assigned to this audit shall be based in the City of Miami, Miami -Dade County and/or Broward County.
G. Proposer shall be in good standing to practice before the Securities and Exchange Commission.
2.7. CONTRACT EXECUTION
The selected Proposer(s) evaluated and ranked in accordance with the requirements of this Solicitation, shall be
awarded an opportunity to negotiate a contract ("Contract") with the Trust and/or City. The Trust and/or City
Page 27 of 43
496326,1
reserve the right to execute or not execute, as applicable a Contract with the selected Proposer(s) that is determined
to be in the Trust's and/or City's best interest. Such Contract will be furnished by the Trust and/or City, will contain
certain terms are in the Trust's and/or City's best interest, and will be subject to approval as to legal form by the City
Attorney.
2.8. FAILURE TO PERFORM
Should it not be possible to reach the selected Proposer or Supervisor and/or should remedial action not be taken
within 48 hours of any failure to perform according to specifications, the Trust and/or City reserve the right to
declare Proposer or Supervisor in default of the contract or make appropriate reductions in the contract payment.
2.9. INSURANCE REQUIREMENTS
INDEMNIFICATION
Bidder shall pay on behalf of, indemnify and save the Trust and/or 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 performance under the
provisions of the contract, including all acts or omissions to act on the part of Bidder, including any person
performing under this Contract for or on Bidder's behalf, provided that any such claims, liabilities, losses and causes
of such action are not attributable to the negligence or misconduct of the the Trust and/or City and, from and against
any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable
to the negligence or misconduct of the Trust and/or 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 shall furnish to the City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami,
Florida, 33130, Ccrtificate(s) of Insurance which indicate that insurance coverage has been obtained which meets
the requirements as outlined below:
I. 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
Bayfront Park Management Trust included as an Additional Insured
Employees included as insured
Contractual Liability
II. Business Automobile Liability
Page 28 of 43
496326,1
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
Bayfront Park Management Trust included as an Additional Insured
III. Worker's Compensation
Limits of Liability
Statutory -State of Florida
Waiver of Subrogation
IV. Employer's Liability
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 $1,000,000
General Aggregate Limit $1,000,000
Deductible- not to exceed 10%
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.
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/or certificates of insurance are subject to review and verification by Risk Management
Page 29 of 43
496326,1
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 BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the Bidder of liability and obligation under this section
or under any other section of this Agreement,
--If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible
for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance
of such expiration.
--In the event that expired certificates are not replaced with new or renewed certificates which cover the
Contractual period, the Trust and/or City shall:
(4) Suspend the Contract until such time as the new or renewed certificates are received by the City in the manner
prescribed in the Invitation for Bid.
(5) The Trust and/or City may, at its sole discretion, terminate this Contract for cause and seek re -procurement
damages from the Bidder in conjunction with the General Terms and Conditions of the Bid.
The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section
remain in force for the duration of the contractual period; including any and all option terms that may be granted to
the Bidder.
2.10. CONTRACT ADMINISTRATOR
Upon award, selected Proposer shall report and work directly with Timothy F. Schmand, Executive Director for the
Bayfront Park Management Trust, who shall be designated as the Contract Administrator.
2.11. SUBCONTRACTOR(S) OR SUBCONSULTANT(S)
A Sub -Consultant, herein known as Sub-Contractor(s) is an individual or firm contracted by the Proposer or
Proposer's firm to assist in the performance of services required under this Solicitation. A Sub -Contractor shall be
paid through Proposer or Proposer's firm and not paid directly by the City. Sub -Contractors are allowed by the City
in the performance of the services delineated within this Solicitation. Proposer must clearly reflect in its proposal the
major Sub -Contractors to be utilized in the performance of required services. The City retains the right to accept or
reject any Sub -Contractors proposed in the response of selected Proposer or prior to contract execution. Any and all
liabilities regarding the use of a Sub -Contractor shall be borne solely by the selected Proposer and insurance for
each Sub -Contractors must be maintained in good standing and approved by the City throughout the duration of the
Contract. Neither selected Proposer nor any of its Sub -Contractors are considered to be employees or agents of the
City. Failure to list all Sub -Contractors and provide the required information may disqualify any proposed
Sub -Contractors from performing work under this Solicitation.
Proposers shall include in their responses the requested Sub -Contractor information and include all relevant
information required of the Proposer. In addition, within five (5) working days after the identification of the award
to the selected Proposer, the selected Proposer shall provide a list confirming the Sub -Contractors that the selected
Proposer intends to utilize in the Contract, if applicable. The list shall include, at a minimum, the name, location of
the place of business for each Sub -Contractor, the services Sub -Contractor will provide relative to any contract that
Page 30 of 43
496326,1
may result from this Solicitation, any applicable licenses, references, ownership, and other information required of
selected Proposer.
2.12. COMPLETE PROJECT REQUIRED
These specifications describe the various items or classes of work required, enumerating or defining the extent of
same necessary, but failure to list any item or classes under scope of the several sections shall not relieve the
contractor from furnishing, installing or performingsuch work where required by any part of these specifications, or
necessary to the satisfactory completion of the project.
2.13. TERMINATION
A. FOR DEFAULT
If the selected Proposer(s) defaults in its performance under this Contract and does not cure the default within 30
days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written
notice without penalty to the City of Miami. In such event the selected Proposer(s) shall be liable for damages
including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any
reason that the selected Proposer(s) was not in default or (2) the selected Proposer(s) failure to perform is without
his or his subcontractor'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, in whole or in part, upon 30 days prior written notice when it is in
the best interest of the City of Miami, If this Contract is for supplies, products, equipment, or software, and so
terminated for the convenience by the City of Miami the selected Proposer(s) will be compensated in accordance
with an agreed upon adjustment of cost, To the extent that this Contract 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 for those services
rendered prior to termination,
2.14. ADDITIONAL TERMS AND CONDITIONS
No additional terms and conditions included as part of your solicitation response shall be evaluated or considered,
and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this
solicitation, If submitted either purposely, through intent or design, or inadvertently, appearing separately in
transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General
Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that
the Proposer's authorized signature affixed to the Proposer's acknowledgment form attests to this. If a Professional
Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this
solicitation, no additional terns or conditions which materially or substantially vary, modify or alter the terms or
conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be considered.
Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or
Agreement,
2.15. PRIMARY CLIENT (FIRST PRIORITY)
Page 31 of 43
496326,1
The selected Proposer(s) agree upon award of this contract that the Trust and/or City of Miami shall be its primary
client and shall be serviced first during a schedule conflict arising between this contract and any other contract
selected Proposer(s) may have with any other cities and/or counties to perform similar services as a result of any
catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency impacting various
areas during or approximately the same time,
2.16. CHANGES/ALTERATIONS
Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral
modifications will be allowed, Written modifications shall not be allowed following the proposal deadline.
2.17. FEE PROPOSAL
Proposer(s) shall submit a flat Fee Proposal for each year of the three (3) year term of the Contract, Proposer(s)
shall provide within its Fee Proposal its total costs for the auditing services pursuant to the scope of services
reflected herein. It shall be the responsibility of the Proposing Firms to make such cost estimates based on due
diligence to provide a comprehensive audit and take changing conditions and accounting requirements into account,
The Proposer shall provide a comprehensive fee schedule relating to the performance of all these required services
for each year of the contract to include the two (2) additional one (1) year option to renew. Itemized costs shall
include hourly rates, number of hours anticipated for completion, the job classification of individuals (i.e. Staff
Auditor, Sr, Auditor, Manager, Partner, etc.) required to perform these services, and the specific aspect of the
service each shall perform, shall be itemized and totaled, All costs to be charged to the Trust shall be included in the
Fee Proposal, including any administrative, travel, or other similar charges that may correspond to performing the
services outlined herein.
Additionally, Proposer shall provide one single not to exceed hourly rate to be used for any additional work, which
may be requested by the City and which is outside the scope of the Contract. Proposer shall also indicate any
additional services and fees Proposer can provide and which are not specifically listed herein this RFP.
Failure to submit compensation proposal as required shall disqualify Proposer from consideration.
2.18. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD
An Evaluation Committee shall be created by the Trust and shall be approved by both the Executive Director of the
Trust and the City Manager for the evaluation of each proposal and determination of that firm, corporation, joint
venture, partnership, individual, or other legal entity most advantageous to the Trust and in its best interest, The
Trust may require an oral presentation from the Proposer(s),
The Evaluation Committee shall review and evaluate all proposals and shall be responsible for recommending to the
Executive Director of the Trust and the City Manager the most qualified firm with whom to negotiate a
Contract thereafter Trust and City Commission approval of a recommendation of award for the same.
The procedure for response evaluation, selection and award is as follows:
(1) Solicitation issuance.
(2) Receipt of responses.
(3) Opening and listing of all responses received,
(4) Procurement staff shall review all submittals for compliance with the submission requirements of the
Page 32 of 43
496326,1
Solicitation, including verifying that each submittal includes all documents required.
(5) The Evaluation Committee, appointed by the Trust and approved by both the Executive Director of the Trust
and the City Manager, shall be comprised of members with the appropriate technical expertise and/or knowledge
and shall meet to evaluate each response in accordance with the requirements of this Solicitation and based upon
the the evaluation criteria as specified herein,
(6) The Evaluation Committee reserves the right, in its sole discretion, to request Proposers make oral presentations
before the Committee as part of the evaluation process. The presentation may be scheduled at the convenience of the
Evaluation Committee and shall be recorded,
(7) The Evaluation Committee reserves the right to rank the proposals and shall submit its recommendation to
the Trust for acceptance. If the Trust accepts the Committee's recommendation, a notice of the Trust's
recommendation for award of contract shall be sent to all Proposers. The Trust shall make their recommendation to
the City Commission requesting authorization to negotiate and/or execute an agreement with the recommended
Proposer, No Proposer shall have any rights against the City arising from such negotiations or termination thereof.
(8) The Trust reserves the right to proceed as follows: reject the Committee's recommendation and instruct them to
re-evaluate and make another recommendation, reject all proposals, or recommend that the City Commission reject
all proposals,
(9) The Trust will negotiate a final contract with the successful Proposer, which will be presented to the City
Commission;
(10) The City Commission may review, consider and approve the negotiated contract with the selected Proposer(s).
2.19. ADDITIONAL SERVICES
Services not specifically identified in this request may be added to any resultant contract upon successful
negotiation and mutual consent of the contracting parties.
2.20. RECORDS
During the contract period, and for a period of three (3) years thereafter, selected Proposer shall make its work
papers, records and other evidence and documents relating to such work available to its successor and the Trust
and/or City, including its designees. Selected Proposer shall maintain and keep, or cause to be maintained and kept,
a full, complete and accurate record and account of all Gross Revenues arising or accruing by virtue of its operations
conducted at, or from, Bayfront Park Trust for each day of the term and shall make available for inspection and
audit by the Trust and/or City, and its duly authorized agents or representatives, in accordance with generally
accepted accounting procedures. It shall also be understood that this is subject to the provisions dealing with public
records requirements of the Florida Statutes.
2.21. TRUTH IN NEGOTIATION CERTIFICATE
Execution of the resulting agreement by the selected Proposer shall act as the execution of truth -in -negotiation
certificate stating that wage rates and other factual unit costs supporting the compensation of the resulting
Agreement are accurate, complete, and current at the time of contracting. The original contract price and any
additions thereto shall be adjusted to exclude any significant sums by which the Trust and/or City determine the
contract price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs.
All such contract adjustments shall be made within one (1) year following the end of the Agreement,
Page 33 of 43
496326,1
3. Specifications
3.1. SPECIFICATIONS/SCOPE OF WORK
3.1 BACKGROUND INFORMATION
The Bayfront Park Management Trust ("Trust") was created and established as a limited agency and instrumentality
of the City. The purpose of the Trust is to direct, operate, manage and maintain all aspects of the City owned
properties known as Bayfront and Museum Parks (hereinafter the "Parks"), for the purpose of insuring maximum
community utilization and enjoyment. The Trust shall endeavor to attract organized activities and functions to the
Park consistent with this purpose. The Trust shall have the power to do all things necessary to direct, manage and
maintain the Park, subject at all times to City Commission approval and any existing contractual obligation. Please
refer to Attachment A located at the Header Section herein for the Fiscal Year 2014/2015 Trust Operating Budget.
Please find below a Scope of Services that includes, but is not limited to, the following auditing needs of the Trust
for the specified fiscal year. The City contemplates a contract for a three (3) year term and two (2) one year renewal
options between the Trust and the selected Proposer. Please be advised that the Trust and the City must approve the
recommendation prior to contract execution. An amendment to the Contract must be executed to reflect any changes
to the Scope of Services, The Trust encourages those who meet the minimum qualifications to submit a proposal.
However, Trust policy does not allow auditing firms to serve as auditor for consecutive terms.
3.2 SCOPE OF SERVICES
The selected Proposer shall provide, at a minimum, the following professional auditing services:
A. The audit shall be performed in compliance within the requirements of:
1. Chapter 79-589 and any other applicable Florida Statutes;
2. Regulations of the State of Florida Department of Banking and Finance;
3. Rules of the Auditor General, State of Florida, Chapter 10-550 (Local Government Audits) and Chapter
10-600 (Audits of state grants and aids appropriations under the Florida Statutes);
4, Audits of State and Local Government Units, issued by the American Institute of Certified Public Accountants;
5, OMB Circular A-133, Audits of States, Local Governments, and Non -Profit Organizations, Office of
Management and Budget;
6. United States Single Audit Act of 1984;
7. United States Single Audit Act Amendments of 1996;
8. State of Florida Single Audit Act;
9. Statements on Generally Accepted Auditing Standards (GAAS);
10. Government Auditing Standards, issued by the Comptroller General of the United States;
11. Generally accepted governmental accounting standards;
12. State of Florida Auditor General Selection Guidelines, 2007, prepared by the Auditor Selection Task Force;
13, Any other applicable federal, state, local regulations or professional guidance not specifically listed above as
Page 34 of 43
496326,1
well as any additional requirements, which may be adopted by these organizations in the future;
B. Submit, no later than six (6) months of each succeeding year, a management letter informing the Trust of any
material weaknesses in the system of internal control as uncovered by their examination, and to make known their
recommendations which, if implemented, would, in the selected Proposer's opinion, increase efficiency, improve
management and improve internal control. The Trust expects the selected Proposer to express an opinion on the fair
representation of its basic financial statements in conformity with applicable generally accepted accounting
principles,
C. The selected Proposer agrees to schedule their work to perform a substantial portion of the fiscal year 2014/2015,
prior to the end of calendar year 2015. The selected Proposer shall use reasonable best efforts, subject to the
requirements of applicable professional standards, to complete the field examination of the annual audit by
December 31st, and to make its report no later than January 15th, 2016 and January 15th, 2017 and for each
subsequent audit year.
D. It shall be understood the work papers for the audit engagements are the property of the selected Proposer and
shall constitute confidential information which the selected Proposer shall hold locally for minimum period of three
(3) years. However, pursuant to Government Auditing Standards, the auditors shall be required to make certain work
papers available to federal and state regulatory agencies upon request for their reviews of audit quality and use by
their auditors, Access to the requested work papers shall be provided to the regulators under supervision of the
auditor's personnel.
E. The auditor shall submit a full and complete management letter within thirty (30) days after delivery of auditor's
findings, which shall identify any management weaknesses observed, assess their effect on financial management
and propose steps to correct or eliminate those weaknesses and provide its findings to, the City Manager and
designee(s), the Audit Advisory Committee, the Bayfront Park Management Trust, and/or the City Commission
during and after the audit, in writing for formal presentation. The selected Proposer shall provide a report to the
Bayfront Park Management Trust and/or the City Commission no later than January 15th, 2016, and January 15th,
2017 and for each subsequent audit year.
F. The auditor shall assist the Trust with the implementation of any updated Governmental Accounting Standards
Board (GASB) pronouncements.
G. Timeliness is critical in the performance of the audit. The auditor shall coordinate with the Trust's Finance
Director and/or any other designated representative(s) of the Trust during the audit.
H. The auditor shall duplicate and provide the Trust with thirty (30) copies of the audited Financial Statements..
I. The audit shall be an annual audit as defined in Section 11,45 (1)(b), Florida Statutes, and shall be conducted in
accordance with generally accepted auditing standards as well as the standards listed above.
J. The partner in charge of the audit and the audit manager or other CPA assigned to the audit shall communicate
Page 35 of 43
496326,1
with the Executive Director of the Trust or designee(s) as deemed necessary.
K. The auditor shall report to the Trust, at least weekly, the status of any potential audit,adjustments so that the Trust
may have adequate opportunity to investigate, gather information and respond if necessary,
L. The auditors agree to notify the Trust immediately if any regulatory or other government agency requests a
review of the audit work papers concerning the Trust or any other government client audited by the auditor,
M. The auditor agrees to notify the Trust immediately, should any disciplinary actions be taken or complaints be
filed with any regulatory bodies against any of the auditor firm's staff or the firm itself.
N. The auditor must designate two (2) "key" members of the audit team, one of whom must be a Florida licensed
Certified Public Accountant. The Trust shall reserve the right to approve any substitutions or changes in those staff
designated as "key".
O. Auditor shall provide the Trust with a copy of each external quality control review (peer review) (without a
f ailing score) conducted during the time period engaged by the Trust, In the event that a firm has been formed so
recently that no peer reviews have been undertaken, the selected Proposer shall state as so in the response to the
Request for Proposal (RFP). If available, the selected Proposer shall submit peer reviews from any predecessor
firms; however, a newly formed firm will not be eliminated from the proposal process simply because no peer
reviews have been conducted in the new firm's name,
P. The Trust shall require the selected Proposer's assistance to comply with GASB 34 reporting requirements. The
selected Proposer shall be required to provide technical advice and reasonable assistance as requested pursuant
to the Contract.
Q. The auditor shall agree to use Trust staff in preparation of supporting schedules, reconciliation's and document
retrievals. Prior planning and explicit instruction are paramount for timely performance in this regard, The auditor
shall provide the Trust with a list of all schedules to be prepared by the Trust, The Trust staff will be available for
the provision of any such information requested by the auditor.
Note: The Trust reserves the right to add, delete or modify the scope of services at any time during the contract
period with the selected Proposer.
3.3 INFORMATION PROVIDED TO THE SELECTED PROPOSER
The Trust will provide, at a minimum, the following information to assist the auditor in performing the annual audit:
1. Fiscal Year 2014/2015 Bayfront Park Management Trust Operating Budget (Attachment A located at the Header
Page 36 of 43
496326,1
Section herein).
2. Audited Financial Statements Report for Fiscal Year Ended September 30, 2014 (Attachment B located at the
Header Section herein).
3. Other information requested by the auditor and mutually agreed upon by the Executive Director of the Trust.
Page 37 of 43
496326,1
4. Submission Requirements
4.1. SUBMISSION REQUIREMENTS
Proposers shall carefully follow the format and instruction outlined below, observing format requirements where
indicated. Proposals should contain the information itemized below and in the order indicated, This information
should be provided for the Proposer and any sub -consultants to be utilized for the work contemplated by this
Solicitation. Proposals submitted which do not include the following items may be deemed non -responsive and may
not be considered for contract award.
The response to this solicitation shall be presented in the following format. Failure to do so may deem your
Proposal non-responsive.Section 4.1. Submission Requirements supersedes Section 1.78. Submission and
Receipt of Responses of this RFP document.
4.1 INSTRUCTIONS TO PROPOSERS
The purpose of this Request for Proposals (RFP) is to hire a qualified and experienced independent Certified Public
Accountant(s) licensed to practice in the State of Florida, which may be a firm, corporation, joint venture,
partnership or other legal entity, to provide external auditing services to the Bayfront Park Management Trust.
Therefore, only fully capable, experienced, and qualified Proposers should submit Proposals in response to this
Request for Proposals (RFP).
Sub -contractor firms, included as part of Proposer's Proposal, shall stand on their own merits and shall be evaluated
accordingly. In addition, any firm(s) involved in a joint venture in its Proposal will be evaluated individually, as
each firm of the joint venture shall also have to stand on its own merits. Information provided by Proposer shall also
be provided for each proposed entity member of its team.
Throughout this Request for Proposals (RFP), the phrases "must" and "shall" will denote mandatory requirements.
Any Proposer's proposed system that does not meet the mandatory requirements is subject to
immediate disqualification.
4.2 PROPOSAL FORMAT
The following documentation shall be included as a minimum in the Proposal:
Proposers shall submit one (1) original and seven (7) copies of the signed and dated proposal with all required
documentation to the Office of the City Clerk, Attention: Todd Hannon, 3500 Pan American Drive, First Floor,
Miami, Florida 33133 no later than the date and time specified herein. Proposals shall be submitted in hard copy
format only. Electronic submittals will not be accepted.
The response to this solicitation shall be clearly marked on the outside of the envelope/package referencing RFP No.
496326 for Bayfront Park External Auditing Services, Failure to comply with the response submittal requirements
herein may result in the proposal being deemed non -responsive.
1. Cover Page
The Cover Page shall include the Proposer's name; Contact Person for the RFP; Firm's Liaison for the Contract;
Primary Office Location; Local Business Address (if applicable); Business Phone and Fax Numbers; Email
Addresses; Title of the RFP; RFP Number; Federal Employer Identification Number.
2. Table of Contents
Page 38 of 43
496326,1
The table of contents shall 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, shall be
clearly and consecutively numbered and shall correspond with the table of contents.
3. Executive Summary
A signed and dated summary of not more than two (2) pages containing Proposer's overall Qualifications and
Experience and Technical Qualifications, as contained in the submittal. Proposer shall include the name of the
organization, business phone and contact person and a summary of the work to be performed.
4. Proposer's and Proposer's Key Personnel Qualifications and Past Performance
a) Describe the Proposer's organizational history and structure; provide a brief history of the firm, including years
Proposer and/or firm has been in business providing a similar service(s), and indicate whether the Trust or the City
of Miami has previously awarded any contracts to the Proposer/firm,
b) Provide a list of all principals/owners, directors, and key personnel that shall be assigned to this engagement,
including the supervision/organization of said individuals, specific work to performed by each, and the percentage of
their overall involvement in performing said services, Any substitution of key members of the audit team shall be
subject to the Trust' approval.
c) Describe Proposer's ability and resources available to substitute personnel with equal to or more qualifications as
the personnel they are substituting for, when required by attrition, turnover or requests by the Trust or the City.
d) Provide detailed relevant, auditing experience and resumes to include personal and academic qualifications,
licenses, certifications and other vital information of Proposer's firm and key professional staff to be assigned to this
engagement, particularly governmental experience of a similar scope. Resumes should detail all experience,
particularly, governmental auditing experience and any municipal audit experience, including utility and grant
audits, for at least the past three (3) years. The name of the entity(s) and the dates services were performed shall be
included. The Trust reserves the right to verify references as part of the evaluation process.
e) Provide a list of not less than three (3) references within the past five (5) years for whom similar services were
performed. Include the overall value of the contract, the term of the contract, and include the address, phone
number(s) and contact persons within each organization. The Trust reserves the right to contact any reference as part
of the evaluation. In the event that a firm has no government auditing references available, the Proposer shall state
the reason why in the response to the RFP. If available, the Proposer may also submit governmental auditing
references for any predecessor firms.
f) Provide copies of resumes and describe meaningful governmental auditing experience of partners, managers,
other key staff members, and other supervisory staff assigned to the Trust account, including names and overall
work to be performed. The Trust reserves the right to contact any reference as part of the evaluation process.
Page 39 of 43
496326,1
g) Provide copy(s) of the Certified Public Accountant (CPA) license for all individual CPA's assigned to the audit
and for the firm in the State of Florida Department of Business and Professional Regulation.
h) Provide documentation concerning membership in the American Institute of Certified Public Accountants
(AICPA) and membership of key members of the audit team in the Florida Institute of Certified Public Accountants
(FICPA).
i) Provide positive affirmation that all CPA's assigned to the engagement have properly maintained Continuing
Professional Education (CPE) in governmental accounting as required by the Board of Accountancy,
j) Provide a current resume of each Sub -contractor, if used. Proposer shall identify all Sub -contractor and those
services to be performed by each. Proposer shall provide the Sub -Contractors' qualifications and experience in
detail, highlighting all similar experience as addressed in this RFP and anticipated to be performed by each of the
same. Proposer shall provide for each Sub -contractor the same information required of the Proposer. The Trust
retains the right to accept or reject any Sub -contractor proposed, The Trust reserves the right to contact any
reference as part of the evaluation process,
k) Identify the information and assistance expected from the Trust.
1) Provide a statement regarding:
a) Proposer's understanding of the standards of auditor independence, pursuant to FloridaStatute 473.315
and Florida Administrative Order 61H1-21,001;
b) Describe Proposer's knowledge of Federal and State statutes, including Governmental Accounting
Standards Board (GASB) Statement 34, reporting requirements under the Office of Management and
Budget (OMB) Circular A-133, "Audits of State and Local Government", regulations and guidelines
applicable to municipalities in the State of Florida, and shall conduct the audit in accord with these
existing requirements, or as may be pronounced during the period or term of this audit engagement;
c) Confirmation that Proposer and all proposed key personnel (including subcontractors) primarily
responsible for the timely completion of the segment audit (i,e., Audit Partners, Audit Managers, Seniors
and staff) meet the appropriate guidelines for independence, pursuant to Florida Statute 473.315 and
Florida Administrative Order 61H1-21.001;
d) Assurance that Proposer and all proposed key personnel (including subcontractors) primarily
responsible for the timely completion of the segment audit (i.e,, Audit Partners, Audit Managers, Seniors
and staff) shall maintain their independence throughout the City's audit engagement;
e) Proposer's standing to practice before the Securities and Exchange Commission,
m) Describe if Proposer, its principals, officers or predecessor organization(s) have been debarred or suspended
from proposing by any government during the last five (5) years.
n) Describe if Proposer has ever been terminated from a contract. If so, include the name of the contracting entity
Page 40 of 43
496326,1
and reason for issuing the termination.
o) Describe Proposer's prior or pending litigation, either civil or criminal, involving a governmental agency or which
may affect the performance of the services to be rendered herein, in which the Proposer, any of its employees or
subcontractors is or has been involved within the last five (5) years.
p) List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the
Proposer, its parent or subsidiaries, predecessor organization(s), or any wholly -owned subsidiary during the past
three (3) years, Include in the description the disposition of each such petition.
q) Provide the location of the Proposer's office that will provide the services delineated in the scope of services,
including a description of guarantees that the Proposer's office will be located and operating in City of Miami,
Miami -Dade County or Broward for the full duration of the contract,
5. Proposer's Technical Qualifications
a) Describe Proposer's project plan, methodology and recommended solutions in performing the services described
in the Scope of Services, and describe Proposer's specific policies, plans, procedures or techniques to be used in
providing the services to be performed. The Proposer shall describe its approach to project organization and
management, including the responsibilities of Proposer's management and staff personnel that will perform work on
this project.
b) Provide a tentative schedule for performing key aspects of the audit,
c) Describe Proposer's specific policies, procedures or techniques used to develop information for annual
management letters.
d) Provide recent, current and projected workload of Proposer, and auditors assigned to the Trust account.
e) Provide copy(s) of most recent two (2) external quality control reviews (peer reviews) (without a failing
score)which included a review of specific government engagements.
f) Provide results of any federal or state desk review or field audits during the past three years,
g) Provide a response to the requirements of the Trust including the Proposer's overall ability and capability to
provide required services to the Trust.
h) Describe how subcontractors will be utilized, for performing the services described herein (if applicable),
i) Describe ability to provide the Trust with an analysis of current developments concerning pronouncements of the
Governmental Accounting Standards Board (GASB) and the Financial Accounting Standards Board (FASB).
Page 41 of 43
496326,1
j) Disclose any impediments to independence, as defined by the AICPA of the firm and/or employees assigned to the
audit engagement.
6. Fees for Services
a) Submit a flat fee proposal for each of the five (5) years of the contract, if awarded to Proposer. Failure to submit
fee proposal will disqualify Proposer. Include a comprehensive fee schedule relating to the performance of all
required services for each year of the contract, Itemized costs, to include hourly rates, number of hours anticipated,
the job classification of individual(s) (i.e, Staff Auditor, Sr, Auditor, Manager, Partner, etc.) required to perform
these services, and the specific aspect of the service corresponding to each individual shall be itemized and totaled.
All costs to be charged to the Trust shall be included in the fee proposal, including any administrative, travel, or
other similar charges that may correspond to performing the services outlined.
b) In addition to the fee schedule for the complete audit, provide one single hourly rate to be used for any additional
work, which may be requested by the Trust, which is outside the scope of this Contract. Discuss any additional
services and fees for any other services Proposer can provide and which are not specifically listed within this RFP,
Page 42 of 43
496326,1
5. Evaluation Criteria
5.1. EVALUATION CRITERIA
The Trust's Selection Committee will evaluate proposals and will select the proposer which meets the best interest of
the Trust, The Trust shall be the sole judge of its own best interest, the proposals, and the resulting negotiated
agreement. Proposals received shall be evaluated on the criteria noted below. In performing the evaluation, only
information contained within the Proposal will be considered, unless otherwise stipulated and/or other clarifying
information is requested by the Trust. Proposals from firms that do not meet the minimum qualifications set forth
will not be considered further. The proposer granted the contract will be required to maintain the minimum
qualification requirements during the term of the contract and any renewals or extensions thereof.
Each member of the Selection Committee shall independently review each proposal using the criteria listed below.
Proposers meeting the Minimum Qualifications criteria will have their proposals evaluated and scored. The
Selection Committee will rank and recommend proposer deemed to be the most highly qualified to perform the
required services.
Proposals shall be evaluated based upon the following criteria and weight (total of one -hundred (100) points:
CRITERIA POINTS
Overall Proposer's and Proposer's Key
Personnel Qualifications and Experience 30
Proposer's Technical Qualifications 35
Fee Proposal 30
Local Preference 5
Total 100
Page 43 of 43