HomeMy WebLinkAboutRequest for Qualificationsaa4, t2t frtz",z
ADDENDUM NO. 6
July 27, 2017
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-044
WYNWOOD STREETSCAPE AND TREE SCAPE MASTER PLAN
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and/or deletions amend the above -captioned Request
for Proposals and shall become an integral part of the Proposals submitted and the Wynwood
Streetscape and Street Tree Master Plan — Request for Proposals No.: 15-16-044 (the "Project). Please
note the contents herein and affix same to the documents you have on hand.
All attachments (if any) are available on the Office of Capital Improvements' website and are part
of this Addendum.
Proposer may submit two additional pages (total of five pages) for Form RFQ-QP, Qualification of
Proposer.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFQ AND SHALL BE MADE A PART
THEREOF.
Procurement
Attie
City of p
4�r
Perez, CPPO, Director %
Miami Department o
1
vo (4. r
`r
• 01:111111!11 •
it if
0,44/ int filz7,01„;.
ADDENDUM NO. 5
July 21, 2017
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-044
WYNWOOD STREETSCAPE AND TREE SCAPE MASTER PLAN
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and/or deletions amend the above -captioned Request
for Proposals and shall become an integral part of the Proposals submitted and the Wynwood
Streetscape and Street Tree Master Plan — Request for Proposals No.: 15-16-044 (the"Project). Please
note the contents herein and affix same to the documents you have on hand.
All attachments (if any) are available on the Office of Capital improvements' website and are part
of this Addendum.
A. The following are inquiries received and the corresponding responses:
QI. Given the volume of forms required can a 3-ring binder be used?
Al. The original must be unbound. A three ring binder can be used for all copies, however the
Proposer must identify which of the binders hold the original.
Q2. The provided form RFQ-QT (specifically page 2) for key personnel is not big enough to include all
key personnel. The form does not state whether an additional page is allowed. Can this form be
duplicated so all key personnel can be included?
A2. Yes.
Q3. Can the City please provide clarification on the extent of the environmental services required and
the expected role of the environmental specialist?
A3. Given the past industrial history of Wynwood, it is critical for this area to be assets for
environmental impacts on soil and water and what impacts these may have on future
landscape improvements proposed. A specialist should be experienced in this field and
have experience in industrial abatement matters. This role will provide a report of
environmental impacts that may exist and what remediation efforts should take place to
improve the situation.
Q4. In Addendum #3, Answer #5. the answer was, "Yes, Urban Designer or Landscape Architect can
qualify." However, an Urban Designer is not regulated by Florida Statute 471. Please clarify if the
Project Manager's Qualifications are subject to Florida Statute 471 for a minimum period of three
years. If Project Manager is not subject to F.S. 471, should at least one Key Member of the team
be required to meet the requirements of F.S. 471 for at least three years as a landscape architect
1
since this is advertised as a landscape architecture project?
A4, If the Urban Designer has a background in Architecture or Landscape Architecture they will
need to meet provisions of F.S. 471. If not, I don't think they need too. Other members of the
team are requested to be a landscape architect and architect should meet provisions of F.S.
471.
Q5. Could you please provide clarification on the type of environmental specialist being sought by the City
for this bid. We read through the scope and didn't find much other than a reference to environmental
site analysis.
A5. See response to Q3.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFQ AND SHALL BE MADE A PART
THEREOF.
, / e,
Y
A,ttnie Perez, CPPO, Director
City of Miami Department of Procurement
2
t if:II.11fir11 t
11,11
R
Cf R 1 _
cz/v.,e2tH.;_441,,,
ADDENDUM NO, 4
July 12, 2017
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-044
WYN'NOOD WOONERF STREETSCAPE AND TREE SCAPE MASTER PLAN
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and!or deletions amend the above -captioned Request
for Proposals and shall become an integral part of the Proposals submitted and the Wynwood
Streetscape and Street Tree Master Plan — Request for Proposals No.: 15-16-044 (the "Project). Please
note the contents herein and affix same to the documents you have on hand.
All attachments (if any) are available on the Office of Capital Improvements' website and are part
of this Addendum.
A. The proposal submission due date is being extended to Tuesday, August 8, 2017 at 3:00 PM.
B. Section 4.1. Submission Requirements, Subsection A, titled Content of Qualifications Statement,
Section E, item 6, Notice of Qualifications (FDOT), is being deleted in its entirety.
6. —Notice of Qualifications (FDOT)
C. Attention Proposers: When completing the Qualifications Forms (e.g. RFQ-P and RFQ-R for
Planner) please pay attention to the requested information that needs to be completed by the
Proposer. Name of Proposer: Fill in NAME OF PROPOSER; Name of Proposed Planner: Fill in
Name of the INDIVIDUAL who will be the proposed Planner and not the Firm's name.
D. The following are inquiries received and the corresponding responses:
Q1. On Page 33 of the REP it states that Forms RFQ-EE and RFQ-EE-R should be utilized for each and
every engineer identified as being on Proposer's Team (traffic, mechanical, structural, civil,
plumbing, electrical and marine structural personnel). Can you please confirm the correct list of
engineers this form is required for the listing in parenthesis states marine as one of them and I don't
believe there is any marine engineering as part of this scope?
Al, Forms RFQ-EE and RFQ-EE-R should be utilized for each and every engineer identified as being on
Proposer's Team (traffic and civil -personnel). The references to "mechanical, structural, plumbing, and
electrical marine structural are being deleted. Only traffic and civic should apply.
Q2. Can we use reference forms and/or letters For our project experience and project managers
references previously received from clients as long as they have valid contact information?
1
A2. Proposer shall use the applicable reference forms provided to provide references.
Q4. We had a question regarding one of the items listed on Section E. It calls for Notice of Qualifications
(FDOT) — Does the PRIME proposer need to hold this Notice of Qualifications ar can one of our team
members like our Civil Engineer or Traffic Engineer hold it?
A4. See item A above.
Q5. For the reference forms section. Our firm will be fulfilling different disciplines of the RFQ and some
of the projects will be repeated under the qualifications for which we will need to get a reference form
filled out by our client. Can we use one reference form for all the other disciplines where we
performed Landscape Architecture, Urban Design, and Community Outreach? Or do we need to get
3 different forms filled out by our client?
A5. Each discipline must have three separate reference forms for the applicable team member(s).
Q5. Can we use the same reference forms for both RFQs?
A5. If the Proposer is using the same team members, the Proposer may submit the same references,
if applicable to the discipline and or project being referenced. The applicable RFQ name and
number should be placed on the form however.
Q6. Do we need a workload capacity fcrm for every team member or just for the proposer? Does each
key person from the proposer's firm need to fill one out?
A6. Form RFQ-WC is to be completed for each of the Key Personnel identified in Form RFQ-QT.
Q7. Where is the Notice of Qualifications (FDOT) form?
A7. See item A above.
Q8. Do we need a traffic engineer, ar does a civil engineer suffice for RFQs 16-17-044 and 16-17-049?
A8. A transportation planner or traffic engineer should be consulted with for the qualifier.
Q9. Regarding the required forms for CBEs for RFQ 16-17-044: If the CBE is also a SBE (which from
my understanding is a sub -category of CBE), do we have to also submit the required CSBE forms
noted in this checklist?
A9. Proposer shall adhere to the following mandatory requirement: Assign a minimum of fifteen percent
(15%) of the contract value to firms currently certified by Miami -Dade County as a CBE.
010. Is there funding presently available for RFQ 16-17-044 project?
A10_ An exact funding mechanism has not been identified for the RFQ16-17-044 at this time.
Q11. How many qualificationlreference forms are needed for the Art Specialist and Public
Relations/ Community Outreach Specialist?
All Each Art Specialist and Public Relations/Community Outreach Specialist shall provide three
qualification Forms on RFQ-AS, in addition to three references (one for each for the RFQ-AS) on RFQ-
AS-R
THIS ADDENDUNt IS AN ESSENTIAL PORTION OF THE RFQ AND SHALL BE MADE A PART
THEREOF.
nie Perez, CPPO, Diretor
City of Miami Department of Procurement
3
0.J...."
* .,nu!n,iu •
i ri.
ri K ��
eay, tie 144,:e441,.:.
ADDENDUM NO. 3
June 30, 2017
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-044
URBAN DESIGN AND LANDSCAPE ARCHITECTURE/ENGINEERING SERVICES FOR WYNWOOD
STREETCAPE AND STREET TREE MASTER PLAN
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for
Proposals and shall become an integral part of the Proposals submitted and the Urban Design and
Landscape Architecture/Engineering Services for Wynwood Streetcape and Street Tree Master Plan —
Request for Proposals No.: 16-17-044 (the "Project). Please note the contents herein and affix same to
the documents you have on hand.
All attachments (if any) are available on the Office of Capital Improvements' website and are part
of this Addendum.
A. The following are inquiries received and the corresponding responses:
01. What is the projected budget for this Project?
Al. A Budget has not been set at this time. However, the City of Miami will source neighboring
municipalities, in similar size of the proposed project, as to cost associated with their executed master
landscape plans.
Q2. Does the lead Landscape Architect need to be an employee of the prime firm/Proposer? Or can the
lead landscape Architect be a part of one of the sub -contractors?
A2. No, the various professional team members may be associated other firms or act as a sub -
consultant. It is important that each member has experience working with lead landscape
architecture firm.
Q3. As it relates to qualifications the RFQ asks for similar completed projects. Does completed projects
mean built projects? Many times a completed project is a project designed not necessarily built, can
you please clarify?
A3. Yes, we would request examples of fully constructed projects.
04. Can you please clarify if the key positions where it is noted we may use a sub consultant are the only
disciplines where we may use a sub consultant?
A4. Each professional team assembled can be made up of members of different firms (sub -
consultants). It is important that each member has experience working with lead landscape
1
architecture firm.
Q5. On page 9 under Section 2.1 Purpose the RFQ states the Proposer's team shall consist of:
6) Architecture/Civil Engineer Project Manager'. On page 17 under Section 3.5 Minimum Qualification
Requirements the RFQ states: "In addition, Proposers must have at least one staff or team member who
has been licensed and practicing as an landscape architect or architect/engineer under Title XXXII,
Regulation of Professions and Occupations, Florida Statutes 471 for at least three years and who will
serve as Project Manager for this Project."
Therefore, may the Project Manager role be fulfilled by a team member who is a Registered
Landscape Architect per Title XXXII, Florida Statues 471?
A5. Yes, Urban Designer or Landscape Architect can qualify.
Q6. Pertaining to the requirement in Section A.4 under item #7, do we need to provide a SF254? If so,
can you please provide the link where that can be downloaded, or may we submit a SF330 Part II
form in its place?
A6. Refer to Addendum No 2.
07. Pertaining to the requirements in Section A.5 under item #1, do we need to provide a completed
SF255? if so, can you please provide the link where that can be downloaded, or may we submit a
SF330 in its place?
A7. Refer to Addendum No. 2.
Q8. Please confirm if we can add pages, and how many, for the additional requested information in
Section A.4 that is not included as part of form RFQ-QP. Some of the information is included in other
sections and forms in the proposal, should it be added here, as well?
A8. Proposer is permitted to submit up to two (2) additional pages for the additional information.
Q9. In Section A.5, can you please clarify where we are to provide items #2, 3 and 5? Form RFQ-QT
doesn't address these items. We have guidance for one -page resumes (item #4). Can you please
clarify if there is a page limit for any additional information?
A9. Please present this information in a chart form showing the relationships. A narrative format of no
more than two pages will also be acceptable.
Q10.Section A.7 includes the firm project experience and reference letters that are provided on forms
RFQ-PP and RFQ-PP-R, respectively. There is also a request for a comprehensive summary of the
Proposer's experience successfully completing streetscape and right-of-way design; a list of urban
designing of streetscape design projects with required information, and then a bulleted list of required
information. Please confirm if this information is to be included separate from the forms, and if there
is a page limit. Also, can you please confirm if we are to include additional project sheets to address
items 1-5, or does this simply list the required information requested on the form RFQ-PP?
Al Proposer is permitted to submit up to one (1) additional page for Form RFQ-PP (for a total of three
pages), and one additional page for Form RFQ-PP-R (for a total of three pages), for the additional
information.
2
Q11. On page 17 under Section 3.5 Minimum Qualification Requirements, Item 1 the RFQ states the
Proposer shall:
"Possess a minimum of five (5) of experience as a prime urban design and/or landscape
architectural and/or engineering consultant in streetscape and right-of-way design projects;" On
page 26 under Section 4.1 A. Content of Qualifications Statement. Section B, Item 7 Proposer's
Project Experience the RFQ states: "The firm MUST have a minimum of eight (8) years of
experience and have served as the prime consultant on similar urban design for streetscape or
right of way designs, on a minimum of three (3) previous occasions." Please clarify the number
of years of experience required for this project.
Al 1. Five (5) years. This was addressed in Addendum No. 2.
Q12. On page 26 under Section 4,1 A. Content of Qualifications Statement. Section B. Item 7 Proposer's
Proiect Experience. Item 5) a. the RFQ states:
"Provide at least one (1) Sample waterfront park design previously completed by Proposer and
similar in scope to that requested within this RFQ. Discuss whether any proposed Project Team
members participated in the creation of the Sample waterfront park design. If so, denote the
responsibility of each." Is a sample of a waterfront park design the intended sample for this
RFQ? Should this be one of our Qualification projects, or does the City wish to have a sample
deliverable document?
Al2. This has been amended. Refer to Addendum No, 2.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFQ AND SHALL BE MADE A PART
THEREOF.
rt Odtmite
Annie Perez, CPPO, Director
City of Miami Department of Procurement
3
• il:IIFtlll!l9 f
1111
Cat/ in? frizAm,ii
ADDENDUM NO. 2
June 28, 2017
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-044
WYNWOOD STREETSCAPE AND TREE SCAPE MASTER PLAN
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and/or deletions amend the above -captioned Request
for Proposals and shall become an integral part of the Proposals submitted and the Wynwood
Streetscape and Street Tree Master Plan -Request for Proposals No.: 15-16-044 (the "Project). Please
note the contents herein and affix same to the documents you have on hand.
All attachments (if any) are available on the Office of Capital Improvements' website and are part
of this Addendum.
A. Attached are the sign -in sheets from the Pre -Proposal Conference held on Wednesday, June 28,
2017.
B. All references to Attachment A in this Solicitation, shall mean the draft Professional Services
Agreement (PSA)
C. Section 2.1, Purpose, first Paragraph, third sentence, is being amended to replace "Attachment A"
with "Exhibit 1" which is the map that identifies the area requiring that referred to in this section.
D. Proposer, item (7) was deleted in its entirety prior to release as this RFQ as this Form is not
applicable to this solicitation.
7) S bm-11 tbn P oers Standard .nrm (CF)25.1 (linker/ at-tachment to QfQ) and
n Payide '1 ny-ethe
the min►
documentation may be deemed non responsive.
E. Section 4.1, Subsection A.5, Qualification of the Proposers Team, item (1) was deleted in its entirety
prior to the release of this RFQ as this Form is not applicable to this solicitation.
1) Submit Standard Forma T25-5 (limed Attachment to RFQ) for this ongagcmon#.
1
RFQ No.: 16-17-044
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFQ AND SHALL BE MADE A PART
THEREOF.
Annie Perez, CPPO, Director
City of Miami Department of Procurement
2
ATTENDANCE SHEET
RFQ 16-17-044 - Wynwood Streetscape and Street Tree Master Plan
12FP/RFQ NUMBER: RFQ 16-17-049 - Wynwood 3rd Avenue Woonerf Streetscape and Street Tree Master
LOCATION: 310 NW 26th Street Suite 1 - Wynwood Business Improvement District Office
PURPQ5E: Piv-?-Proposal Conference
BATE: 21t-iun-17
Completing this attendance sheet is optional.
NAME COMPANY AbbRESS PHONE _ E-MAIL
Osborne
City of Mianti
.144 SW 2nc1 Averirie 6111 Floor
(305) 416-1907
Iosborno ru rnianti ov.corn
Ftyrfia
W4 i
Za Vi s .. 'a.vl
i K?Y -J-5-a1
algal, . bi , , - -.,
pA
t%[ssran
3ci(r mk
(-IN ZC9& 37-61.0
1 un'e t.e ri Q., c -41
LL'i Lc_i4t,.ilmer-v-61.t1
lc1rt 5---%ef- Pr►ite--
( )
tlei Ve_ *4v: _s %
`r+�r .�w.�.r +LEE
6'(O A1v 2t, i� p, "M.•""
c )G��k7�
c .. -% _
tr 4.�0-c .r
--
MO'4 C Go au
kftw f it' ki-
Z rE C+M J tvttiAt-tl,
( 312-4.51z
.j
�� c. 12-esc a
A-ISKARN 5-� 1 s
2 wN,
jc 1 , Nz ,e
s s2
A. ri,� rtt�r -
ivDie,riARCILA- _pm-/g
l(IAL
41Is1Sagp6r, tz4
(sys}SZf2'r1-Q___0.r•>r
it.)ii f-cer•I iei_
�� � (ps
tear ' �s-dc -
s
-
411—
3aC L67• CLO4
s4r,tr• p !r -
1 / /j
Al ll I k! f`y-
�• 1 1(Y
_ /r
•�[ l
l") 1 <..,: •jl f
jSij,-` `.' Vctk LY+tt _
r/•fit^ti{�e \.
L
f:`f�� y .^
5()., l)
j
�C1 _ e.. <, CL: i Z ,-c.,- r-
j�
1W 5l{JC 4i/?'1 . t:
�- 1- %J
f-,i. /1/
,'%�`"1
i ...CF z., 1r/ \'7C. 141.- `r
t��/
c i-J 4' i I
trt r-. I.:e•7cf1. '+.-`}J- '&
( )
fi )
Page _ of
I L G c-Tc*. Ci-
Pa01
•4+M
l•4'0 -
s&oc.lk71-Ca
c.D
14A-
• C a/fart}
ATTENDANCE SHEET
RFQ -16-17-044 - Wynwood Streetscape and Street Tree Master Plan
RFP/RFQ IJUMBER: RFQ 16-17-049 - Wynwvod 3rd Avenue Woonerf Streetscape and Street Tree Master
LOCATION: Sit) NW 2Gth Slir COI 50110 .l Wynwoc I Bunnn;S 1niprnvrnl^n1 I)ittrirt Office.
PURPOSE: Prr-f'rnfin „11 Cnnlerenc e
LATE_: 28 )till 17
Completing this attendance sheet is optional
NAME COMPANY AbbRESS PHONE E-MAIL
Lydia f)sbcrrnr'
City of Miami
't44 `W 2nd Avf?rni' E}tI7 Flom
(305) 41G-11107
lc�sbo.r+egju�miaTnit,cry c;onl
PYtLl YLA_G1 1-a1.1,1\-,
isL( k_oll l 4 (4:—. .
15i'1 \ 5(117.14 # l C.d.. y-'L
)
r� 1 • (tom+
l ,{� ,,,L-.-r l`VC' c1i J -.-fi 14
--fii2AAr Lb.J L- ri 16t,,
,1
G(el<' - 15t1)-S i i'1LG 'Ll+—
_1).(11.10?Cc°'C
1.l i
,i!
r? r ry 1 1\° I)o, 11ie
4` 1 }'I r;/-rl j
!' A,'4//ri;t>I ! i
= 91 t , 1 / J /' -
( ;) ?21.-?e ('-d{
i ' ' 4Ser 1K, iv
j Avc— I.NB
- K tt#`,F oc.--
301 1)icv-
Y5 6113 7'1)19
l /!iI - C.1tc");c1j'
!
t--CvL 1
i' ' I�1i.'. 01=1 '�°, f }l. i..
t L(f'i
4! ! 1..i'!J-!%% 1
( )
Cc+.,.t�•'16 C1L-'6''' '
! �'
1 :e it 'tl
!
`C( tl01 El )l'cc 4-s
-
1L \q::) k\ t.dh,,111L•--.e_
().s ` Cc `
S +.."- ( tI,
l\_t' �r 17 (1
Sr r- _, t ,doll`.
„; �!rlrr.r, A-\t'nt.;4'
.
(y'_.).r1 qtr i
,rr(_
IfEN c [rJ'>/V r-TOran`i c
itA(\
n� Cc'vl1s,7,1xD
C Cu.. . t,ir c..- 0. • NV
n \C.
4 L'Zo Lc \r,1
/i /4 4 S',,,.. ? .4;‘..-1 , , 4 c'
Y'Vl1)--r-«
Z.;•- 4l;_: i 14- .)
�� +;
LNy l ill I. (4 .."
74 1i1 4. H r,,;G ,. 1.,,-t.
L )
Ig..
4
( )
)
„- . ., ,,..
}
.(
( )
_
11 t .40411
i sa.(,r-.
.Lu��l
ATTENDANCE SHEET
RFQ 16-17-044 - Wynwood Streetscape and Street Tree Master Plan
RFP/RrQ NUMBER: RFQ -16-17-049 - Wynwood 3rd Avenue Woonerf Streetscape and Street Tree Master
LOCATION: 31() NW 761h `lii:r4 Siiitr' 1 - Wynwood lmftrovornrnt l7i;lrfct Office.
PURPOSE: Pre-Prrlf,u'„il Confciclirc
DATE: %tl Jun- 17
Completing this attendance sheet is optional.
NAME COMPANY ADDkE55 PHONE EMAIL
ydia UShnrri
Cily ofMiami
444,1 SW 2nd hvf'itiin ('1I Floor
(305) 416�-1)3f37
in�:lac,rnc, crtinli nliaDv.r�nt
J� p`�
L" _ g f � 4 �f f"
! i w-�M
1'o F_ 0�L66 ?tom
(` 07) 8`t"s, 6i 567-
Pi; , llj e,1 .1er-z.. -1.6?_t:'-ccd.
(
( )
( )
( )
4— )
4- )
4 )
( 1
{ )
— __
4 )
-----
( )
( )
_. , , .,.,,., „
i( )
Page , of --
. c rs.a'.
MIAMI 21
OCTOBER 2016
SECTION 8 - STREET MASTER PLAN
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
8.1 NRD-1 STREET MASTER PLAN
The Wynwood District is transitioning from an Industrial District into an active, diverse, mixed -use
Neighborhood. The current character of the Neighborhood is demarcated, traversed, and connected
by atypical block compositions and narrow Right -of -Ways (ROWs) attributed to the Industrial past. The
Neighborhood's predominately zoned fifty foot (50') ROW combined with a high percentage of noncon-
forming parcels makes it a challenge to balance feasible Development and an adequate pedestrian
environment.
The NRD-1 Street Master Plan will create a series of ROWs, establish appropriate Setback areas and
ideal sidewalk conditions to promote pedestrian activity for the future of the Wynwood District. ROW types
have been established by the City's Planning and Zoning Department and Public Works Department,
and applied to Wynwood's Thoroughfare network based on ROW width and conditions, as identified
en the NRD-1 Street Master Plan Map. The NRD-1 Street Master Plan will also serve as an organizing
principle for a NRD-1 Street Tree Master Plan.
a. NRD-1 Street Hierarchy
The NRD-1 Street Master Plan acknowledges the relative importance of several significant
Corridors, known as Wynwood Corridors and NRD-1 Corridors. Due to their importance, these
Corridors are given established setback provisions that are different from that of the underlying
Transect Zone.
Wynwood Corridors
• NW 29 Street
• NW 20 Street
NRD-1 Corridors
• NVV 2 Avenue
• NW 5 Avenue
Wynwood Thoroughfares
• All other street ROWs within NRD-1 that are not specified as Corridors above.
b. NRD-1 Setbacks:
1. Wynwood Thoroughfares: Principal and Secondary Frontage Setback is five (5) feet.
2. Wynwood Corridors: Principal and Secondary Frontage Setback is ten (10) feet.
3. NRD-1 Corridors: Principal Frontage Setback is zero (0) feet.
c. Alternative Rights -of -Way
Alternative ROW sections have been created for thoroughfares between fifty (50) and one hundred
(100) feet in width. A woonerf has also been provided as an alternative ROW type. and applied
to several locations throughout the NRD-1. The application of these Alternative ROW conditions
can be seen in Section 8.2,
J 32
MIAMI 21
OCTOBER 2016
d. NRD-1 Street Tree Master Plan
Street Tree Contribution:
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
For street tree improvements along Wynwood Thoroughfares and Wynwood/NRD Corridor,
the applicant shall provide street trees pursuant to Street Tree Master Plan or provide a cash
contribution into the Wynwood Public Benefit Trust Fund for the sum of three thousand dol-
lars (S3,000.00) for each street tree required along a corridor Frontage.
J.33
MIAMI 21
OCTOBER 2016
8.2 NRD-1 STREET MASTER PLAN - MAP
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
r4rr• rr,aaa,r
rrr
aaaaaaaaaaa ar,rrr
.....
et
in
u.in
j
N.40
Lx
HN'M1AMI AVE r:.�a� N3MIAMttAV.E�
NW 3 AVE
e r
NWISVAVE
: Nw mIAMI cr vhi Fad-.
tV rf �OL
—}V No,
a NW1AVE
� b Z
OA •
NWISFAV.E4521
{ y ZONED ROW DOES NOT FIT A STANDARD STREET SECTION AND WILL REMAIN AS EXISTING CONDITION.
J.34
0
MIAMI 21
OCTOBER 2016
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
8.3 NRD-1 STREET MASTER PLAN - RIGHT-OF-WAY SECTIONS
City Public Works:
Standard 50-F
5. Established Setback
CC
CL
2" 6' .6- ••••• 2
w 01
2 3 Parking
-45 8 ;al
ED
Travel
Lane
5V
Travel n
rariong
Lare
Affected Thoroughfares:
1-Ns .s the standard borougnf are condemn for Wynwood, and is be most preolent
sec n a ppiied NRD-1 SMP. For specific ap plica bon, please re le rence SNIP Map.
tiEII KOO
City Public Works:
Standard 50-F Modified With a Bike Lane
5' Established Setback
a.
0
0
8 4.
.I. 2: 2' 4. 2. 6* 6.
oc'-'--
5.
Bike Travel
lane late
50'
Traver
Lane
:a'
Affected Thoroughfares:
27m ST bstoraen NE 26d AV and be EEC comflud
250 ST 6emen W 50 AV and the EEC COITICO,
Parking
J 35
MIAMI 21
OCTOBER 2016
City Capital Improvements:
One -Way With Bike Lane
5' Established Setback
53'
Affected Thoroughfares:
N:V 25LN ST behlm9n VW 5t11 AV and N"W 2n1 AV
NW 240 ST batmen VW 511 AY and N Marra AV
N'W230STbew NW511AVinaMW].niAV
5-
r
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
City Planning Department:
Woonerf*
5' Established Setback
cn
.5.15 l•+
CC
CC
22
/f 1
Wcoher'
eyl
O
ar� '. I
•
0
0
' Illustration is iiitanaed-to convey Woonerf concept, not actuaraesign
Affected Thoroughfares:
NW 3rd AV between NW 2401 ST and NW 251t1 ST
NW Is1 AV Valeroen NW 2911M ST and MN 251A ST
NW 161Pi_ betwreea NW 23rd ST and NIA 2eth ST
J. 36
MIAMI 21
OCTOBER 2016
City Planning Department:
45' ROW against 1-95
5' Established Setback
'-95
Landscape
Eluelot
(Wit require coordination
with FOOT)
0
0
Affected Thoroughfare:
NW 6111 AV aetwaan NVV 22nd ST and NW 23th ST
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
5 r. 2'
Sidewalk Travel
Lane
Street Tees
i;. N..
A 45'
0
2
0
e •
z A s•
Travel Soewak
Lane
Street Trees
to' le s
0
0 0
, . •
J 37
MIAMI 21
OCTOBER 2016
Miami Dade County Public Works'
North Miami Avenue Proposed Road Diet
b' Established Setback
0
S
9
ai
▪ a• § ▪ + a
. 5•.. 5' ..o 6•.
%UM/AVeweantinth S",ane 12,20;
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
V 0
Q 0
0
g-
d
an
0)
g
J.38
MIAMI 21
OCTOBER 2016
City Public Works:
70-F
0Established Setback
A acted Thoroughfare:
N41 tad AV betwevo WhTwid KW 22Ih ST
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
Parking
•6".
0
r ' .
I-.-- to
‹ Ti
Travel Travel :3
Perking _ri
Lane Lane
il.• •-• tv .. 6' 6". -.5' 6" ,--• 9' .•
71
0
J 39
MIAMI 21
OCTOBER 2016
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
City Planning Department:
70' With Linear Parkway
5' Established Setback
LE
2.6' .► 2
V, 4 a. Travel Linear
g ,g 7 Parfung Lane. Parkway
Affected Thoroughfare:
%V 23Ln ST 7eaeen \dV61111 kg, and NW 3rd AV
0
a
0
•
0
0
2' -� �� Tom'
Lane
Travel
LParkhg
•
0
0
0 0
0
0
'A wider Sireel Tree Zone is Permissable in
J.40
MIAMI 21
OCTOBER 2016
City Capital Improvements:
NW 29th Approved Road Diet
10' Established Setback
a_
JP-
▪ ' 4'
▪ :C• ▪ ..56-...5•.
0
0
0
0
Affected Wynwood Carndar:
. W 291h ST peMesn 1.95 and 51e PEC
Parkng Bike
Lane
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
err
x
i
. •_ ' . -
Travel Turn Travel Blke Parking
Lane Lane Lane Lane
Lt" .. 10 .. 11. ..5 .45. 6.'• . 5•..5'5'1.4
@0 .
0
0
10'
J.41
MIAMI 21
OCTOBER 2016
City Capital Improvements:
Modified 100-D with Bike Lanes
0' Established Setback
N a
b
3' 2'
akap Parking
Lane a
Travel
Lane
ti 6-0.4 11•
Affected NRE3 Corridor.
0
0
0
NW 5th AV heMeen nW 2911 ST and NW 22nd ST
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
A f
2' �3' GI
Median Travel Parking m eke 2'
?
Lane ,- Lane —
l6' .. 11' . 6'64. 45'.4 5,.. g G.
105'
0
0
0
0
0
0
0
0
■
J.42
MIAMI 21
OCTOBER 2016
THIS PAGE LEFT INTENTIONALLY BLANK.
APPENDIX J: NEIGHBORHOOD REVITALIZATION DISTRICTS
J 43
ADDENDUM NO. 1
June 27, 2017
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-044
WYNWOOD STREETSCAPE AND TREE SCAPE MASTER PLAN
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and/or deletions amend the above -captioned Request
for Proposals and shall become an integral part of the Proposals submitted and the Wynwood
Streetscape and Street Tree Master Plan — Request for Proposals No.: 16-17-044 (the "Project), Please
note the contents herein and affix same to the documents you have on hand.
All attachments (if any) are available on the Office of Capital Improvements` website and are part
of this Addendum.
PRE -PROPOSAL CONFERENCE
WEDNESDAY, JUNE 28, 2017
AT 10:00 AM
310 NW 26' STREET, SUITE #1
WYNWOOD BUSINESS (IMPROVEMENT DISTRICT OFFICE
MIAMI, FLORIDA 33130
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFQ AND SHALL BE MADE A PART
THEREOF.
nie Perez, CPPO, Director
City of Miami Department of Procurement
RFQ No.: 16-17-006
��()F'.1/i
%'9i�F yi
* IIIT:o *
ue11
f41- `,�
r� R
CITY OF \II.AMI
REQUEST FOR QUALIFICATIONS
URBAN DESIGN AND LANDSCAPE
ARCHITECTURE/ENGINEERING SERVICES FOR WYNWOOD
STREETSCAPE AND STREET TREE MASTER PLAN
RFQ NUMBER
16-17-044
ISSUE DATE
THURSDAY, JUNE 22, 2017
PRE -PROPOSAL CONFERENCE
WEDNESDAY, JUNE 28, 2017
310 NW 26T" STREET, SUITE #1
WYNWOOD BUSINESS IMPROVEMENT DISTRICT OFFICE
MIAMI, FLORIDA 33130
ADDITIONAL INFORMATION & CLARIFICATION DEADLINE
Tuesday, July 18, 2017
@ 5:00 p.m.
PROPOSAL SUBMISSION DUE DATE
TUESDAY, JULY 25, 2017
3:00 PM
CONTACT
Lydia Osborne, CPPO
Procurement Department
City of Miami
444 SW 2"d Avenue, 6th Floor
Miami, Florida 33130
Phone: (305) 416-1907
Email: losborneC miamictov.com
TABLE OF CONTENTS
Public Notice Pg. 2
SECTION 1
Introduction to Request for Qualifications (RFQ) Pg. 3
SECTION 2
RFQ Scope of Services Pg. 9
SECTION 3
RFQ General Conditions Pg. 12
SECTION 4
Instructions for Submitting a Proposal Pg. 17
SECTION 5
Evaluation and Selection Process .. ........ Pg. 28
SECTION 6
RFQ PROPOSAL Forms Pg. 31
1
City of Miami RFQ No. 16-17-044
imiur{,.IrI, t
ilali
/ 411--
\1 y
r)K�
Cat, elt I
izevovz
PUBLIC NOTICE
CITY OF MIAMI
REQUEST FOR QUALIFICATIONS (RFQ)
Urban Design and Landscape Architecture/Engineering Services for
the Wynwood Streetscape and Street Tree Master Plan
RFQ NO: 16-17-044
Completed Proposals must be delivered to the Office of the City Clerk, City Hall, 3500 Pan American
Drive, Miami, Florida 33133 by 3:00 PM, on Tuesday, July 25, 2017 ("Proposal Submission Due Date").
Any Proposals received after the above date and time or delivered to a different address, department, or
location will not be considered.
RFQ documents may be obtained on or after Thursday, June 22, 2017, from the City of Miami, Capital
Improvements Program (CIP) webpage at:
http://www.miamigov.corn/CITP/ProcurementOpp.html
It is the sole responsibility of all firms to ensure the receipt of any addenda and it is definitely recommended
that firms periodically check the CIP webpage for updates and the issuance of addenda.
The Procurement Department has scheduled a voluntary pre -proposal conference and site
visit for this solicitation to be held on Tuesday, July 18, 2017 at 10:00 am at 310 NW 26
Street Suite #1, at the Wynwood Business Improvement. District (BID) Office. Any
Proposers who cannot attend the pre -proposal conference, will not be precluded from
submitting a proposal.
The City of Miami reserves the right to accept any Proposals deemed to be in the best interest of the City,
to waive any minor irregularities, scrivener's errors omissions, and/or technicalities in any Proposal, or to
reject any or all Proposals and to re -advertise for new Proposals, in accordance with the applicable sections
of the City Charter and Code, and this RFQ. The responsibility for submitting a Proposal before the stated
time and date is solely and strictly that of the Proposer. The City is not responsible for any delay, late or
mis-delivered Proposals, no matter the cause. Late or mis-delivered proposals will not be considered for
award by the City.
THIS SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH SECTION
18-74 OF THE CITY CODE.
Daniel J. Alfonso, City Manager
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
City of Miami RFQ No. 16-17-044
,\ f)p f,
t Inc,"I 111111
110:11
f \N
fJ K \
SECTION 1
INTRODUCTION TO REQUEST FOR QUALIFICATIONS
1.1. Invitation
Thank you for your interest in this RFQ. The City of Miami (the "City") Procurement Department
(Procurement), through the Planning and Zoning Department (P&ZlDepartment) and the
Wynwood Business Improvement District (BID) is seeking to procure a full range of professional
design and engineering services, as described in Section 2.0: "Scope of Services." This RFQ is
being issued pursuant to Section 287.055, Florida Statutes: the Consultants Competitive
Negotiation Act (CCNA). All references to Florida Statutes, City of Miami and Miami -Dade County
Codes and other laws/regulations, will be interpreted to include "as amended from time to time."
Copies of the solicitation are available on the Capital Improvements Program (CIP) webpage by
visiting:
http:f/www.rniamiaov.com/CITP/ProcurementOpp,html.
For the purposes of this RFQ, the words:
a) "Proposal" shall mean the completed written and properly signed submission in response
to this RFQ by the Proposer.
b) "Proposer" shall mean the legal entity submitting a Proposal in response to this RFQ.
1.2. Voluntary Pre -Proposal Conference
A Voluntary Pre -Proposal Conference will be held on Wednesday, June 28, 2017 at 10:00
a.m. at 310 NW 26 Street Suite #1, at the Millwood BID Office. The Proposer selected to
provide the services requested herein (Successful Proposer/Consultant) shall be required to
execute a Professional Services Agreement (PSA or Agreement) with the City, in substantially
the same form as the Agreement included as part of this RFQ.
1.3. Submission of Proposals
Sealed written Proposals must be received by the City of Miami Office of the City Clerk, no later
than the date, time and at the physical location indicated in Section 4, Proposal Submission, of
the RFQ, and the Public Notice found on the cover of this RFQ, in order to be responsive. Faxed
documents are not acceptable. One (1) original Proposal, along with seven (7) copies (eight
[8] total), plus one (1) copy in digital format (on CD-ROM or USB in .pdf format), of
Proposer's Proposal, must be timely received by the City, or the Proposal may be disqualified.
1.4. Cone of Silence
Pursuant to Section 18-74 of the City of Miami Code (Ordinance No. 12271), a "Cone of Silence"
is imposed upon this RFQ.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Ran
3
City of Miami RFQ No. 16-17-044
..„ci Op.r/i
• tun" l uun •
Written communications must be in the form of a fax, mail or e-mail to Lydia Osborne, CPPO, at
City of Miami, Procurement Department, 444 SW 2' Avenue, Floor, Miami, FL 33130, Fax
305-400-5025, e-mail losbornemiamigov.com, with a copy to the Office of the City Clerk, Attn:
Nicole Ewan, clerksmiamigov.com. Oral communications are not permissible, See "Cone of
Silence" Ordinance for details. Please review City of Miami Ordinance No. 12271, and City Code
Section 18-74 for complete details of the Cone of Silence.
Proposers are hereby cautioned not to contact any member of the Evaluation Committee or any
City staff, except as provided in the RFQ, regarding this RFQ, until such time as the Cone of
Silence is lifted. Failure to abide by this condition of the RFQ shall be cause for rejection of
Proposer's Proposal, and may result in potential suspension or debarment, pursuant to the
applicable provisions of the City of Miami Code and applicable regulations.
1.5. Additional Information or Clarification
Requests for additional information or clarifications must be made in writing. Proposer may fax or
e-mail their requests for additional information or clarifications in accordance with Article 1.4,
Cone of Silence. Facsimile submissions must have a cover sheet that includes the Proposer's
name, the RFQ number and title, and the number of pages transmitted. Any request for additional
information or clarification must be received in writing no later than 5:00 PM, on Tuesday, July
18, 2017. Late or misplaced request for additional information or clarification may not receive a
response in the subsequent addendum.
Procurement will issue responses to inquiries received and any other corrections it deems
necessary in the form of a written addenda, prior to the Proposal Submission Due Date. Proposers
shall not rely on any representations, statements or explanations other than those made in this
RFQ or in any written addenda to this RFQ. Where there appears to be conflict between the RFQ
and any addenda issued, the last addenda issued shall prevail.
Addenda will only be made available on the CEP webpage, and it is the Proposer's sole
responsibility to assure its review and receipt of all addenda. Prior to submitting the,
Proposal, the Proposer should check the GIP webpage, for all addenda:
http:/!www.miamiciov.com/CITP/ProcurementOpp.html.
1.6 Award of an Agreement
A Professional Services Agreement (PSA or Agreement) may be awarded to the Successful
Proposer for the Project by the City Commission, following a written recommendation from the
City Manager, based upon the qualification requirements reflected herein. The draft PSA is
attached hereto as Attachment A, and it is hereby incorporated into, and made a part of this
RFQ. The City reserves the right to execute or not execute, as applicable, an Agreement with the
Successful Proposer, when it is determined to be in the City's best interest. The City does not
represent that any award will be made. The award and execution of the Agreement shall comply
with CCNA, Florida Statute §287.055, as amended, codified in the City of Miami Code, as Section
§18-87.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
4
City of Miami RFQ No. 16-17-044
1.7 Agreement Execution
By submitting a Proposal, the Proposer agrees to be bound to and execute the Agreement for
Urban Design and Landscape Architecture/Engineering Services for the Wynwood Streetscape
and Street Tree Master Plan. The Agreement will be in the form of a City furnished PSA (see
draft copy as Attachment A), Without diminishing the foregoing, the Proposer may request
clarification and submit comments concerning the Agreement for City's consideration. Only
clarification requests and comments, and proposed revisions included within the Proposer's
Proposal will be considered by the City. Any comments identified after the Proposal has been
received will not be considered by the City. Furthermore, any requests to negotiate provisions of
the Agreement not identified in the Proposal, after the Proposal has been received, may be
grounds for dismissal. None of the foregoing shall preclude the City from seeking to negotiate
changes to the Agreement during the negotiation process.
The City shall require the Successful Proposer to provide, for itself, as well as the Sub
consultant(s) any or all of the following documentation to support the Price Proposal, if applicable,
as a condition precedent to execution of an Agreement.
• Current financial statement(s), preferably audited financial statements for the
most recently completed fiscal year clearly showing the costs (not percentage)
of direct labor, indirect labor, fringe benefits, general administrative costs and
overhead and a statement of profit or operating margin requested.
• Raw labor rates by labor or professional classification certified as accurate by
an officer of the company.
• Breakdown of the fee by task/labor classification and raw or billable hourly
rate/number of hours.
• Updated information reflecting information resulting from negotiation of the
Agreement.
• Copy of current Notice of Qualification letter from the Florida Department of
Transportation, if applicable.
1.8 Unauthorized Work
The Successful Proposer shall not begin work until the City issues a Notice to Proceed (NTP).
Such NTP shall constitute the City's authorization to begin work. Any unauthorized work
performed by the Successful Proposer, prior to the NTP, or during the term of the Agreement,
shall be deemed non-compensable by the City, and Successful Proposer shall not have any
recourse against the City for performing unauthorized work or premature work.
1.9. Submittal instructions
Careful attention must be given to all requested items contained in this RFQ. Proposers are invited
to submit Proposals in accordance with the requirements of this RFQ. PLEASE READ THE ENTIRE
SOLICITATION BEFORE SUBMITTING A PROPOSAL. Proposers shall make the necessary
entries in all blanks and forms provided for the Proposal.
Proposals shall be submitted in sealed envelopes or packages, with the RFQ number, title, and
Proposal Submission Due Date clearly noted on the outside of the envelopes or packages.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
5
City of Miami RFQ No. 16-17-044
L�11 o ,11
Iim111!111P11 •
11§11
1.10. Changes/Modifications/Alterations
Proposer may submit a modified Proposal to replace all or any portion of a previous submitted
Proposal, or withdraw a Proposal at any time prior to Proposal Submission Due Date. All
modifications or withdrawals shall be made in writing, to the point of contact specified in Article 1.4,
Cone of Silence. Oral/Verbal modifications will not be allowed and will be disregarded. Written
modifications will not be accepted after the Proposal Submission Deadline. The City will only
consider the latest version of the Proposal.
1.11. Sub consultants/Subcontractors
For the purpose of this RFQ, a "Sub consultant" and "Subcontractor" are used interchangeably.
A Sub consultant or Subcontractor is any individual, firm, entity, or organization, other than the
employees of the Proposer, who has or will have, a contract with the Successful Proposer to
assist in the performance of services required under this RFQ. A Sub consultant shall be paid by
the Successful Proposer and not directly by the City, The Proposer must clearly identify in its
Proposal the Sub consultants to be utilized in the performance of required services. The City
retains the right to accept or reject any Sub consultant proposed in the Proposer's Proposal, or
proposed prior to Agreement execution. Any and all liabilities regarding the use of a Sub
consultant shall be borne solely by the Successful Proposer, and insurance for each Sub
consultant must be maintained in good standing and approved by the City throughout the duration
of the Agreement. Neither the Successful Proposer nor any of its Sub consultants are considered
to be employees, partners, affiliates or agents of the City. Failure to list all Sub consultants and
provide the required information, may disqualify any proposed Sub consultants from performing
work under this RFQ.
Proposer shall include in their Proposal the requested Sub consultant information and all relevant
information required of the Proposer.
Proposer must identify each of its Community Business Enterprise (CBE) Sub consultants via
Letter of Agreement (LOA) at the time of Proposal submittal. Additional information concerning
the CBE requirements can be found in Section 3.6, Community Business Enterprise (CBE)
Participation Requirements - Mandatory.
After Proposal submittal, Proposers are expressly prohibited from substituting any Sub
consultants contained in the Proposal. Proposers shall not change any Sub consultants
without just cause and prior written approval by the City Manager or the Manager's
designee, as applicable. If approved, the City reserves the right to request additional required
documentation, as specified in the RFQ. if the City does not accept the proposed change(s), the
Proposal will be rejected and not considered for award.
1.12. Discrepancies, Errors, and Omissions
Any discrepancies, errors, or ambiguities in the RFQ or addenda (if any) should be reported in writing,
in the manner prescribed in the RFQ Section 1.4, Cone of Silence. If applicable, the City will issue
a written addendum to the RFQ clarifying such conflicts or ambiguities. It is agreed that any such
alleged discrepancies, errors or omissions will not be construed against the drafting party.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
6
City of Miami RFQ No. 16-17-044
try'
1.13. Disqualification
This RFQ requires the use and submission of specific City Forms. In addition, the RFQ requires
the submission of additional documents and information. Failure to utilize the City Forms and
submit the required documents will result in the rejection of the Proposal as non -responsive and
it will not be considered for award.
The City reserves the right to disqualify Proposers upon evidence of collusion with intent to
defraud or other illegal practices on the part of the Proposer. The City also reserves the right to
waive any immaterial defect or informality in any Proposal; to reject any or all Proposals in whole
or in part, or to reissue a RFQ.
Any Proposal submitted by a Proposer who is in arrears, (e.g., money owed or otherwise in debt
by failing to deliver goods or services to the City (including any agency or department of the City),
or where the City has an open claim against a Proposer for monies owed the City at the time of
Proposal submission, will be rejected as non -responsive and shall not be considered for award.
Any Proposer who submits in its Proposal any information that is determined by the City, in its
sole opinion, to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be
disqualified from consideration for award of the Agreement.
Any Proposal submitted by a Proposer who is in arrears, (e.g., money owed or otherwise in debt
by failing to deliver goods or services to the City (including any agency or department of the City),
or where the City has an open or liquidated claim against a Proposer for monies owed the City at
the time of Proposal Submission Due Date, or if the Proposer has been declared in default, or
abandoned a prior City contract or agreement, or has been debarred by a federal, State of Florida,
or local public entity within the past five (5) years), will be rejected as non -responsive and shall
not be considered for evaluation. Additionally, prior to award recommendation, the above
requirements must be met by the Successful Proposer, and is a condition that must be maintained
during the term of the Agreement.
The City reserves the right to reject Proposals submitted by limited liability corporations.
1.14. Proposer's Expenditures
Proposer understands and agrees that any expenditure they make in preparation and submittal
of Proposals, or in the performance of any services requested by the City in connection with the
Proposals to this RFQ, are exclusively at the expense of the Proposer. The City shall not pay or
reimburse any expenditure or any other expense incurred by any Proposer in preparation of a
Proposal and/or anticipation of an award of contract, and/or to maintain the approved status of
the Successful Proposer, if an Agreement is awarded, and/or administrative or judicial
proceedings resulting from the solicitation process. By submission or a Proposal, the Proposer
agrees to these terms.
1.15 Inspection of Site
Proposers should carefully examine the Project's locations of the proposed work before
submission of a Proposal and make all necessary investigations to inform themselves thoroughly
as to all difficulties involved in the completion of all work required pursuant to the mandates and
Urban Design and Landscape ArchitecturelEngineering Services
for the Wynwood Streetscape and Street Tree Master Plan
7
City of Miami RFQ No. 16-17-044
\ nr.
awr_ 0
1,
* ntuFiluun •
t. !Ts
s
/
R1
requirements of this RFQ and the Agreement. No plea of ignorance of conditions or difficulties
that may hereafter exist, or of conditions or difficulties that may be encountered in the execution
of the work pursuant to this Proposal as a result of failure to make the necessary examinations
and investigations will be accepted as an excuse for a failure or omission on the part of the firm
to fulfill, in every detail, all of the requirements of the Contract Documents, as defined in the
Agreement, nor will they be accepted as a basis for any claims whatsoever for extra compensation
or for an extension of time.
1.16 Execution of Proposal
The Proposal must be manually and duly signed by an authorized corporate officer, principal, or
partner (as applicable) with an original signature in full. When a firm is the Proposer, the Proposal
shall be signed in the name of the firm by one or more of the partners. When a corporation is the
Proposer, the officer signing shall set out the corporate name in full beneath which he shall sign
his name, give title of his office and affix the corporate seal. Anyone signing the Proposal as an
agent must file with it, legal evidence of signature authority. Proposers who are nonresident
corporations shall furnish to the City a duly certified copy of their permit to transact business in
the State of Florida with the Proposal. Failure to promptly submit the evidence or qualification to
transact business in the State of Florida, may be basis for rejection of the Proposal.
Proposer understands that submitting this RFQ does not constitute an Agreement or Contract
with the Proposer.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
8
City of Miami RFQ No. 16-17-044
\i`1 r)�
� � y
runriuirn •
e, min _
SECTION 2
RFQ SCOPE OF SERVICES
2.1. Purpose
The City of Miami ("City") is seeking to procure a qualified and experienced professional
consulting firm to work in conjunction with City staff and the Wynwood BID and interested
business owners and residents to provide urban design and landscape architecture/engineering
and master planning services to create a Wynwood Streetscape and Street Tree Master Plan.
This document is necessary to develop the Streetscape and Street Tree Master Plan identified
within the adopted Neighborhood Revitalization District (NRD)-1 ordinance. The overall goal of
the qualified firm is to work with the community to develop a blueprint for a "living street" consisting
of street trees and other streetscape improvements to an area as identified in Attachment A. The
City will select a consultant team to provide professional and technical services to engage
Wynwood business owners and residents to assist in the preparation of a Streetscape and Street
Tree Master Plan based on the following Request for Proposal (RFQ).
Based upon the Scope of Services as described in the RFQ and PSA, the Proposer's team shall
consist of the following disciplines:
1) Lead Design Landscape Architect
2) Design Architect
3) Urban Designer
4) Environmental Specialist
5) ISA Certified Arborist
6) Architecture/Engineer Project Manager
7) Traffic Engineer/Transportation Planner
8) Surveyor
9) Community Outreach Specialist
10) Geotechnical Specialist (may be a Sub consultant)
11) Art Specialist (may be a Sub consultant)
2.2. Project Description
The Wynwood Neighborhood is located just north of Miami's city center surrounded by Midtown,
Edgewater, Overtown and Allapattah. Wynwood is an eclectic district that thrives on color,
innovation, and character. With a higher concentration of street art than anywhere in America,
Wynwood is further defined by its vibrant look and feel. It's home to a diverse fabric of people,
businesses, and organizations rooted in creativity and entrepreneurship. Wynwood's boundaries
generally stretch from NW 20th Street to NW 29th Street and from 1-95 to the Florida East Coast
(FEC) Railway, east of North Miami Avenue.
Throughout the mid -to -late 1900s, this area was an enclave for Caribbean immigrants and home
to Miami's Garment District —a bustling manufacturing and logistics hub engaged in trade and
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
City of Miami RFQ No. 16-17-044
commerce with Latin America. Following a decade of economic exodus and depression, the
district was awash with vacant warehouses, factories, and other neglected buildings.
It's impossible to overstate the impact of art on the subsequent revival of Wynwood. In a unique
reversal of progression. street art sparked Wynwood's renaissance. Large concrete structures
with windowless facades became canvases for the unprecedented volume of artistic expression
that would soon arrive.
Wynwood is now in transition and is transforming into a globally recognized destination for art,
fashion, innovation, and creative enterprise. Emerging trends include art studios and galleries,
microbreweries, artisan restaurants and bakeries, co -working spaces and innovative tech firms.
There are also renowned charter schools and colleges moving into the neighborhood. New
residential, commercial and office developments are emerging from the ground up.
As a result of Wynwood's industrial past, there is a dramatic need for green and open space areas
along with an enhancement to tree canopy for the benefits of its current and future residents and
visitors.
2.3 Scope of Services
The Scope of Services include providing a full range of urban design and landscape
architectural/engineering services to create a Streetscape and Street Tree Master Plan that takes
into consideration the following:
1) Strengthening sense of place, neighborhood identity, and aesthetics through the
identification of strategic tree species and planting locations at gateways and along
thoroughfares. This will enhance the identity of the Wynwood District along major corridors
and;
2) Development of guidelines and opportunities for public landscaping experiences in the
right-of-way which interact with the surrounding art on private property, without conflicting
or obstructing visibility of art applied to building exteriors;
3) Building the community's resilience to the impacts of climate change through tree canopy
to reduce the heat island effect, and reintroduce native plant species;
4) Maintaining and enhancing the quality of the air, water and land through a mature tree
canopy's ability to sequester carbon and release oxygen;
5) Promoting Green Infrastructure opportunities to mitigate urban stormwater runoff
throughout the District;
6) Promoting and encouraging actions that reduce greenhouse gas emissions through the
creation of attractive and comfortable pedestrian and cycling routes to encourage the use
of alternate modes of transportation;
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
10
City of Miami RFQ No. 16-17-044
0,:.
+ Iu u111.,,,,t1
1411
7) Improving the pedestrian experience with appropriate street furniture, trash receptacles,
street lighting and other streetscape features;
8) Using the adopted Wynwood NRD-1 Street Master Plan as a guiding document for Right -
Of -Way standards for existing conditions;
9) Coordinating streetscape improvements with the MANA Wynwood Special Area Plan
(SAP) proposal located on the southwest boundary of Wynwood NRD-1;
10) Developing minimum planting standards above and beyond those in Miami 21, and
industry best practices for planting treatment, irrigation, suspended pavement systems,
etc...;
11) Developing specific standards for enhancement of transit stops and transit enhancements;
and
12) Encouraging integration of surrounding neighborhoods with specific design interventions.
2.3.1 Sustainable Landscape Components
Sustainability and conservation of resources shall be an integral part of the Proposer's design —
and recognized as a Project goal throughout. Proposer shall incorporate sustainable landscape
within the community identified in Exhibit A, in support of a sustainable design theme which can
be exported to the surrounding community,
Proposer's Plan recommendations, at a minimum, shall consider sustainable planning, building,
site, and design practices. Community input on how to expand upon the following objectives, is
critical to achieving sustainability goals:
1) Permeable surfaces;
2) Energy conservation and atmospheric impact;
3) Habitat enhancement;
4) Efficient use of water;
5) Reduced pesticide use;
6) Develop storm water retention capability; and,
7) Efficient use of materials and resources.
Proposer's Plan shall address the plant material used in on -going maintenance and enhancement
of the neighborhood. Installing desirable environmentally appropriate groundcover, trees, and/or
shrubs is of high priority. Specimens recommended for the area must be able to thrive in a coastal
environment, be drought tolerant, and strong enough to withstand the public by -way and climate
forces. Trees or plants that are susceptible to pests and disease shall not be recommended. To
sustain local wildlife populations, Florida natives that do not go completely dormant should be
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
City of Miami RFQ No. 16-17-044
added whenever possible. Deciduous trees shall be surrounded by evergreens to maintain the
visual aesthetics of thoroughfares.
2.4. Project Scope of Services
The Scope of Services include providing a full range of urban planning, design and landscape
architectural/engineering services for the development of the Plan and schematic design to be
utilized by the City as the template for long term improvements to the area identified in Exhibit 1.
Tasks, responsibility; and contents include, but are not limited to: kickoff environmental site
analysis, assessment and studies, professional survey, analysis of existing infrastructure impacts.
grading and drainage, review of pertinent plans and context analysis, traffic analysis/parking plan,
project meetings and data gathering, public outreach/community engagement and presentations,
consensus building and facilitation, design options, framework plan, demonstration project,
civil/site planning, proposed landscape design/space planning, schematic design, and
perspective illustrations.
The final scope of work will be crafted upon selection of a Consultant team, the City anticipates
that the Scope of Work will, at a minimum, address all of the following components. The City is
also open to suggestions other than those listed below that the Consultant believes would be of
value in producing the Wynwood Streetscape and Street Tree Master Plan.
The selected firm will need to be familiar with County and City codes, restrictions, and processes
throughout the project and goals established in existing master plans such as the City of Miami
Tree Master Plan. All deliverables will be submitted to the City in hard copy and original electronic
format (for example: Excel, AutoCAD, Word, etc.). Ail work produced by the consultant for this
project will become property of the City of Miami, and it is expected that information pertinent to
this project will be shared freely with all City employees involved in the project.
The Scope of Work includes, but is not limited to:
1) Site Analysis and Assessment of Resources;
2) Development of Community Outreach, Public Input Process, and Consensus Building
3) Overall Street Tree and Streetscape Master Plan Schematics, Tree Specimen Palette
and Management Plan;
4) Cost Estimates and Maintenance Plan;
5) Coordinate care recommendations with an Urban Forester or International Society of
Arboriculture (ISA) Certified Municipal Specialist
6) Presentation to Wynwood BID
7) Presentation to Planning, Zoning and Appeals Board (PZAB) and City Commission for
action
Importance is placed on effective community outreach and public input that maximizes
opportunities to develop a community consensus for the proposed plan. The City would like to
ensure that the majority of the needs identified by the community are effectively addressed. It is
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
12
City of Miami RFQ No. 16-17-044
Aci
ter_ ,i
anticipated that minimum of two (2) community meetings (estimated eight [8] hours total) will be
required in addition to other outreach efforts.
The Consultant shall address each of the following phases by describing how the firm would meet
the written criteria. Include experience and examples of similar work performed and/or provide
information on subcontractor's experience.
1) Site Analysis and Assessment of Resources
This phase will include an environmental site analysis of the area to consider existing
site conditions, inventory of components, canopy cover, surveys, assessment of
existing above and below grade infrastructure (including all utilities), opportunities and
constraints, along with neighborhood and civic interests. Additional information will be
needed to evaluate existing trees, potential property uses, energy resources,
conservation options, and alternative landscape options for the purpose of maintaining
and renovating the existing landscape where possible.
2) Development of Community Outreach, Public Input Process, and Consensus
Building
This phase embarks on the community outreach process, seeking to build business
owner and resident support for the Street Tree Planning Project. This phase also
solicits community comment on how the Street Tree Master Plan should be designed
to meet the needs of business owners, residents, and visitors. The community
outreach, public input, and consensus building effort will be integral to a successful
planning and design process. The master plan will reflect public input and community
consensus as endorsed by the City and major stakeholders. Stakeholders include, but
are not limited to: neighborhood residents, adjacent neighborhoods, business owners,
and applicable governmental agencies. It is essential that the diverse make-up of the
community is encouraged to participate, and is represented fairly in this process.
3) Master Plan Schematics and Specimen Palette
This phase will be based on a thorough needs assessment and community outreach,
and a master plan will be developed. This master plan will reflect the needs and
interests identified by the community, the City and other key partners. A palette of
recommended tree species to be used in the landscape project will also be developed
making use of existing resources from the Wynwood Public Benefit Trust Fund and
Tree Trust Fund. This phase will also identify the areas of the master plan that have
the highest priority for implementation based on a needs assessment of the site, and
including community input. The master plan will lay out the recommended priorities for
completion of each phase of the project.
a) Wynwood Corridors (approximately 2 unique street sections)
• Develop a Street Tree Plan and Streetscape specific to NW 29th Street and
NW 20 Street which shall be included in the Master Plan and shall include
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
13
City of Miami RFQ No. 16-17-044
streetscape design guidelines (street furniture, plantings, lighting, signage
etc.)
b) NRD Corridors (approximately 2 unique street sections)
• Develop a Street Tree Plan and Streetscape specific to NW 2 Avenue and
NW 5 Avenue which shall be included in the Master Plan and shall include
streetscape design guidelines (street furniture, plantings, lighting, signage
etc.)
c) Wynwood Thoroughfares (approximately 6 unique street sections)
• Develop a Street Tree and Streetscape Plan specific to this district which
shall include streetscape design guidelines (street furniture, plantings,
lighting etc.)
d) Woonerf
• Coordinate streetscape plan with Woonerf design specific to NW 3' Avenue
between NW 29'h Street and NW 25th Street (designed under separate RFQ
process), NW 1st Avenue between NW 29th Street and NW 25th Street and
NW 1st Place between NW 23° Street and NW 20th Street which shall be
included in the Master Plan. This is a dynamic new street design developed
to convert a public thoroughfare into a pedestrian primary zone which acts
as public open space. This scope is being solicited under a separate RFQ
(RFQ 16-17-049).
e) Landscaping of medians
• Develop a landscape plan for all existing medians located within the identified
area,
• Identify areas of opportunity for the installation of medians.
4) Street Tree Management Plan
The components of the management plan shall include assessment of tree and
horticultural resources; long-term, intermediate, and short-term goals for tree canopy
cover, species diversity and tree age distribution; program and system descriptions for
tree risk management, plant health care, curb/sidewalk repair; management activities
to be performed; operations and time frame for updating management plan and the
mechanism for integrating feedback into the management plan.
5) Cost Estimates and Maintenance Plan
In this phase an operating cost model and maintenance plan will be completed for the
project. The City will look to the firm hired to analyze and extrapolate data from the
previous phases to complete both the operating cost model and maintenance plan. A
Maintenance Plan should address how the City may fund the maintenance once each
phase of installation is completed.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
14
City of Miami RFQ No. 16-17-044
* „<«. „m. *
is is
,
6) Coordinate with an Urban Forester or ISA Certified Municipal Specialist
Municipal Specialist's role incudes providing expertise on vegetation resources,
community framework and resource management. In addition, identifying proper
enforcement of future street tree master plan standards through the Code Compliance
Department with a dedicated Code Compliance Officer focusing only on tree issues.
This individual will be trained to recognize code infractions and properly enforce the
regulations established in the City's Tree Protection Ordinance. An additional officer
may be trained as support for the Code Compliance officer assigned to tree canopy
infractions.
7) Presentation to Wynwood BID
Once the Streetscape Master Plan has been drafted, the Consultant will make a
presentation to the Wynwood BID detailing the components of the plan, any identified
maintenance priorities, and the extent of community outreach and participation in
developing the master plan.
8) Presentation to City Commission and PZAB for Action
Once the Streetscape Master Plan has been drafted, the Consultant will make
a presentation to the PZAB and City Commission detailing the components of
the plan, any identified maintenance priorities, and the extent of community
outreach and participation in developing the master plan.
All Work Plan deliverables shall be submitted to the City in hard copy and original electronic format
(for example: Excel, AutoCAD, Word, etc.). All work produced by the Successful Proposer for
this Project will become property of the City of Miami, and it is expected that information pertinent
to this Project will be shared freely with all City staff involved in the Project, and made available
as a public record, upon request.
The City anticipates contracting with one (1) qualified firm under one (1) non-exclusive
Agreement for this Project.
A. Proposed Team
The Successful Proposer's Team shall consist of the following disciplines and be directed by Key
Personnel:
1) Lead Design Landscape Architect
2) Design Architect
3) Urban Designer
4) Environmental Specialist
5) ISA Certified Arborist
6) Architecture/Engineer Project Manager
7) Traffic Engineer/Transportation Planner
8) Surveyor
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
15
City of Miami RFQ No. 16-17-044
Op
f
9) Community Outreach/Public Relations Specialist
10) Geotechnical Specialist (may be a sub consultant)
11) Art Specialist (may be a sub consultant)
B. Project Manager
The Successful Proposer shall designate a lead individual, referred to as the "Project Manager"
to manage the Project. The Project Manager shall meet the minimum qualification requirements
specified in Section 3.5 (3), Minimum Qualification Requirements.
Note: The City, acting by and through its City Manager, as further detailed in Attachment A -
Professional Services Agreement, as may be amended from time to time, prior to issuance of any
Notice to Proceed, or at other reasonable intervals decided by the City Manager, may elect at the
City's discretion, to proceed with the Work on a phased basis.
A detailed scope of work will be developed by the Department for each Work Order issued.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
16
City of Miami RFQ No. 16-17-044
SECTION 3
RFQ GENERAL CONDITIONS
3.1. Acceptance/Rejection
The City reserves the right to accept or reject any or all Proposals that best meets the criteria in
the Solicitation or reject any or all Proposals. The City also reserves the right to reject any
Proposer(s) who has previously failed to properly perform under the terms and conditions of a
City contract, to deliver on time any contracts with the City, and who does not have the capacity
to perform the requirements defined in this RFQ. Further, the City may waive informalities,
technicalities, minor irregularities, and/or request additional information/clarification for the
services specified in this RFQ, and may, at its discretion, withdraw and/or re -advertise the RFQ.
3.2. Legal Requirements
This RFQ is subject to all applicable Federal, State, County, City and local laws, codes,
ordinances, rules and regulations that in any manner affect any and all of the services covered
herein. Lack of knowledge by the Proposer shall in no way be cause for relief from responsibility.
Proposer shall fully comply with all applicable Federal, State and local laws, rules and regulations,
loan and grant requirements. The foregoing will be considered as part of the duties of
performance of the Proposer under the Agreement.
3.3 Non -Appropriation of Funds
In the event that insufficient funds are appropriated and budgeting or funding is otherwise
unavailable in any fiscal period for this Project, the City shall have the unqualified right to terminate
the Agreement upon written notice to the Successful Proposer, without any penalty or expense to
the City. No guarantee, warranty or representation is made that any particular work or any
project(s) will be assigned to any firm(s).
3.4 Business Tax Receipt Requirement
Proposers shall meet the City's Business Tax Receipt ("BTR") requirements in accordance with
Chapter 31, Article II of the City of Miami Code, as amended, and any required County Business
Tax Receipt ("County BTR"). Proposers with a business location outside the City of Miami shall
meet all applicable local BTR requirements. A copy of the BTR should be submitted with the
Proposal. The City may, at its sole option, allow the Proposer to submit a copy of their BTR after
the Proposal Submission Due Date.
3.5 Minimum Qualification Requirements
The City is seeking to procure a qualified and experienced urban planning and design/landscape
architecture, and architectural/engineering services team, as defined in Florida Statute 287.055
(CCNA). The Proposer shall possess a minimum of five (5) years of experience as a prime urban
design and/or landscape architectural and/or engineering consultant in streetscape and street
tree master planning projects, and hold a current active license, as an architecture/engineering
qualifier, under its current business name, as authorized to conduct business in the State of
Florida. In addition, the firm shall have experience as the prime urban planning and
design/landscape architecture, and architectural/engineering services firm in a minimum of three
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
17
City of Miami RFQ No. 16-17-044
(3) projects of similar scope and complexity (e.g., streetscape and right-of-way designs, road
diets, etc... ). Proposer must have a proven track record of successfully completing urban
streetscape master plans as well as working with unique urban environments which shall be
submitted as reference projects. Failure to meet the above -stated requirements and include
documentation substantiating the above stated experience, with the Proposal will result in a
determination of non -responsive.
In addition, Proposers must have at least one staff or team member who has been licensed and
practicing as an landscape architect or architect/engineer under Title XXXII, Regulation of
Professions and Occupations, Florida Statutes 471 for at least three years and who will serve as
Project Manager for this Project.
Each firm interested in responding to this RFQ must provide information on the firm's
qualifications and experience; qualifications of the Project team, members and staff; Project
Manager's experience; and previously completed projects. See Section 4.0 "Instructions for
Submitting a Response: Submission Requirements" for further direction. Responses that do not
completely adhere to all requirements may be considered non -responsive and eliminated from
the process. Additional minimum qualifications may be stated in Section 4.0, "Instructions for
Submitting a Response."
The City may consider a Proposal as responsive where a Proposer has Tess than the stipulated
minimum number of years of experience solely where the Proposer has undergone a name
change and such change -of -name has been filed with the State of Florida, or where the Proposer
was a subsidiary of a larger firm and the Proposer's firm has been merged into the larger firm.
Proposer must include documentation substantiating such name change or merger as part of its
Response for the City to consider crediting the years of experience from the Proposer under its
previous name.
3.6 COMMUNITY BUSINESS ENTERPRISE (CBE) PARTICIPATION
REQUIREMENTS - MANDATORY
Unless precluded by Florida Statutes, Federal laws or regulations or grant requirements, in
accordance with Section 18-87, the City of Miami has established mandatory CBE Participation
requirements as specified in the City Code. CIP has established procedures to assist Proposers
in complying with these CBE participation requirements. On the left side of CIP Procurements
Opportunities and Forms Webpage, there is a link to a new page called CBE Forms/Reports. That
page contains links to required City CBE Forms, as well as a forms checklist and a "Frequently
Asked Questions" (FAQ) page containing important information.
In addition, there are also active links to the Miami -Dade County Website for a listing of CBE
certified firms and certification forms.
For detailed instructions and access to required CBE Forms, click on the Zink below:
http://www.m iamigov.com/Capital) mprovements/pages/ProcurementOpportunities/ProjectPages
/CBE/CBE forms.asp
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
IS
City of Miami RFQ No. 16-17-044
For all additional CBE questions, please use the contact information listed on the CBE Forms
page.
Successful Proposer shall adhere to the following mandatory requirement:
• Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified
by Miami -Dade County as a CBE.
Unless precluded by Florida Statutes, Federal laws or regulations or grant requirements,
Proposers who meet the mandatory CBE participation requirement through use of firms from
within the City of Miami°s municipal boundaries, will receive (5) five bonus points.
For information on the City's CBE requirements, visit the CIP website at:
http://dev.miamiaov.com/capitalimprovements/pages/ProcurementOpportunities/Project
Pages/CBE forms.asp.
In addition to submitting the required CBE Forms, please refer to Section 5,0(c) "Five Bonus
Points — CBE Participation", for instructions on how to qualify to receive the five bonus points.
To qualify to receive the five bonus points, Proposer's must:
1) Attach copies of both a current City of Miami Business Tax Receipt
AND a current Miami -Dade County Business Tax Receipt with the submittal.
2) Sign and attach Form 6.4 - Certificate of Compliance
3) Sign and attach form C-1 - List of Sub consultants
To verify the above requirements, the City has provided Form "C-1 List of Sub consultants" to
identify all subconsulting firms (including CBE certified firms) that are part of the Proposer's
team. This Form can be found posted on the CIP webpage with the solicitation documents.
Failure to include this completed form with Proposer's Proposal may result in Proposal being
deemed non -responsive.
SEC. 18-73 CITY OF MIAMI CODE
Local office means a business within the City which meets all of the following criteria:
(1) Has had a staffed and fixed office or distribution point, operating within a permanent
structure with a verifiable street address that is located within the corporate limits of
the city, for a minimum of twelve months immediately preceding the date bids or
Responses were received for the purchase or contract at issue; for purposes of this
section, "staffed" shall mean verifiable, full-time, on -site employment at the local office
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
19
City of Miami RFC) No. 16-17-044
(2
for a minimum of forty hours per calendar week, whether as a duly authorized
employee, officer, principal or owner of the local business; a post office box shall not
be sufficient to constitute a local office within the city;
If the business is located in the permanent structure pursuant to a lease, such lease
must be in writing, for a term of no Tess than twelve months, been in effect for no less
than the twelve months immediately preceding the date Proposals were received, and
be available for review and approval by the Chief Procurement Officer or their
designee; for recently -executed leases that have been in effect for any period Less
than the twelve months immediately preceding the date Proposals were received, a
prior fully -executed lease within the corporate limits of the City that documents, in
writing, continuous business residence within the corporate limits of the City for a term
of no less than the twelve months immediately preceding the date Proposals were
received shall be acceptable to satisfy the requirements of this section, and shall be
available for review and approval by the Chief Procurement Officer or their designee;
further requiring that historical, cleared rent checks or other rent payment
documentation in writing that documents local office tenancy shall be available for
review and approval by the Chief Procurement Officer or their designee;
(3) Has had, for a minimum of twelve months immediately preceding the date Proposals
were received for the purchase or contract at issue, a current business tax receipt
issued by both the city and Miami -Dade County, if applicable; and
(4) Has had, for a minimum of twelve months immediately preceding the date Proposals
were received for the Agreement at issue, any license or certificate of competency and
certificate of use required by either the city or Miami -Dade County that authorizes the
performance of said business operations; and
(5) Has certified in writing its compliance with the foregoing at the time of submitting its
Proposal to be eligible for consideration under this section; provided, however, that
the burden of proof to provide all supporting documentation in support of this local
office certification is borne by the business applicant submitting a Proposal.
3.7 PUBLIC ENTITY CRIMES
In accordance with Section 287.133m Florida Statutes, a person or affiliate who has been placed
on the convicted vendor list, following a conviction for a public entity crime, may not a) submit a
response on a contract to provide any goods or services to a public entity; b) submit a response
on a contract with a public entity for the construction or repair of a public building or public work;
c) submit responses on leases of real property to a public entity; d) be awarded or perform work
as a contractor, design -builder, supplier, subcontractor, or consultant under a contract with any
public entity; and e) transact business with any public entity in excess of the threshold amount
provided in §287.017, Florida Statutes, as amended, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list. Violation of this section by
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
20
City of Miami RFQ No. 16-17-044
i� K L
Proposer shall result in rejection of the Proposal, cancellation of the Agreement (if awarded), and
may result in Proposer's debarment.
3.8 RESOLUTION OF PROTESTS
Any actual or prospective contractual party who feels aggrieved in connection with the solicitation
or award of a contract may protest in writing to the Chief Procurement Officer who shall have the
authority, subject to the approva! of the City Manager and the City Attorney, to settle and resolve
a protest subject to final approval by the City Commission. Proposers are alerted to Section 18-
103 through 107 of the City Code, Ordinance No. 12271 (the City of Miami Procurement Code)
describing the protest procedures. Protests failing to meet the requirements for filing shall NOT
be accepted. Failure of a party to timely file shall constitute a forfeiture of such party's right to file
a protest. NO EXCEPTIONS TO THESE REQUIREMENTS.
3.9 REVIEW OF RESPONSES FOR RESPONSIVENESS
Each Response will be reviewed to determine if it is responsive to the submission requirements
outlined in the RFQ. A "responsive" Response is one which meets the requirements of the RFQ,
is submitted in the format outlined in Section 4.1 — Section B of this RFQ, is of timely submission,
and has appropriate signatures/attachments as required on each document.
3.10 COLLUSION
The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous
understanding, agreement or connection either with any person, firm, or corporation submitting a
Proposal for the same services, or with any City department. The Proposer certifies that its
Proposal is fair, without control, collusion, fraud, or other illegal action. The Proposer further
certifies that it is in compliance with the conflict of interest and code of ethics laws. The City will
investigate all situations where collusion may have occurred, and the City reserves the right to
reject any and all Proposals where collusion may have occurred.
3.11 CLARIFICATIONS
The City reserves the right to request clarifications of information submitted and to request any
necessary supporting documentation or information of one or more Proposers, after the deadline
for submission of Proposals.
3.12 KEY PERSONNEL
Subsequent to submission of a Proposal and prior to award of an Agreement, Key Personnel shall
not be changed. Proposers shall not change any member of their Key Personnel without just
cause and must obtain prior written approval by the City. The City reserves the right to request
additional documentation, as required by the RFQ. If the City does not accept the proposed
change(s) the Proposal will be rejected and not considered for award.
3.13 ADDITIONAL TERMS AND CONDITIONS
No additional terms and conditions included with the Proposal 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
Urban Design and Landscape Architecture/Engineering Services
for the Wynwcad Streetscape and Street Tree Master Plan
21
City of Miami RFQ No. 16-17-044
* 11i111I41111i s
11�11
411111..
r)K�
warranties, it is understood and agreed that the General 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.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
City of Miami RFQ No. 16-17-044
* 111 1
,1411
0R
SECTION 4
1r
INSTRUCTIONS FOR SUBMITTING A PROPOSAL
Submit the following information and documents with Proposer's Proposal to this RFQ. Failure
to do so may deem Proposal non -responsive. Non -responsive submittals will receive no further
consideration.
4.1 Submission Requirements
Each Proposal must contain the following documents and forms required by Sections 4.1 A-E,
each fully completed, and signed as required. Proposers shall prepare their Proposals utilizing
the same format outlined in Section 4.1. B. Each section of the Proposal as stipulated in Section
4.1.B shall be separated by a tabbed divider identifying the corresponding section number.
Proposers are not to submit any information in response to this RFQ that has not been requested,
or which the Proposer considers confidential. Submission of any confidential information will be
deemed a waiver of any confidentiality or other such protection, which would otherwise be
available to the Proposer, except as specifically permitted under Florida Statute. Proposers are
not to include any documents not specifically required or requested, including, but not limited to;
media and public relations literature, annual reports, pictures, etc. Such documentation will not
be considered and will be redacted from the copies provided to the Evaluation Committee. The
submission of such documentation may adversely affect the evaluation of the Proposal by the
Evaluation Committee.
The original Proposal document must not be bound, however spiral binding and binder clips are
acceptable for the submission of the document copies. Proposers should also make every effort
to utilize recycled paper in preparing its Proposal. Double sided printing is permitted provided
that the Proposal complies with the format set forth in Section 4.1.B.
Do not include additional information not requested in this RFQ, unless specified in the form of an
Addendum. This RFQ requires the use and submission of specific City forms. The City forms shall
not be expanded or altered. Additional pages may not be added unless the form specifically
states that pages can be added. If applicable, additional pages must be labeled with the
solicitation number and as a continuation of the City form(s). Failure to utilize the City forms will
result in the rejection of the Proposal as non -responsive.
A. Content of Qualifications Statement:
RFQ forms for Sections A-E are required.
Section A
1. Table of Contents
The table of contents should follow in sequential order the sections and documents
specified in Section 4.1A-E, including enclosures. All pages of the Proposals must
be consecutively numbered and correspond to the Table of Contents.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Ran
City of Miami RFQ No. 16-17-044
oc
' 4,
{� R
2. Proposal Letter (Maximum 1 page)
Proposer shall complete and submit Form RFQ-PL for this section of the Proposal.
3, Narrative (Maximum 1 page)
Narrative shall explain the specific reason why the Proposer determines itself to
be the most qualified and best choice to be awarded this Project. Proposer shall
use Form RFQ-N.
4. Qualifications of the Proposer
Proposer shall provide the following information as separate sections complete
and submit Form RFQ-QP for this section of its Proposal. (1 form - 3 pages
maximum)
1) Indicate the firm's number of years of experience in providing urban design,
landscape architecture, and environmental systems analysis professional
services.
2) Provide a description of similar, completed projects, including a description of
the public facilitation process used in those projects and references;
3) Provide any membership and/or accreditation by professional organizations;
4) Provide experience in working with local, state, and federal governmental
agencies, particularly in working with diverse community and governmental
constituencies; consensus building; and its ability to interface successfully with
other agencies or firms.
5) Provide applicable Licenses, Certifications and any other pertinent information;
6) Provide Proposer's qualifications and experience related specifically to
streetscape and street tree master plans.
5. Qualifications of the Proposer's Team
Firm shall complete and submit Form RFQ-QT for this section of its Proposal. Form
RFQ-WC is to be completed for each of the Key Personnel identified in Form RFQ-
QT. An organizational chart of the Project Team shall be provided along with a
one page resume for each of the Key Personnel.
1) List the members of the project team by name, proposed position, language(s)
spoken, and specific tasks to be performed for this assignment.
2) Indicate whether each proposed member of the Project Team has worked with
the proposer on a comparable project of a similar nature prior to this time, or
with other proposed members of the Team and/or Proposer. If so, include a
detailed description of the Project, responsibilities of each, and whether
Proposer managed said Project(s).
3) For the personnel to be assigned to this engagement, provide each of their
qualifications. Provide a brief resume including education, experience,
previous working relationships and work preformed of a similar nature,
licenses, and any other pertinent information should be included for each team
member, including sub -consultants. Documentation should be provided which
Urban Design and Landscape Architecture/Engineering Services
for the Wyrwood Streetscape and Street Tree Master Plan
24
City of Miami RFQ No. 16-17-044
• i.a,rrlli,iin •
uau
! �+
u►`
demonstrates their ability to satisfy all of the minimum requirements. Indicate
specifically what role each would play and what will be performed by each
member of the Team.
4) Describe previous experiences. Include demonstrated experience of a similar
nature on large-scale public sector projects, both for the Project Team and
those specific individuals assigned to engagement, particularly as it relates to
urban design, landscape architecture, and/or creation of streetscape and street
tree master plan.
6. Team Organizational Chart
An organizational chart of the Proposer's team shall be provided for key personnel.
7. Proposer's Protect Experience:
Proposer shall complete and submit Form RFQ-PP for this section of its Proposal.
Provide a comprehensive summary of the Proposer's experience successfully
completing streetscape and street tree master plans. The firm MUST have a
minimum of five (5) years of experience and have served as the prime consultant
on similar urban design for streetscape and street tree master plan projects, on a
minimum of three (3) previous occasions. A list of urban designing of streetscape
master plan projects of similar size, scope and complexity should be submitted.
Information shall include; past performance on projects of similar scope and
nature, including cost and budget control, quality of work, and compliance with
performance schedules and standards, along with the following information.
Indicate specifically who performed the work, i,e., whether it was the actual
Proposer as proposed; a member (present/past) of Proposer; proposed Project
Team and/or Team member(s); whether proposed Project Manager of other
individual not proposed spearheaded said project, etc. In its response, include:
• Client Name, address, phone number.
• Description of work performed by Proposer,
• Year the project was competed and overall fees paid to Proposer.
• Total cost of the Project and/or construction, both estimated and actual.
Indicate reason(s) for any cost overruns
• Describe the Proposer's most relevant master planning projects including the
following information:
Project description including location, commencement and
completion dates, size of area, and public process.
o Project photographs and renderings, 8 %" x 11"
o Specific implementation steps that were achieved following the
Plan
o A client contact person, preferably the city or redevelopment project
manager, name, title, and telephone number for each project cited.
o Provide at least one (1) Sample streetscape and right-of-way or
road diet design previously completed by Proposer and similar in
scope to that requested within this RFQ. Discuss whether any
Urban Design and Landscape ArchitecturelEngineering Services
for the Wynwood Streetscape and Street Tree Master Plan
City of Miami RFQ No. 16-17-044
f �fLii� sure •
1' 6f
r411.6
rax
proposed Project Team members participated in the creation of the
Sample design. If so, denote the responsibility of each.
Failure to meet the five (5) year minimum experience requirement will in and
of itself result in the Proposal being deemed non -responsive.
For each RFQ-PP Form, the Proposer must submit a RFQ-PP-R Form for the
Proposers Project Experience for this section of its Proposal.
Section B
1. Design Approach and Process (Maximum 3 pages)
Proposer shall complete and submit Form RFQ-DAP for this section of its
Proposal. Proposer shall include the following:
1) Description of overall approach and methodology including public input of
desired design elements and objectives.
2) Provide your understanding of the Scope of Services and the Wynwood
streetscape and street tree purpose and goals.
3) Describe the project's approach including engagement of the City officials, BID
representatives and community stakeholders in a public process, and its ability
to interface successfully with other agencies or firms.
4) Discuss how Proposer would supervise each of the Project Team sub -
consultants, personnel and manage engagement in order to meet deadline(s)
and budget.
5) List your current projects and discuss the firm's ability to allocate appropriate
time and resources to the project, in addition to current and expected 2017
workload.
6) Provide deliverables with time frames for completion of each deliverable.
Specify the time required for completion of entire engagement.
7) Discuss the Project Manager's ability to participate in community meetings and
public hearings and presentation to boards including but not limited to the
Wynwood BID.
2. Technical Capabilities (Maximum 3 pages)
Proposer shall complete and submit Form RFQ-T for this section of its Proposal.
Provide a comprehensive explanation of the Project Team's technical capabilities
in the following areas, and how they specifically apply to, and will be utilized for
this Project:
1) Environmental/Sustainable design approach to minimizing the daily and
long term operational and maintenance cost, including the application of
"green design";
2) Value Engineering — approach used in determining material and
equipment quality and maximizing efficiency with design elements;
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
City of Miami RFQ No. 16-17-044
• ,Iw,.111.11 f
,101
r i R t
3) Ensuring timely completion of projects;
4) Quality control and assurance procedures, including timely reporting,
and reviewing pay applications and change orders;
5) Capacity to provide on -call services in a timely manner;
6) Quality control and assurance, including coordination between design
disciplines, compliance with program requirements professionalfindustry
standards, sensitivity to the natural environment and historically designated
sites and conformance with all applicable code requirements, including the
Wynwood NRD-1; and
7) Prior experience with governmental streetscape programs
Section C
1. Qualifications and Experience of the Project Manager
Proposer shall complete and submit Form(s) RFQ-PM for the Project Manager for
this section of its Proposal.
For each RFQ-PM Form, the Proposer must submit a RFQ-PM-R Form for the
Project Manager for this section of its Proposal. Include the Project Manager's
Resume.
2. Qualifications of Lead Design Landscape Architect
Proposer shall complete and submit Form(s) RFQ-LA for the Landscape Architect
for this section of its Proposal.
For each RFQ-LA Form, the Proposer must submit a RFQ-LSA-R Form for the
Landscape Architect for this section of its Proposal. Include the Landscape
Architect's Resume.
3. Qualifications of Design Architect
Proposer shall complete and submit all Form(s) RFQ-DA for each Design Architect
on the Project Team in this section of its Proposal.
For each RFQ-DA Form, the Proposer must submit a RFQ-DA-R Form for all
Design Architects for this section of its Proposal. Include resume for each Design
Architect
4. Qualifications of Urban Designer
Proposer shall complete and submit all Form(s) RFQ-UD for each Urban Designer
on the Project Team in this section of its Proposal.
For each RFQ-UD Form, the Proposer must submit a RFQ-UD-R Form for all
Urban Designers for this section of its Proposal. Include resume for each Urban
Designer.
5, Qualifications of Environmental Specialist
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood streetscape and Street Tree Master Plan
27
City of Miami RFQ No. 16-17-044
`01 (Ip- .
waa
i
• ,ILlit 1111,111 1
7101
11
•
(j g
Proposer shall complete and submit Form(s) RFQ-ES for the Environmental
Specialist listed for this section of its Proposal.
For each RFQ-ES Form, the Proposer must submit a RFQ-ES-R Form for the
Environmental Specialist for this section of its Proposal. Include Environmental
Specialist's Resume,
6. Qualifications of ISA Certified Arborist
Proposer shall complete and submit Form(s) RFQ-CA for Certified Arborist listed
for this section of its Proposal.
For each RFQ-CA Form, the Proposer must submit a RFQ-CA-R Form for the ISA
Certified Arborist for this section of its Proposal. Include ISA Certified Arborist's
Curriculum Vitae.
7. Qualifications of Traffic EngineerITransportation Planner
Proposer shall complete and submit Form(s) RFQ-EE for all Engineers listed for
this section of its Proposal.
For each RFQ-EE Form, the Proposer must submit a RFQ-EE-R Form for all
Engineers for this section of its Proposal. Include each Engineer's resume.
8. Qualifications of Surveyor
Proposer shall complete and submit Form(s) RFQ-S for all Surveyors listed for this
section of its Proposal.
For each RFQ-S Form, the Proposer must submit a RFQ-s-R Form for all
Engineers for this section of its Proposal. Include each Surveyor's resume.
9. Community Outreach/Public relations Specialist
Proposer shall complete and submit Form(s) RFQ-OS for the Community
Outreach/Public Relations Specialist for this section of its Proposal.
For each RFQ-OS Form, the Proposer must submit a RFQ-OS-R Form for the
Community Outreach/Public Relations Specialist for this section of its Proposal.
Include the Community Outreach/Public Relations Specialist's Resume,
10. Qualifications of Geotechnical Specialist
Proposer shall complete and submit Form(s) RFQ-GEO for the Geotechnical
Specialist for this section of its Proposal.
For each RFQ-GS Form, the Proposer must submit a RFQ-GEO-R Form for the
Geotechnical Specialist for this section of its Proposal. Include the Geotechnical
Specialist's Resume.
11. Community Art Specialist
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
City of Miami RFQ No. 16-17-444
ncndtnr,t *
nsrr
Proposer shall complete and submit Form(s) RFQ-AS for the Art Specialist for this
section of its Proposal.
For each RFQ-AS Form, the Proposer must submit a RFQ-AS-R Form for the Art
Specialist for this section of its Proposal. Include the Art Specialist's Resume.
12. Proposer's Workload Capacity Form
Please complete Form RFQ-WC — Work Load Capacity for the Proposer's current
workload.
Section D
1. Comments and Suggestions on Attachment A (draft Agreement), if arty
Provide comments on, and exceptions to the attached Agreement terms and
conditions. Proposed changes to the Agreement must be returned to the City in
Microsoft Word format with comments reflected by "red -lining" the original
document utilizing the tracking feature. The Microsoft Word document must be
included in the Proposal in both printed format and electronically on a CD-ROM or
USB Drive. The City will only consider the identified comments and exceptions
during negotiations. Where a Proposal is returned without comments it will be
deemed that the Proposer has no comments or exceptions to the draft Agreement.
If the Proposer has no comments, a statement to that effect shall be included in
the Proposal in this section. As noted certain sections of the Agreement, including,
without limitation, Hold Harmless/Indemnity, Insurance, Cancellation for
Convenience, Funding Out, Ethics, Public Records, Sunshine, Lobbying and
Compliance with Laws Sections are long standing City practices and cannot be
modified.
2. RFQ Response Forms (Section 6.0)
Sign and return each RFQ Form for the Proposer.
3. Information for Determining Joint Venture Eligibility - Form A
(if applicable)
Section E
1. Letter of Agreement(s) (LOA)
2. Form C-1- List of Sub consultants/Subcontractors*
3. Certificate of Compliance
4, Business Tax Receipt
5. Copies of CBE certification for Prime (if applicable)
6. Notice of Qualifications (FDOT)
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
29
City of Miami RFQ No. 16-17-044
osi (?,g• r
* nci..uun *
•
*NOTE: Proposer shall list all proposed Sub consultants/Subcontractors to be used in the
performance of the services requested herein, regardless of racial or gender grouping, to
include names, addresses, phone numbers, type of work (service or commodity) and CBE
by Miami -Dade County (if applicable).
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Pian
30
City of Miami RFQ No. 16-17-044
nr.inrn r
ut:u
r� 1
4. Response Submission Format:
Proposals are to be prepared and submitted in the format below. Failure to comply with
this format may result in the Proposal being determined non -responsive.
Section A
1. Table of Contents
2. RFQ-PL - Proposal Letter
3. RFQ-N - Proposal Narrative
4. RFQ-QP - Qualifications of Proposer
5. RFQ-QT - Qualifications of Proposer's Team - Including Forms RFQ-WC
6. Team Organizational Chart
7. RFQ-PP- Proposer's Project Experience
8. RFQ-PP-R - Proposer's Reference Forms
Section B
1, RFQ-DAP - Design Approach & Process
2. RFQ-T - Technical Capacity
Section C
For ail positions proposed, please submit the supporting form below:
3. RFQ-PM - Qualifications of Project Manager
4, RFQ-PM-R -Project Manager Reference Forms
5. Resume of Project Manager
6. RFQ-LA - Qualifications of Lead Design Landscape Architect
7. RFQ-LA-R- Lead Design Landscape Architect Reference Forms
8. Resume of Lead Design Landscape Architect
9. RFQ-DA - Qualifications of Design Architect
10. RFQ-DA-R -Design Architect Reference Forms
11. Resume of Design Architect
12. RFQ-UD- Qualifications of Urban Designer(s)
13. RFQ-UD-R - Urban Designer Reference Forms
14. Resume of Urban Designers(s)
15. RFQ-ES - Qualification of Environmental Specialist
16. RFQ-ES-R - Environmental Specialist Reference Forms
17. Resume of Environmental Specialist
18. RFQ-CA -- Qualification of ISA Certified Arborist
19. RFQ-CA-R - ISA Certified Arborist
20. Resume of ISA Certified Arborist
21. RFQ-EE - Qualifications of each listed Engineer*
22. RFQ-EE-R- Engineer Reference Form(s)*
23. Resume of each listed Engineer
24. RFQ-S - Qualification of Surveyor
25. RFQ-S-R - Surveyor Reference Form
26. Resume of Surveyor
27. RFQ-OS - Qualifications of Community Outreach/Public Relations Specialist
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
31
City of Miami RFQ No. 16-17-044
28. RFQ-OS-R— Community Outreach/Public Relations Specialist Reference Forms
29. Resume of Community Outreach/Public Relations Specialist
30. RFQ-GEO — Qualifications of Geotechnical Services Specialist
31. RFQ-GEO-R - Geotechnical Services Specialist Reference Forms
32. Resume of Geotechnical Services Specialist
33. RFQ-AS — Qualifications of Art Specialist
34. RFQ-AS-R— Art Specialist Reference Forms
35. Resume of Art Specialist
36. Form RFQ-WC - Workload Capacity for the Proposer's current work load.
* Note — Forms RFQ-EE and RFQ-EE-R should be utilized for each and every engineer
identified as being on Proposer's Team.
Section D
1. Comments & Suggestions for the Draft Agreement "Attachment A"
2. Acknowledgment of Addenda, Reference Documents and Proposer Information
Forms (Section 6.0) and Attachments
4. Information for Determining Joint Venture Eligibility - Form A
(if applicable)
Section E
1. Letter of Agreement(s) (LOA)
2. Form C-1 List of Sub consultants
3. Certificate of Compliance
4. Business Tax Receipt
5. Copies of CBE certification for Prime (if applicable)
6. Notice of Qualifications (FDOT)
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
32
City of Miami RFQ No. 16-17-044
4.2. Response Submission
One (1) unbound original and seven (7) bound copies (eight [8] total), plus one digital copy
(in .pdf file format) CD-ROM or USB Drive, of Proposer's complete Proposal to this RFQ shall
be delivered to:
Mr. Todd Hannon, City Clerk
City of Miami
Office of the City Clerk
3500 Pan American Drive
First Floor
Miami, Florida 33133
Proposals must be clearly marked on the outside of the packages referencing:
RFQ No. 16-17-044
URBAN DESIGN AND LANDSCAPE
ARCHITECTURE/ENGINEERING SERVICES FOR THE
WYNWOOD STREETSCAPE AND STREET TREE MASTER PLAN
Proposals received at any other location than the aforementioned or after the Proposal
Submission Due Date and Time shall be deemed non -responsive and shall not be
considered.
Proposals should be signed by an official authorized to bind the Proposer to the provisions given
in the Proposal. Proposals are to remain valid for at least 180 days. Upon award of an
Agreement, the contents of the Proposal of the Successful Proposer(s) may be included as part
of the Agreement, at the City's discretion.
SUBMITTAL GUIDELINES
1. General
Only one (1) Proposal from an individual, firm, partnership, corporation, business entity,
or joint venture will be considered in response to this RFQ. Sub consultants or
Subcontractors may be included in more than one Proposal submitted by more than one
Proposer. A firm, partnership, corporation, business entity, or joint venture that submits a
Proposal may not be a Sub consultant/Subcontractor on another Proposal submitted
under this RFQ.
Joint venture firms must complete and submit with their Proposal, Form A titled
"Information for Determining Joint Venture Eligibility", (located on the last two pages of
this RFQ document) and submit a copy of the format agreement between all joint venture
parties. This joint venture agreement must indicate their respective roles, responsibilities
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
33
City of Miami RFQ No. 16-17-044
,NI, of• t
* i.i Y1,I$Itrf1 *
4. 1111
' 4
() R k
and levels of participation for the Project. Failure to submit Form A, along with an attached
written copy of the joint venture agreement may result in disqualification of Proposer's
Proposal.
Joint venture Proposals will be evaluated based on the combined team. Each member of
a joint venture shall provide the information listed above.
Proposer must clearly reflect in its Proposal any Sub consultants proposed to be used,
and provide for the Sub consultant the same information required of the Proposer. The
City retains the right to accept or reject any proposed Sub consultants.
Throughout this RFQ, the phrases "must" and "shall" will denote mandatory requirements.
Any Proposal that does not meet the mandatory requirements is subject to immediate
disq ualification.
It is the policy of the City that the Successful Proposer register as a vendor indicating the
commodities/services which the Proposer can regularly supply to the City prior to award
of a contract. The Proposer may register as a City vendor, via the Internet at:
http://www.riamigov.com/Procurement`pages/SupplierCorner/default.asp.
For any questions regarding vendor registration, please contact the Procurement
Department at (305) 416-1922. Proposers may be registered as a condition of award. It
is the sole responsibility of the Proposer to insure that the registration is complete.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
34
City of Miami RFQ No. 16-17-044
., '} f1F'
•' . 111!l11111 s
11,11
rj K
SECTION 5
EVALUATION/SELECTION PROCESS
A. Evaluation Procedures and Contract Award
The procedure for Proposal evaluation and selection is as follows:
1. Request for Qualifications issued.
2. Receipt of Proposals.
3. Opening and listing of all Proposals received.
4. Preliminary review by Procurement staff for compliance with the submission
requirements of the RFQ, including verification that each Proposal includes all
required documents. Proposals may be found responsive or non -responsive upon
completion of the preliminary review.
5. Review and due diligence performed by Procurement staff to confirm that that the
Proposer/Proposer's Team is qualified to render the required services according
to State regulations.
6. The Committee, appointed by the City Manager, is comprised of appropriate City
staff and members of the community, as deemed necessary, with the appropriate
City staff and members of the community, as deemed necessary, with the
appropriate technical expertise andfor knowledge. The Committee shall meet to
evaluate each responsive Proposal in accordance with the requirements of the
RFQ, and based upon the evaluation criteria specified herein. At the Committee's
option, they may decide to hold brief presentations and interview sessions with all
Proposers or Shortlisted firms. The Committee may select a minimum of three
firms deemed the most highly qualified to perform the required services, unless
fewer than three Proposals are received.
7. The Committee forwards its recommendation to the City Manager, listing the
Proposers in rank order.
8. After reviewing the Committee's recommendation, the City Manager may:
a) approve the recommendation of the Committee, written notice of which shall
be provided to all proposers, and the City Manager shall then submit his or her
recommendation to the City Commission;
b) reject the Committee's recommendation and instruct the Committee to re-
evaluate and make further recommendations;
c) reject all Proposals; or
d) recommend that the City Commission reject all Proposals.
City Manager may accept the recommendation and authorize Procurement to enter
into negotiations with the top ranked Proposer, request that the Committee provide
Urban Design and Landscape ArchitectureiEngineering Services
for the Wynwood Streetscape and Street Tree Master Plan
35
City of Miami RFQ No. 16-17-044
sorr
i15F11 F11,1
re.
Id 11
it
additional information as to the ranking of the Responses. Upon approval of the
Committee recommendation the Proposers will be listed in rank order on the CITP
webpage,
http:/Iwww.miamigov.com/CapitalImprovements!pages/ProcurementOpportunitie
s!Default.asp.
9. Upon successful negotiation of the Agreement(s), Procurement will forward the
recommended Agreement(s) to the City Manager for approval and the City Manager
upon acceptance of the negotiated Agreement(s) will approve the award for
Agreements not exceeding $500,000,00 or recommend that the City Commission,
when required by the City's Procurement Code. approve the recommendation of the
Committee and the award of the Agreement(s), Where Procurement is not able to
successfully negotiate an Agreement with the top ranked Proposer(s) Procurement
will recommend to the City Manager that such negotiations be terminated and that
Procurement enter into negotiations with the next ranked Proposer(s) until an
Agreement is negotiated or all Proposals are rejected.
10. After reviewing the City Manager's recommendation,, the City Commission may:
approve the City Manager's recommendation and authorize award of the
Agreement; reject the Agreement; or reject all Proposals and direct the City Manager
re -open negotiations or to solicit new Proposals.
B. Evaluation Criteria
Proposals will be evaluated and ranked by an Evaluation Selection Committee (Committee)
based on the criteria listed below. The Committee will be comprised of appropriate City
personnel and members of the community as deemed necessary, with the appropriate
experience and or knowledge, striving to ensure that the Committee is balanced. The criteria
are itemized with their respective weights for a maximum of one hundred (100) points per
Committee member.
Proposals shall be evaluated according to the following criteria and respective weight:
1) Proposer's Qualifications and Experience 25
2) Qualifications, Experience and Availability of Proposer's Team 20
3) Qualifications of Project Manager 15
4) Methodology and Approach to Functionality and Design. Concept Innovation 15
5) Technical Capacities in Designing and Master Planning within South Florida 15
6) Project Management/Schedule Adherence and Plan Delivery 10
C. Five Bonus Points CBE Participation
Unless precluded by Florida Statutes, Federal laws or regulations or grant
requirements, bonus points will be awarded to Proposers who agree to use Miami -
Dade County CBE Firms from within the City of Miami municipal boundaries. The
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
3r)
City of Miami RFQ No. 16-17-044
�i 11
i 0 R
awarded firm must agree to assign at a minimum fifteen percent of the contract value
to certified CBE firms that maintain a "Local Office", as defined in City Code Section
18-73.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
37
City of Miami RFQ No. 16-17-044
r9,
1. ^
SECTION 6
RFQ PROPOSAL FORMS
/ 4 `l
!) u
6.1, RFQ INFORMATION AND ACKNOWLEDGEMENT FORM
The Proposer hereby acknowledges and affirms to the contents of this RFQ; its Proposal
thereto, including without limitation any Addendum or all Addenda have been read, understood,
and agreed to by assigning and completing the spaces provided below:
Addendum No. 1, Dated
Addendum No. 2, Dated
Addendum No. 3, Dated
Addendum No. 4, Dated
6.1.1. RFQ No. : 16-17-044
I certify that any and all information contained in this RFQ is true. I certify that this RFQ is made
without prior understanding, agreement, or connections with any corporation, firm or person
submitting a RFQ for the same materials, supplies, equipment, or services and is in all respects
fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ, and
certify that I am authorized to sign for the Proposers firm. Please print the following and sign
your name:
Proposing Firm's Name
Principal Business Address
Telephone
Fax
E-mail address
Name
Title
Authorized Signature
Urban Design and Landscape Architecture/Engineering Services
for the Wynwcod Streetscape and Street Tree Master Plan
City of Miami RFQ No. 16-17-044
fl r
6.2.1 CERTIFICATE OF AUTHORITY
(IF CORPORATION)
STATE OF
) SS:
COUNTY OF
I HEREBY CERTIFY that a meeting of the Board of Directors of the
a corporation existing under the laws of the State of , held on
, 20 , the following resolution was duly passed and adopted:
"RESOLVED, that, , as President of the Corporation, be and is hereby
authorized to execute the Proposal dated, _ , 20 , to the City of Miami and this
Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the
Corporate Seal affixed, shall be the official act and deed of this Corporation."
I further certify that said resolution is now in full force and effect,
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this
, day of , 20
Secretary:
(SEAL)
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL
Urban Design and Landscape ArchitecturefEngineering Services
for the Wynwood Streetscape and Street Tree Master Plan
39
City of Miami RFQ No. 16-17-044
tit f)µ•
��,.!
11/1111111
11"11
6.2.2 CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
STATE OF
SS:
COUNTY OF
HEREBY CERTIFY that a meeting of the Partners of the
organized and existing under the laws of the State of , held on
, 20 , the following resolution was duly passed and adopted:
"RESOLVED, that, , as of the Partnership, be and
is hereby authorized to execute the Proposal dated, 20 , to the City of Miami and
this Partnership and that their execution thereof, attested by the
shall be the official act and deed of this Partnership."
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20
Secretary:
(SEAL)
FAILURE TO COMPLETE. SIGN AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Ran
40
City of Miami RFQ No. 16-17-044
1
* iteiiPIItiiii •
,
/ +
r)R
6.2.3 CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
STATE OF
COUNTY OF
} SS:
)
I HEREBY CERTIFY that a meeting of the Principals of the
organized and existing under the laws of the State of
held on , 20 , the following resolution was duly passed and
adopted:
"RESOLVED, that, as of the Joint
Venture be and is hereby authorized to execute the Proposal dated, 20 , to
the City of Miami official act and deed of this Joint Venture."
further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, l have hereunto set my hand this , day of
,20
Secretary:
FAILURE TO COMPLETE, SIGN AND RETURN THIS FOR MAY DISQUALIFY PROPOSE'S PROPOSAL
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
City of Miami RFQ No. 16-17-044
" .\(,F ►,
i
s.4r.
.IS10,111 11 f
u2u
6.2.4 CERTIFICATE OF AUTHORITY
(IF LIMITED LIABILITY CORPORATION)
STATE OF
COUNTY OF
SS:
)
I HEREBY CERTIFY that a meeting of the Principals of the
organized and existing under the laws of the State of
held on , 20 , the following resolution was duly passed
and adopted:
"RESOLVED, that, as of the Limited
Liability Corporation be and is hereby authorized to execute the Proposal dated,
20 , to the City of Miami official act and deed of this Limited Liability Corporation."
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of
, 20
Secretary:
(SEAL)
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
42
41.
r� R
City of Miami RFQ No. 16-17-044
6.2.5 CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
STATE OF
) SS:
COUNTY OF
I HEREBY CERTIFY that as an individual, I
(Name of Individual)
and as a d/b/a (doing business as)
(if applicable)
exist under the laws of the State of Florida.
"RESOLVED, that, as an individual and/or dlbla (if applicable). be and is hereby authorized to execute the
Proposal dated, , 20 , to the City of Miami as an individual and/or d/b/a (if
applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act
and deed of this attestation."
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this
, day of , 20 .
NOTARY PUBLIC:
Commission No.:
I personally know the individual/do not know the individual (Please Circle)
Driver's License #
(SEAL)
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
4
City of Miami RFQ No. 16-17-044
6.3 DEBARMENT AND SUSPENSION
(a) Authority and requirement to debar and suspend:
After reasonable notice to an actual Or prospective contractual party, and after
reasonable opportunity to such party to be heard, the City Manager, after consultation
with the Chief Procurement Officer and the City Attorney, shall have the authority to
debar a contractual party for the causes listed below from consideration for award of
city contracts. The debarment shall be for a period of not fewer than three years. The
City Manager shall also have the authority to suspend a contractor from consideration
for award of City contracts if there is probable cause for debarment. Pending the
debarment determination, the authority to debar and suspend contractors shall be
exercised in accordance with regulations, which shall be issued by the Chief
Procurement Officer after approval by the City Manager, the City Attorney, and the
City Commission.
(b) Causes for debarment or suspension include the following:
1. Conviction for commission of a criminal offense incident to obtaining or attempting
to obtain a public or private contract or subcontract, or incident to the performance
of such contract or subcontract.
2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery,
falsification or destruction of records, receiving stolen property, or any other
offense indicating a lack of business integrity or business honesty.
3. Conviction under state or federal antitrust statutes arising out of the submission of
bids or Responses.
4. Violation of contract provisions, which is regarded by the Chief Procurement
Officer to be indicative of non -responsibility. Such violation may include failure
without good cause to perform in accordance with the terms and conditions of a
contract or to perform within the time limits provided in a contract, provided that
failure to perform caused by acts beyond the control of a party shall not be
considered a basis for debarment or suspension.
5. Debarment or suspension of the contractual party by any federal, state or other
governmental entity.
6. False certification pursuant to paragraph (c) below.
7. Any other cause judged by the City Manager to be so serious and compelling as
to affect the responsibility of the contractual party performing City contracts.
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
44
City of Miami RFQ No, 16-17-044
(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 has been convicted of any of the violations set forth above or debarred or
suspended as set forth in paragraph (b) (5).
The undersigned hereby certifies that neither the contractual party nor any of its principal
owners or personnel has been convicted of any of the violations set forth above, or debarred
or suspended as set forth in paragraph (b) (5).
Proposing Firm's Name:
Individual Name:
Signature:
Date:
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
45
City of Miami RFQ No. 16-17-044
rrr
* ntlulnun •
d. 911
` aim e
rp R
6.4 CERTIFICATE OF COMPLIANCE WITH SECTIONS 18-87 OF THE CITY CODE
hereby certify
that:
i) 1 am the (President/Secretary or
Principal) of (Proposing Firm);
ii) I have read Sections 18-87 of the City of Miami Procurement Code;
iii) (Proposing Firm) hereby agrees to
assign a minimum of fifteen percent (15%) of the contract value to firms currently
certified by Miami -Dade County as a Community Business Enterprise ('`CBE");
OR
(Proposing Firm) hereby is certified
by Miami -Dade County as a CBE firm and will self -perform to meet the minimum fifteen
percent (15%) CBE requirement. An active copy of the respondents CBE certification
must be included in the proposal document.
OPTIONAL:
v) (Proposing Firm) hereby agrees
to make assignments pursuant to item (iii), above, to certified CBE firms who
maintain a "Local Office„" as defined in City Code Section 18-73;
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
)SS
Before me, a Notary Public duly commissioned, qualified and acting personally, appeared
to me well known, who being by me
first duly sworn upon oath says that he/she has been authorized to execute the foregoing
Certificate of Compliance with Section 18-87 of the City of Miami Procurement Code on behalf
of Proposing Firm named therein in favor of the City.
Subscribed and Sworn to before me this day of 20
My commission expires:
Bonded by:
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
Notary Public, State of Florida at Large
46
City of Miami RFQ No. 16-17-044
\,ti )/ .t
c
Form A
Information for Determining Joint Venture Eligibility
If the Proposer is submitting as a joint venture, please be advised that this form (2 pages) MUST be
completed and the REQUESTED written joint -venture agreement MUST be attached and submitted with
this form.
1. Name of joint venture:
2. Address of joint venture:
3. Phone number of joint venture:
4. Identify the firms that comprise the joint venture:
5. Describe the role of the MBE firm (if applicable) in the joint venture:
6. Provide a copy of the joint venture's written contractual agreement.
7.. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-
day management and policy decision making, including, but not limited to, those with prime responsibility
for control of, and participation in, this Agreement:
(a) Financial decisions:
(b) Management decisions, such as:
(1) Estimating:
(2) Marketing and sales:
(3) Hiring and firing of management personnel:
(4) Purchasing of major items or supplies:
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
47
City of Miami RFQ No. 16-17-044
(c) Supervision of field operations:
NOTE: If, after filing this form and before the completion of the joint venture's work on the Subject Contract,
there is any significant change in the information submitted, the Joint Venture must inform the County in
writing.
AFFIDAVIT
"The undersigned swear or affirm that the foregoing statements are correct and include all material
information necessary to identify and explain the terms and operation of our joint venture and the intended
participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to
provide to the City current, complete and accurate information regarding actual joint venture work and the
payment therefore and any proposed changes in any of the joint venturer relevant to the joint venture, by
authorized representatives of the City. Any material misrepresentation will be grounds for terminating any
Contract which may be awarded and for initiating action under Federal or State laws concerning false
statements."
Name of Firm: Name of Firm:
Signature: Signature:
Name: Name:
Title: Title:
Date: Date:
Urban Design and Landscape Architecture/Engineering Services
for the Wynwood Streetscape and Street Tree Master Plan
4