HomeMy WebLinkAboutInvitation to BidCali 11-1.(441.,,z
ADDENDUM NO. 5
June 21, 2017
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-006
SOUTHWEST (SW) 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 SW Streetscape and
Street Tree Master Plan — Request for Proposals No.: 15-16-006 (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. On pages 4 and 23, it is shown that the PSA is Exhibit 2, though the PSA document provided by the
City is noted as Exhibit 1. Please clarify.
Al. Correction: The draft Agreement is provided as Exhibit 1, and it is hereby incorporated into, and
made a part of this RFQ.
Q2. On page 20, it is stated that City Form RFQ-N is to be 1 page maximum, however, the PDF provided
includes two pages. Please clarify if two pages are allowed.
A2. Proposers are permitted to use a maximum of two (2) pages for the Proposal Narrative.
Q3. On pages 21 and 22, the contents to include in Sections C and D are listed differently than as
shown on page 24. Please clarify the correct contents to be included in Sections C and D.
A3. Section C shall become Section D, and Vice Versa (Section D shall become Section C)
Q4. In Section 4.1, Submission Requirements, Sub Section A.6 (page 20), it is stated that form RFQ-WC
shall be completed for each of the Key Personnel and Subconsultants in Section A, Item 7. In Section
4.1, Sub Section B, Proposal Submission Format (page 24), it is stated to include form RFQ-WC in
Section C, Rem 16. Are these forms to be repeated in both Sections or form RFQ-WC for
Subconsultants in Section A, Item 7 and form RFQ-WC for Key Personnel as Section C, Item 16?
A4. Proposer shall complete and submit City Form RFQ-QT. For EACH Key Personnel and Sub
consultants identified in the Form RFQ-QT, a Form RFQ-WC shall be completed.
Q5. Part 3.5 Minimum Qualification Requirements, states that the City is looking for a "qualified and
experienced urban design, landscape architecture and engineering services team as defined in
Section 287.055 Florida Statutes, CCNA." This section defines professional services as:
"Professional services" means those services within the scope of the practice of architecture,
professional engineering, landscape architecture, or registered surveying and mapping, as
defined by the laws of the state, or those performed by any architect, professional engineer,
1
RFC) No.: 16-17-006
landscape architect, or registered surveyor and mapper in connection with his or her
professional employment or practice,
However in portion 1) — it states that firm would have been registered and practicing as "an
architecture or engineering firm". Given that the scope of work is Streetscape and Street Tree
Master Ran services, it seems more appropriate that a "landscape architecture" firm would be
more suitable than an architecture or engineering firm to lead this project effort.
Question: Can a landscape architectural firm that is licensed, registered and practiced for a
minimum of eight (8) consecutive years, authorized to conduct business in the State of Florida,
serve as Prime /Lead for this project ?
A5. Yes
Q6. Section 3.5, Item 3) states: that the Proposer have at least one staff or team member who has
been licensed and practicing as an architect or engineer under Title XXXII, Regulation of
Professions and Occupations, Florida Statutes, Chapter 471 Engineer or Chapter 481 "Architect",
as applicable to the named profession, for a minimum of five (5) years, who will serve as the Project
Manager for this Project. Given that Chapter 481, covers Landscape Architectural services in Part
II, and the scope of services seems more appropriate and within the realm of a landscape
architecture career.
a) Can a landscape architect who has been licensed and practiced as a landscape architect
under Chapter 481 — Part II, for a minimum of 5 years serve as the Project Manager for this
Project? (YES)
b) Is an Architect a critical member of the team? (Architect No, Engineer Yes)
c) What would the role of the registered Architect be for this project?
AB. a) Yes. b) No, however an Engineer is. c) N/A
Q7. Should a team have a Professional Lighting Consultant or since the plan will be primarily street
lighting can we propose using a lighting manufacturers' rep. who can supply lighting footcandle
calculations.
A7. A Lighting Consultant not required, however, a manufactures rep may be used.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFQ AND HALL BE MADE A PART
THEREOF.
A le Perez, CPPO, Director
City of Miami Department of Pr rement
2
ADDENDUM NO'4
June 14`2O17
REQUEST FOR QUALIFICATIONS /RFQ\ND.:1O~17-0DG
SOUTHWEST (SW) STREETSCAPE AND TREE SCAPE MASTER PLAN
TO: ALL PROSPECTIVE BIDDERS:
The following changeS, additions, dohficabOna. and/or deletions amend the above -captioned ReoV8GL
for Proposals and shall become an integral part of the Proposals submitted and the SW Streetscape and
Street Tree Master Plan — Request for Proposals Wo.:15-16-00O(the "Project). Please note the contents
herein and affix same tOthe documents you have onhand,
All attachments (if any) are available on the Office of Capital Improvements'mmdzsitaand are part
ofthis Addendum,
A. The Submission Due Date has been extended toTuesday, June 27. 2017. sd3:O0 PM (local
B. The following are inquiries received and the corresponding responses:
Q1. What other projects are the City of Miami conducting simultaneously with this project at the site for
the GVYStregtscup8and Tree Sc3p8Master Plan?
Al. Please go to http://www.maps.miamiqov.com/cip/
Cl2.How many trees are anticipated?
A2. This number is dependent on the study and recommendations resulting from this Solicitation,
[l3.Section 4.1A.number 5,Proposers Project Experience,requires the submittal ofsdleast U\sample
ofapublic otreetst8peand street trees master plan similar iOscope. Generally the product Ofthese
efforts are bound books, Does the proposer need t0submit atotal of 8 copies Ofthis example and
adigital copy 0fthe book aspart Ofthe submittal?
A3. Since each of the Evaluation Committee members will be required to have @ copy for nevievV, yes,
vvewill need eight (8)hard copies, Adigital copy 0[the sample isnot required.
Q4.Given the extensive amount nfinformation requested and the specialists [eqUi[edfo[#hete8nlwiU
the submittal deadline beextended beyond June 20p?
A4.See item 8above.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFQ AND SHALL BE MADE A PART THEREOF.
�nigPemz, CPPO.Director
City ofMiami Department mfProcurement
1
RFC>Nm.:1847'VO6
ADDENDUM NO. 3
June 8, 2017
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-006
SOUTHWEST (SW) 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 SW Streetscape and
Street Tree Master Plan — Request for Proposals No.: 15-16-006 (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.
The following are inquiries received and the corresponding responses:
What is the projected budget for this Project?
Al. A Budget has not been set at this time. However please note that the City of Miami has
consulted with neighboring municipalities in similar size of the proposed Southwest Area as
to cost associated with their executed master landscape plans.
Q2. Can the City clarify the certification requirements for the Urban Designer?
A2. Urban Designer shall have a minimum of a Bachelor's degree in City, Regional, Urban
Planning, Architecture, and considerable (three [3] to six [6] years) professional experience
working with large scale urban design infill and or urban master planning projects.
Q3. Are public meetings a part of this process, and how many are anticipated?
A3. Yes, a minimum of four (4) meetings. Refer to Section 2.3
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 anticipated that minimum of 4 community meetings (estimated twelve [12]
hours total) will be required in addition to other outreach efforts. Community meetings are in
addition to Presentation's to the Planning, Zoning and Appeals Board and the City
Commission for Action.
1
RFQ No.: 16-17-006
Q4. How many street miles represent the project?
A4' Approximately 188 miles
Q5. Can 8potonUa|Proposer submit asareference apast completed City project?
A5. Yes.
Q8, What is the hrnefnanoefor completion of this project?
AO. The tinnnfrmnne for completion for this project is approximately four (4) to mix (6) months
Cl7. What is the square miles for this project?
A7. The square rni|eo for the project are 6.7 square miles
C>8. Can enengineering firm b8the prime ifthere is a lead landscape architecture firm for the RFQ 10-
17-003?
A8. Yes
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFQ AND SHALL BE MADE APART
THEREOF.
nie Perez, CPPO,Directcv
City of Miami Department of Procurement
2
Op
* Ilitti *
it la
0 R
ADDENDUM NO. 2
June 2, 2017
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-006
SOUTHWEST (SW) STREETSCAPE AND TREE SCARE 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 SW Streetscape and
Street Tree Master Plan — Request for Proposals No,: 15-16-006 (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. Please see attached Pre -Proposal Conference Attendance Sheet.
B. A copy of a color map can be obtained from the Procurement Department, located at the MRC
Building, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, between the hours of 8;30 AM and
4:30 PM.
C. Section 4.1, Submission requirements, Sub Section A.6. Proposer's Team Qualifications and
Experience, first bullet has been deleted in its entirety to remove the stricken words, and replaced
with the following underlined words:
6. "Listing of Project Team by name, moo, ethnicity, gender, longuoge(s) spoken, proposed
position, and specific tasks to be performed in this Project."
D. The following is an inquiry received and the corresponding response:
Ql. a) Will there be an option to join via conference calf or online? b) Will there be a way for us to access
conference materials after the event (for example, slide presentations, Q&A, transcript, attendance
sheets)?
Al. a) No. b) See Item A above.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFQ AND SHALL BE MADE A PART
THEREOF.
nie Perez, CPPO, Director oWrocurement
City of Miami Department of Procurement
1
RFQ No.: 16-17-006
ATTENDAN
CE SHEET
RFQ 16-17-006 - SW Streetscape and Street Tree Master Planning Services
RFP/RFQ NUMBER:
LOCATION: MRC Building 6th Floor South Conference Room
puRpOsE: Pre -Proposal Conference
DATE: 2-Jun-17
Completing this attendance sheet is optional,
NAME
Lydia Osborne
COMPANY.
City of Miami
At>bRESS
444 SW 2nd Avenue 6th Floor
PHQNE E_MATL.
(305)416-1907
R 1* t
12.ae t
cos Cf
MAY WcTitis
Calv: ,)-1 64
vitt 1.1V-
42,
P-Ocl ef.5
12- S1 SW 7.0 moawn-
2-69(p
(.00
AIt
7 5 2.'-,c)
-17-0
(7,
6,it -caco
()Atz)-•-z_
If4bornegmiamigov.00m
tmAes-tA,Q,PLAkCI.Nof Lew,
)
;,..14". 44,E. 2- /
)
I( )
)
Rev. 10/18/99
Page of
011 0,05.. G,a,14-1'
•,) .
ATTENDANCE SHEET
RFQ 16-17-006 - SW Streetscape and Street Tree Master Planning Services
RFP/RFQ NUMBER:
LOCATION: MRC Building 6th Floor South Conference Room
pukposE: Pre -Proposal Conference
DATE: 2-Jun-17
Completing this attendance sheet is optional,
. . .- . .
.. NAME...,: • . ' - COMPANY ANDRESS . • , - :. PH NE - .
E-MAIL••
Lydia Osborne
City of Miami
444 SW 2nd Avenue 6th Floor
(305) 416-1907
loshorneemiarnigov com
5t,-, , r-1,.3), .vc-t v3t, -,e de-,
--1---,--,_.,
ice.0,,,, nfle,,,i-, !,,f-, K;. Oh ‘DIZIO
( Tok-i) A, 0 5,es-5. -7
1---ALS-C.,: ,ki
--: 1 1" oi: i',,,,) -At -, ‘,
'1'1'4'=-7,1.,,
7ro 4,,,,,',<,,,,,
PATKIC.K. kAtin7 4
Ciliv Ai
2,,,i os 6,,,,,,i ti JA, „ filk...1„ft,53),5c.
(t-f; ) 3'543 -745i
Pketimiz)fIrllooit.CfoYn
1414-1 _ ': L "7. - -
, _ r;.,__
7C:;:::f4;..r-('..:).1:17.1-.:;''-'''./.54")/i--T'
, i-i4,1 ...:;r
ni„'---, .....,,,,t,,, 1 (7 r r7i,
...,....> '
3 -4 ,?"-,,,,,, ,--,-,,.',-,..;:-
A,L7-;.:(-, -' 7 -_,4.• lc-:
..,
lt-kti ,'; 1 ' .4)D-112-
,
lb, IC; V_IlliqsAA
, ,---
"
4it-P-1 <,:it-k).13fr-r; F —
(L,) q 1 to 2-c) -2)Y
q b7_,,i
4
j
(
1..."
1
)
)
)
)
—
( )
)
)
)
Rev. 1 Oi 1 8/99
Page of
C 7 'frn",..
.1,1::V OP
• 'T.,*
Iltiti *
4, Iu
4 C
R
to,t4:44140
ADDENDUM NO. 1
May 31, 20177
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-006
SOUTHWEST (SW) 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 SW Streetscape and
Street Tree Master Plan — Request for Proposals No.: 15-16-006 (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 language has been added to Section 3.5, Minimum Requirement:
"Failure to meet the above -stated qualification requirements and include
documentation substantiating the above stated licensing and experience with the
Proposal, will result in a determination of the Proposer being found non -responsive".
B. The following are inquiries received and the corresponding responses:
Ql. Section 3.5 Minimum Qualification Requirements states that the Proposer shall:
1) Have been licensed, registered, and practicing as an architecture or engineering firm for a minimum
of eight (8) consecutive years, authorized to conduct business in the State of Florida under its current
business name.
2) Possess a minimum of eight (8) years of professional experience with comprehensive urban design
and engineering services for public streetscape and street tree master planning projects in densely
populated areas, as described in Section 2.0, Scope of Services.
Can a firm authorized to conduct business in the State of Florida as Landscape Architects qualify for
under this section?
Al. As stated in the RFQ, Section 3,5, Minimum Requirements, the Proposer shall have, as of the
Proposal Submission Date, the qualification requirements. Failure to meet the stated qualification
requirements and include documentation substantiating the stated licensing and experience with the
1
RFQ No.: 16-17-006
Proposal, will result in a determination of the Proposer being found non -responsive.
Q2. Please identify the areas for the streetscape and tree scape required in the solicitation.
A2. Refer to Section 2.3, Scope of Services, Subsection 3 (f) Master Plan Schematics and Plant Palette
Phase. Proposers should also review Exhibit, Street Tree Master Plan Area, posted online.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFQ AND SHALL BE MADE A PART
THEREOF.
A ie Perez, CPPO, Director f Procurement
City of Miami Department of Procurement
2
',MAP WWI
IA2�99
CITY OF IIIAMII
REQUEST FOR QUALIFICATIONS
SOUTHWEST (SW) STREETSCAPE AND STREET TREE
MASTER PLAN SERVICES
RFQ NUMBER
16-17-006
ISSUE DATE
WEDNESDAY, MAY 24, 2017
PRE -PROPOSAL CONFERENCE
(VOLUNTARY)
FRIDAY, JUNE 2, 2017 @ 10:00 AM
AT
MRC BUILDING, 444 SW 2ND AVENUE, 6T" FLOOR SOUTH CONFERENCE ROOM
MIAMI, FLORIDA 33130
ADDITIONAL INFORMATION & CLARIFICATION DEADLINE
WEDNESDAY, JUNE 14, 2017 @ 5:00 PM
PROPOSAL SUBMISSION DUE DATE
TUESDAY, JUNE 20, 2017
@ 3:00 PM
CONTACT
Lydia Osborne, CPPO
Assistant Director
Department of Procurement
City of Miami
444 SW 2nd Avenue, 6th Floor
Miami, Florida 33130
Phone: (305) 416-1907
Email: losborne(c�miamigov.com
�
|
TABLE OF CONTENTS
Public Notice Po.2
SECTION 1
Introduction toRequest for Qualifications /RFQ\ Po.3
SECTION
RFQScope nfServices Po.8
SECTION 3
RFC> General Conditions Po. 13
SECTION
Instructions for Submitting o Proposal Pg. 19
SECTION 5
Evaluation and Selection Process Pg. 27
SECTION
RFQPROPO8AL Forms Pg. 28
1
RFQ 16-17-006
eat, M;ti«.;.
PUBLIC NOTICE
REQUEST FOR QUALIFICATIONS (RFQ) NO.: 16-17-006
SOUTHWEST (SW) STREETSCAPE AND STREET TREE
MASTER PLAN SERVICES
Completed Proposals must be delivered to the Office of the City Clerk, City Hall, 3500 Pan
American Drive, 1st Floor, Miami, Florida 33133, by 3:00 PM, on Tuesday, June 20, 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 Wednesday, May 24, 2017, from the City of Miami,
Office of Capital Improvements (OCI) webpage at:
http://www.miamigov.com/CITP/ProcurementOpp.html
It is recommended that prospective Proposers periodically check the OCI webpage for updates
and the issuance of addenda. It is the sole responsibility of all Proposers to ensure receipt of any
addenda.
The Department of Procurement has scheduled a Voluntary Pre -Proposal Conference for
this solicitation to be held on:
Friday, June 2, 2017 at 10:00 AM (Local Time)
at MRC Building, 444 SW 2nd Avenue
6th Floor South Conference Room
Miami, Florida 33130
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 Florida Statutes, 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 OF MIAMI CODE.
Daniel J. Alfonso, City Manager
SW Streetscape and Street Tree Master Plan Services
2
RFQ 16-17-006
SECTION 1
INTRODUCTION TO REQUEST FOR QUALIFICATIONS
1.1 Invitation
Thank you for your interest in this RFQ. The City of Miami (the "City") Department of Procurement
(Procurement), through the Planning and Zoning Department (P&Z/Department) is seeking to
procure a full range of professional urban design and planning, landscape architecture and
engineering services for the development of a comprehensive public streetscape and street tree
master plan, as described in Section 2.0, Scope of Services. The Successful Proposer shall work
in conjunction with City staff to assure the design, development and final production of a
comprehensive SW Streetscape and Street Tree Master Plan (Plan), is reflective and inclusive of
the City's diverse stakeholders and community vision.
The City anticipates for the Plan to serve as a master document identifying projects, policies and
strategies to create an interconnected network of green spaces, accommodate infill growth and
improve the quality of life and environment, for existing and future City residents, particularly those
within the identified areas, provided as Exhibit 1, Southwest Study Area.
This RFQ is being issued pursuant to Section 287.055, Florida Statutes, 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 documents are available on the Office of Capital Improvements (OCI)
webpage by visiting:
http://www.miamigov.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 Friday, June 2, 2017 at 10:00 AM (Local
Time), at MRC Building, 444 SW 2' Avenue, 6th Floor South Conference Room, Miami
Florida, 33130. Prospective Proposers are strongly encouraged to attend this meeting to obtain
information relative to the 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 4.2, Proposal Submission,
and the Public Notice found on the cover of this RFQ, in order to be considered. Faxed documents
are not acceptable. One (1) original, along with seven (7) copies (total of 8), 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.
SW Streetscape and Street Tree Master Plan Services
3
RFQ 16-17-006
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. Oral communications are not prohibited as long as the Cone of Silence
remains in effect.
Written communications must be in the form of a fax, mail or e-mail to Lydia Osborne, CPPO,
Assistant Director, City of Miami, Department of Procurement, 444 SW 2nd Avenue, 6th Floor,
Miami, FL 33130, fax 305-400-5025, e-mail losborneAmiamigov.com, with a copy to the Office
of the City Clerk, Attn: Rosa Castillo, at rcastilloAmiamigov.com. Please review Section 18-74 of
the City of Miami Code for complete details on the Cone of Silence.
Proposers are hereby cautioned not to contact any member of the Evaluation\Selection
Committee or any City staff, except as provided for in the RFQ, regarding this Solicitation, 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, addressed to the
City's Contact, Lydia Osborne, CPPO, Assistant Director, at losbornemiamiqov.com or faxed
to (305) 400-5025. Proposer may fax or e-mail their requests for additional information or
clarifications in accordance with Section 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 Wednesday, June 14, 2017. Late or mis-delivered 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 and 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 OCI 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 OCI webpage, for all addenda:
http://www.miamigov.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 services by the City Commission, following a written recommendation from the City
Manager, based upon the qualification requirements reflected herein. The draft Agreement is
provided as Exhibit 2, 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 Section
287.055, Florida Statute, as amended, and codified in Section 18-87 of the City of Miami Code.
SW Streetscape and Street Tree Master Plan Services
4
RFQ 16-17-006
1.7 Agreement Execution
By submitting a Proposal, the Proposer agrees to be bound to and execute the Agreement
furnished by the City for SW Streetscape and Street Tree Master Plan Services (Services).
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
Subconsultant(s), any and all of the following documentation to support the Price Proposal, as
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 material data 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 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
Proposals Submission Due Date clearly noted on the outside of the envelopes or packages.
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 Section 1.4,
SW Streetscape and Street Tree Master Plan Services
5
RFQ 16-17-006
Cone of Silence. OralNerbal modifications are not allowed and will be disregarded. Written
modifications will not be accepted after the Proposal Submission Due Date. The City will only
consider the latest version of the Proposal.
1.11 Subconsultants/Subcontractors
For the purpose of this RFQ, a "Subconsultant" and "Subcontractor" are used interchangeably. A
Subconsultant 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 Subconsultant shall be paid by
the Successful Proposer and not directly by the City. The Proposer must clearly identify in its
Proposal the Subconsultants to be utilized in the performance of required services. The City
retains the right to accept or reject any Subconsultant proposed in the Proposer's Proposal, or
proposed prior to Agreement execution. Any and all liabilities regarding the use of a Subconsultant
shall be borne solely by the Successful Proposer, and insurance for each Subconsultant 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 Subconsultants are considered to be employees,
partners, affiliates or agents of the City. Failure to list all Subconsultants and provide the required
information, may disqualify any proposed Subconsultants from performing Work under this RFQ.
Proposers shall include in their Proposal the requested Subconsultant information and all relevant
information required of the Proposer. Proposer must identify each of its Community Business
Enterprise (CBE) Subconsultants 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
Subconsultants contained in the Proposal. Proposers shall not change any Subconsultants
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 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.
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 will result
in the rejection of the Proposal as non -responsive and it will not be considered for award.
Modifications of, retyping, or alternations to the City Forms may also result in the Proposal being
deemed non -responsive.
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 the RFQ.
SW Streetscape and Street Tree Master Plan Services
6
RFQ 16-17-006
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.
1.14 Proposer's Expenditures
Proposer understands and agrees that any expenditures resulting from the 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 will not
pay or reimburse any expenditure or any other expense incurred by any Proposer in preparation
of a Proposal, and in anticipation of an award of contract, and to maintain the approved status of
the Successful Proposer if an Agreement is awarded, and administrative or judicial proceedings
resulting from the solicitation process. By submission of a Proposal, the Proposer agrees to these
terms.
1.15 Inspection of Site
Proposers should carefully examine the site location before submission of a Proposal and make
all necessary investigations to inform themselves thoroughly as to all difficulties involved in the
completion of all services required pursuant to the mandates and 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 services pursuant to the
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 Successful Proposer to fulfill, in
every detail, all of the requirements, 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 a Proposal to this RFQ does not constitute an Agreement
or contract with the City.
SW Streetscape and Street Tree Master Plan Services
7
RFQ 16-17-006
SECTION 2
RFQ SCOPE OF SERVICES
2.1 Project Purpose
The City is seeking to procure a qualified and experienced professional consulting firm to perform
a full range of urban planning and design, landscape architecture and engineering services to
create a Master Plan and schematic design for the distinct neighborhoods and commercial
corridors within the southwestern municipal boundaries of the City, identified in Exhibit 1,
Southwest Study Area. The overall Project goal is to develop a blueprint for the City's use in the
implementation of a cohesive and meaningful vision which most efficaciously builds upon other
City planning efforts, through a creative and imaginative design unifying street tree canopy and
water efficient plant palette. The Successful Proposer must recognize the interconnectedness of
natural resources and greening projects, as well as focus on sustainable features. A traffic
analysis and/or traffic study and parking assessment must also be performed to evaluate existing
traffic and parking conditions, and impacts on future residents.
2.2 Project Description
The City of Miami is located within the eastern coastal portion of Miami -Dade County, Florida.
Incorporated in 1896, the southwestern portion of the City is comprised of several distinct
neighborhoods and commercial corridors. The area identified consists of approximately 6.7
square miles and is one of the City's most densely populated regions with the greatest tree canopy
deficiency. The Successful Proposer's Plan must demonstrate the most thorough understanding
of the City's planning goals, and categorize how urban greening projects can maximize the City's
environmental and place -making objectives, while identifying strategic opportunities which:
a) Strengthen the sense of place, neighborhood identity and aesthetics, through the identification
of strategic tree planting locations at gateways, thoroughfares and choice of species to identify
specific districts along major corridors, and the reintroduction of native local plant species;
b) Build the community's resilience to the impacts of climate change through tree shading to
reduce the heat island effect;
c) Maintain and enhance the quality of the air, water and land through a mature tree canopy's
ability to sequester carbon and release oxygen, and filter storm water; and
d) Promote and encourage actions that reduce greenhouse gas emissions through the creation
of attractive and comfortable pedestrian and cycling routes which foster the use of alternate
modes of transportation.
e) Create of a roadmap by which a sustainable urban forest can be developed, and implement
a planning process that will support and cultivate the maintenance of ecological, social and
economic functions and benefits, over time.
f) Promote awareness with City residents, on the benefits of trees, through community education
and outreach.
SW Streetscape and Street Tree Master Plan Services
8
RFQ 16-17-006
The unique character and potential of each neighborhood, as well as the challenges of the
individual area, must be contemplated thoroughly. Additionally, the plant material(s) to be utilized
in the ongoing maintenance and enhancement of each roadway, gateway, median, neighborhood
and historic district, shall include a recommended plant palette.
The Successful Proposer's Plan shall include an analysis of the existing site conditions, tree
inventory, along with the recommended improvements, the phasing/priority, cost benefit analysis
and the estimated costs associated with the implementation of such recommendations. Emphasis
shall be placed on the sustainability, ease of access and egress, and the creation a coherent Plan
design statement within the City. The Proposer's Plan should complement the existing Coral Way,
Underline Corridors' and Miami Green Commission Tree Master plans, and applicable provisions
of Chapter 17, Trees/Environmental Protection of the City Code, which are readily accessible for
review, by accessing the below web links:
1) Coral Way Master Plan:
http://www.miamigov.com/planninq/docs/quidelines/DG CoralWay.pdf
2) Underline Master Plan:
https://www.dropbox.com/s/63dyz5jkgpo6vg3/The%20Underline Framework%20PIan%
20and%20Demonstration%20Prolects screen revised%200205 2016%20FINAL.pdf?dl
=0
3) Miami Green Commission Tree Master Plan:
http://www.miamigov.com/planninq/docs/trees/CoMTreeMasterPlan.pdf
2.2.1 Sustainable Landscape Components
Sustainability and conservation of resources shall be an integral part of the Plan, and recognized
as a Project goal throughout. Proposer shall incorporate sustainable landscape within all of the
communities identified in Exhibit 1, Southwest Study Area in support of a sustainable design
theme which consistently projects a positive statement to the community, and its visitors alike.
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 mission
critical in achieving Project sustainability goals:
1) Permeable surfaces;
2) Energy conservation and atmospheric impact;
3) Habitat protection and enhancement;
4) Naturalizing water conveyance, where possible;
5) Irrigation and water use efficiency;
6) Reduced pesticide use
7) Develop storm water retention capability; and,
8) Efficient use of materials and resources.
The Plan shall address the plant material used in on -going maintenance and enhancement of
each neighborhood. The installation of 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
SW Streetscape and Street Tree Master Plan Services
9
RFQ 16-17-006
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 added whenever possible. Deciduous trees shall be surrounded by
evergreens to maintain the visual aesthetics of thoroughfares.
2.3 Scope of Services
Tasks, responsibility and contents include, but are not limited to: kick-off environmental site
analysis, assessment and studies, professional surveying, grading and drainage, review of
pertinent plans and context analysis, special event strategy/economic analysis, traffic
analysis/parking plan, project management and research, public outreach/community
engagement and presentations, consensus building and facilitation, design options, framework
planning, demonstration project, civil/site planning, landscape design/space planning, schematic
design, and perspective illustrations. The Successful Proposer must be familiar with Miami -Dade
County and City codes, restrictions, and processes which impact the Project.
The Work Plan includes, but is not limited to:
1) Site Analysis and Assessment Phase
Conduct environmental site analysis of the area to consider existing site conditions,
inventory components and frequency of updates, canopy cover, survey, knowledge about
the composition and structure of the City's urban forest, 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,
architectural streetscape and alternative landscape options for the purpose of maintaining
and renovating the existing landscape where appropriate.
2) Development of Community Outreach, Public Input Process, and Consensus
Building Phase
Embark on the community outreach process, seek to build resident support for the Street
Tree and Streetscape planning project, and solicit community comment on how the Master
Plan should be designed to meet the needs of 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: adjacent neighbors, the Fairchild Botanical Garden, 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 Plant Palette Phase
Based on needs assessment and community outreach, a Master Plan shall be developed.
This Master Plan shall reflect the needs and interests identified by the community, the
City, grant contract provisions, and other key partners. A palette of recommended plants
to be used in the landscape project will also be developed, making use of existing
resources from the Tree Trust Fund. This phase shall 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 must lay out the recommended
priorities for completion of each phase of the Project. Location and sequence of tree
plantings shall be identified during this phase.
SW Streetscape and Street Tree Master Plan Services
10
RFQ 16-17-006
a) Riverview Historic District (approximately 23 acres)
• Develop a Street Tree and Streetscape Plan specific to this historic district which
shall be included in the Landscape Master Plan and shall include streetscape
design guidelines (street furniture, plantings, lighting, signage, etc.).
b) Shenandoah North Neighborhood (approximately 180 acres)
• Develop a Street Tree and Streetscape Plan specific to this district which shall be
included in the Landscape Master Plan and shall include streetscape design
guidelines (street plantings, lighting, etc.).
c) Bird Road/Douglas Station Commercial District (approximately 44 acres)
• Develop a Street Tree and Streetscape Plan specific to this district which shall be
included in the Landscape Master Plan and shall include streetscape design
guidelines (street furniture, plantings, lighting, etc.).
d) Southwest 27th Avenue — Streetscape Design Guidelines
• Develop a Streetscape Plan specific to SW 27th Avenue which shall include
streetscape design guidelines (street furniture, plantings, lighting, etc.).
e) Southwest 8th Street - Streetscape Design Guidelines
• Develop a Streetscape Plan specific to SW 8th Street which shall include
streetscape design guidelines (street furniture, plantings, lighting, etc.).
f) Street Tree Master Plan
• Develop a Street Tree Master Plan for the SW area as identified in Exhibit 1,
Southwest Study Area.
• Develop a landscape plan for all existing medians and rights -of -way located within
the identified area.
Identify areas of opportunity for the installation of medians and for the placement
of public art.
4) Cost Estimates and Maintenance Plan Phase
Complete an operating cost model and maintenance plan for the project. The Successful
Proposer shall analyze and extrapolate data from the previous phases to complete both
the operating cost model and Maintenance Plan. The Maintenance Plan must identify and
address how the City will fund the maintenance once each phase of installation is
completed.
5) Urban Forester Needs Assessment Phase
Assess the City's need to utilize an Urban Forester, whose responsibilities include long-
term care and management of urban city trees. Identify Urban Forester's involvement in
both maximizing the benefits of urban forests and minimizing associated cost, as well as
providing expertise on vegetation resources, community framework and resource
management.
SW Streetscape and Street Tree Master Plan Services
11
RFQ 16-17-006
6) Street Tree Master Plan Phase
The components of the Management Plan shall include assessments of tree and
horticultural resources; long-term, intermediate, and short-term 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 Plan and mechanism
for integrating feedback into the Management Plan.
7) Presentation to Miami City Commission for Final Master Plan Adoption
Once the Landscape Master Plan has been drafted, the Successful Proposer shall make
a presentation to the Planning, Zoning and Appeals Board and the Miami City Commission
detailing the components of the Plan, highlighting the identified maintenance priorities,
and recognizing the extent of community outreach and involvement attained 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:
• Lead Design Landscape Architect
• Urban Designer
• Environmental Specialist
• Traffic Engineer/Transportation Planner
• Community Outreach/Public Relations Specialist
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 Exhibit 2, draft
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.
SW Streetscape and Street Tree Master Plan Services
12
RFQ 16-17-006
SECTION 3
RFQ GENERAL CONDITIONS
3.1 Acceptance/Rejection
The City reserves the right to accept any or all Proposals that best meet 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 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 Work Order(s) and 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 the Successful Proposer.
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 design, landscape architecture,
and engineering services team, as defined in Section 287.055, Florida Statutes, CCNA. The
Proposer shall, as of Proposal Submission Due Date:
1) Have been licensed, registered, and practicing as an architecture or engineering firm
for a minimum of eight (8) consecutive years, authorized to conduct business in the
State of Florida under its current business name.
2) Possess a minimum of eight (8) years of professional experience with
comprehensive urban design and engineering services for public streetscape and
street tree master planning projects in densely populated areas, as described in
Section 2.0, Scope of Services.
SW Streetscape and Street Tree Master Plan Services
13
RFQ 16-17-006
3) Have at least one staff or team member who has been licensed and practicing as an
architect or engineer under Title XXXII, Regulation of Professions and Occupations,
Florida Statutes, Chapter 471, "Engineer" or Chapter 481, "Architect", as applicable to
the named profession, for a minimum of five (5) years, who will serve as Project
Manager for this Project.
4) Proposers must also have at least one (1) staff or team member who is an ISA Certified
Arborist in good standing and has additional experience in the specialty area of urban
trees.
Proposers submitting Proposals 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 Proposal:
Submission Requirements, for further direction. Proposals that do not completely adhere to all
requirements may be considered non -responsive and eliminated from the process. Additional
minimum qualifications may be included in Section 4.0, Instructions for Submitting a Proposal.
The City may consider a Proposal as non -responsive where a Proposer has less 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 Proposal, 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 of the City of Miami Code, the City has established mandatory
CBE Participation requirements. OCI has established procedures to assist Proposers in
complying with these CBE participation requirements. On the OCI webpage, Tools and Resources
Header, CITP Forms Section, there is a link to 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.miamigov.com/CapitalImprovements/pages/ProcurementOpportunities/ProjectPages
/CBE/CBE forms.asp
For all additional CBE questions, please use the contact information listed on the CBE Forms
page.
SW Streetscape and Street Tree Master Plan Services
14
RFQ 16-17-006
Successful Proposer shall adhere to the following mandatory requirement:
• Assign a minimum of fifteen (15%) percent of the comprehensive award value to firms
currently certified by Miami -Dade County as a CBE.
Unless precluded by Florida Statutes, Federal laws and regulations, or grant requirements,
Proposers who meet the mandatory CBE participation requirements and use firms located within
the City of Miami's municipal boundaries, will be awarded five (5) bonus preference points.
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 (5) bonus points.
To qualify and receive the five (5) bonus points, Proposer's Proposal must include:
1. Copies of both a current City of Miami Business Tax Receipt
AND a current Miami -Dade County Business Tax Receipt.
2. Completed and signed Form 6.4 - Certificate of Compliance.
3. Completed and signed Form C-1 - List of Subconsultant.
To verify the above requirements, the City has provided Form "C-1 List of Subconsultants" to
identify all subconsulting firms (including CBE certified firms) that are part of the Proposer's
team. This Form can be found on the OCI webpage, CBE — Forms and Reports Link, along with
the Solicitation documents. Failure to include this completed form with Proposer's Proposal may
result in Proposal being deemed non -responsive.
SECTION 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 (12) months immediately preceding the date bids or
Proposals 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
for a minimum of forty (40) 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;
(2) If the business is located in the permanent structure pursuant to a lease, such lease
must be in writing, for a term of no less than twelve (12) months, been in effect for no
less than the twelve (12) 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 (12) months immediately preceding the date Proposals were
SW Streetscape and Street Tree Master Plan Services
15
RFQ 16-17-006
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 (12) 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 (12) 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 287.133, 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 Section 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
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, in accordance with
the procedures contained in Section 18-104, Resolution of Protested Solicitations and Awards,
as amended, 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 THIS REQUIREMENT.
3.9 REVIEW OF PROPOSALS FOR RESPONSIVENESS
Each Proposal will be reviewed to determine if it is responsive to the submission requirements
outlined in the RFQ. A "responsive" Proposal is one which meets the requirements of the RFQ,
is submitted in the format outlined in Section 4.1 (B), Proposal Submission Format, is of timely
submission, and has appropriate signatures and attachments, as required on each document.
SW Streetscape and Street Tree Master Plan Services
16
RFQ 16-17-006
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 Proposal
Submission Due Date.
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 AUDIT RIGHTS AND RECORDS RETENTION
The Successful Proposer agrees to provide access, at all reasonable times, to the City, or to any
of its duly authorized representatives, to any books, documents, papers, invoices, receipts,
reimbursement information and records of Proposer which are directly pertinent to this RFQ, the
Agreement, the loan reimbursement and grant reimbursement, for the purpose of audit,
examination, excerpts, and transcriptions. The Successful Proposer shall maintain and retain any
and all of the books, documents, papers and records pertinent to the Agreement for five (5) years
after the City makes final payment and all other pending matters are closed. Proposer's failure to
or refusal to comply with this condition shall result in the immediate termination of the Contract (if
awarded) by the City.
3.14 PUBLIC RECORDS
Successful Proposer shall additionally comply with the provisions of Section 119.0701, Florida
Statutes, entitled "Contracts; public records". This Statute is deemed as being incorporated by
reference herein.
IF THE SUCCESSFUL PROPOSER HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUCCESSFUL
PROPOSER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS
AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416 —
1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT
CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL,
MIAMI, FL 33130.
3.15 E-VERIFY
Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the Consultant during the term of the Contract
SW Streetscape and Street Tree Master Plan Services
17
RFQ 16-17-006
and shall expressly require any Sub consultant performing work or providing services pursuant to
the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to
verify the employment eligibility of all new employees hired by the subcontractor during the
Contract term.
3.15 CONFLICT OF INTEREST
Proposers, by responding to this RFQ, certify that, to the best of their knowledge or belief, no
elected/appointed official or employee of the City is financially interested, directly or indirectly, in
the purchase of goods/services specified in this RFQ. Any such interests on the part of the
Proposer or its employees, shall be disclosed in writing to the City.
Further, Proposers shall disclose the name of any City employee who owns, directly or indirectly,
an interest of five percent (5%) or more of the total assets of capital stock of the Proposer firm.
3.16 DEBARRED/SUSPENDED VENDORS
An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor
list may not: a) submit a response on a contract to provide goods or services to a public entity;
b) may not submit a response on a contract with a public entity for the construction or repair of a
public building or public work; c) may not submit a response on leases of real property to a public
entity; d) may not be awarded or perform work as a contractor, design -builder, supplier,
subcontractor, or consultant under contract with any public entity; and e) may not transact
business with any public entity.
3.17 NONDISCRIMINATION
Proposer agrees that it shall not discriminate as to race, gender, color, age, religion, national
origin, marital status, or disability in connection with its performance under this RFQ. Furthermore,
Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race,
gender, color, age, religion, national origin, marital status or disability be excluded from the
participation in, be denied benefits of, or be subjected to, discrimination under any program or
activity.
3.18 UNETHICAL BUSINESS PRACTICE PROHIBITIONS
Proposer represents and warrants to the City that it has not employed or retained any person or
company employed by the City to solicit or secure the award of the Agreement and that it has not
offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage
fee, or gift of any kind, contingent upon or in connection with, the award of the Agreement.
3.19 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
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.
SW Streetscape and Street Tree Master Plan Services
18
RFQ 16-17-006
SECTION 4
INSTRUCTIONS FOR SUBMITTING A PROPOSAL
Submit the following information and documents with Proposer's Proposal. Failure to do so may
cause the Proposal to be deemed non -responsive. Non -responsive Proposals will receive no
further consideration.
4.1 Submission Requirements
Each Proposal must contain the following documents and forms required by Section 4.1.A, (A-F)
below, 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. 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 by Proposer. 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 Forms. Failure to utilize the City Forms
will result in the rejection of the Proposal as non -responsive.
A. Content of Qualifications Statement:
All City Forms referenced in Sections 4.1.A, (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 4.1.B, including enclosures. All pages of the
Proposal must be consecutively numbered and correspond to the Table of
Contents.
2. Proposal Letter
Proposer shall complete and submit City Form RFQ-PL as well as a proposal letter
introducing Proposer's Proposal for this section of the Proposal. (1 page max.)
SW Streetscape and Street Tree Master Plan Services
19
RFQ 16-17-006
3. Narrative
Proposer shall complete and submit City Form RFQ-N to provide a narrative about
the Proposer and describe why the Proposer determines itself to be the most
qualified to be awarded this Project. (1 page max.)
4. Proposer's Qualifications (See Section 3.5)
Proposer shall complete and submit City Form RFQ-QP as well as:
• Indicate the firm's number of years of experience in providing urban planning
and design, landscape architecture and engineering professional services;
• Provide any membership and accreditation by professional organizations;
• Provide applicable licenses and any other pertinent information; and
• Any other documentation which demonstrates their ability to satisfy all of the
minimum qualifications requirements. Submittals which do not contain such
documentation may be deemed non -responsive.
5. Proposer's Project Experience (See Section 3.5)
Proposer shall complete and submit City Form RFQ-PP to provide a
comprehensive summary of the Proposer's experience in the successful
development and adoption of public streetscape and street trees master plan
projects, in densely populated areas. The firm MUST have a minimum of eight (8)
years of experience and have served as the prime consultant on similar public
streetscape and street trees master plan projects, on a minimum of three (3)
previous occasions. Proposer shall submit public streetscape and street tree
master plan projects similar in size, scope and complexity; including scope and
nature, cost and budget control, quality of work, and compliance with performance
schedules and standards. A client contact person, preferably a city or
redevelopment project manager, name, title, and telephone number, shall be
provided for each project cited.
In addition, Proposer shall provide at least one (1) sample of a public streetscape
and street trees master plan design previously completed by Proposer similar in
scope to that requested within this RFQ. Discuss whether any proposed Project
Team members participated in the creation of the sample streetscape and street
trees master plan design. If so, denote the responsibility of each.
Failure to meet the eight (8) year minimum experience requirement and
submit proof of three (3) public streetscape and street trees master plan
design projects shall result in the Proposal being deemed non -responsive.
For each City Form RFQ-PP, the Proposer must submit Form RFQ-PP-R for the
Proposer's Project Experience. Form RFQ-PP-R must be completed and signed
by the Program/Project Owner's representative. List three (3) projects as identified
in Section 3.5, Minimum Qualification Requirements.
6. Proposer's Team Qualifications and Experience
Proposer shall complete and submit City Form RFQ-QT. Form RFQ-WC shall be
completed for each of the Key Personnel and Subconsultants identified in Form
SW Streetscape and Street Tree Master Plan Services
20
RFQ 16-17-006
RFQ-QT. An organizational chart of the Project Team shall be provided for each
of the Key Personnel identified. Proposer shall also submit:
• Listing of Project Team by name, race, ethnicity, gender, language(s) spoken,
and specific tasks to be performed in this Project.
• Documentation 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);
• Resumes for Key Personnel and Subconsultants, including education,
experience, previous working relationships, work preformed of a similar nature,
licenses, and any other pertinent information. Documentation should be
provided which demonstrates their ability to satisfy all of the minimum
requirements.
Section B
1. Qualifications of Project Manager
Proposer shall complete and submit Form RFQ-PM for this section of its Proposal to
provide a comprehensive summary of the Project Manager's experience within the
past five (5) years, including a list of projects similar in size, scope, and complexity.
Failure to meet the stipulated minimum requirements will result in the Proposal being
deemed non -responsive. List three (3) projects as identified in Section 3.5, Minimum
Qualification Requirements.
Form RFQ-PM-R shall be submitted for each Form RFQ-PM submitted. Proposer shall
also provide a one page resume reflecting the Project Manager's education,
experience and qualifications as they relate to this Project.
Section C
1. Design Approach and Process to Functionality/Design Concept Innovation
Proposer shall complete and submit City Form RFQ-DAP to include the following:
• Description of overall approach and process for including public input of
desired design elements and objectives;
• Understanding of the Scope of Services and the purpose and goals of
developing master plans for public streetscapes;
• Description of the Proposer's proposed approach to facilitating the
engagement of the City officials, local botanical park representatives and
community stakeholders in a public process, and its ability to interface
successfully with other agencies or firms; and,
• Innovation and functionality of proposed designed concepts.
2. Technical Capabilities and Methodology in Designing and Master Planning in
South Florida
Proposer shall complete and submit City Form RFQ-T to provide a comprehensive
explanation of the Proposer's technical capabilities in the following areas:
SW Streetscape and Street Tree Master Plan Services
21
RFQ 16-17-006
• Environmental/Sustainable design - approach to minimizing the daily and
long term operational and maintenance cost, including the application of
"green design";
• Value Engineering — methodology used in determining material and
equipment quality, and maximizing efficiency with design elements;
• Designing for sustenance of local wildlife populations, inclusion of specimens that
thrive in a coastal environment, and non -dormant Florida native consistency; and,
• Quality control and assurance, including coordination between design
disciplines, compliance with project requirements professional/industry
standards, sensitivity to historically designated sites and conformance with
all applicable code requirements, including existing master plans identified
in Exhibit 1.
3. Project Management/Schedule Adherence and Plan Delivery
• Ensuring timely completion of projects;
• Quality control and assurance procedures, including timely reporting, and
reviewing pay applications and change orders;
• Discussion of how Proposer would supervise the Proposal Team and
manage engagement in order to meet deadline(s) and budget; and,
• Capacity to provide on -call services in a timely manner.
Section D
1. Qualifications of Lead Design Landscape Architect
Proposer shall complete and submit City Form RFQ-LA for the Lead Design
Landscape Architect for this section of its Proposal.
For each RFQ-LA Form, the Proposer must submit Form RFQ-LA-R for the Lead
Design Landscape Architect, and the Lead Design Landscape Architect's Resume.
2. Qualifications of Urban Designer
Proposer shall complete and submit City Form 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 Form RFQ-UD-R for the Urban
Designer, and a resume for the Urban Designer.
3. Qualifications of Environmental Specialist
Proposer shall complete and submit City Form RFQ-ES for the Environmental
Specialist listed for this section of its Proposal.
For each RFQ-ES Form, the Proposer must submit Form RFQ-ES-R for the
Environmental Specialist, and a resume for the Environmental Specialist.
4. Qualifications of Traffic Engineer
Proposer shall complete and submit City Form RFQ-EE for Traffic Engineer listed for
this section of its Proposal.
SW Streetscape and Street Tree Master Plan Services
22
RFQ 16-17-006
For each RFQ-EE Form, the Proposer must submit Form RFQ-EE-R for the Traffic
engineer, and a resume for the Traffic Engineer.
5. Qualifications of Community Outreach/Public Relations Specialist
Proposer shall complete and submit City Form RFQ-PR for the Public Relations
Specialist for this section of its Proposal.
For each RFQ-PR Form, the Proposer must submit Form RFQ-PR-R for the Public
Relations Specialist and a resume for the Public Relations Specialist.
Section E
1. Exhibit 2 - Agreement
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 Proposal Forms (Section 6.0)
Proposer shall sign and submit each RFQ Proposal Form.
3. Information for Determining Joint Venture Eligibility - Form A (if applicable)
Section F
1. Letter of Agreement(s) (LOA)
2. Form C-1- List of Subconsultants/Subcontractors*
3. Certificate of Compliance
4. Business Tax Receipt
5. Copies of Miami -Dade County CBE Certification for Proposer or Proposer's
Subconsultant(s), if applicable
6. Notice of Qualifications (FDOT), if applcable
*NOTE: Proposer shall list all proposed Subconsultants/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
Certification, as approved by Miami -Dade County, if applicable.
B. Proposal Submission Format:
SW Streetscape and Street Tree Master Plan Services
23
RFQ 16-17-006
Proposer shall prepare and submit the Proposal in the format provided below. Failure to
comply with this format may result in the Proposal being deemed non -responsive.
Section A
1. Table of Contents
2. RFQ-PL - Proposal Letter
3. RFQ-N - Proposal Narrative
4. RFQ-QP - Proposer's Qualifications
5. RFQ-PP- Proposer's Project Experience
6. RFQ-PP-R - Proposer's Reference Forms
7. RFQ-QT - Qualifications of Proposer's Team - Including Forms RFQ-WC
8. Resumes of Key Personnel
9. Team Organizational Chart
Section B
1. RFQ-PM - Qualifications of Project Manager
2. RFQ-PM-R - Project Manager Reference
3. Resume of Project Manager
Section C
1. RFQ-LA - Qualifications of Lead Design Landscape Architect
2. RFQ-LA-R- Lead Design Landscape Architect Reference Forms
3. Resume of Lead Design Landscape Architect
4. RFQ-UD- Qualifications of Urban Designer
5. RFQ-UD-R - Urban Designer Reference Forms
6. Resume of Urban Designer
7. RFQ-ES - Qualifications of Environmental Specialist
8. RFQ-ES-R - Environmental Specialist Reference Forms
9. Resume of Environmental Specialist
10. RFQ-EE - Qualifications of Traffic Engineer
11. RFQ-EE-R- Traffic Engineer Reference Forms
12. Resume of Traffic Engineer
13. RFQ-PR - Qualifications of Public Relations Specialist
14. RFQ-PR-R - Public Relations Specialist Reference Forms
15. Resume of Public Relations Specialist
16. Form RFQ-WC - Workload Capacity for the Proposer's current work load.
Section D
1. RFQ-DAP - Design Approach and Process to Functionality/Innovation
2. RFQ-T - Technical Capabilities and Methodology
Section E
1. Agreement (Exhibit 2)
2. RFQ Proposal Forms (See Section 6.0)
3. Information for Determining Joint Venture Eligibility - Form A (if applicable).
Section F
1. Letter of Agreement(s) (LOA)
SW Streetscape and Street Tree Master Plan Services
24
RFQ 16-17-006
2. Form C-1 List of Subconsultants
3. Certificate of Compliance
4. Business Tax Receipt
5. Copies of Miami -Dade County CBE Certification for Proposer or Proposer's
Subconsultant(s) (if applicable)
6. Notice of Qualifications (FDOT), if applicable.
4.2. Proposal Submission
One (1) unbound original and seven (7) bound copies (total of 8), plus one (1) digital copy
in digital format (CD-ROM or USB in .pdf file format), of Proposer's complete Proposal for this
RFQ shall be delivered to:
Mr. Todd Hannon, City Clerk
City of Miami
Office of the City Clerk
3500 Pan American Drive, 1st Floor
Miami, Florida 33133
Proposals must be clearly marked on the outside of the packages referencing:
RFQ No. 16-17-006
SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES
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. Subconsultants 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 Subconsultant/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 formal agreement between all joint venture
parties. This joint venture agreement must indicate their respective roles, responsibilities
and levels of participation for the Project. Failure to submit Form A, along with an attached
SW Streetscape and Street Tree Master Plan Services
25
RFQ 16-17-006
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 Subconsultants proposed to be used, and
provide for the Subconsultant the same information required of the Proposer. The City
retains the right to accept or reject any proposed Subconsultants.
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
disqualification.
It is the policy of the City of Miami that prior to being recommended for an award, the
Successful Proposer shall complete the City's Vendor Registration. Vendor registration is
easily completed by accessing the City's website using the below Zink:
http://www.miamigov.com/Procurement/pages/SupplierCorner/default.asp.
For any questions regarding vendor registration, please contact the Department of
Procurement at (305) 416-1922. It is the sole responsibility of the Successful Proposer to
ensure that City Vendor Registration requirements are wholly satisfied.
SW Streetscape and Street Tree Master Plan Services
26
RFQ 16-17-006
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 City's Procurement staff for compliance with the submission
requirements of the RFQ, including verification that each Proposal included all
required documents.
5. Review by professional staff and/or an Evaluation Committee (Committee)
certifying that the Proposer is qualified to render the required services according
to State regulations.
6. The Committee, appointed by the City Manager, shall meet to evaluate each
responsive Proposal in accordance with the requirements of this RFQ. The
Committee will select a minimum of three (3) firms deemed the most highly
qualified to perform the required services, unless fewer than three (3) Proposals
are received. At the Committee's option, they may decide to hold brief
presentations and interview sessions with all Proposers or shortlisted firms.
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 and authorize Procurement to
enter into negotiations with the top ranked Proposer or request that the
Committee provide additional information as to the ranking of the Proposals.
Upon approval of the Committee's recommendation, the Proposers will be
listed in rank order on the OCI webpage,
http://www.miamigov.com/CITP/ProcurementOpp.html.
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.
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 of
Agreement(s) 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
SW Streetscape and Street Tree Master Plan Services
27
RFQ 16-17-006
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:
a) approve the City Manager's recommendation and authorize award of the
Agreement. Upon approval of the City Manager's recommendation, an award
memorandum will be included on the OCI webpage,
http://www.miamigov.com/CITP/ProcurementOpp.html, of which written notice
shall be provided to all Proposers.
b) reject the Agreement; or
c) reject all Proposals and direct the City Manager to re -open negotiations or to
solicit new Proposals.
B. Evaluation Criteria
Proposals shall be evaluated according to the following criteria and their respective weight,
for a maximum of one hundred (100) points per Committee member:
Technical Criteria Maximum Points
1. Proposer's Qualifications and Experience 25
2. Proposer's Team Qualifications, Experience and Availability 20
3. Proposer's Project Manager's Qualifications and Experience 15
4. Design Approach and Process to Functionality/Innovation 15
5. Technical Capabilities and Methodology in Designing and Master
Planning in 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 granted to Proposers who agree to use Miami -Dade County CBE Firms
from within the City of Miami municipal boundaries. The awarded firm must agree to assign at
a minimum fifteen percent (15%) of the contract value to Miami -Dade County certified CBE
firm(s) that maintain a "Local Office", as defined in Section 18-73 of the City of Miami Code.
SW Streetscape and Street Tree Master Plan Services
28
RFQ 16-17-006
SECTION 6
RFQ PROPOSAL FORMS
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.: 16-17-006
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 Proposer's 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
SW Streetscape and Street Tree Master Plan Services
29
RFQ 16-17-006
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
,dayof ,20
Secretary:
(SEAL)
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL
SW Streetscape and Street Tree Master Plan Services
30
RFQ 16-17-006
6.2.2 CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
STATE OF )
) SS:
COUNTY OF
I 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
SW Streetscape and Street Tree Master Plan Services
31
RFQ 16-17-006
6.2.3 CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
STATE OF )
SS:
COUNTY OF )
I HEREBY CERTIFY that a meeting of the Principals of the
organized and existing under the laws of the State of
held on , 20 , the following resolution was duly passed and
adopted:
"RESOLVED, that, as of the Joint
Venture be and is hereby authorized to execute the Proposal dated, 20 , to
the City of Miami official act and deed of this Joint Venture."
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of
, 20
Secretary:
FAILURE TO COMPLETE, SIGN AND RETURN THIS FOR MAY DISQUALIFY PROPOSE'S PROPOSAL
SW Streetscape and Street Tree Master Plan Services
32
6.2.4 CERTIFICATE OF AUTHORITY
(IF LIMITED LIABILITY CORPORATION)
STATE OF
SS:
COUNTY OF
RFQ 16-17-006
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 and that their execution thereof shall be the 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
SW Streetscape and Street Tree Master Plan Services
33
6.2.5 CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
STATE OF
SS:
COUNTY OF
RFQ 16-17-006
I HEREBY CERTIFY that as an individual, I
(Name of Individual)
and as a d/b/a (doing business as)
(if applicable)
exist under the laws of the State of Florida.
"RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the
Proposal dated, , 20 , to the City of Miami as an individual and/or d/b/a (if
applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act
and deed of this attestation."
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this
, day of , 20
NOTARY PUBLIC:
Commission No.:
I personally know the individual/do not know the individual (Please Circle)
Driver's License #
(SEAL)
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL
SW Streetscape and Street Tree Master Plan Services
34
RFQ 16-17-006
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.
SW Streetscape and Street Tree Master Plan Services
35
RFQ 16-17-006
(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:
SW Streetscape and Street Tree Master Plan Services
36
RFQ 16-17-006
6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY OF MIAMI CODE
hereby certify
that:
i) 1 am the (President/Secretary or
Principal) of (Proposer);
ii) I have read Section 18-87 of the City of Miami Procurement Code;
iii) (Proposer) 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
iv) (Proposer) 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 Proposer's CBE certification
must be included in the proposal document.
OPTIONAL:
v) (Proposer) hereby agrees to
make assignments pursuant to item (iii), above, to certified CBE firms who maintain
a "Local Office," as defined in Section 18-73 of the City of Miami Code;
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 Code on behalf of Proposer
named therein in favor of the City.
Subscribed and Sworn to before me this day of , 20_
My commission expires:
Notary Public, State of Florida at Large
Bonded by:
SW Streetscape and Street Tree Master Plan Services
37
RFQ 16-17-006
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 max) 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, gender, 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:
SW Streetscape and Street Tree Master Plan Services
38
RFQ 16-17-006
(c) Supervision of field operations:
NOTE: If, after filing this form and before the completion of the joint venture's work on the Agreement, there
is any significant change in the information submitted, the Joint Venture must inform the City 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:
SW Streetscape and Street Tree Master Plan Services
39