Loading...
Res No 173-17-14974RESOLUTION NO: 173-17-14974 A Resolution authorizing the City Manager to enter into a multi-year agreement with Duff & Phelps, LLC for inventory and valuation services of City assets for a total amount of $31,000 over the 5-year contract term. WHEREAS, the City issued a Request for Proposal to engage a firm for a five (5) year agreement for providing annual inventory and valuation services of City's assets; and WHEREAS, the services solicited must conform to the requirements of GASB 34 as it pertains to reporting requirements and depreciation; and WHEREAS, two proposals were received and were reviewed, scored and ranked by a Selection Committee comprised of City staff; and WHEREAS, the Selection Committee scored and ranked Duff & Phelps, llC as the highest ranked Respondent and subsequently recommended them for the award; and WHEREAS, the expenditure will be charged to account no. 001-1330-513-4510, Contractual Services; and WHEREAS, the agreement shall be for a term not to exceed five (5) consecutive years with a total contract amount over the five (5) year term of $31,000. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA; Section 1. The City Manager is authorized to enter into a multi-year agreement with Duff & Phelps, llC for annual inventory and valuation services of City's assets to conform to the requirements of GASB 34 as it pertains to reporting requirements and depreciation for a contract term not to exceed five (5) consecutive years for a total contract amount of $31,000. A copy of the contract with Duff & Phelps, llC is attached. Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. Section 3. Effective Date: This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this..!2. day of August ,2017. ArrEST: APPROVED:, Page 1 of2 Res. No. 173-17-14974 Qrpa~4d!r' . CITY'LERK Page 2 of2 fL£tl~ MAY R COMMISSION VOTE: 5-0 Mayor Stoddard: Yea Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Yea Commissioner Edmond: Yea (d1 South'Miami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE CITY OF PLEASANT LIVING To: FROM: DATE: The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager August 15, 2017 Agenda Item No.: 13 SUBJECT: A Resolution ·authorizing the City Manager to enter into a multi-year agreement with Duff & Phelps, LLC for inventory and valuation services of City assets for a total amount of $31,000 over the 5-year contract term. BACKGROUND: The City issued a Request for Proposai to engage a firm for a five (5) year agreement for the proposes of providing inventory and valuation services to conform to the requirements of GASB 34 as it pertains to reporting requirements and depreciation. Two proposals were received: . RES~ONDENT . 5 -YEAR FEE· Duff & Phelps $31,000 (Incumbent) HCA Asset Management $105,000 A selection committee, comprised of Shari Kamali/Deputy City Manager, Quentin Pough/Parks and Recreation Director and Chairperson, Alfredo Riverol/Chief Financial Officer, reviewed, scored and ranked the respondents on May 25, 2017. Based on the final scores and rankings, the selection committee is recommending Duff & Phelps for the award. The combined final ran kings are below: Selection Committee: FINAL RANKINGS. Evaluator Duff & Phelps HCAAsset Management Shari Kamali 100 60 Quentin Pough 100 60 Alfredo Riverol 100 60 TOTAL 300 180 Both Respondents were viewed as capable by the Selection Committee to provide the services requested by the City in the RFP. The deciding criteria came SoutOOiami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER·OFFICE MEMORANDUM THE CITY OF PLEASANT LIVING AMOUNT: ACCOUNT: down to the "Proposed Annual and Contract Fee." The Committee could not justify recommending HCA Asset Manag!;ment given their proposed fee of $105,000 over the 5-year contractperiod. I Duff & Phelps, formerly American Appraisal, was previously awarded as-year contract by the City as a result of a competitive sealed bid process in August, 2012 to provided inventory and valuation services. the inventory conducted during the fall, 2016 was the final inventory for the 5-year contract. American Appraisal, (Duff & Phelps), has provided the City with timely and accurate service over the contract term and regularly interfaces with the City's auditor during the annual external audit of the City's financial statements American Appraisal was acquired by Duff & Phelps on February 24, 2015. The transition was seamless and Duff & Phelps has kept the same staff servicing the City during and after the acquisition. $6,000 for FY 2017-2018 001-1330-513-4510, Contractual Services ATTACHMENTS: Resolution RFP #FN2017-07 Pre-bid Bid Opening Report Duff & Phelps Proposal Selection Committee Score &Rank Sheets Daily Business Review Advertisement Demand Star Sun Biz ~ Sou[hfJiami TI-tE CITY OF PLEASANT liVING CITY OF SOUTH MIAMI INVENTORY AND VALUATION SERVICES RFP #FN20 17-07 Solicitation Cover letter SUBMITTALS DUE: May 10,2017 AT 10:00 A.M. The City of South Miami, Florida (hereinafter referred to as "CSM") through its chief executive officer (City Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Proposals" or "RFP"). All references in this Solicitation (also referred to as an "Invitation for Proposals" or "Invitation to Bid" to "City" shall be a reference to the City Manager, or the manager's designee, for the City of South Miami unless otherwise specifically defined or unless the context in which the word is used requires it to mean the City of South Miami. The City is hereby requesting sealed proposals in response to this RFP #PR20 17-07, "Inventory and Valuation' Services." The purpose of this Solicitation is to contract for the services necessary for the completion of the project in accordance with the Scope of Services, (Exhibit I, Attachment's A & 8) ·or the plans and/or specifications, if any, described in this Solicitation (hereinafter referred to as "the Project" or "Project"). Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package at the City Clerk's office Monday through Friday from 9:00 a.m. to 4:00 p.m. or by accessing the following webpage: http://www.southmiamifl.gov/ which is the City of South Miami's web address for solicitation information. Proposals are subject tp the Standard Terms and Conditions contained in the complete Solicitation Package, including all documents listed in the Solicitation. The Proposal Package shall consist of one (I) original unbound proposal, five (5) additional copies, 3-ring binders are not permitted, and one (I) digital (or comparable medium including Flash Drive, DVD or CD) copy all of which shall be delivered to the Office of the City Clerk located at South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. The entire Proposal Package shall be enclosed in a sealed envelope or container and shall have the following Envelope Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: "Inventory and Valuation Services," RFP #PR20 17 -ot and the name of the Respondent (person or, entity responding to the Solicitation. Special envelopes such as those provided by UPS or Federal Express will not be opened unless they contain the required Envelope Information on the front or back of the envelope. Sealed Proposals must be received by Office of the City Clerk, either by mail or hand delivery, no later than 10:00 a.m. local time on May 10, 2017. A public opening will take place at 10:00 a.m. on the same date in the City Corpmission Chambers located at City Hall, 6130 Sunset Drive, South Miami 33143. Any Proposal received after 10:00 a.m. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the person submitting the proposal and in favor of the Clerk's receipt stamp. Hand delivery of submittals must be made Monday through Friday from 8 AM to 5 PM to the office of City Clerk. A Non-Mandatory Pre·Proposal Meeting will be conducted at the City Hall in the Commission Chambers, 6130 Sunset Drive; South Miami, FL., 33143 on April 25, 2017 at 10:00 a.m •. The conference shall be held regardless of weather conditions. Proposals are subject to the terms, conditions and provisions of this letter as well as to those provisions, terms, conditions, affidavits and documents contained in this Solicitation Package. The City reserves the right to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all proposals, and the right of the City to waive any irregularity in the Proposals or Solicitation procedure and subject also to the right of the City to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price or, if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. . Maria M. Menendez, CMC City Clerk, City of South Miami SCOPE OF SERVICES and SCHEDULE OF VALUES INVENTORY AND VALUATION SERVICES RFP #FN2017·07 The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT I END OF SECTION 2 No I 2 3 4 5 6 SCHEDULE OF EVENTS INVENTORY AND VALUATION SERVICES RFP #FN20 17 -07 ... Event Advertisement! Distribution of Solicitation & Cone of Silence begins Non-Mandato~ Pre-RFP Meeting Deadline to Submit Questions Deadline to City Responses to Questions Deadline to Submit RFP Response Projected Announcement of selected ContractorlCone of Silence ends END OF SECTION 3 Date* Time* (EST) 04111/2017 4:00 PM 4/25/2017 10:00 AM 511/2017 10:00 AM 5/5/2017 10:00 AM 5110/2017 10:00 AM 6/6/2017 7:00 PM INSTRUCTIONS for RESPONDENT INVENTORY AND VALUATION SERVICES RFP #FN20 17 -07 IT IS THE RESPONSIBll,.lTY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE SOLICITATION FORM. I. Purpose of Solicitation. The City of South Miami is requesting proposals for the lowest and most responsive price for the Project. The City reserves the right to award the contract to the Respondent whose proposal is found to be in the best interests of the City. 2. Qualification of Proposing Firm. Response submittals to this Solicitation. will be considered from firms normally engaged in providing the services requested. The proposing firm must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami. The'City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject all response submittals to this Solicitation where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 3.' Deviations from Specifications. The awarded firm shall clearly indicate, as applicable, all areas in which the services proposed do not fully comply with the reqUirements of this Solicitation. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami. 4. Designated Contact. The awarded firm shall appoint a person to act as a primary contact with ,the City of South Miami. This person or back-up shall be readily available during normal work hours by phone, email, or in person, and shall be knowledgeable of the terms of the contract. 5. Precedence of Conditions. The proposing firm, by virtue of submitting a response, agrees that City's General Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted with the response, either appearing separately as an attachment or included within the Proposal. The Contract Documents have been listed below in order of precedence, with the one having the most precedence being at the top of the list and the remaining documents in descending order of precedence. This order of precedence shall apply, unless clearly contrary to the specific terms of the Contract or General Conditions to the Contract: a) Addenda to Solicitation b) Attachments/Exhibits to the Solicitation c) Solicitation d) Attachment/Exhibits to Supplementary Conditions e) Supplementary Conditions to Contract, if any f) Attachment/Exhibits to Contract g) Contract h) General Conditions to Contract, if any i) Respondent's Proposal 6. Response Withdrawal. After Proposals are opened, corrections or modifications to Proposals are not permitted, but the City may allow the proposing firm to withdraw an erroneOIjS Proposal prior to the confirmation of the proposal award by City Commission, if all of the following is established: a) The proposing firm acted in good faith in submitting the response; b) The error was not the result of gross negligence or willful inattention on the part of the firm; c) The error was discovered and communicated to the City within twenty-four (24) hours (not including Saturday, Sunday or a legal holiday) of opening the proposals received, along with a request for permission to withdraw the firm's Proposal; and d) The firm submits an explanation in writing, signed under penalty of perjury,.stating how the error was made and delivers adequate documentation to the City to support the explanation and to show that the error was not the result of gross negligence or willful inattention nor made in bad faith. 7. The terms, provisions, conditions and definitions contained in the Solicitation Cover Letter shall apply to these instructions to Respondents and they are hereby adopted and made a part hereof by reference. If there is a conflict between the Cover Letter and these instructions, or any other provision of this Solicitation, the Cover Letter shall govern and take precedence over the conflicting provision(s) in the Solicitation. 8. Any questions concerning the Solicitation or any required need for clarification must be made in writing, by, 10:00 a.m., May 1,2017 to the attention of Steven P. Kulick at skulick@southmiamifl.gQY: or via facsimile at (30S) 663-6346. 4 9. The issuance of a written addendum is the only official method whereby interpretation and/or clarification of information can be given. Interpretations or clarifications, considered necessary by the City in response to such questions, shall be issued by a written addendum to the Solicitation Package (also known as "Solicitation Specifications" or "Solicitation") by U.S. mail, e-mail or other delivery method convenient to the City and the City will notify all prospective firms via the City's website. 10. Verbal interpretations or clarifications shall be without legal effect. No plea by a Respondent of ignorance or the need for additional information shall exempt a Respondent from sub"mitting the Proposal on the required date and time as set forth in the public notice. ' I I. Cone of Silence: You are hereby advised that this Request for Proposals is subject to the "Cone of Silence," in accordance with Section BA-7, of the City's Code of Ordinance. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on verbal communication with the City's professional staff, including the City Manager and his staff and members of the City Commission. The Cone of Silence ordinance, Section BA-7, has been duplicated at the end of these instructions. 12. Violation of these provisions by any particular Respondent or proposer shall render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidable, and, in such event, said Respondent or proposer shall not be considered for any Solicitation including but not limited to one that requests any of the following a proposal, qualifications, a letter of interest or a bid concerning any contract for the provision of goods or services for a period of one year. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 13. Lobbying. "Lobbyist" means all persons (including officers and managers of a legal entity), firms, or legal entities such as a corporation, partnership or limited liability company, employed or retained by a principal (including an officer of the principal or an employee of the principal whose duties include marketing, or soliciting business, for the principal) who seeks to encourage the passage, defeat, or modifications of (I) ordinance, resolution, action or decision of the City Commission; (2) any action, decision, recommendation of the City Manager or any City board or committee; or (3) any ~ction, decision or recommendation of City personnel during the time period of the entire decision-making process on such action, decision or recommendation which foreseeably will be heard or reviewed by the City Commission, or a City board or committee. All firms and their agents who intend to submit, or who submitted, bids or responses for this Solicitation, are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioner or any employee of the City of South Miami are to be lobbied either individually or collectively concerning this Solicitation. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information or as otherwise provided for in the City's Cone of Silence. Any presentation before a selection committee is considered to be lobbying; however, the presentation team may avoid formal registration by complying with section BA-S (c) (9), of the City's Code of Ordinances. A presentation team affidavit is provided with this solicitation that may be used to comply With presentations, if applicable. Anyone who submits a proposal, wh_ether solicited or unsolicited, on behalf of his or her principal or his or her employer is considered to be a lobbyist and must register. An officer or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist. See section BA-S of the City's Code of Ordinances for further information and contact the City Clerk to register as a lobbyist 14. Reservation of Right The City anticipates awarding one contract for services as a result of this Solicitation and the successful firm will be requested to enter into negotiations to produce a contract for the Project. The City, however, reserves the right, in its sole discretion, to do any of the following: a) to reject any and all submitted Responses and to further define or limit the scope of the award. b) to waive minor irregularities in the responses or in the procedure required by the Solicitation documents. c) to request additional information from firms as deemed necessary. d) to make an award without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposal be completed in all respects. e) to negotiate modifications to the Proposal that it deems acceptable. f) to terminate negotiations in the event the City deems progress towards a contract to be insufficient and to proceed to negotiate with the Respondent who made the next best Proposal. The City reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to the City. g) To modify the Contract Documents. The terms of the Contract Documents are general and not necessarily specific to the Solicitation. It is therefore anticipated that the City may modify these documents to fit the specific project or work in question and the Respondent, ,by making a Proposal. agrees to such modifications and to be bound by such modified documents. 5 h) to cancel, in whole or part, any invitation for Proposals when it is in the best interest of the City. i) to award the Project to the person with the lowest. most responsive, responsible Proposal. as determined by the City. j) to award the Project. and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price. k) if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. 15. Contingent Fees Prohibited. The proposing firm, by submitting a proposal. warrants that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub-consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 16. Public Entity Crimes. A person or affiliate of the Respondent who has been placed on the convicted vendor list pursuant to Chapter 287 following a conviction for a public entity crime may not,submit a Proposal on a contract to provide any goods or services, or a contract for construction or repair of a public building. may not submit proposals on leases of real property to or with the City of South Miami, may not be awarded a contract to perform work as a CONTRACTOR, sub-contractor, supplier, sub-consultant, or consultant under a contract with the City of South Miami, and may not transact business With the City of South Miami for a period of 36 months from the date of being placed on the convicted vendor list. 17. Respondents shall use the Proposal Form(s) furnished by the City. All erasures and corrections must have the initials of the Respondent's authorized representative in blue ink at the location of each and every erasure and correction. Proposals shall be signed using blue ink; all quotations shall be typewritten, or printed with blue ink. All spaces shall be filled in with the requested information or the phrase "not applicable" or "NA". The proposal shall be delivered on or before the date and time, and at the place and in such manner as set forth in the Solicitation Cover Letter. Failure to do so may cause the Proposal to be rejected. Failure to include any of the Proposal Forms may invalidate the Proposal. Respondent shall deliver to the City, as part of its Proposal, the following documents: a) The Invitation for Proposal and Instructions to Respondents. b) A copy of all issued addenda. c) The completed Proposal Form fully executed. d) Proposal/Bid Bond, (Bond or cashier's check), if required. attached to 'the Proposal Form. e) Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent f) Certificate of Insurance and/or Letter of Insurability. 18. Goods: I{goods are to be prOVided pursuant to this Solicitation the following applies: a) Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is mentioned in this Solicitation, whether or not followed by the words "approved equal", it is for the purpose of establishing a grade or quality of material only. Respondent may offer goods that are equal to the goods described in this Solicitation with appropriate identification, samples and/or specifications for such item(s). The City shall be the sole judge concerning the merits of items proposed as equals. b) 'Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. c) Mistake:' In the event that unit prices are part of the Proposal and if there is a discrepancy between the unit price(s) and the extended price(s), the unit price(s) shall prevail and the extended price(s) shall be adjusted to coincide .. Respondents are responsible for checking their calculations. Failure to do so shall be at the Respondent's risk, and errors shall not release the Respondent from his/her or its responsibility as noted herein. d) Samples: Samples of items, when required, must be furnished by the Respondent free of charge to the City. Each individual sample must be labeled with the Respondent's name and manufacturer's brand name and delivered by it withi n ten (10) calendar days of the Proposal opening unless schedule indicates a different time. If samples are requested subsequent to the Proposal opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return of samples~ e) Respondent warrants by signature on the Proposal Form that prices quoted therein are'in conformity with the latest Federal Price Guidelines. f) Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on thi s Proposal prior to their delivery, it shall be the responsibility of the successful Respondent to notify the 6 City at once, indicating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration. including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no further expense to the City with thirty (30) days advanced notice. g) Respondent warrants that the prices, terms and conditions quoted in the Proposal shall be firm for a period of one hundred eighty (180) calendar days from the date of the Proposal opening unless otherwise stated in the Proposal Form. Incomplete, unresponsive, irresponsible, vague,or ambiguous responses to the Solicitation shall be cause for rejection, as determined by the City. h) Safety Standards: The Respondent warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Proposals must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when applicable. 19. Liability, Licenses & Permits: The successful Respondent shall assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, and inspections required by this Solicitation and as required by law. The Respondent shall be liable for any damages or loss to the City occasioned by the negligence of the Respondent (or its agent or employees) or any person acting for or through the Respondent. Respondents shall furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession and applicable to the work to be performed as required by Florida Statutes, the Florida Building Code, Miami-Dade County Code or City of South Miami Code. These documents shall be furnished to the City as part of the Proposal. Failure to have obtained the required licenses and certifications or to furnish these documents shall be grounds for rejecting the Proposal and forfeiture of the Proposal/Bid Bond, if required for this Project. 20. Respondent shall comply With the City's insurance requirements as set forth in the attached EXHIBIT 3, prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the contract, or an award of the contract is made before compliance with this provision, the failure to fully and satisfactorily comply with the City's bonding, if required for this project, and insurance requirements as set forth herein shall authorize the City to implement a rescission of the Proposal Award or rescission of the recommendation for award of contract without further City action. The Respondent, by submitting a Proposal, thereby agrees to hold the City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission. 21. Copyrights and/or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been, nor will there be, any infringement of copyrights or patent rights. The Respondent agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement. 22. Execution of Contract: A response to this Solicitation shall not be responsive unless the Respondent signs the form of contract that is a part of the Solicitation package. The Respondent to this Solicitation acknowledges that by submitting a response or a proposal, Respondent agrees to the terms of the form contract and to the terms of the general conditions to the contract, both of which are part of this Solicitation package. The Respondent agrees that Respondent's signature on the Bid Form and/or the form of contract that is a part of the Solicitation package and/or response to this Solicitation, grants to the City the authority, on the Respondent's behalf, to inserted, into any blank spaces in the contract documents, information obtained from the proposal and, at the City's sole and absolute discretion, the City may treat the Respondent's signature on any of those documents as the Respondent's signature on the contract, after the appropriate information has been inserted, as well as for any and all purposes, including the enforcement of all of the terms and conditions of the contract. 23. Evaluation of Proposals: The City, at its sole discretion, reserves the right to inspect the facilities of any or all Respondents to determine its capability to meet the requirements of the Contract. In addition, the price, responsibility and responsiveness of the Respondent, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and/or with other units of state, and/or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract. 24. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Proposal as determined by the City. 25. Public Entity Crimes: A person or affiliate who was placed on the Convicted Vendors List following a conviction for a public entity crime may not submit a response on a contract to provide any services to a public entity, may not submit Solicitation on leases of real property to a public entity, and may not transact business With any public entity in excess of the threshold amount provided in Section 287.017, for a period of 36 months from the date of being placed on the Convicted Vendors List. 26. Contingent Fees Prohibited: The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, tdsolicit or 7 secure it contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub-consultant, working in its employ. any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. , 27. Hold Harmless: All Respondents shall hold the City. its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a contract. as applicable, unless the claim is based solely on allegations of fraud and/or collusion. The submission of a proposal shall act as an agreement by the Respondent that the Proposal/Bid Bond, if required for this project, shall not be released until and unless the Respondent waives any and all claims that the Respondent may have against the City that arise out of this Solicitation process or until a judgment is entered in the Respondent's favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party shall recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Proposal/Bid Bond, if required for this project, shall be applied to the payment of those costs and any balance shall be paid by the Respondent. 28. Cancellation: Failure on the part of the Respondent to comply with the conditions, specifications, requirements, and terms as determined by the City. shall be just cause for canceUation of the Award or termination of the contract. 29. Bonding Requirements: The Respondent, when submitting the Proposal, shall include a Proposal/Bid Bond, if required for this project, in the amount of 5% of the total arT\ount of the base Proposal on the Proposal/Bid Bond Form included herein. A company or personal check shall not be deemed a valid Proposal Security. 30. Performance and Paymen~ Bond: The City of South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond, each in the amount of 100% of the total Proposal Price, including Alternates if any, naming the City of South Miami, and the entity that may be providing a source of funding for the Work, as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and/or furnishing materials in connection herewith. In addition, if the Respondent's employees will be working in secure or sensitive areas of the City, the City may require that the Respondent provides employee bonding, naming the City of South Miami as the obligee on the bond. The bonds shall be with a surety company authorized to do business in the State of Florida. 30.1. Each Performance Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the Work covered in the Contract Documents. 30.2. Each Performance Bond shall continue in effect for five years after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the Contract Sum. 30:3. Each Payment bond shall guarantee the full payment of all suppliers, material man, laborers, or subcontractor employed pursuant to this Project. 30.4. Each Bond shall be with a Surety company whose qualifications meet the requirements of insurance companies as set forth in the insurance reqUirements of this solicitation. 30.5. Pursuant to the requirements of Section 255.05, Florida Statutes, Respondent shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide CITY with evidence of such recording. 30.6. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revisions. 31. Proposal Guarantee: . Notwithstanding .the fact that the Respondent, in submitting a proposal, agrees to the terms contained in the form of contract that is part of this Solicitation package, the successful Respondent, within ten (10) calendar days of Notice of Award by the City, shall deliver, to the City, the executed Contract and other Contract Documents that provide for the Respondent's signature, and deliver to the City the required insurance documentation as well as a Performance and Payment Bond if these bonds are required; The Respondent who has the Contract awarded to it and who fails to execute the Contract and furnish the reqUired Bonds and Insurance Documents within the specified time shall, at the City's option, forfeit the Proposal/Bid Bond/Security that accompanied the Proposal, and the Proposal/Bid Bond/Security shall be retained as liquidated damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this sum is a fair estimate of the amount of damages the City will sustain in case the Respondent fails to sign the Contract Documents or fails to furnish the required Bonds and Insurance documentation. If the City does not accept the Proposal/Bid Bond, the City may proceed to sue for breach of contract if the Respondent fails to perform in accordance with the Contract Documents. Proposal/Bid Bond/Security deposited in the form of a cashier's check drawn on a local bank in good standing shall be subject to the same requirements as a Proposal/Bid Bond. 32. Pre-proposal Conference Site Visits: If a Mandatory Pre-proposal conference is scheduled for this project, all Respondents shall attend the conference and tour all areas referenced in the Solicitation Documents. It shall be grounds for rejecting a Proposal from a Respondent who did not attend the mandatory pre-proposal 8 conference. No pleas of ignorance by the Respondent of conditions that exist, or that may hereinafter exist, as a Solicitation result of failure to make the necessary examinations or investigations, or failure to complete any part of the Solicitation Package, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the Respondent. The Respondent, following receipt of a survey of the property, if applicable, is bound by knowledge that can be seen or surmised from the survey and will not be entitled to any change order due to any such condition. If the survey is provided before the proposal is submitted, the contract price shall include the Work necessitated by those conditions. If the survey is provided subsequent to the submission of the proposal, the Respondent shall have five calendar days to notify the City of any additional costs required by such conditions and the City shall have the right to reject the proposal and award the contract to the second most responsive, responsible bidder with the lowest price or to reject all bids. 33. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the Contract Documents, including the Proposal Form. No change orders shall be allowed for delays caused by the City, other than for extensions of time to complete the Work. 34. Submittal Requirements: All Proposals shall comply with·the requirements set forth herein and shall include a fully completed Bid Form found on EXHIBIT 4 and, a fully completed Respondents Cost and Technical Proposal. Exhibit 5, included, with the solicitation which is a part of this Solicitation Package. 35. Cancellation of Bid Solicitation: The City reserves the right to cancel, in whole or part, any request for proposal when it is in the best interest of the City. 36. Respondent shall not discriminate with regard to its hiring of employees or subcontractors or in its purchase of materials or in any way in the performance of its 'contract, if one is awarded, based on race, color, religion, national origin, sex, age, sexual orientation, disability. or familial status. 37. All respondents, at the time of bid opening, must have fulfilled all prior obligations and commitments to the City in order to have their bid considered. including all financial obligations. Prior to the acceptance of any bid proposal or quotation, the City's Finance Department shall certify that there are no outstanding fines, monies, fees, taxes,liens or other charges owed to the City by the Respondent, any of the Respondent's principal, partners, members or stockholders (collectively referred to as "Respondent Debtors"). A bid. proposal or quotation will not be accepted until all outstanding debts of all Respondent Debtors owed to the city are paid in full. No bidder who is in default of any prior contract with the City may have their bid considered until the default is cured to the satisfaction of the City Manager. 3B. Bid Protest Procedure. See attached EXHIBIT 8. 39. Evaluation Criteria: If this project is to be evaluated by an Evaluation Committee, the evaluation criteria is attached as EXHIBIT 6. 40. AVAILABILITY OF CONTRACT -Any Governmental or quasi-governmental entity. in this or in any other state, or any federal governmental agency, may avail itself of this solicitation and the contract that is awarded pursuant to this solicitation and purchase any and all goods/services specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein. when any federal. state. and/or local laws. rules, and regulations allows the piggybacking off said contract and provided that the successful bidder(s)/I(roposer(s) is/are in agreement. Each Governmental or quasi-governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 41. NON-APPROPRIATION OF FUNDS. In the event that no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under any contract awarded pursuant to this solicitation. then the City, upon written notice to Successful Bidder or their assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense. No guarantee, warranty or representation is made that any particular project(s) will be awarded to any Respondent(s). 42. MOST FAVORED PUBLIC ENTITY. Respondent represents that the prices charged to City in the proposal do not exceed existing prices to other customers for the same or substantially similar items or services for comparable quantities under similar terms, conditions, wages, benefits. insurance coverage and any other material cost factors. If respondent's prices decline. or should respondent, at any time during the term of a contract entered into with City, provide the same goods or services with the same comparable quantities under similar terms, conditions. wages, benefits, insurance coverage and any other material cost factors, Respondent shall immediately extend the same prices to City. 43. Confidential and' Proprietary Information. Respondents may assert that some trade secrets, financial records, and proprietary or other confidential information in their unsolicited proposal are confidential information that 9 they claim to be exempt from disclosure under applicable Florida public records laws. Such information may be included in the unsolicited proposal. but submitted in a separate. sealed binder. designated on the cover as CONFIDENTIAL MATERIALS. A Respondent submitting materials claimed to be confidential shall include a cover letter listing all material designated as confidential and clearly mark each page of any material believed to be a trade secret or other confidential information/document in all capital letters and bold font as CONFIDENTIAL ,MATERIALS. If a document is not totally confidential but contains non-confidential and confidential information. the Respondent shall provide a redacted copy of the document and an unredacted C?py. In addition, the Respondent shall prepare a list of all the documents claimed to be confidential or containing confidential information and on the next line under the description of each document the Respondent shall cite the statutory provision that provides the basis for the Respondent's claim that the document or a· portion of the document is confidential and below the citation the Respondent shall copy and paste the applicable statutory provision (this listing requirement shall hereinafter be referred to as "properly list" or "properly listed" confidential document). The failure to properly list a confidential document or the failure to redact a confidential document that is only partially confidential shall result in the waiver of any claim that the document is confidential or that the unredacted document contains confidential information. If any person or entity requests that the City produce or disclose any of said purported confidential information or documents, the City will advise the Respondent and afford the Respondent an opportunity to protect its assertion that said confidential information is exempt from production. If Respondent fails to timely authorize the production of the information or document and/or fails to timely seek'a protective order. and/or Is unsuccessful in obtaining a protective order, the City will produce the requested information or document. The City shall not actively contest any request to disclose such alleged confidential information or document and the City cannot guarantee that the alleged confidential document or information may not.be disclosed should it ultimately be determined not to be confidential under applicable Florida public records laws. The Respondent shall indemnify the City for any damages and costs the City may incur due to the Respondent's claim that its document or information is confidential. The City can only agree to advise the Respondent of such request and give the Respondent an opportunity, at Respondent's sole and exclusive cost, to defend the request for disclosure of the confidential information or document in a Court of competent jurisdiction or other applicable forum. END OF SECTION 10 CONE OF SILENCE ORDINANCE, SECTION 8A-7 INVENTORY AND VALUATION SERVICES RFP #PR20 17-07 Chapter 8A of the City of South Miami Code of Ordinances is hereby amended in pertinent part to add a new section 8A-? which is to read as follows: Sec. SA-7. Cone of Silence: (A) Definitions. (I) "Cone of silence", as used herein, means a prohibition of any communication regarding competitive solicitations such as a request for proposal ("RFpll), request for qualification ("RFQ"), request for information ("RFI") or request for bid ("RFB"), between: (a) A potential vendor, service provider, proposer or bidder (hereinafter referred to as the "Potential Bidder"), or agent, representative, lobbyist or consultant for the Potential Bidder; (hereinafter referred to as the "Bidder's Representative") and (i) Members of the City Commission or (ii) City's professional staff or (iii) Any member of the City's selection, evaluation or negotiation committee. (b) Members of the City Commission shall not communicate with professional staff or members of the selection, evaluation and negotiation committees at any point in the competitive process except as provided in paragraph 0 (3) below. (2) "City's professional staff" means City Department Heads and their staff and the City Manag~r and Deputy City Manager and their staff including consultants involved in the solicitation, evaluation and negotiation process. (B) Restriction; notiCe. A cone of silence shall be imposed upon each competitive solicitation, commencing with the date that the advertisement of said solicitation is published and the requirements of this section shall be included in the solicitation. At the time of imposition of the cone of silence. the City Manager or Manager's designee shall: (a) provide for pUblic notice of the cone of silence by posting a notice at City Hall; (b) issue a written notice thereof to the affected Departments; (c) file a copy of such notice with the City Clerk; and (d) serve a copy thereof on each City Commissioner. (C) Termination of Cone of Silence. The Cone of Silence shall terminate at the beginning of the City Commission meeting at which the City Manager makes his or her written recommendation to the City Commission or at the time that the solicitation process is terminated by the City Manager. However. if the City Commission refers the Manager's recommendation back to the Manager or staff for further review. the cone of silence shall be re-imposed until the beginning of the City Commission meeting at which the City Manager makes a subsequent written recommendation. - (D) Exceptions to applicability. The provisions of this section shall not apply to: (I) Communications at a duly noticed pre-bid conferences or at any duly noticed public Selection or Negotiation Committee meeting or duly noticed public City Commission meeting at which the City Manager has placed the subject of the solicitation on the Agenda; (2) Communication regarding the solicitation at recorded contract negotiations, recorded oral presentation or recorded oral question and answer session and recorded contract negotiation strategy sessions in compliance with the exemption in Florida -Statutes Section 286.0113; II (3) Briefings made by the City Manager or his designee to the City Commissioners during a meeting following the completion of the Selection or Negotiation Committee meetings; (4) Written communication at any time with any City professional staff (not including selection, evaluation or negotiation committee members), unless specifically prohibited by the applicable competitive solicitation documents. This section shall not be construed to prevent written communication between City professional staff and any City selection, evaluation or negotiation committee. A copy of any written communication made during the cone of silence shall be contemporaneously filed with the City Clerk by the Potential Bidder or Bidder's Representative. The City Clerk shall make copies available to any person upon request; (5) Communication that is strictly limited to matters of those processes or procedures that are contained in the corresponding solicitation' document and which communication is between any person and the City's Purchasing Agent or the City employee who is deSignated as being responsible for administering the procurement process for such solicitation; (6) Communications with the City Attorney and his or her staff; (7) Communications during any duly noticed site visits to determine the competency and responsibleness of bidders regarding a particular bid during the time period between the opening of bids and the time the City Manager makes a written recommendation; (8) Any emergency procurement of goods or services pursuant to City Code; (9) Responses to a request made by the City's Purchasing Agent, or the City employee who is designated as being responsible for administering the procurement process for such solicitation, for clarification or additional information; (10) Communications prior to bid opening between City's professional staff and Potential Bidders and/or Bidder's Representatives to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto between a Potential Bidders and/or Bidder's Representatives and any member of the City's professional , staff including, but not limited to the City Manager and his or her staff, are in writing or are made at a duly noticed public meeting. (F) Penalties. Violation of this section by a particular bidder or proposer, or their representative, shall render any award to said bidder or proposer voidable by the City Commission and/or City Manager. Any person who violates a provision of this section may be prohibited from serving on a City selection or evaluation committee. In addition to any other penalty provided herein, violation of any provision of this section by a City employee may subject said employee to disciplinary action at the discretion of the City Manager. END OF SECTION 12 Proposal Submittal Checklist Form INVENTORY AND VALUATION SERVICES RFP #FN20 17 -07 This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the soliCitation, Additional documents may be required and, if so, they will be identified in an addendum to this Solicitation. The response shall include the following items: Attachments and Other Documents described below CI I lec ( to be Completed x ---- x ---- x --- x x IF MARKED WITH AN "X": Completed. Proposal Package shall consist of one (I) original unbound proposal, five (5) additional copies, loring binders are not permitted, and one (I) digital (or comparable medium including Flash Drive, DVD or CD) copy Supplemental Instructions for Respondents, EXHIBIT 2 Indemnification and Insurance Documents EXHIBIT 3 Bid Form, EXHIBIT 4 Respondents Cost and Technical Proposal, EXHIBIT 5 X Signed Contract Documents (All -including General Conditions ____ -and Supple~entary Conditions if attached) EXHIBIT 7 X Respondents Qualification Statement --- X List of Proposed Subcontractors and Principal Suppliers --- X Non-Collusion Affidavit -....;...-- X Public Entity Crimes and Conflicts of Interest --- x Drug Free Workplace X Acknowledgement of Conformance with OSHA Standards ---- X Affidavit Concerning Federal & State Vendor Listings ---- X Related Party Transaction Verification Form ---- X Presentation Team Declaration/Affidavit of Representation ---- Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. END OF SECTION 13 RESPONDENT QUALIFICATION STATEMENT INVENTORY AND VALUATION SERVICES RFP #FN2017-07 The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and RESPONDENT selection. I. Number of similar projects completed. a) In the past 5 years In the past 5 years On Schedule b) In the past 10 years In the past 10 years On Schedule 2. List the last three (3) completed similar projects. a) Project Name: Owner Name: Owner Address: Owner Telephone: Contract Price: b) Project Name: Owner Name: Owner Address: Owner Telephone: Contract Price: c) Project Name: Owner Name: Owner Address: Owner Telephone: Contract Price: 14 3., Current workload: Project Name Owner Name Telephone Numbel' Contract Price 4. The following information shall be attached to the proposal. a) RESPONDENTs home office organization chart. b) RESPONDENT's proposed project organizational chart. c) Resumes of proposed key project personnel, including on-site Superintendent. 5. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years 6. Government References: List other Government Agencies or Quasi-Government Agencies for which you have done business within the past five (5) years. Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: 15 Address: Telephone No.: Contact Person: Type of Project: Name of Agency: . Address: Telephone No.: Contact Person: Type of Project: END OF SECTION 16 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS INVENTORY AND VALUATION SERVICES RFP #FN20 17 -07 Respondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this Solicitation to be used on this project if they are awarded the Contract. Classification ofWorl( Subcontractor Name Address Telephone, Fax & Email Inventory Analysts Accounting Functions General' Consultants Other: This list shall be provided' as a part of Respondents submittal to the City of South Miami and in response to this RFP. END OF SECTION 17 NON COLLUSION AFFIDAVIT STATE OF FLORIDA ) ) COUNTY OF MIAMI-DADE ) ____________________ being first duly sworn, deposes and states that: (I) He/SheIThey is/are the ______ ---:_-:--:-____________ -'- (Owner, Partner, Officer, Representative or Agent) of the Respondent that has submitted the attached Proposal; (2) He!SheIThey is/are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such'Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of. its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead,profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: _____________ _ Witness Signature Witness Print Name and Title Date ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE On this the day of , 20 __ , before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) . _____ ---,-,:--:-:--:-:-_--:_--:---,._-:-----,-,---,-,:--:-:-__ and whose name(s) is/are Subscribed to the Within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my rand and official seal. 18 NOTARY PUBLIC: Notary Public, State of Florida SEAL OF OFFICE: (Name of Notary Public: Print, Stamp or type as commissioned.) Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. 19 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes -"A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal Qr bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public work, may not sUbmit bids or proposals on leases or real property to a public entity, may not be awarded to perform Work as a RESPONDENT, Sub-contractor, supplier, Sub-consultant, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being 'placed on the convicted vendor list". The award of any contract hereunder is subject to the provisions of Chapter I 12, Florida State Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS .. I. This sworn statement is submitted to [print name of the public entity] ~----~~~~~----~~~-----------------------------------[print individual's name and title] for ______________________________________________________ ~ __ ~ __________ __ . [print name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ------------------------------------~.) 2. I understand that a "public entity crime" as defined in Paragraph 287.133 (I )(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid, proposal or contract for.goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (I) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133 (I) (a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or Income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been 20 convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133 (I) (e). Florida Statutes. means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the· provision of goods or services let by a public entity. or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers. directors. executives. partners, shareholders, employees. members. and agents who are active in management of an entity. 6. Based on information and belief. the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] __ Neither the entity submitting this sworn statement, nor any of its officers. directors. executives, partners, shareholders. employees, members. or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public er:1tity crime subsequent to july I. 1989. __ The entity submitting this sworn statement, or one or more of its officers. directors, executives. partners. shareholders. employees. members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to july I. 1989. __ The entity submitting this sworn statement, or one or more of its officers, directors. executives, partners, shareholders. employees, members. or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of july I. 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.D17. FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [Signature] Sworn to and subscribed before me this _____ day of ____________ -----'. 20 __ . Personally known ___________ _ OR Produced identification _______ _ Notary Public -State of ______ _ My commission expires _______ _ (Type of identification) (Printed. typed or stamped commissioned Form PUR 7068 (Rev.06/11/92) name of notary public) 21 DRUG FREE WORKPLACE Whenever two or more Bids or Proposals which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid or Proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie Bids or Proposals shall be followed if none of the tied vendors have a drug-free workplace pr9gram. In order to have a drug-free workplace program, a business shall: I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that shall be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (I). 4) In the statement specified in Subsection (I), notify the employees, that, as a condition of working of the commodities or contractual serviceS that are under Bid, he employee shall abide by the . terms of the statement and shall notify the employee of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) business days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. RESPONDENT's Signature: _______________ _ Print Name: ___________________ _ Date: 22 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We, , (Name of CONTRACTOR), hereby acknowledge and agree that as CONTRACTOR for the Inventory and Valuation Services project as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and N/A (Consultant, if any) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (Sub-contractor's names): to comply with such act or regulation. CONTRACTOR Witness BY: ____ ~ ____________________ __ Name Title 23 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent", must certify that the Respondent's name Does Not appear on the State of Florida, Department of Management Services, "CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondent's name Does appear on one or all the "Listings" summarized below. Respondents must "Check if Applies" next to the applicable "Listing." The "Listings" can be accessed through the following link to the Florida Department of Management Services website: http://www.dms.myflorida.com/business operations/state purchasing/vendor information/convicted susp ended discriminato!): complaints vendor lists DECLARATION UNDER PENALTY OF PERJURY I, (hereinafter referred to as the "Declarant") state,under penalty of perjury, that the following statements are true and correct: (I) I represent the Respondent whose name is _____________ _ (2) I have the following relationship with the Respondent (Owner (if Respondent is a sole proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership). General Partner (if Respondent is a Limited Partnership) or Managing Member> (if Respondent is a Limited Liability Company). (3) I have reviewed the Florida Department of Management Services website at the following URL address: http://www.dms.myflorida.com/business_ operations/state _purchasing/vendor _information/convicted_suspended _ di scriminatory _ complaints_vendor Jists (4) I have entered an "x" or a check mark beside each listing/category set forth below if the Respondent's name appears in the list found on the Florida Department of Management Services website for that category or listing. If I did not enter a mark beside a listing/category,'it means that I am attesting to the fact that the Respondent's name does not appear on the listing for that category in the Florida Department of Management Services website as of the date of this affidavit. Check if Applicable Convicted Vendor List Suspended Vendor List Discriminatory Vendor List Federal Excluded Parties List Vendor Complaint List FURTHER DECLARANT SA YETH NOT. (Print name of Declarant) B~ ______________ ~ ____ __ (Signature of Declarant) ACKNOWLEDGEMEt:'fT STATE OF FLORIDA ) COUNTY OF MIAMI·DADE ) On this the __ day of _______ ,. 20 ___ , before me, the undersigned authority, personally appeared who is personally know to me or who provided the following identification and who took an oath or affirmed that that he/she/they executed the foregoing Affidavit as the Declarant. WITNESS my hand and official seal. NOTARY PUBLIC: SEAL 24 Notary Public, State of Florida (Name of Notary Public: Print, Stamp or type as commissioned.) RELATED PARTY TRANSACTION VERIFICATION FORM ______________ , individually and on behalf of ______ --::-_____ -:-=__ ("Firm") have Name ofRepresenlative CompanyNendorlEntity read the City of South Miami ("City")'s Code of Ethics, Section 8A-1 of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief: (I) neither I nor the Firm have any conflict of interest (as defined in section 8A-I) with regard to the contract or business that I, and/or the Firm, am(are) about to perform for, or to transact with, the City, and ' (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A-I, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and. (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: _ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (3) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and (4) no elected and/or appointed official or employee of the City of South Miami, or any of thei'r immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financial. interest, directly or indirectly, in the contract between you and/or your Firm and the City other than the following individuals whose interest is set forth following their names: ______________________ _ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (4) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.] (5) I and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract. (6) I and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board, commission or agency of the City within the past two years other than as follows: (if 25 necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). X:\PurchasingWendor Registration\12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e'., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows: _____________________ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members]. (8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, or any member of those persons' immediate family (i.e. spouse, parents, children, brothers and sisters) have also responded. other than the following: _--____________________________ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (8) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation into the Other Firm, or the Firm hefshe repr~se.nts, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family.] (9) I and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition ofthe maximum fine' and/or any penalties allowed by law. Additionally. violations may be considered by and subject to action by the Miami-Dade County Commission on Ethics. Under penalty of perjury, I declare that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my knowledge. information and belief. Signature: ____________ _ Print Name & Title: _____________ _ Date: ____ ...,.--______ _ 26 Sec. 8A-I. -Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction. (b) Definitions. For the purposes of this section the following definitions shall be effective: (I) The term "commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities author.ity. (3) The term "quasi-judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board, the code enforcement board and such other individuals, boards and agencies of the city as perform quasi-judicial functions. (4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney, and all assistants to the city clerk, city manager and city attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or to be conferred, in return for services rendered or to be rendered. (8) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership, or other business entity at the time of transacting business with the city. (9) The term "immediate family" shall refer to the spouse, parents, children, brothers and sisters of the person involved. . (10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response tO,a Solicitation, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the provision on any goods or services, whichever first occurs. (c) Prohibition on transacting business with the city. No per~on included in the terms defined in paragraphs (b)( I) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest; direct or indirect with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position. Nothing in this subsection shall prohibit or make illegal: (I) The payment of taxes, special assessments or fees for services provided by the city government; , (2) The purchase of bonds, antiCipation notes or other securities that may be issued by the city through underwriters or directly from time to time. , Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of the city commission after public hearing upon finding that: (I) An open-to-all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2), (3) and (4); , (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered land surveying, as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a city person defined in paragraphs (b)(2), (3) and (4); (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its requirements; and (4) That the proposed transaction will be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of this subsection. Provisions 'cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. (d) Further prohibition on transacting business with the city. 27 No person included in the terms defined in paragraphs (b)( I) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business through a firm. corporation. partnership or business entity in which that person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by recitation. Additionally, no person included in the term defined in paragraph (b)(I) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the follOWing relationships with any of the persons or entities which would be or might be directly or indirectly affected by any action of the city commission: (I) Officer, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or (2) Stockholder, bondholder, debtor, or creditor, if in any instance the transaction or matter would affect the person defined in paragraph (b)( I) in a manner distinct from the manner in which it would affect the public generally. Any person included in the term defined in paragraph (b)( I) who has any ofthe specified relationships or who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (E) Gifts. (I) Definition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of money, service, loan, travel, entertainment, hospitality, item or promise, or in any other form, without adequate and lawful consideration. ' (2) Exceptions. The provisions of paragraph (e)(I) shall not apply to: a. Political contributions specifically authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph (3); c. Awards for professional or civic achievement; d. Material such as books, reports, periodiCals or pamphlets which are solely informational or of an advertising nature. (3) Prohibitions. A person described in paragraphs (b)( I) through (6) shall neither solicit nor demand any gift. It is also unlawful for any person or entity to offer, give or agree to give to any person included in the terms defined in paragraphs (b)( I) through (6), or for any person included in the terms defined in paragraphs (b)( I) through (6) to accept or agree to accept from another person or entity, any gift for or because of: a. An official public action taken, or to be take,n, or which could be taken, or an omission or failure to take a public action; _ b. A legal duty performed or to be performed, or which could be performed, or an omission or failure to perform a legal duty; c. A legal duty violated or to be violated, or which could be violated by any person included in the term defined in paragraph (b)( I); or d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disclosure. Any person included in the term defined in paragraphs (b)( I) through (6) shall disclose any gift, or series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter 112, Florida Statutes, for "local ' officers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with the Florida Secretary of State. (f) Compulsory disclosure by employees offirms doing business with the city. Should any person included in the terms defined in paragraphs (b)( I) through (6) be employed by a corporation, firm, partnership or business entity in which that person or the immediate family does not have a controlling financial interest, and should the corporation, firm, partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency, then the person shall file a sworn statement disclosing such employment and interest with the clerk of the city. (g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs (b)( I) through (6) shall corruptly use or attempt to use an official position to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential information. No person included in the terms defined in paragraphs (b)( I) through (6) shall accept employment or engage in any business or professional activity which one might reasonably expect would require or induce one to disclose confidential information acquired by reason of an official position, nor shall that person in fact ever disclose confidential information garnered or gained through an official position with the city, nor shall that person ever use such information, directly or indirectly, for personal gain or benefit. ' (i) Conflicting employment prohibited. 28 No person included in the terms defined in paragraphs (b)(I) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. (j) Prohibition on outside employment. (I) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city, except as may be permitted as follows: a. Generally prohibited. No full-time city employee shall accept outside employment, either incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is to be performed on city time. b. When permitted. A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and the approval required in subparagraph c. is obtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approved in writing by the employee's department head who shall maintain a complete record of such . employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section I-II of the Code of Miami-Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city. (2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. (k) Prohibited investments. No person included in the terms defined in paragraphs (b)( I) through (6) or a member ofthe immediate family shall have personal investments in any enterprise which will create a substantial conflict betWeen private interests and the public interest. (I) Certain appearances and payment prohibited. (I) No person included in the terms defined in paragraphs (b)(I), (S) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall the person receive any compensation or gift, directly or indirectly, for services rendered to a third person, who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall appear before the city commission or agency on which the person serves, either directly or through an associate, and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall such person receive any compensation or gift, directly or indirectly, for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular . benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. . (m) Actions prohibited when financial Interests involved. No person included in the terms defined in paragraphs (b) (I) through (6) shall participate in any official action directly or indirectly affecting a business in which that person or any member of the immediate family has a financial interest. A financial interest is defined in this subsection to include, but not be limited to, any direct or indirect interest in any investment, equity, or debt. (n) Acquiring financial interests. No person included in the terms defined in paragraphs (b)( I) through (6) shall acqUire a financial interest in a project, business entity or property at a time when the person believes or has reason to believe that the financial interest may be directly affected by official actions or by official actions by the city or city agency of which the person is an official, officer or employee. (0) Recommending professional services. No person included in the terms defined in paragraphs (b)( I) through (4) may recommend the services of any lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm, professional 29 or otherwise. to assist in any transaction involving the city or any of its agencies. provided that a recommendation may properly be made when required to be made by the duties of office and in advance at a public meeting attended by other city officials. officers or employees. (p) Continuing application after city service. (I) No person included in the terms defined in parag~aphs (b)( I). (5) and (6) shall. for a period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)( I) through (6)] in connection with any judicial or other proceeding, application, Solicitation, RFQ, bid, request for ruling or other determination, contract, claim, controversy, charge, accusation, arrest or other particular subject matter in which the city or one of its agencies is a party or has any interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative request or application to a city department or agency during the two-year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental entities, 50 I (c)(3) non-profit entities or educational institutions or entities, and who lobby on behalf of those entities in their official capacities. . (3) The provisions of this subsection shall apply to all persons described in paragraph (p)( I) whose city service or employment ceased after the effective date of the ordinance from which this section derives. (4) No person described in paragraph (p)( I) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)( I) in which the city or one of its agencies is a party or has any direct and substantial interest; and in which he or she participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participat~d "directly" where he or she was substantially involved in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service 'or employment. All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the reqUirements of this subsection do not preclude the person from lobbying city officials. (5) Any person who violates this subsection shall be subject to the penalties prOVided in section 8A-2(p). (q) City attorney to render opinions on request. Whenever any person included in the terms defined in paragraphs (b)(l) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name. (Ord. No. 6-99-1680, § 2, 3-2-99) Editor's note-Ord. No. 6-99-1680, § I, adopted 3-2-99, repealed §§ 8A-1 and BA-2 in their entirety and replaced them with new §§ BA-I and BA-2. Former §§ 8A-1 and BA-2 pertained to declaration of policy and definitions, respectively, and . derived from Ord. No. 634, §§ I (I A-I), I (I A-2) adopted Jan. II, 1969. . END OF SECTION 30 PRESENTATION TEAM DEClARATION/AFFIDVAIT OF REPRESENTATION This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14- 2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to '92.525(2), Florida Statutes, the undersigned, ________ " makes the following declaration under penalty of perjury: Listed ,below are all individuals who may make a presentation on behalf of the entity that the affiant represents. Please note; No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. NAME TITLE For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shalf not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below. . Executed this ___ day of _________ , 20_ Signature of Representative Print Name and Title Print name of entity being represented 31 NOTICE OF AWARD INVENTORY AND VALUATION SERVICES RFP #FN20 17 -07 The City has considered the Proposal submitted by your firm for the Inventory and Valuation Services in response to its advertisement for Request for Proposal and Instructions to R"espondents. You are hereby notified that your Proposal has been accepted for the Inventory and Valuation Services in the lump sum amount of $ , broken down as follows: Year I: Year 2: Year 3: Year 4: Year 5: You are required by the Instructions to Respondents to execute the Contract Documents at the time of submittal of proposal and to furnish any required bonding, including a Performance Bond, Payment Bond, and insurance documents (see Proposal Submittal Checklist Form) within ten (10) day from the date of this notice to you. Notwithstanding the fact that you have agreed, by responding to the Solicitation, to the terms of the contract attached to the Solicitation package, if you fail to execute said Contract and to furnish said bonds, the required insurance documentation Within ten (10) calendar days from the date of this notice, the CITY shall have the right and be entitled, in its sole and absolute discretion, to disqualify the Proposal, revoke the award and retain the Proposal/Bid Bond/Security. Please be advised that if the contract price exceeds $5,000.00 or if it is a multi-year contract requiring payment out of more than one year's appropriation, the award and the contract must be approved by the City Commission before it is binding on the City. BY: __________________________ ___ Steven Alexander City Manager Dated this __ day of __________ " 20 __ ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by _________ ----,--____ _ On this the ___ day of _____________ ,' 20 __ . BY: TITLE: You are required to return an acknowledged copy ofthis Notice of Award to the City Manager. END OF SECTION 32 BACKGROUND: EXHIBIT#I SCOPE OF SERVICES ATTACHEMENT A INVENTORY AND VALUATION SERVICES RFP #FN2017-07 The City of South Miami Wishes to engage a firm for a five (5) year agreement for the proposes of providing inventory and valuation services to conform to the requirements of GASB 34 as it pertains to reporting requirements and depreciation. The appraisal reports and services are to consist of on-site consultation, data collection, inventory, valuation, and cost analysis of the fixed assets of the City of South Miami for the purpose of preparing a tabulated schedule of fixed assets including a depreciation study related to actual or estimated year of acquisition and acquisition cost. In addition, an opinion of the current insurance values of the buildings and equipment will be provided. The fixed assets to be identified and recorded will include, but not limited to land, buildings/structures, fixed and movable equipment. The property locations are located 'at various sites as identified by the City and, are referenced in Exhibit #1, Scope of Services, Attachment B; HFixed Asset Inventory and Reconciliation Reports." Description of Fixed Assets: The identified fixed assets are located at various sites identified by the City in the Property . Schedule, referenced in Exhibit # I, Scope of Services, Attachment B; "Fixed Asset Inventory and Reconciliation Reports':' The following asset classifications will be included in the scope: I. Land at $1 and above. 2. Land improvements at $25,000 and above. 3. Buildings at $50,000 and above. 4. Machinery and equipment, to include vehicles, at the threshold of $5,000 for GASB 34 purposes. 5. Infrastructure at $250,000 and above. 6. Intangible assets: $25,000 and above; 3 years' life expectancy and above. Items purchased by the City with an individual cost of $1,000 or greater are required to be inventoried and tracked as per Florida Statutes. INVENTORY AND APPRAISAL PROVISIONS: The data compiled by the Respondent shall be developed by physical inspection, inventory and cost anaiysis of all applicable assets. Machinery and Equipment 33 The Respondent shall inspect the City's locations identified in Exhibit #1, Scope of Services, Attachment B; "Fixed Asset Inventory and Reconciliation Reports," and included into the Property Schedule, to inventory machinery and equipment with a unit cost over $5,000 and apply a barcode tag for GASB 34 purposes. The Respondent shall also list and tag assets at $1,000 and above for property control purposes. Buildings/Structures Buildings/structures in the City shall be valued as a unit-in-place for cost accounting and insurance . valuation purposes reflecting specific data elements relating to dates of construction or acquisition, original cost allocation, square footage, useful life, and reproduction cost new. Building component classifications shall be comprised of General Construction, Plumbing, Heating/Air ConditioningNentilating, Electrical, Sprinkler System, Roofing and Fixed Equipment allocations. The Respondent shall identify and quantify construction and measure and photograph the buildings. Land Improvements The Respondent shall inspect and record data regarding the nature of land improvements which will consist of; lighting, fencing, flagpoles, signs, parking lots, sidewalks, curbs, retaining walls, etc. Infrastructure The Respondent shall compile data to provide data, as provided by the City, related to infrastructure assets including asset classes, quantitative measures, descriptions, location, historical costs and date of acquisitions. DELIVERABLES: Each fiscal year and through the term of this five (5) year agreement, the Respondent shall secure all the requested information to perform the appraisal and provide a final report within six (6) weeks from the start date and the start date cannot be any later than November I st of each fiscal year. The City's fiscal year runs from October I st to September 30th • The City shall provide access and coop.erate with the Respondent to enable the Respondent to secure the required information in a timely manner. The final report shall be due by no later than December 15 th each fiscal year. The Respondent shall provide one (I) final printed report, one (I) final excel file, and one (I) final pdf digital copy to the City. Only the City is the intended user of the final.report. The City, upon receipt of the final report from the Respondent. may at its discretion disclose the report to its auditors, insurance agent/carrier or financial advisors. END OF SECTION 34 EXHIBIT I SCOPE OF SERVICES ATTACHEMENT B Fixed Asset Inventory and Reconciliation Reports INVENTORY AND VALUATION SERVICES RFP #FN20 17.07 Refer to the link to the City's website, (www.southmiamifl.i:0v), for Fixed Asset Inventory and Reconciliation Reports from FY 20 I 0 -201 I to FY 20 I 5 -20 I 6: ' http://www.southmiamifl.gov/lndex.aspx?NID=124 35 EXHIBIT #2 SUPPLEMENTAL INSTRUCTIONS AND SUBMITTAL FORMAT FOR RESPONDENTS INVENTORY AND VALUATION SERVICES RFP #FN20 17 -07 SUBMITTAL FORMAT Firms shall prepare their submittals using the following format and should include, but not be limited, to the following: I. Letter of Transmittal a.) This letter will summarize in a brief and concise manner, the respondent's understanding of Exhibit I, Scope of Services, Attachment A & B, and make a positive commitment to timely perform the work. b.) The letter must name all of the persons authorized to make representations for the respondent including the titles, addresses, and telephone numbers of such persons. An authorized agent of the respondent must sign the Letter of Transmittal indicating the agent's title or authority. The letters should not exceed two pages in length. 2. Statement acknowledging receipt of each addendum issued by the City. 3. Qualifications and experience of the firm(s)/individual(s) who will provide the services. 4. The submission should include: A. Proposal Package and Labeling/Marking Requirements: All submissions shall consist of one (I) unbound original and five (5) copies, 3- ring binders are not permitted. One (I) digital or comparable medium including Flash Drive, DVD or CD copy is ALSO required. Submission packages shall be tabbed according to a Table of Contents. The original and all copies shall be clearly marked accordingly as "original" or "copy." The digital copy and the five (5) copies must be exact duplicates of the original submission. FAILURE TO PROVIDE EXACT COPIES SHALL RESULT IN SUBMITTAL BEING DESIGNATED NON-RESPONSIVE. 36 B. Title Page Show the name of Respondent's agency/firm, address, telephon~.rumber, and name of contact person, email address, date, and the subject "Inventory and Valuation Services," RFP #FN20 17-07. C. Table of Contents Include a clear identification of th(;\ material by section and/or by page number. D. Qualification Statement The Qualification Statement shall be written in sufficient detail to permit the City to conduct a meaningful evaluation of the proposed services. The Qualification Statement should be delivered in two parts. The first part is the technical submittal that sha!1 consist of subsections (I) through (5), listed below, where subsections (I) through (3) shall be no more than 10 pages single-sided. Where (I) through (3) contain more than the 10 page limit, the evaluation committee shall be instructed to disregard all pages in excess of the limitation. The second part is all standard forms and affidavits; refer to "Proposal Submittal Checklist Form," in the RFP and #5 below, and fully executed by an authorized officer of the Respondent. The technical submittal should be divided into subsections as described below. I. Executive Summary: a. Provide a brief summary describing the Respondent's approach to the work called for by the RFP and ability to perform the work requested; the Respondent's background and experience in providing similar services. This summary should be brief and concise to advise the reader of the basic serVices offered,· experience and Proposal of the Respondent, staff and any other relevant information. A Project/Client Manager should be prOVided and assigned to manage all aspects of this work. 2. Respondent's Experience: a. Describe the Respondent's organization; history and background; principals, officers, owners, board of directors and/or trustees; the primary markets served; the total current number of employees; the current number of professional employees by classification; and state the number of years that the Respondent has been in business. 3. Respondent's Past Performance: a. Provide a detailed descrip~ion of comparable contracts (similar in scope of services to those requested herein) which the Respondent has either ongoing or completed within the past five (5) years. The description should identify for each project (I) the client, (2) description of work, (3) total dollar value of the contract, (4) contract duration, (5) customer contact person and phone number of reference, (6) statement or notation of whether Respondent is/was the prime 37 Consultant or subcontractor or sub-consultant, and (7) the results of the project. 4. Organization Chart: a. Provide an organization chart showing all key individuals (including the Project/Client Manager) assigned to their area of responsibility, including their company, title, years of experience and years employed in current title at present or former firms. This chart must clearly . identify the Respondent's employees and those of the sub-consultants. Provide professional licenses on pertinent key personnel (including sub- consultants) to be assigned for the services of this RFQ. 5. Fulfillment of All Solicitati(m Documents: a. Respondents shall submit all forms and documents listed in the "Proposal Checklist Submittal Form." This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Note: Confidential and Proprietary Information. Respondents may assert that'some trade secrets, financial records, and proprietary or other confidential information in their unsolicited proposal are confidential information that they claim to be exempt from disclosure under applicable Florida public records laws. Such information may be included in the unsolicited proposal, but submitted in a separate, sealed binder, designated on the cover as CONFIDENTIAL MATERIALS. A Respondent submitting materials claimed to be confidential shall include a cover letter listing all material designated as confidential and clearly mark each page of any material believed to be a trade secret or other confidential information/document in all capital letters and bold font as CONFIDENTIAL MATERIALS. If a document is not totally confidential but contains non-confidential and confidential information, the Respondent shall provide a redacted copy of the document and an unredacted copy. In addition, the Respondent shall prepare a list of all the documents claimed to be confidential or containing confidential information and on the next line under the description of each document the Respondent shall cite the statutory provision that provides the basis for the Respondent's claim that the document or a portion of the document is confidential and below the citation the Respondent shall copy and paste the applicable statutory provision (this listing requirement shall hereinafter be referred to as "properly list" or "properly listed" confidential document). The failure to properly list a confidential document or the failure to redact a confidential document that is only partially confidential shall" result in the waiver of any claim that the document is confidential or that the unredacted document contains confidential information. If any person or entity requests that the City produce or disclose any of said purported confidential information or documents, the City will advise the Respondent and afford the Respondent an opportunity to protect its assertion that said confidential information is exempt from production. If Respondent fails to timely 38 authorize the production of the information or document and/or fails to timely seek a protective order, and/or is unsuccessful in obtaining a protective order, the City will produce the requested information or do~ument. The City shall not actively contest any request to disclose such alleged confidential information or document and the City cannot guarantee that the alleged confidential document or information may not be disclosed should it ultimately be determined not to be confidential under applicable Florida pUblic records laws. The Respondent shall indemnify the City for any damages and costs the City may incur due to the Respondent's claim that its document or information is confidential. The City can only agree to advise the Respondent of such request and give the Respondent an opportunity, at Respondent's sole and exClusive cost, to defend the request for disclosure of the confidential information or document in a Court of competent jurisdiction or other applicable forum. END OF SECTION' 39 EXHIBIT 3 INSURANCE & INDEMNIFICATION REQUIREMENTS INVENTORY AND VALUATION SERVICES RFP #FN20 17-07 Insurance Requirements Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person· other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because ofinjury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: Workers' Compensation insurance at the statutory amount as to all employees in compliance with the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. 40 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 . aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. . (g) Personal Injury Coverage with Employee and Contractual Exclusions removed; with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on·a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state of Florida, and must include: . (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as required by the General Contractor, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE: In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover. machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by 41 reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the CONTRACTOR, as their interest may appear, and shall aJso cover the interests of all Subcontractors performing Work. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. ' Miscellaneous: If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All polici~s shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify the City as provided in this Agreement. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT, if any, certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated AVII or better per AM. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage' , or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B"; a policy provision or an endorsement with substantially similar provisions as follows: 42 "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." Indemnification Requirement A. The Contractor accepts and voluntarily' incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. B. The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost and expenses, including reasonable attorney's. fees, paralegal fees and investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor, its contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. C.' The Contractor shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates; employees, successors and assigns, including their attorney's fees, in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of the. Contractor, its Sub-Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. D. The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them. E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. F. However, as to design professional contracts, and pursuant to Section 725.08 (I), Florida Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the 43 design professional concerning indemnification. Thus, the design professional's obligations as to the City and its agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities. damages. losses. and costs. including. but not limited to, reasonable attorneys' fees, to the extent .caused by the negligence. recklessness,or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. END OF SECTION 44 EXHIBIT 4 BID FORM INVENTORY AND VALUATION SERVICES RFP #FN20 17·07 THIS PROPOSAL IS SUBMITIED TO: Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 I. If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City of South Miami in the form included in this Solicitation· Package and to perform and furnish all work as specified or indicated in this Solicitatiqn, including as set forth in Exhibit I (Scope of Services, Attachment A & B) for the Proposed Price as set forth below, within the Contract Time and in accordance with the other terms and conditions of the Solicitation Package. 2. Respondent accepts all qf the terms and conditions of the Solicitation and Instructions to Respondents, including without limitation those dealing with the disposition of Proposal/Bid Bond, if reqUired. This Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening. The Respondent, by signing and submitting this proposal, agrees to all of the terms and conditions of the form of contract that is a part of the Solicitation package with appropriate changes to conform to the information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by this Solicitation, required insurance documents, and other documents required by the Solicitation, including the Contract if not already submitted, within ten (10) calendar days after the date of the City's Notice of Award. 3. In submitting this Proposal, Respondent represents that: a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any (receipt of all which is hereby acknowledged.) Addendum No. Dated: b. Respondent has familiarized himself with the. nature and extent of the Contract Documents, the proposed ·work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice given, the Respondent represents, by submitting its proposal to the City, that the Respondent has received sufficient notice of the resolution thereof from the City, that such resolution is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies. d. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted pursuant to any agreement or rules of any group, association, organization, or corporation; Respondent has not directly or indirectly induced or solicited any other Respondent to submit a false or sham Proposal; Respondent has not solicited or induced any person, firm or corporation to refrain from responding: and Respondent has not sought by collusion or otherwis~ to obtain for itself any advantage over any other Respondent or over the CITY. 4. Respondent understands and agrees that the Contract Price is the amount that it needs to furnish and install all of the Work complete and in place. The Schedule of Values, if required, is provided for the purpose of Proposal Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the Scope of the Work after the Contract Date. As such, the Respondent shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place, Project for the Proposal Price. If this Solicitation requires the completion of a Respondents Cost and Technical Proposo( Exhibit 5, as may be set forth in in an exhibit to this Solicitation, such proposal must be attached to 45 this Bid Form and will take the place of the Lump Sum Price, otherwise, the Contract Price for the completed work is as follows: REFER TO EXHIBIT 5 "Respondents Cost and Technical Proposals" 5. The ENTIRE WORK shall be completed, in full, within N/A days from the commencement date set forth in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as may be set forth in the Contract. 6. Insert the following information for future communication with you concerning this Proposal: RESPONDENT: Address: Telephone: Facsimile: Contact Person 7. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents, unless specifically defined in this Solicitation Package. 8. If a Respondents Cost & Technical Proposal, Exhibit 5, is required by the Solicitation, Respondent hereby certifies that all of the facts and responses to the questions posed in the Respondents Cost & Technical Proposal, Exhibit 5, if such an exhibit is made a part of the Solicitation, are true and correct and are hereby adopted as part of this Bid Form, and are made a part of this proposal, by reference. 9. By submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the form of contract contained in the Solicitation package and I agree to be bound by those terms, with any appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information contained in the Solicitation Documents and this Proposal, or such information that the City and I have agreed upon in the course of contract negotiations and which have been confirmed by the City in writing, including e-mail confirmation, if any. I hereby certify under penalty of perjury that I am the lawful representative of the business entity referenced in this Bid Form, that I have authority to bid for that entity, that I have authority to sign contracts for that entity and bind it to those contract terms and that all of the information and representations contained herein are true and correct to the best of my knowledge, information and belief. the business entity referenced in this Bid Form, that I have authority to bid for that entity, that I have authority to sign contracts for that entity and bind it to those contract terms and that all of the information and representations contained herein are true and correct to the best of my knowledge, information and belief. SUBMITTED THIS DAY OF 20 __ . --------------------- PROPOSAL SUBMITTED BY: Company Telephone Number Na~e of Person Authorized to Submit Proposal Fax Number Signature Email Address Title END OF SECTION 46 EXHIBIT 5 Respondents Cost and Technical Proposal INVENTORY AND VALUATION SERVICES RFP #FN2017-07 Respondents to this RFP must complete and include the Respondent's Cost and Technical Proposal, in accordance with Exhibit I, Scope of Services, Attachment A & B, with their submittal. Failure to do so shall render the Proposal non-responsive and the Proposal shall be rejected from further consideration. Proposed Annual Contract Fee Year I $._---- Year 2 $_----- Year 3 $_---- Year 4 $_---- Year 5 $--~--- FIVE YEAR TOTAL: $_----- SUBMITIED THIS DAY OF 20_. ---------------------- PROPOSAL SUBMITIED BY: Company Telephone Number Name of Person Authorized to Submit Proposal Fax Number Signature Email Address Title END OF SECTION 47 Scoring and Ranking EXHIBIT 6 EVALUATION CRITERIA INVENTORY AND VALUATION SERVICES RFP #FN20 17-07 Phase I -Competitive Selection-Ranking; maximum 100 points per committee member. Respondents shall be evaluated by the City. Respondents deemed as best suited and qualified shall be selected by a Selection Committee of at least three (3) City representatives for discussion and/or presentations, ranking and subsequent negotiations with the highest ranked consultant. The evaluation factors used for determining qualifications for ranking include: I) Respondents experience, qualifications, and past performance related to the performing inventory and valuation services of a similar nature: Maximum Points 30 2) Relevant experience and qualifications of key personnel, including key personnel of any subcontractors, that will be assigned to this project, and experience and qualifications of subcontractors: Maximum Points 20 3) Respondents development plan, time frame, operation plan, number of qualified staff to be assigned to the project: Maximum Points 10 4) Proposed Annual and Contract term fee: Maximum Points 40 Phase II ... Competitive Negotiations Submittals will be evaluated by a Selection Committee., A ranking of all respondents or short- listed respondents will be determined by the Selection Committee. The Selection Committee may schedule interviews and/or presentations with the "short-list" respondents or, any respondents. A final ranking of all firms or short-listed firms will be submitted to the City Manager for review and approval. The City Manager shall commence negotiations w~th the first ranked firm. If those negotiations are unsuccessful, negotiations will be opened with the next ranked firm, etc. Until the successful completion of negotiations and execution of contracts. The City reserves the right to reject all Respondents, to request clarification of information submitted or to request additional information from any Respondent, and to waive any irregularities in any submittal. END OF SECTION 48 EXHIBIT 7 CONTRACT INVENTORY AND VALUATION SERVICES RFP #FN2017·07 THIS CONTRACT, entered into this __ day of , 20-----, by the CITY OF SOUTH MIAMI through its Manager, both of whom shall be hereinafter referred to as the "CITY" where applicable; located at 6130 Sunset Drive, South Miami, FL. , E-mail: salexander@southmiamifl,gov and _____________ _ with an office and principal place of business located at • and E-mail address of _______ and Facsimile transmission number of ___ (hereinafter called the "CONTRACTOR"). WITNESSETH: WHEREAS, the CITY is in need of ; and WHEREAS, the CITY desires to retain CONTRACTOR to provide the required goods and/or services based on CONTRACTOR's representations which reflect that CONTRACTOR is qualified and capable of providing said goods and/or services in a professional and timely manner and in accordance with theClTY's goals and requirements; and WHEREAS, CONTRACTOR has agreed to provide the required goods and/or services in accordance with the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the parties agree as follows: 1) Engagement of Contractor: Based on the representations of CONTRACTOR as set out in the following "checked" documents the CITY hereby retains CONTRACTOR to provide the goods ~and/or services set forth in said proposal, quote or response to solicitation, whichever is applicable, as modified by the Contract Documents, or as is otherwise set forth In the Contract Documents defined below (all of which is hereinafter referred to as the Work"). (Check the box Immediately preceding the document described below to indicate that such document is part of this Contract) ~ Contractor's response to the CITY's written solicitation; Attachment A, or ~ Contractor's proposal or quote, or if none, o As described in paragraph 2 below. 2) Contract Documents: The Contract Documents shall include this Contract and the following "checked documents", as well as any attachments or exhibits that are made a part of any of the "checked documents". (Check the box Immediately preceding the document described below to indicate that such document is part of this Contract) o General Conditions to Contract, o Supplementary Conditions, .y "Other Documents" referring to in this Contract and signed bV the parties, o Solicitation documents ("hereinafter referred to as "Bid Documents" including any request for bid, request for proposal or similar request) " Scope of Services; Attachment 8, ~ Contractor's response to the CITY's Bid Documents; Attachment A, ~ Contractor's proposal or quote; Attachment A, ~ CITY's Insurance & Indemnification Requirements, Attachment C, o Bonding of Employees (the term "employee", as used in this Contract, shall include volunteers) -$1,000,000 o Payment Bond, . o Performance Bond, This Contract and the Genera) Conditions to Contract, Supplementary Conditions, the Solicitation, Scope of Services and "Other Documents", if any are "checked documents", shall take precedent over the response to the CITY's Bid Documents, if any, or the proposal or the quote, if any. The "checked documents" are attached hereto and made a part hereof by reference. 3) Date of Commencement: CONTRACTOR shall commence the performance of the Work under this Contract on or a date to be specified in a Notice to Proceed, or Purchase Order, (hereinafter referred to as the "Work Commencement Date"), and shall complete the performance hereunder within ____ days orthe length of time set forth in the Contract Documents, whichever is the shorter period of time. Time is of the essence .. 4) Primary Contacts: The Primary Contact Person in charge of administering this Contract on behalf of the CITY Is the City Manager ("Manager"), assistant Manager, or the Manager's designee, who shall be designated 49 in a writing signed by the Manager. The Primary Contact Person for CONTRACTOR and his/her contact information is as follows: Name: e-mail: ; Fax: Street Address: 5) Scope of Services: The goods and/or services to be provided are as set forth in the "checked documents". 6) Compensation: The CONTRACTOR~s compensation for CONTRACTOR's performance under the terms and provisions of this Contract, or CONTRACTOR's payments in the event CONTRACTOR is paying the City for the uses of the CITY's property or services, (hereinafter referred to as the Contract Price) shall be one of the followi ng, as indicated by one of the following checked box, 0 $ or as set forth in 0 CONTRACTOR's response to the CITY's written solicitation, if any, or, if none, then as set out in CONTRACTOR's proposal or quote, the Scope of SerVices, or as set forth in, or modified by, one ofthe Contract Documents, whichever is applicable. 7) Hours of Work: In the event that this Contract requires the performance of services, it is presumed that the cost of performing the Work after regular working hours, and on Sunday and legal holidays, is included in the Contract Price. However, nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City Manager, the Manager's assistant or designee. 8) Time Provisions: The term of this Contract shall commence on the Work Commencement Date and shall contir1Ue for three (31 years and one (11 two (21 renewal. solely at the discretion of the City Manager, or unless earlier terminated according to the Contract Documents. Notwithstanding the foregoing, this Contract may be extended by an additional __ period ifthe extension is in writing and signed by the City Manager. An extension of the term of this Contract is at the CITY's sole and absolute discretion. 9) Termination: This Contract may be terminated without cause by the CITY with 30 days of advanced written notice. This provision supersedes and takes precedence over any contrary provisions for termination contained in the Contract Documents. 10) Applicable Law and Venue: Florida law shall apply to the interpretation and enforcement of this Contract. Venue for all proceedings shall be in Miami-Dade County, Florida. 11) Duties and Responsibilities: CONTRACTOR shall comply with all applicable laws, ordinances, codes, rules, regulations, and health and safety standards of any governmental body having jurisdiction over any matter related to this Contract or the goods and/or services to be performed hereunder, and shall commit no trespass on any private property in performing any of the work embraced by this Contract. Each and every provision and/or clause required by law to be inserted in this Contract shall be deemed to be inserted herein and this Contract shall be read and enforced as though such provisions and/or clauses were included herein. 12) Change Orders: No additional Work or extras shall be done unless the same is duly authorized in writing and in advance of the work by appropriate action by the City Manager and in accordance with the Contract Documents. 13) Licenses and Certifications: Contractor shall secure all necessary business and professional licenses at its sole expense prior to executing this Contract or commencing the Work. 14) Insurance, Indemnification & Bonding: CONTRACTOR shall comply with the insurance, indemnification and bonding requirements set forth in the Contract Documents. 15) Jury Trial Waiver: The parties waive their right to jury trial. 16) Entire Agreement, Modification, and Non-waiver: The Contract Documents constitute the entire agreement of the parties and supersedes any prior agreements, written or oral. The Contract Documents may not be modified or amended except in writing, signed by both parties hereto and if this Contract is required to be approved by the City Commission, all amendments thereto must be approved in the same manner and with the same formality as this Contract. The Contract Documents, in general, and this paragraph, in particular, shall not be modified or amended by any acts or omissions of the parties. No failure to exercise and no delay in exercising any right, power or privilege shall operate as a waiver. No waiver ofthe Contract Documents, in whole or part, including the provisions of this paragraph, may be implied by any act or omission. 17) Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or services on behalf of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost prOVided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if CONTRACTOR does not transfer the records to the 50 public agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the service. If CONTRACTOR transfers all publiC records to the public agency upon completion of the Contract, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Contract, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail: mmenendez@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143. 18) Background Screening. All personnel and volunteers that will provide any service with vulnerable persons, as defined in Section 435.02, Fla. Stat., involving the City or its Agency in such related activity or who may have access to secure or sensitive areas of the City, must be in compliance with Level II Background Screening and fingerprinting requirements as per, Florida Statute Ch. 435 prior to the scheduled start of any employee or volunteer. CONTRACTOR shall prevent any and all of its personnel, including volunteers, from engaging in any such related activities without having passed a background screening to the satisfaction of the City. A violation of this requirement shall constitute a substantial breach of this Contract. 19) Drug Free Workplace. CONTRACTOR shall comply with the Drug Free Workplace policy set forth in the City of South Miami's Personnel Manual which is made a part of this Contract by r~ference. 20) Transfer and Assignment. None of the work or services underthis Contract shall be subcontracted or assigned without prior written consent from the CITY which may be denied without cause. 21) Notices. All notices given or required under this Contract shall be deemed sufficient if sent by a method that provides written evidence of delivery, including e-mail and facsimile transmission and delivered to CONTRACTOR or his designated contact person. Return of mail, sent to the address contained herein for the parties or their contact persons, as not deliverable or for failure to claim the mail shall be deemed received on the date that the mail is returned to sender. IN WITNESS WHEREOF, the parties, have executed this Contract, on or before the date first above written, with full knowledge of its content and significance and intending to be legally bound by the terms hereof. Witnessed: By: __________ _ ATTESTED: By: ______ _ Maria Menendez City Clerk Read and Approved as to Form, Language, Legality and Execution Thereof: By: ________ _ City Attorney 51 [Individual or entity's name] By: _______ _ [name of signatory] CITY OF SOUTH MIAMI By: ________ _ Steven Alexander City Manager INVENTORY AND VALUATION SERVICES RFP #FN20 17-07 Attachment A to Contract CONTRACTOR'S PROPOSAL OR QUOTE S2 INVENTORY AND VALUATION SERVICES RFP #FN20 17-07 Attachment 8 To Contract SCOPE OF SERVICES 53 INSURANCE & INDEMNIFICATION REQUIREMENTS Attachment C To Contract INVENTORY AND VALUATION SERVICES RFP #FN2017-07 Insurance Requirements Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a)' claims under workers' compens~tion, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: Workers' Compensation insurance at the statutory,amount as to all employees in compliance with the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. 54 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1 ,000,000 combined single limit per occurrence and $2,000,000 . aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office; and must include: (a) Premises and Operation (b) Independent Contractors (c) Productsand/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1 ,000,000.00) plus an additional One Million Dollar ($1,000,000.00), umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability poliCY, without restrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as required by the General Contractor, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE: In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad"form/AII Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by 5S reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the CONTRACTOR, as their interest may appear, and shall also cover the interests of all Subcontractors performing Work. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. Miscellaneous: A If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. B. All deductibles must be declared by-the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time tq request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify the City as provided in this Agreement D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration· page and all applicable endorsements and provide the name, addt-ess and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated AVII or better per AM. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: (I) a policy provision or an endorsement with substantially similar provisions as follows: . "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage', or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B"; (2) a policy provision or an endorsement with substantially similar provisions as follows: 56 "This policy shall not be cancelled (inclLiding cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." E. If the FIRM is providing professional services, such as would be provided by an architect, engineer, attorney, or accountant, to 'name a few, then in such event and in addition to the above requirements, the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agents, representatives, Sub Contractors' or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the, construction and acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered discretion. Indemnification Requirement A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalfof the Contractor. ' B. The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and aSSigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgmerits or cost and expenses, including reasonable attorney's fees, paralegal fees and investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor, its contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. C. The Contractor shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and assigns, including their attorney's fees, in the defense of any action in law or equity brought against them and arising from. the negligent error, omission, or act of the Contractor, its Sub-Contractor or any of their agents, representatives, employees, or assigns, and/or ariSing out of, or incident to, this Agreement, or 57 , incident to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. D. The Contractor agrees and" recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them. E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. F. However, as to design professional contracts, and pursuant to Section 725.08 (I), Florida Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concerning indemnification. Thus, the design professional's obligations as to the City and its agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. END OF SECTION 58 EXHIBIT #8 INVENTORY AND VALUATION SERVICES RFP #FN20 17-07 City of South Miami Bid Protest Procedures RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (FORMAL PROCEDURE) The following procedures shall be used for resolution of protested solicitations and awards. The word "bid", as well as all of its derivations, shall mean a response to a solicitation, including requests for proposals, requests for a letter of interest and requests for qualifications. (a) No~ice of Intent To Protest. Any actual or prospective bidder who perceives itself to be aggrieved in connection with any formal solicitation or who intends to contest or object to any bid specifications or any bid solicitation shall file a written notice of intent to file a protest with the City Clerk's office within three calendar days prior to the date set for opening of bids. A notice of intent to file a protest is considered filed when received by the City Clerk's office bye-mail or, if hand delivered, when stamped with the City Clerk's receipt stamp containing the date and time of receipt of a notice of intent to file a protest. Any actual responsive and responsible bidder who perceives itself to be aggrieved in connection with the recommended award of a contract and who wishes to protest the award, shall file a written notice of intent to file a protest with the City Clerk's office within three calendar days after the City Commission meeting at which the recommendation is considered for action. A notice of intent to file a protest is considered filed when received by the City Clerk's office bye-mail or, if hand delivered, when stamped with the City Clerk's receipt stamp containing the date and time of receipt. (b) Protest of solicitation. A protest of the solicitation or award must be in writing ("Protest Letter") and submitted to the City Clerk's office within five calendar days after the date of the filing of the notice of intent to file a protest. The Protest Letter is considered filed when the Protest Letter and the required filing fee of $1 ,000 are both timely received by the City Clerk's office. In order for the Protest Letter and filing fee to be considered timely delivered by hand delivery, the date stamp of the Clerk's office must appear on the original Protest Letter and/or a copy of the Protest Letter and the date stamp must also appear on a copy of the check issued for the payment of the filing fee, or, if payment is made in cash, a receipt must be issued by the Clerk's office reflecting the date of receipt of the payment. While the Clerk may accept the Protest Letter by email, the Protest Letter shall not be considered to be timely received until and unless the reqdired filing fee of $1,000 is received by the City Clerk's office and, if payment is in cash, a receipt is issued with the date of the receipt of payment, or if payment is by check, a copy of the check is stamped by the Clerk with the date stamp of the Clerk's office showing the date of receipt. The Protest Letter shall state with particularity the specific facts and law upon which the protest is based, it shall describe and attach all pertinent documents and evidence relevant and material to the protest and it shall be accompanied by any required filing. The basis for review of the protest shall be the documents and other evidence described in and attached to the Protest Letter and no facts, grounds, documentation, or other evidence not specifically described in and attached to the Protest Letter at the time of its filing shall be permitted or considered in support of the protest. 59 (c) Computation of time. No time will be added to the above time limits for service by mail. The last day of the period so computed shall be included unless it is a Saturday, Sunday, or legal holiday in which event the period shall run until the next day which is not a Saturday, Sunday, or legal holiday. (d) Challenges. The written protest may not challenge the relative weight of the evaluation criteria or any formula used for assigning points in making an award determination, nor shall it challenge the City's determination of what is in the City's best interest which is one of the criteria for selecting a bidder whose offer may not be the lowest bid price. (e) A~thority to resolve protests. The Purchasing Manager, after consultation with the City Attorney, shall issue a written recommendation within ten calendar days after receipt of a valid Protest Letter. Said recommendation shall be sent to the City Manager with a copy sent to the protesting party. The City Manager may then, submit a recommendation to the City Commission for approval or disapproval of the protest, resolve the protest without submission to the City Commission, or reject all proposals. (f) Stay of procurement during protests. Upon receipt of a timely, proper and valid Protest Letter filed pursuant to the requirements of this section, the City shall not proceed further with the solicitation or with the award or execution of the contract until the protest is resolved by the City Manager or the City Commission as provided in subsection (e) above, unless the City Manager makes a written determination that the solicitation' process or the contract award must be continued without delay in order to avoid potential harm to the health, safety, or welfare of the public or to protect substantial interests of the City or to prevent youth athletic teams from effectively missing a playing season. END OF DOCUMENT 60 5 9 O.ate: ·RFPTitle: . . .... J{F:PNo.: . ' .. Pre~Bid :CC)hf~rence . Sigfio;lrfSheet :1 X:\Purchasing\Request for Proposals & Qualification (RFPs)\2017 Appraisal Services\Pre'Bid\Pre-Bid Meeting Inventory & Valuation Services 4.25.17 .doc . BID OPENING· REPORT i .. ~. .. : '!. : Bids were opened on:.. Wednesday, May 10,2017 . after: lO:OOam ''':''''. ; .... .;:-, . . 1 •• ·j \,' . \.: .', . ~For: 'RFP #*2017-07 Inventory and Valuation Services'" '/r/' tp!V ,'~ ~ANIES THAT SUBMITT~D PROPOSALS: AMOlJr;T£ ;~;j:i • '. ' . . \:.' , . '. .' .. . . '. dt?3 l&wtJ tJ1) 1. DUFF & PHELPS, LLC .. ", .... , .... ,"',.,',.,""" ,',,,,, .......... ::"-'-vP' / r .. . !·.~r z)a A. ~ 2. RCA ASSET MANAGEMENT LLC ................ ; ......... ","" '. fI Q I (/ Maria M. Menendez City Clerk:~. __________ _ Pririt Name Witness: ~+e <&A-/! Js J Print Name / -1' . Witness::5}1hta j!JJek~c PrintN'ame . . :v ..... '.' ~. : "!, ':, f Duff & Ph~'ps, LL(:: . 1201 WeslPeaohtree Street,Suite·j 700, Atlanta, GA 30309 T -t1678.9Hi25qO letter of Transmittal MGly 1.b,.20.17 Mr. $teveh Alexander (tlty Manager . . City <if BOlltn Mi.arni ei30Bunset Drive SoUth M('E1rtil.. FL~3143 D~ar Mr.Alexahder: DUFF&PHELPS Dpff~ Ph~lps,lL¢("Duff &Ph~lp~'ljs.pleE\~E;>d. to respond 10 yOW req~estfor Inventorya,nd AppraisalServites RFP #FN?(H.?-QY:, Oqf p,ropq$!l,!f.blpro.fessioflgl, v.~luatiQi1 cpnsl,illing ~~.rvjees inQludes q desQrlptionarl!;jexpl,8(tGlti,ori orthe scope. 9nh¢~ppmfsaIJ 9l\t tiit'lthtJ'¢JQlo9Y, tiw.~felive.r~b.les. projeottil1)inga.nd professiqnGlI fe~·salong· with ol,lr prO.fEissiohEiI. qua'iiHta:tji)r:i~; . Wi:dlJlfyunderstand the.sGOpebf.ssr'itice:to· identify. the. Gity:sJix&,d .assetSiocat\'lO CIt varI0us~it!'ls.igeh1ifJ$d bYJb$ Gilt tli.~flbQ)o.tl~s. r:i'1~9hlnj3.rY.an~EicjQ!j:ihiefiti btiiiding~, .I110d;Ia:r\d'imprOvefueihts i ihfra-sttu"cture.ana iritangibli:\ i:i!3)~$ts~ ~s .~.~:I~~~~~~:tn~:!i~~;!;~~~::,;~~~~tii~~;?6~~~~~!·~:~~~:~f:rt~Oili:~~~~~:~9fform'·lh.s.work:anp·prbv.ide:,ali. Thl3.R.roj(:lPtt~am i9.l'DE\deiup:o(thre~ ~Ltihorize-dpersons:t()m?~l:1.r~pr,E3.~.~ntatiQn:?·'Qnp$hali QfDl;lif~!1d Ph€)ipsc BradIey S¢hul~. Mariagihg BiI'e.btQfi Fixed Mset Matjtigemerif~fl.q!h$I;iJ(:\h¢E3 $.QIl!~ij:iln§; SC)'l W~irerivill$ Road, .Si:Hte: 600 '. Lisi¢, t~6b.5?~ Ph9nEi:$3.05414656· b~vi.d Jon~s DirEJot9,r •. :RXEJc;lA~$EJt Mal1ag~rn~n~ .and In!iuranGeSoll)tion,s 12.0YWe$t: PE1aphtrf1~$tr~~tiSlii!€)l'tQ0 Atl£ir)ta,~A·i3Q3.o~ . Phcihe:678916'2575: Jeffrey Lank Vip~Ph3:s·ldeht. Fjx~gA$$¢fMariagemeritarid Insurance.Sdlutions 1201 W~s.t Pea.chtrE)eStreet;:.$~!t~·1700 Atlanta: 0A.iOSQQ . . . Phon~·:67.8 ~1'~2~2$ $1:\01:)10 the :?~rvlb$s,Mqe~0ripe~iri Ihi$pr9P1?s'al ¢qrre.ctly refleG.! yourl\nq~r~tandlngapproVal oftl1!'lpr()ject, piease contact David J6ne$at 67891,$ 2575.ai')O we Will 'i~s!jea:letter9f Engagement authorizing Duff &. Phelps tQproceed, R~spectfuIlY'submitted, p{) Bradley Schulz Managinl;j Director ...................... -DUFF&PHELPS---- Valuation and Corporate Finance Advisorq Statement of Acknowledgement of Addendlims Duff an'd'Phelps aCknoWledge.s thatthete W.ere ho acjd~ndurm))~$u\3qby thE) 'City QfSouth MiamI. Firm andlndividual$taff QlIalJfication$ Firm Qualifications The clearest e\!idenceof b.ur cbtnmitmehttbseiVe the City of South Mi(:l:rtii.ls th$qualily of th:eJl3ar:n we liav$ ch9~\3h to serv$ you. The professionals $..ssigned loihe eh9~gerneht h:ave b~?nsele9t?d bCl.$edoh thElir C!4'l;lliflo(1tfons" teehn.ieal knoWledge, s$.NIGeorientatiot"L ability to'mak,e decisions·, anqextEl[lsivE) exPeriefiR.~~eiViiig.sJate an9Ipc~lgQv~tnrnf3rits~ Our:t(:)·a:tn.·G0h~isf~·9.t ~,eff(~W"-~n.~i Wh(Y win f!ct'a;$tM .bver~fl~projectMO!nCl.gera.l1d will .be mf?PtDDsible for s¢hi:lctullng;the lnspi'!ction of lhi'! fadlities, i'l.s~'gning . st$.tf; .~Q'qt~'~i;i~y-to~day$Up.enMion of 1he'~bh9tiltants perfbfmihgthe field ·work. HewilLalso· be.re$p'o'flslble· fqr. tll:r.~9tihgth~ phy~icctliiivE!ritor.y C\rrvfr~.c(;mQiliatbn. 9fc~ipit?la~$e.t$~?s Wellf,t$ :t~cb nolC)gy C9(1sI.lIHh~ 1r\¢!1j9ing:,-g~fl:ning·th~ ~ppr6aQh; res6lutioii. of 'te'cnri'idal :i~;'suEisrand:thefltial:re.i;iieW6Hhe·inVetitb.iY reports; o.lJr-t~(3,rn:Wnl:en:iPIPY cQr:1lpr$Den13i lJ!? prol~Qt pl~.nni8.g ~riq i3,Qtive;S(19'?gflliif(lrit m,a.~E!g~rnElr:i,t99tipJ~E1 With frequent ~ndJhdroughG0iTlfu'Uh'icatlonEH:imbhgmeiTibefs.bfJh'e te:am'~rid belweeo·the:ProJ(3ctManager .and the¢ity.OfSouth Miami ,t()·ensl1reth~tihieiy delivery of di~trnGfiY~Jy hi~h ClttqUty,·S.I;'Jrvice_; 'Q~~IjtY~E:lrvi¢_~i~t,ahd w.lJlqQhti,nue tpbsi th,~ prim;:i,ry focLi$ 9.f ~uff $r.pheli'js. W$ i:€~9.~i'c;l qw¢{iefiJs,Ets th$ bestj(jdge~QfqualitYserYice. To Ur.:u~er$tandhpw. we. are: meWngtnEilr exp.€cWtipJ1l?; wesqrv.,~y€vl3ry cHeqt~)'rgf:tniia:tjpri t9 (Jbtarrjfee~~a.ck b.n QutP~rf(jrm~n¢E:i. QlJi'Fix~d As~~t'Mi3.n¥lerr\i;lnt& In§uranG~ Soluti!:iOl'lPtaoti'c;e lI.as QQr.isj$h~nUY~ChIeve~ a high.;qvauty rating,.GIi~rits r('lIY'onOlJf 'splidcqmrriitmentig quali,tY MS,urance as evidencec;lby our focus on performanc.Ei:slah·dards,qualify rEivreWpr6dedures~; and theprpf(')$:9lollal. gevel9pment 01 qur qmsultingstaffto enslJre the consIstent qU\'llityof OLJr v~.Il1atibn tbiisiJltiri'g ser:vic8EL The groWmoih consLi.ltihgflrms iit recent years has resu!tedilithe u)lii~atiohof§0m$ iiJe~peri13tii:;E!q ~.!1d unquaiiffetl"consultailtsi , a:nd nontraditibhal. valuation approaches and methodologies in oYoer lCidelivera. hpt6f~ssk~;'alvaiuatibIiGOnClUiibn"ibrfe~s les;th:an t~ue. tr1€\rketrat(3~ :brp.rQfe~sibl1!ill?er.v·!~e: fir~s.· Duti &. Phe.IJN~ epi'i£itllle.s !Q be a, leadi;Jt in the inQLJ~hy and Vyill rJQt QornprPiriis§i itg profe$~iqh?Ji$in hi ;o.rdatto· ¢:ornp:ata, tot b-t:!sil')ess; Our internal .l?tqnqa.rd~ arebasecj on the Unlfprm $tC;ln~f:tr9so.f p'rQt~s$ional ApptaJsalPrastiCe (USPAP) f;l.nd inqll}qe$pecifiQgLiidance I'eg,iuding the. :cbnsistetltapplication of policies 'a,nd'p~oG~qlJreS, the mat!agem~nt reviE?W prooes.s, .a.nd reporting ·th~ result$ot'th(3' proJeot, :jn.f:\:ddftkm, o.ur anhi,lal ope.r-atjh'g btldgetihclude.s aslgriificaht emphasiS on training of our consulting staff,andweiliiJest inol1r (:Qnsult~nts'pursuit in·opta,iningth~irprotessibnalcertifloation· (AsA, MAl, or.a.; elc:). puff &'Phelps is. comtnittedto providing our clients With quality service at afair price; DUlf &, Phelps ICily o(Soulh Miami May 10, 2017 2 ...................... -DUFF&PHELPS~ .. • Valuation and Corporate finance Advisors Staff Qualifications Project Team PrbfessionaI$ ~ssigned t$ this prbjf)'ct will ihl,ioIYe$8verl;\llevels of ma.hagement: executive review, project mahager,cGritraqtmariag$r,ariii th~qppfah3.iill $t~ff:. . . The$e. professiQiia:l$taffmempe($ Wl!lh.8.ve:Qv$raH r~spoh~ipilily and .a.re key personnel to the sLlqtessful cdi!iplefiO!iof the?$sigr'ijTH:int; ·S.p~gifi9 grJP(~iS.i;I· staff assighme.i1ts may Vary qepending upon current ?.vClU~~Hlty af tl}ejihi.~.ofth'$ :a!J.thoti:?ati9h t9 pr6Ql?e~ withttiis proi.(;l:ct,; . O(Jr Fixe<;'IA$s:et MC!o~gem~tit~(1d Jil$:\)JanQe:8olutiPh$practice dOe.Sheit utili49subqantraQtors and all staff ?,s~igtJed,tp~Hts~r9J~$tw.11J b~NJl4rine,j'p~tman~:ntl}1 empr6yeq ltl~hibws,qf qur tfrn'h thispra¢ti.¢'~~nsure~ q:QC'~ra~Y<=}niJ96r'i$i~tMlqy~'GrQ's,s'NlcjfQt:itjn:i?Yr~6d~~ppr~is~I'eP9~9~h:l~nls. " . Res,Lirilesfor the$t~ff rnerIi,be~s' t6.:peu,tili;teq tor this'$iiQfi~$ment at.{proi!.i9~q in Section 4. ------------[)UFF&PHELPS •. - Valuation and Cotpol'!'ite Pinance Advisors "'··I't·y .. ·· 0" "f": S~·o· '''U' 't'·h···· 'M" 'O:'I'I"Q' "m"':""I' ·Vi. '':' ".:': ",: .. :' .:-:: ... ~ . .' :;.':; ," ;' \ (':'. :"::~ ... !' : , '" :-.: . '): ',. \ :. . ":','., .• '" "" -" ":-.;., ~-;j--' So:uthM iaml, Florida I'hV8YltOiy and Valuation Services -RFP#FNa017.,.07 M~.ylO, :2017 Duff & PhCllps I City of South Miami May 10, 2017 Subn1itted by Qavid)QHes Qirectbf DUff & PI'\e.1ps 1201 W. PeaCl"!trem $t.,#t71h Floor . Atlanta GA30309 '",·,1 .... ,"" , fel 678 91'6 2575 davip;jones@dlJf[ahdphelps.com 4 -----------[)UFF&PHELPS~: - Valuation and COlporate Finance Advisors Tabte of Contents lErrER:OFTRANSMITTAL .•. , ....... ; .... ,.· ................. i .. · .... '.; .............. : •.•• " ............................................................. , ........... , ...... , •. 1 $TATEMENTOFACKNOWLE:OGEMENT OFAODENDUMS ......... ,.; •.•. , .............. , ................... ~ ............................ 2 FlAMANbiNDIVIDUALSTAFFQUAUFlGATI0NS , .. ; ....... , ...••.... ; ...... ; •.............•......... , ..• ;.; ................................. ,.2 SE,CTIONl> SXECUrlVE SUMMARY .:-, .•• ;';' .. ' ....... ,'., ............. /.: ............................. , •..............•..... ' ............................... ; .(3. SECTIQN:2:' RESPQNDENT1S,EXPERIENCE .. ; ..... .: .....•. ; ....... ' .• " ..••. ',;.' ..• , .... "~'."""'" ..•. ,; ..... , ................ ",' ......... , ......... , .. 7 SECTIONS: REtlPGNDENT1S,PAstPE'R!=0RMANGE ............. , ........ ;, ......... ; ........ ; ... ; ....................................... 8· SECTIONk ,CORPORATE AND PROJECT ORGANIZATIONAL CHARTS .. ," .................... ;; ..... ; ..... ; ..................... ~, SECTION 5: Flil:FILLMENtOFAlL SOLlCrrAflON,D.oCUMENtS ..•. ; ••• ;; •. " ........ , ......... ,; ............... , .......... , ..... ~M EXfilsir 1 ",,seaRE 'OF':$ERVIGES FORM ... ·.,;,.:· ... ; ..... · .. ;· .. ;.:';:.,.;:;:; ..... ,;·.,c •. ;/.;;·; ... , .... ;.c.,; •••.••• :;', •••. h.,'.';;'" 'c';,; ..... , ...... : .. : •• ,.: .. ,,;.,; ., .••.• ,15. EXHf8IT;2~:SUPpl.:.EMENr·INSrRUtHiONs/Fo8MATF.O.R Flr:$f"ONDENTS b.QRM ...... , ..•... ; .••... : .. ; .... ; .•. ; .•... " ... ; .. <i6 , 8<HlsiT'3-INSUFiANG5&.INoEMKiIF.lCAtiON.REQUfREMEN1s:, .•... ,;;;. ; ....•.. ; ..•. ; .. , ....... " .. ; .............. , ........ ; ...... i 7 :EXHIBit:4-" .. -::BIDFoRivL .... , ........ " ..•. ,;.;;.; .... ·.' ....... :,.;' .. ;;,,; ..• , ................... ' .• ; ... , .......... ' ............. · ............. , ...... ;· .... ;; ..• '.; ... ,.; .•. ; ... 1'8· 'EXHlstr·5 . .,.... G"OST PRoposAl •. ;.·; ... ; ...... , .•. ; .. C,,,;, ••• ; .... ;;.;; •• ;.'0: .... ';; , ...... , ... ' ................. ,: ............... ; ....... ' ................... ; .• \. 19 EXHISIT:6:..".,EVAI:UATlON·GRITERIA ... c ••••••.•• , ...... ,'".;., •• ; ••• ;;.,; ••• ;; ........ ;.; ................. ; ................... ·;.: •• ; •••••• ;· •• · ........... .-:20:· EXHIEi~7 ..,.. CONTRACT .. ;.' ... ; ... ; ... ' ..... ;; ......... ; ......... ;; ....... ' .... ; ...... ;' .. ;; ........................ , ..................... ; .......... : ....... 2,1 AiTACHMENTAi6,C<liNTRAcT -'o.ONTRAcrbRS'PROPOsAUQUGrEiScOPEbF SERVICES ........................ 22 EXHIBlte~ OitYbi= SOuTH MIAMI BfbPROTEst PiicfcEbuRES; .; .. ; ............................................. ; ................. 27 DuH & Phelps I City of South Miami May 10, 2017 5 ...... --------.. -------DUFF&PHELP8~~ .. • ValuatieJri andCorporaie PiMriCe Adyi!5OfS Section 1: Executive surnmary We understanq that the City of South Miami wJsh~!? loengiige a firm for a five.-year agreement for purposes of providil'l9inv\:lntqry and valU(l.tjon ~€lrvi9(39·tq:!)9nfort1;lvvi~hthe r~quir\3menlsofqA$~M asltp~rta.i~sto,rep<?rting requirements anddeprt:lcl~tlQn. We have proyidedqur T$.chnj~1 PO:iposE!I,furth€lr outlining our $cop€iand methodologies to perform the sefliiCesabov8 Ih AUachinerit A to Contract within this RPP response, Why D.uff& Phelps? Everyone claims to pe different; bUt 9fte.h the ditferentil3.tdtS amqunt to little rri9rethan ihdi~tlnct referencElsto statec6Hhe~art methods and worid-Classexpertise. We b'elieVe that differentiatdrs must bespecifiCi, tliay mUst beprova.ble, .and lh$y ml,lst p,e rel~vant .to the QHy;. as €lvicjencecll:JY the very tEla'!· b~nefits they wH!pr6v1de Ii;> you. Aft~r ga,lning.afl,lrtl1erunderstancling, of yourobjs~tilje!> we b~llevelhoge aqvant(lges.are as foilqws: • Unparalleled property Insuian'ce appraiMI,qualificatiotiS and, e:ixperi~nGe • Size6f staff: 125fuil7timeptop"ertyTnsuralice appraisal C:CYn$ulrabtslooateqiri regionaloffioe~throl;.ighout the U.S, .. ,.. . .. No I.i:tiljt~tl(in of, $ubC:iOJitr/!l.ctb(s tQ $nsUrs GQn~f13teJjQyl IJprgp\3rtylf\suJ'ance ~pPfai$~i ~ppf()·!,1ph. af:itl rn~thQ90lQgy . . . . . • PinClnpial'assl!ranGi'! :~n.cl ,irid~pendsnce .. • , InhQva:tiVi'!Web;p~a:$~d r!,!PQrting,p.I~~orrn; ·,eRj$K P'fPPElrtyMilna9e.r • l.n~h9l!$l'lih19titiatlb.f1':t€NhnbJogy· i?Y~~l(;)rn$'<:in.~cl:s:uPP9rt' ~ sOff 1 Audit Com pll arlG$Jt::; !'irtific?,ti em fro.Ji1,Bakefl1lly In:submitting,thi§ prQpqsal, Duff:<'k Phelps IscQiJ'\mifting. t6prq~ide a clea(aiid.?9¢Qr~te: va1uEitIOn}epqrttha:t Win m$et Y9.uIreql;Jirements, Wi?willac90mp!1shthls:PY 99rnmit!ing thE!appropri?Je.OohsultMtfltQ YoQr vaillatlon that havelhiHequh'ed level bf clualificatidris alidexpetlence. PUpli¢ S~9tQrI;:xp~ri~n~e . ., Our'i=i~E!tl.Assetty1am.lg\3mer:Jt.andlpstJral')c~.s'9.lutionspra¢ticeh~s signiil9cmt;el<p'e.rieno!;}·inservingl?rgt;!.pl:!blio entity riSK po6Is.andstateagehciesWithnumerOu$ i:li~mbet$Md·mult!pJ!'l16¢.atibl'ls. Qwr CprjSLJJt~nts WQrk with thel3e.~o¢ls h'rlhedEi~igl1~ndimp!enienf~tib~nqf prOperty'apprafsal sefVi6e:programs f6rtheifmemberSi. Weare ·9urr~nily serving m9reth~n§ci pU.l?llc .eritify:rif;k pq0lswhp~e mi::mb$r~ r~ngefrbm. hOl,l$ing a..tJ1l:tp'ritie~ .. ~m~1I s.¢hQol <:,llstrk:t$ and mUNicipalities to li:lrfl~·s¢bQOI distri'yt$.oiti!'l$. counties, pubJic hQ$pital$, \.lniversitie$; ~t{lte governments, speCial disfrii::tsand Water arid waste·watertreatrtlentfacJlities. Knowledge of the Property Insurance Industry We oqmpleteover 3.Q;OPO property a,ppraisal$ f9r in$Uran,be plii'pQ~es EliiE3lY year. CqnseqUe.ritly; WEl.unQ.~r~tanq 'the c9mplex issues t.hi:ltcanarisein€lstimating lhsur!;lble valuf,3sEI.nd .tHe, impact thit Qw~ervicehasQn the underwritihQ andcatastrdphe r'h6de.lillg process; We .understand that prClperty insWilllceunderwriters af.~ iriteresteq in good d~til ~fld that acclIri:!QY a.nd ¢Qri:lpleter1E~sS 9fth~ property Construction; OC¢upanqy, ProtectiQn, and l;xpoSljre(COPE) dat? ptQv.id~d by, the insured is often out.of dale and unreliable. Therefore,unlikeotHer:'firmsj we place a. significant emphasis 6n tM insP.E!ctlo·n oJproperties an.dtne indep(;3J'l(!eritc()mplia~fdh{jftherelevarit COPE data. Extensive Experience in Ma,nagiftg Large, Cqmpiex Projects Duff & Phelps has successfully handlEld some of the large$t and mQstcomplex valuation engagements of the past decade. As a consequence, although the proposed project for the City is Large and complex, ltis similar in scope to the kind ofeng<'J.gement$ w.e undt?rtake regularly. ThE) value of this experience is that you Will be working with consultants Who heWS the project experience, business aqumen and valuation expertise to completE! this engagement efficiently and cost~effectively, Duff & Phelps I City of Soulh Miami May 10.2017 6 ...................... -DUFF&PHELPS·· .. - Valuation and C()fporat~ Financ;;e A<;ivisors Section 2: Respondent's Experience On February 24,2015, American App'raisal waspiirchas(:Jd by Duff & Phelps, Duff & Phelp$is'the prEirnier 9101:><;11 vi:\luation anQ qorporate'fina,nce a,dliiE;qr with expertise in cOmplex vait,)ation. disPllte arc:! 1l';l9E).i ma.MgeinE\nt cOnsultIng; ine'tgersl1n~MqLji$ltlbhS, restructuriog 9.nc.t QQVer(1ance,cmd regul?tory coris~rting. We have mote than 2,00Q f;li'nployees iri more than 70 offices,glob~lly. Dwff& Phelps IS Qrganlzed !'\[QJ,Indfiv~bw?iness lJni~$: Va!uattQnMvisory, Dispute and Legal Mana9f?ment Cqnsultin.g, TE).x P~i:vi~t?~i9o!PQra:te Finl:tnC?e, ~M, compliahce ~Hid Regulatory Consulting, The Fixed Asset Mima$ement &. fns!.J.ranc::eSoluti6nsprap'tlc~:isinGII,j(::ied inth€) v~liJationAdvisQry l:lUsiness unit and is nqw fully op~rcHi.ng fis "Pt,lff& Phelps"; ArheribattAppraisalwas:lcillrided Ih 1896 to 'proVide independent prqperty valu$tions for \.Jse Ininsur~i:lGe , POH9Y pi?CE3TTlEmt anq relCJjeg clai(ils,ettI6r:neliW b,et,We6n itisilrancecbtilpanies 8\id propertyownef,s. Over. tHeJast 120 yeats,. \~e R~VeeiJbJVed iNo a rrlultl~di$ciP_nt)ed'valuajion ¢on$(jltjngfirm.Qrg'alli~ed on,?"global t)asj~, al)p j!3tfiel9fi,di.6,9,pr<:iVkl$f ;9f fixed?$s!?ti(1yeHtory and recoDcjliatipn s~r:yige?,a$ W<?II'{lS pr-QP?tty ihS:urance 'jn'sp,eoti6iJeind: ~ppraisa,I$~tvibe$; 'Oi1r)~iXed A$s~tM~nage.rnE!nt& Jnsurano:e· $Qlu\IQ[\s,(FAM 1$) prgc!i¢e;ln,GLuq~~,9.,'~J?:f.f Qf r~9 'Mivil1LJ§,!$.IQGt3.tl:\qlhr,i;i~gho!Jt th~ United stp.tes i,indsepar.ate health:care, hJgh$.r.eQq~·glhm gnd" ,pu6.li~ $ec.tqrpn:\~t"t~e,s,;' 'R~rihe.r,rri9re; b.uff8.iPhelp~ h~l? the, largest ,cj~t:licl'!Jed:full­ Vi'ti$pfi:>f(,'s~rd.n'~.Is,ti#f cp'rl'imitfed 't6 §'efvifig :tli'e,"pUblhf 'seCtor, ihchJdlhgCO:iis'ultantsspeciaiized 1h p,~rtQrmin~rjn$urCl.TJg~:apprcii$~)9and 'flx~d.p§s~finye.DtqrYi r~cpnpillati0n;<l.ndappra.i$!3.199.nf?l)Wh9 $e,rWlc~s 'fo't'state and ·ld6iil !1.Ov.9thmentaFeritities:; M,Qt~ Th~,h '70 Offi,c~s,andAffiliates Worldw.ide -AUiu]\ii AUs'tiri BOslon ~iJ:W '.G.sy'man IslaiJdS ¢hlcago PallaS Denver D6tr0~ F$l~*1b<l ~!r;~~I"'· ~i;~g~I~~ MeX(6qeilY M~i Milwauk!le . Monlteai Mon:iSk"n New',(o,rk PhnadJ'dpfij~ Duff & Phelps I City of South Miami Vancollier W';liinglon, Dc ApuDhajjJ 'Amster~1im lilhens 'ij:;~io.n~ Bilb~o . I:jirmingham 'BOlpgn~ Chahnell,;Iend. D~bilri' ' . , Mijan to,osC(j~ l0u~ich May 10, 2017 padua Paii; Aisaro POrt~ Pr,ague R<ime Si:'R,iersburg Turin WatstNl Alm;tty. f3jjrigruor}i i:jansk.ok ~~ln9 Gual,ig'il)o~ HO,ngK9ng Mumbal . N.wDelhl 7 ------------OUFF&PHELPS-.· - Valuation arid Corporate Finance Advisors Section 3: Respondenfs Past Perform.ance Duff & Phelps has significant ei(perie:noe. Si3Ning pui:lliqmtitiesand in particular, public.schooldi~tricts. We have a proVEm tr9-.ck recorq f6r ~he e{<ecptipri of the capital asset inventory project and niMting the eXpectati.onsbf YQuririqepeiJdellt aI.idit()r~? !3.nd yo ur profes~ion.al advisors. . References 1, City of SouthllnialTli Mr.·Steven K:ulick Pur¢h~sjng·rvf~rii3gl'lr 61$dSuns~tDrlVE3. . SOu..th ty1iami; FL $$143 ·$ku.liP.k@:l'.o.lJthrni~J:Difl;m)v $Q9-iJ6Ml$3~. . 2 ... $e~>p~C)f $~rvic~:lJp.cJat@g.fi)(e,C'lq.S$eta¢cot.ir1tr'1g r~cPt~s; for int~tn91.EJ:¢cb~.titihlJq9t1frQ!a..nd fina.fi¢ialremortir.m ~W'.pf g: cur:rent elate iilnd, pr9P~riY 'insurg~¢E3' @p"r~isa,l$ for the! City's' !J~$, in ~;::,~li~n~ci~'~~~A£;r;~d',,~~~~;l.in~f~i:,·I~~~r:·~~;~~{~~1ru~.~r~~~spe9.t'·.l9.Clty.6w.rr~d·'p~r'cl.ih9si· p.iW:9fporal ~a.!Jr~s: Mr.:p',~vip Fil!i~, ~b, GPGU Ri#~ ME:infl9~r: 2S01$alzedb.Sfreef 209 Floor QQ~q)[Jq~I~.$:FL83~.:$4 ... ~r0it{Q)G9rq.lg~bie:$;Q9m. 3Q5-.4$b~9~$2~ $~9g~9f seniice.; provip.e.9 pro,videJhe QityaproP¢t1Y itt$urt}I1G~~pprfjj$altor the. 91ty,',s'l)$(:3 in 9Qnnectionwith,it$Ir;J:t~rn~1 ~nalysi$0f its, ihsur$.hce need$ With re~j;>'e¢t tbcer~flinqitY'Ovvried b~i.l~it1g$ (inc1uqing fbl,lnt~in$'~nc;l.pllmp.~t<\tlons). . ;:!. CitY9f Atianta Mr.Eug:en~· ktr~chQq\;lrn Oi6~9tor ofFin~nQl~1 Reporting $8 Mitclwli stre(;}t. f?;W, SiJite:S10b . AfI.~rit?,~A 39$0$ E:)~i·ts9I)b.9.u..m@,~tl~nt~ga,.gov 404 .. 8£l5~8E!O$ . .. . Sco.p~·o.fS~rvice;pl).ff& Ph~lps (prim~()Qn~r~ct9r) !1tldertqqi< a, cQriiple~~c~pi~~I,,!s$etinv$iMr.y, reQori,ciliatiQ!1 qnQ qppr9,isal.servICE? cQmpleted In 200,9 of 28,QQQa,s'sets to cqYerthe t9UO'N1ii9 obj'ii9tjv~!?, !nyel1~oryj appraif?13 clOd recClnc::ile, ih{3 cJty.'$ lan9,. land. improvements; piJilclrhgs, . equiprT1ent,anr1·i!1fr?§truGt~reE;l.s$et!?pa~.ed 'on the histpricElJ 9Q$t pr~rn,ise .of val9~ tor finEtfldai r'$.porlingpl;Jrpo$e$ inGludingtne appilcationof bf,lrc;od.i3 t9,:g~ on all hlQv$P1e. E'lguiphlel'l\ With an eS1ili)l;1Jeqhistoric,al unit ·Cost eqLJai t9 ()r grf:)ater tha,n$i,pbO. P8rfi5fIJfeq a.ii $R.pr?is:alqf the insurable Vglues o.f ·the insured g.ssets QasEld onthe c.ost to repr6d~cti0i1 new anodost of Reproqu<;:tkm N~w L~ssbepreciatjon .. Motorized Eq!Jlpmerit: Re.¢<;>rded ba~e.d QIi inforrhiltion proliid8.d by the City. Mset ta,ginfdrmation was consis.tentwith the ¢ity'~equipmer'it nuinb.ei's a.s assigned py MOlor Transport .. Records apPElareg as separate aCcbI,mt groups by Depa;rtrrient in the aCcol,lnting detail ,:\nO summary reports, but was excluded Ir9rtl ins\,Jrance n~:p'9ft fqrmats. Infrastructure: City provided infqrma,tion allowing for the recording and valuation of irifraslruchjre assets to in<~lude; roads, bridges,sidewqlks, curbing, traffic device~, etc, Bridges Gonformed to HS.IF standqrds. Type of agencies inventori(3d: Ali. . Duff & Phelps I City of South Miami May 10,2017 8 ........ --............ DUFF&PHELPS·~ .. • . VaJuatio.n and Corporate Finance Advisors S~ctiQn 4: Corporate and Project Organization~' Charts corporate Organizational Chart DaVid Meeuwsen t~9h~oIQgy s~iQi~n~Mgr. Duff &. Phejps I City of SOL/th Miami I~:_. i~I~;;J. -:-:'= ' ~ .... -.~.,~ . i iw;';';"-... I .,_. __ . ..., . ...,,::: .... ..... -.- May 10, 2017 P,a.vi~)b:ne9 c.~~!r~St Ma.n~g_~r 9 -----------DUFF&PHELPS~-· S:tadle.y $cbulz DuN &Plj~lp's,LLC Chiciigo;Lis\e +163'i:).,541.:4656 ~(~~I~;;~~~!l~~ufl~i1iJP~el~~,QOrn Dull & Phelps I City of Soulh Miami Valltlation and Corporate Finance Advisors Bliid js'aMan~glli~'biredi6dor'th$Flx~d i\ssefM<ina~feml¥htariq Insuran~e, S~I~U9ris pr~pliC:e,6fDt,Iff~Ph~Ij)$,and p~rtQflhe \laltl,,,a6h Mvl~9rYSel'lri;eS b~~!ne.~sunilHe is:the'nationa,lleaderoi property,insu[ance'apprais,alsfor both th~:ieil9Ious'~nd allPort sectors;, He:rri~nages ~taff wiuiiii SIi< regional offices l~ctl!9.in~,A!I~n1.l\,:q"'H~s':9hlc~go (Lis!e)j,Los Aiig~les,~.ilwat!lS$fln9 Princetqn (N'~W·j~r~~y);a~c!,~pe:o(alrt!l_d,practlces'for Insur~nce,'v~I,uE!tfc;n, fille,d f\sset inveinl0f,yahtl r~i;onciliatl6n, Ji~aith'c'are.,gciileri1meliti 'hlghereiiucaiion, and projieffii:r¥ilrdouisoiirCirig; Br,ad/las performed ol,lmerous:19th'"nd20tlhCentJ,Jry ch\lrch and Gaihedral b:ulldln~~lidp:ersdiial~i<\perWva.lu~tiot\s, andiQ~if~btly:tQoi-dit\'~t~i; wim ' !~!!~fiJ!i~!!~~!:~!!~iE:~ ~M,!Or~yaIUIM(<ls~:e.i;Si SUGhAS.~u!ldln9R;,lan~, 1~j1~fI1)Jir.9Ve.ii1~~js:)n.fr<!5frUdure. aild,~te'r}~~ie'%l~t,fuoliiit~si$ysi~-Ms; Ei'riJ,d hasdireci~d;eil9ag~me~tsfor' n~iljeiil~'~ 'l~rg~.~i!MW:lbcjJiJ:r,lii'lg:ii$ ~·pCi¢J app·J:llJs;lis;'~#I1.~~:Ai~Ii(jj6'~C:se bf Los, AMi!I~;,Arc,~ploSEi~~,Of'rv)la(iii, Aic!ldlciQ~e.-ofPofll~t!'! 10' m®<l,h"BMS'Greup tl~rge'tiJSr~ligiouspr~perty.,'portroi'io),,6i~irlotofCol~;';;bl~-bffic~;OfRlsk' ' ' M~~1i$'¢riJl'rii;JFK·lh~ttf~Hdn~!A.ffe:niiib:~I, Mia'mi:i:)ai:l~ Mj!\HohOep~rlinen! (iii6ltfiflng f'!1iamUhtiirriaUQnal Aiij'iort), a~(j Pbr(6f.?~,atflii;(inGI,(jdiii'g .Sea:Tac Iryt(l[!l!!viry\lIAirp~~), ' " , " , " , )3f,1.d JQin~Q 'Qufl~Plielp~,; 1!i::2(j()i;,He~;;irriedhi$ aa,<\~~I<i(oJ i\,rtsc\~gr<i~ ~s a ~ql.!plii:maj9rJh':ti(ilh finan9iiiand:EcQMJ11i9~iro:rnl~e'l!nr~~(~)ty oflllfnols- Uib~na'Champai~~,~rad kanAi;crediiedSeriiotAppr;;16~r wiihinthe Machir'lIjfl<: & T~bb.iilc~I,SIie'c!ai(i~:~lsCipIJi)~:of thE!Arn~rl,ahi$~6ie,tY9fApliraf~er.s, ,H!-l a.r~a SeNeSe" Wi Nallon,al Ma6hli'ier:y&,TilchrilcaISpeclaltie~DiGciplirie¢Qmrriittee, mm~t,~~:~.;:-;~iJi~i:ff~d~,r~;' :~r~dls~I~~~oAfflil~~ M~~bet ~f the Bfl:i4 bas;g.r~~Ii,n4,1T1~[oYfP(esent$tp~s";m Vll!u,i~g'cbmmerqj~I'prdP;;r)y'~or f~~lace~~ntbosi, iriollidiiig,atAirpiirtSCotJfidlllit~rii~ti(,ri~I':'NorihAineric8. Risk M?~ageriient9Qilf~f~nCefel~hotJs"PI(j'nliisui;i:~~e.CPn1R;jny, Mid~jP.ublicRrsk cdnf~re-itb.e, Sage'SUmm~:c9nfefi!rioe",$tate Ri~kBnd Ins'(iriuib~, Managemimt A~6oct~t!on 9o~f~re';G!!;,andf.h€lNaiiqn~1 yatholfbRisk Rei~litionGrQup, May 10, 2017 10 ------... ----r)UFF&PHELPS~-· Lank, QlIff~ Phelp'i;,LLQ Atla~ta. ' +1' 678-916-2523 ,JeifrE!y,t~nk@~uff'~ndph~lps;i:,~, Duff & Phelps I City of South Miami ValuaHon and Co'rp{)ra.l~ Finance Advistirs IIlc~ President jl'ff is aYic'spresidenl iii't!ie:~uth Garollnii,offioe I,n th:~ Valu~tionAdilisory $eiVicesjm19tioe. Hesp~'9i,<\Ii.<esln'\l1a, ap'praispl ofwaterliviiste'o'@terand, hi~\(Jri~alvali.tations, H~hasa!lta~siva knov.1e~geln;,i"~U\ance v~!u;tions'-n.GIUdlng b'ulkflhgs, personal propeitya.ndimilroveme'nt$f~r ed~catibnalfaGllhi~s,' , iiillJiiqip,aliQ,es, he~ltli9iiii'\, High~r'educiati!iri),u,~lify'f<lcilities;'iD~~$triil.l propert.ies ,ll'ndc,hurclws, Jeit ha$e)(tenslve ex~rlenc'e'ln'valuihgHistorical':st(uclures ih'roMllhou! ;the:UiJllad ,~t.lie;d~li~9.batiK:ip ~h6R~~luti6;;~rywari ' ',,' " ,,"", ,,' , Jeff h~s'p,e,!f9ri'iie~CQn1pJEI;{ IlPp@s,al a,sslMl)'leiits:lne I ~di~~,W<\te:X(Wast~wa.t!!r .prop,erlj~sthr~~h9Jl!~~ y~~~ .s'~\es~~dihe.Carip'_bEl!lJ1: Jeff,johied' Ani~'liiil!i Nlp',raisa.l(hiiW,Duff~ Phelps) i02014 as'an(anager,lij, tfl,~ fik~1l5se,t m"n~g~m~n~ an~rni;~ra~g~p.rilclic",Yiiti;mrejh$~ 1 Q;Y~;l(r?pf ,el<p~rfeiio'e; B~io~illolrifngD:utt,& Phelps.lievd.s erripl6yed'as arii~~ag~ratCBIZ: I?rji;>i 19 o.81Z, lie wa~ th~~9li~Lr~gidn~lril;>rj!;igl;irf9(M~iriilis, " ~~uciltio,n &Ce~jficatlons; Pi9fess'pn~I, Asspd"tlons:&Afflliatibns; • A.m,e(tCi!nSo¢if#DfAppr!!.Isei~-M1$',l'le,slgn~tii?h A~pt.li,$~1 jn~m~e Green (LEW) BUilding Valuation U.nlfbrm.$tandai'd,sotPrQf~ss:!oi)aI,Apprajs,,1 pr,ac!rc~ ,(U"PAP) May 10, 2017 11 ------------DUFF&PHELPS-·, - Meeuwsen D,uff& Ph,elpp, LLC Mn~:~~~~, ' +1414-203,6504: [)~vla:M~~UW~~@,dLif\~ridp.ti8IBS.c0Jl1 Dutf & Phelps 1 City of South Miami Valuation lind Corporate Finance Advi$ws Vice P(fisldenf, Oi\\'l~ MeeuwS\!I1!i; a VIGll, pre~ld"'ntoftechn9Iogy.olutionsv.iihin tl)tl Urm's Fixed A~~et:MaMa~!1mei1t !lh,d,lns(Jra~ce SO,lutions 'practice, In tlils rofe, DilvldasslSts With th,e development6f pioducts tOjlerpetuate accLirate 'p.rop~[iy,liilln~gefi:l9~ti!lC:ord!i and SUppol\~,enh,ailc,es" andr~s~arcl1~s:ElJt~rnilt.ive fne\h:ii!is t~ :exIs~ng Rro~e~sl~~systems and, tools, ' Dav'idh'as,lijgnificaot !'ii<perieriCll'lnlinanci~1 accouriting:th'rougn the. establishment 'dfoci!npu,tElrtZ~d,fiX~d.assetac~6untlilg' ie,corq., H¢\yil's d,n tti¢;~hEjr'ripJqil, coml'litfteB'!ln.d.~! il)stium~ntalln the p:aralleltestil)ganctcre"tic,no r an;i~n!lvaVve in;h~os~ tixe(la~ieissYS:teni.e~PRA\S, He hassuccessiutiy mah~ge.~sA$.-jb Typ.e.II'!I~~' p.'e'®.i(;),~iili ~onttols arid obJeCtiVes a/the .e;PRA.I~ ~~\~ril. DaVld!Jolnedbuft;&::'Ph~'Ip's,th(Qugh the'acquisitionof,Amerlcim Appialsillvkre[El 'he ,h'~i(j:~ijv.~'i~t:,,:o.:sijl"~$.o':J.ii.r'lh~'P.a~~i'24y~~r~ In~!u.~i~gs,~JVIci¥li,urAAu,~r\:"lys~ ',!8p,liq~~"o'~:~idrrt,~f<?f, B,nd: property recqrds o.u,tsiJum)hgse!Vice~.~rO;u p iT1a.h~g~L r5~videameH:~I~:B~ehelof$ degree in Liberal Arts iromMarquetie lJniyetsi\yand alij>;$~~~filt,~ Tn Np,III!<j' $.ct~nc.e ~ Acco.untiiiIJ froJiiMltWa~.k~~Ar~aTeoh'nt6al colt~g'e, May 10. 2017 12 -----------DUFF&PHELPS~-· - Jcih'es ', .. ' ... ',' Oliff & phalli,s, LtG Atlanta '"1 67.&-91.6<2575 q~yid.4~ii@'~~f!a~dph~IPs.~00i. Dun & PI1elps I City of S0uth Miami Valuil!iOri and Corporate Flnance Advisors Davld,J.ones 15:a ,(jliector wthin the'fiim's FtXed.AssetManagel\\enfand IIlsurance $.qly\!or)s·p'racft~liof puff~ PI1~lps. . Me. ..rOnf)s ha!? ~xperlence jnepprel~lh!.! buildings, moveable equIpment, land, ano land Improv!'Jmenisf9rc'jti~6.,c6~n!rai;, ci:ilieg~~ ~nq .unlv,~rsiti6s, .aiid fiosPltaJs; In ~dcljfiq~\o. his)ie~;rlii.SllI,e~P!3iier;:c:~,'h~ h'asdiiveldpe,q~u~lhassv;itliiri thep:ublic sector,thro~~h9ut lb.e$o4!hf1a$ tam region!!f ~h.e.LJl1iie~ '$tates. Qavld,Jo!h!i,d,'R4(f·&.p!i.eJp'~.throuiJht)j~,a¢qulsnlp,Ii.c?fAin~ilc~n:Aiip'ii1.15id·l'Ih.er~'IiE\ hilld,s6veraiposiUons'overihapast 16,yearli Including.assoclate app'iaiseri ~~luaii~~'~~s~iia~~b~si~BS'; d~~elopm~~;manafler;vic~ p;eside~t,:anddireotor. May 10, 2017 13 ...................... -OUFF&PHELPS ... - Valuation and COrpo(at~ Finance Advisors Section 5: Fulfillment of All Solicitation Documents Signed forms following this page. Duff & Phelps I City of South Miami May 10, 2017 14 Proposed Submittal Cbe'd~I,ist Form INVENTOI\Yl\l\lD VALUATION SERVICES R.FP.#I;:N201 H)7 This checklist-indiCates the forms and 'documents requir'edtobe submittedfor this solicitatiol) and to be presented by the deadline set for: within the selidtatioO. FiJlfiliment of all solicitation requirements listed is mMdatoryfor cbhsidera:tion ofresp'Orisetothe,solidtatioh:Additiorial,doilumeht5,may berequired:iild, ihoi they,will be identified in-an :aadendum Jtothis 'SCiliCitatiCfn. The;rEispohse shall inclUde :the'followlnB Jtems~ . Attachments and Other Documents described below Check to be Completed IF MARKED WITH AN "X": Completed. " j x. ox .. ' -.. - _ --. BIB,i=orm;!EX~#3fT,4 >S __ . N0n~Colluslcii'i Affidavit ....... _-- x .... ____ . f.'iJblicErititY:Criiries!atid Conflicts,6flhterest x x ____ Affl9a.Yit Ci::mcerQingFe:~e~t ikS~teV~ndor Listin~s x ~¢Iated Pliny Tril.osacti.on Veri~Cl!tiqn Form ---- x Presenta:tion Team DEidaJ'lition/Affidavit of Representation ---- Submit this checklist along-with your proposal indicatlngthecom-pletion and submission'of each required forms andlor documents. END OF SECTION 13 RESPONDENT QUALIFICATION STATEMENT INVENTORY AND VALUATION SERVICES RFP #FN20 17,07 Tbe response to this questionn-aire shan be,utili:z:¢d ;as partohhe CITY'S overall ProposalEViiltiat"kinand RESPONDI;NT selection. I.. Numli¢l"¢f simi!.cir prpji;lt1:,S cCirhplet¢d, a) In the PflstS yeflrs In the past 5 yeJlrsOn -Schedule b) lfithepast (0 years In the past 1 o years On-Schedule 2. LisHlle last_three (3) completedsimihi.r. projeCts. a) c) Owner Name:" OWner Address: O,Wi,lerTelepbqn e : 'Gdnti'attPrke: ProjeCt Name: Owner Nwi;l: Owner Address: Contract PriGe. Pr.oject-Name: Owner Name:, Owner Address: OWner TelephOrie: Con~rta~ Price: 14 laD 3. C\lrrentwork!oad: 4. Thefollowih~,lhfo~mation ,snail, be:amchec{:tij:the ,~r6p6sal. 5.e:e ;b~ch, '&Vi' If· il;) R.~~rONO~'Nr$~h9m.~()ff:i~E!,'prg;m.~~1911 ~hart; b) RESpo.NDENnprqposedprojeCtdr~iza'tiorialchart: ~)~~$!jni~~ ',of pf:opbse!;lk~rpr:9J @pers9Ilh~l,iil~luo)Qg' 9.i)~s.ite 'S!.1perint~nd~nt, 5; Ustl!.nddescribe::any~ a} BankruptCy petltldnsfiledby 'oriagaiilstthe Respondent ,or any predecessor organizations; n pn~ b) Any~rbitYltiori 9r civIl ot'crimln~I'PfoCeedings.:or (i9he-~ oJ . M6:}eY6 t;J. SU$pension ofcontr.l.cts,ord,e~arringfr<;101 Blc!dingor Re$pondingby any pUblic agency brought against theR.espondentinihe"a;st(ive(S) y~ars n. ¢j''f\ e:.,vY1~ J-c) Adc;lress: Contact Person: Type of Project: Name of Agency: i?j?'f;.Ld i1;S{J: ,I pV{n 1ovltJ= QJ'~ of ~v-J Gik/cS 15 Address: Telephone No;: Type ofPrqject: N;une of A~en~y: . CIAt1.~f\tI.6r\~. . . AMtessi (ot VY\+bhe.11 ~iSW/ 1t'·ro:v,. -AtI.lf4\,k/~ 3030.3 Telephone No.: 'Sf!)\{ ...... 5.P6'-~(>,:6 ,0 .. . . ! .C-C(qL~.·ff-.. , kd.r~tb~k.lU00_. .... .' cq0r~,.f1jg~tl·f\ktil~ .". rf(EYlc,:1 Ji;~ 1 V4pt?r.CMfi~uflSfJ/VI4JL S,; END. bFSEGTlON 16 US'T OF PROPOSED $l)B(:;QNTRACT6~s AND PI\INCIPAL SUPPLl~RS INVENTORY'A~D VALUATION $ERVICES RFP #FN20 11-07 Respondent shall list. all proposed subconfractbrsJ .ifsubcoritt'act6rs ar'eallbw¢d by ~eJ~.rms of this Solidtation't(j be used ·on thi.s pr6jectifthe)i are :award~d' the Contract . Classification of Work Subcontractol' Name Address Telephone, Fax & ----------. -'. . Email - ... thi~lj~t ~hall bE!·ptovicied;~3. part 9.f-R.espo.nden~submittaJto th.e·City·QfSo\.lth .Miami and iorespcms.e~o this RFP. ENPOF SECTION 17 NON COLLUSION AFFIDAVIT stATf; OF FI"QRIPA ) . ) COUNTY OF MIAMI-DADE "> J3.rlAd t t-ll SdhiaJ~ .. __ be:lil$ftrs~duit ~wQrndli!pos£!S artd~~t$that: (I) HelShelTheyiSJarerJie .. ,,~i1~ . 10rc..c::fD V- (Owner; Partner, Officer, Representative6rA -t)of (2) (3) (#> (5) .... J:)u:ff' <tehlit\;lJA,~c; th~. RasPQndatit that hassubmitta.d i:h~ attaclled Pr'Qposaf; . . HeJSheffhey js/lire ruily inforTnl3dc.oncernin.g thep:nipmtii!£und c6ntentSofthe attached Proposal anc(Qfajl p~entq.r~~iarlC¢s~lic~.mlngSl1c,Jjt¥opo~;. SuchProonl is ·····wiie· -d'IS 'not i calhisNe or sharnPi'o oslll; . , .... p .... ~I,\fI . ., ,. a.,n. ..... , · .. · ......... ·' .. ·'i.· c'.· -.•... -, ... p .. ,. , N . other' the siiiJ Raj: ondent-n' "r\' of its.· offitei'S;~~i'S ownersa~ts· re resentatives ~~~1~!11~.fi!~~~$~~i~lf ··i!'~h:e.gi>',. $()L!ih~ bi,~~ewn~nt;·Qr:c;:9I1u~'QI1t .. cm 'c9(r1Ill.udr~t(oll;·9rc:()nf~n.c~.' \vi#:J :aJJY~trlp.o~d.~~. finn,. 9r.PI!~~:·m.c, ~nt ~v~m;ea~,prof..;. or ;~O:S~ e.lerp~~:. 9f ;~ePr()p~~lorota~y .~~~: Re$PQl)deht, <;it·t.oJfX;~i1Y·':Oveih~:di p.roflt;. ~r (.¢,st:e'eroer~:of,tI)e .fT.oposal :Pr.l~~(W tile 'Prq~~1 . Pri¢epfanto~:h'I!t"fl~pqri@t Qt~$~~.~:thr.()I)SJJ~ny (;'61fu~kii1;qon~PJ~~ •. co_l'\l1iva.nct;:9fynl~vtfql ~~eh(an}l a4'lart~e.i1D.1~ (R~pien~). pI:' anY'person Intet~_ted l~:the pr.~pos~d Work;. Th~ p.ri~e. or ~*~ qudted·1n: ¢e'~tta'ch~d Ptoposal ar:e·(ajr. ~d proper: and. are not ~nte4 by '~ny cdll !.iSl~I:!! :co!lspitaq,:C:Qi:iilffiirt~~9rt!rila,wfiil' ~gt.~$ri~~:9.1'1 d,1~·p.a.rtot th~· ~,sP'9ri~efit· orai)Y' ot.bi!i:" of.;itS;a.ents~ repr.esent3tive,s;oWilillo'i:emploYe$ .Oi"p;lrcl~ of iote.rest lric.h.,tding·thl'$ affiant-. Woi~t;tw COUNTY OF MIAMI-DAOE Ptmt.Na.m$,ani:t Title. 5.~ql[l ACKNOWLEDGEMENt ) ) ) On this the g~ day of too. >I.20.L:.l-. before me. the unrlersignedNotary PUbliC Of the State of Florida, pei'sQnilly appeared (Name(s) of indIViduaJ(s) who appeared bcl"Qrenotary) '. -~\.e"I5:>(b}\2.. .. .... . .• .. . and whose name(s)islare SubsCrIbed to the within instrument.' and he/she/they ;lc;knowledse that ho/she/they ~ecuted It. WITNESS my hand and official seat. 18 NOTARY Pl)f)UC: S~LOF OFFICE: OFFlotAL SEAl . . r.aINA.~ QUINTANILLA N9TAiWP~1!4(c;·ST~'r~ QFiL~tNQIS· .~ MY(;QMMf,9I1~:EXPf/u;S QEC.20. ~020 19 Pers~l'la"y ~own tome; or P~IlQ!.\lIlld8Jltiilca.iion:: trPe~fidentifl¢lti9n PrQ:d«ce<! Pig ~keai1 <:iath. or DRuG F'REEWORKPLACE Whenever rwo or more Bids or Prop~~al$ ¥ihic/:1 are equal with respect to priCe, quality and service are re~ived ~y the Statebr by anypolititalsubdiYislons:f.orth~ procuremento'fcammoditles orcon~ctuaJ services, aBld'or ~i-QPQ$lI(.rlil~eive~ rrQi'il a Ii~in~ th~t~(I,;gff~~-tlhitlt.hashfipi¢merited a i.lru8,;freewor1<P;Ii\l;.e progr'am-shall be given preference in the award process. e~tablrs.hed·prQ\:e<JuresforRrocessing tIe Bids or Proposa!$ shali be f(iliQWllQ jf'J:lo.n:eQ.fd:H':,t/IIiJ·Yllmfor'$ hav:e:~4tug.fre~worf<pla~ program. In Qrd~.rtQhave a drug,,(reEl workpJa<:EI programla busi".~s. s!:lilif:, -, I) P.\JQlisha sta~¢cment: i'i9~jy.lng!3~p.tQy.Ei~.:t;iia.t thBunl~wftJi.l$nufar:(Ure;c;listrib~on. di~pen$ing, PQS.s.e.wqii;or u.s~ .01 a cq~ttC!lI~d' $ti.bstanc:~ is pro~i/;>lte..dln ~h~·wprhpla~e.an~ :speQfYihgthe actioil~~at.:~haiiIle:J,akeo -agains~ ~pt!l.ye~s f9r vlolatlol)$·Qhpc,h P'ii?hi~i~p-n. '. -, 2) InfQt:m·.~mpl~r~ab()Utw~.d~jl&~rfQfdl'\l~:~~I)~~i" r,Ii:eW9ti<pI~¢~ ~he busjri~$tpQllcy~f t('~Ii1~rilJl'Ig;a:ct.r\ir~ft~ WQrJ.q>I~i;~,l!.ily~yall~l;ilei:lri,Jg ,~Q\.in$e"ot.rehall.iIi~QQi'it an~ emplQyee ~~r.~.~~ p.t'9gqh:i$;;andtfj:Qll·eo:ild~ thil.~ J:ti~y be: ImpQ~~ i,JP¢i) im'iployeesfQrdiiJg abus.e vjolatiCins. . . 3)Gjv~;.eacllemployee_engaged.:,in:prO'ii.dliig'thE!CCmmoaitiesor contnlctUiilsetvkes that are urider Bid a.. copt 6f.:tlifdtat~merit;speCiliiad in :SubsectlQti( I)~ .4,)' In·dl's . _. enfs .. -.;>.lfled l'n-iSOh-eCi:lon.(J) i:lotI~·th&emlo·' -'tho, U:acOildlti'n.6f.wb'rkin , e.~. _~. _, _.L.. .,,~, ' ". p.,y~, ~_ ,_ ,.Q,. "g ~)lli!~!!~~!~!~~~~; ·reMpil.itittl9"jlH;;ffli-lf'$~chi$aV<llla.lJle ro ilie;'fmpIClyee·s.c~mu~j¢Yi· by·ariy ~riiployee who is soccn'lvtcled;; $) M~~:agQq~'f3ith~e:ffQrttq'l;:qntir:J~E\to,mal'Jtain a .dn)g~f~e. wqriq>li.Ci..~.d!rCll1&hlmplem~ntatio" .of,thi$ S~~".l ' ..' .' .. . . " ' . , , ., . ~'~~'~~~lO;.a~~9~44W:~in$.e·;·.. ... ' . cer.tity·tI1a_tthl$.jirmc~ll)pli~ ~lIy,w~th~ above requiremen~ . . -. 'I\ESPoN.bENT's-;$i~~tl,Ire:. __ ,.,---.-.+,-.,;;c,.cr.c-.>;.;..:.....,---,.~.o~,.,. __ .""" .. _""" .. -"",~~e=_ -.""" .. ~~e=e .. ""', .. _o;=, ,e= .. --~--~,." PrfntNa.m~:, J3.radltJid: SGAltlj,Z .. D~Wf. ·Slq t rd.,.. . 22 ACKNOWLEDGEMENT OF CONFORMANCE: WITH OSHA STANDARDS T<;> THE CITY OF SOUTH MIAMI· We.. ~ 1 fJbe.t(2( I U.X~ ... (Nameof GONTRACTOP.),tte~yac;l<tiowletl~~ iJld igJile!:hat:as CONTAAC'rORforthe Il:1v~lihryaJldVal~~tfQn $~rvi<:~ pn;)j¢ri-~$s~j~~'b)v~ \fis'sole r~Q~iblliW fQt~QOlPUall(;ewlth~U t1i~ t!equlremeJ')fS of t.heF~d~raJ¢SCIJp;lt/l;lOai~afety alldHealth,M. of 1~19j. a.ndairState 3M.loc:a1 safety aM health regula~o"s'al'l~~gree .tqllldemnify.an~ holdhanniess Ple c;ltyof:$()~"Mi~1 ~(!. WA(c;a.i'i~\:Jir,ant.t i{any) ~~nst.iihY;i,nd_atlna:lJiflty. cJaims;darnag¢s, losses and~~prm$e.s ditl.ymay inc4.l1' ~!Je to. me fall~i'e,of(Sjjb-cQntractol"·s'.tial'ri~)i . to ~o,r,nplywith sucnact or regutatl9ri; AFFIDAVIT C()NCERNING fEDERAL AND 'STAre VENDOR USTING$ The person. or ~ntil;)', wljo ls resPQnQh"l$ to theCitis soliCitation, hereinafter referred to as "Respondent", must ~rtif}' that the R~pQ(ide",t'~ nllm& Does Not appear on t/:le State ofFloi'ida,Depart.nlent of Mana~meilt Setv!CeSi ·'qONVICTED,SIJSPENOEp. DISCRIMINATORY FEDERAL EXCLUOED PARTIES-and COMPLAINTSVENDOR LISTINGS", ' IftlitfRe~p~di!nt'$'name[jQ~ appe~l'onone or-all the "U!itl!igs"surnmantedbeli;lw, Resporldents n1l$uC~ecI<-: I~ APP'I!~'; nextt,9-theapplicableiiU$#ni;" TI'i~ loU,stings" can be accessed th.rOugh die folloWin~Hi1k to the. F1.cirid<\ Oepartmeo~'ofManageii:lelit ·SerVi~~· w~~site:' bAP~J.lUJ;roxfllidd.i;coml~jl~9.I$ratlQo.mtatf. pUfdl:Wnd¥;nd9tJnfWtnilliQoI0n'li~d,. S~R '~Il~ .dl~ClJilroli.lat.9t~ts~,mpJ.bi~ ·ytnd2r, 1~~ , . . , .D.ISCij\RATID.fii,:Ui9DERPENAl TY OFP~~Jt.lltY I.,~a. it..;. ,&;1".1.1;. .. (hereinafter ,r~erred,t~as the "De~t·lsta.te. l!f.idtirp~nalty of perJury. «i~,tIl~~O~~~~~~~~~~~~:~&::~~i~jJUk£ ~/hr;g#.s . UC. , .' 12)' IhiVeth. 'e . .foUo.' 'I' .··ret. "'0 hi' wl_L.th'·liesorid' n. 't ~ •. ' >h~'L ·.··{OW er (If'.Res. 0 'd.nt'la idle'" tori~tdr.);pr~id~~t.i p"af.l, ':de1t"is~~;t:" ~. ~tibntPa~()nJ~f~farrn~111)'G;~~~ .' $ ~fJer:Z!'R~SP,¢ildeht'f~aUml::~M~htpj;aM1ri~athg.Meni'b~~> (liR~fiohd~hti~:aUri1lt~3Liabili~'" ,q9mp:lny.)~,· .. '. '. . . . @)' , 'l.h~v.e, ~VI~YI'~d:tIi$ ,florida Oepartm~nt'o(Mar'iagement-SetV'ces website·;tt:mli:{olloWing URL addfe5si Kttp.:JIWWW.:dms\myflortda.alitilbi:lsiriest.:operatibriS!stati(j:iiJrcliasirii/.;fen"dorji.ifoririaijoiiicQnvictQq....;su~pended.:.:cdi ·sg;miriatOrY:....cbmpliiints'.;.;.vendorjistS .. '. . . '('t) I;tiav~;~nteted iii "X'!;Qra:c;heck'mar:kb¢Slda;iladi;listing/catBgoiyset form.llelQw jfijt~ R~.iide.nti.$ fia.mea,ppear:S:ln.thelisddund:orl tfi~, Ronoa Dejs.3itm~t."-ofM:uiag~merit 'S¢r.v.l<;es WebSite for· ili,atca~e&Orr'or lI«in~. 'IndianQt'eri~l\riiarl(t;NjsI(l~:a:"Sijpq~r.y. i~rn~$tha~ l~ma~.ti.iig,wmE!"h~thatthli ' ~~~!~~:im~J:r:e1:~P:f~:~ffi~:Ji~!lg,fgr,wab;at~gOry in ~e Florida l;1~pan.:m~n~ ofM~~m~n~ C.hecl<if APpnqbl~ COnVletea VeriCi6r :Ust S.~~P~d~lfV~ii9r W"st ~ Disqlrninaw.rr Ven.d9r US!: ,_. Federal excluded Parties list Vend~r',C(;lIJiP)(ijr'ltLi~t '." By: '---:::-:~""'+t-=-..,.....,..-:--~-(~~ AC;KNOWLEOGEM~NT STAiTEOF FkQR'I;;lA .) «;Ol,fNTY ~FMIAMI~DAOlil ) OIlt)1ls'th~,g~Q.ay'or '(';Qq'--l ;iQ:I:'\ <, beforame, theurid~hiignedauthontyiperscinally appeal'~ ~) liN~'£+;j\Z '. . .WhQ is pel'sonallyknow'~ me,or who provided the folloVlIO.gi~~nclfic.atiofittt tiiVe~qs;.e~~d wh()t90~~r\ oa¢ orMfirmed that that,heJshr¥thw ~ecut~ the for~g<;lil1gAffld~~lt ~ th~pee.laral)~ , '. • n .-.. WlTNf:$$ my hand and'Qfflclal" seal. ~~'O( ~j:U;\()C;\ S NOTA.RY PUSllC::; SEAL 9FFICIi\LsEAl GINA M QUINTANILLA NO:rA~YPUil.iJd -STAll: Ol'Ii.lINOIS MY COMMISSION EXPIRES OEO, 20. 20.20 4 C;\I'C) 0, Cw"o.\<i':f'\\\Qq (Name of Notary .Pobllc:Print, Stamp or tYpe as commissioned.) ...................... ·DUFF&PHELPS .... Valuation an·cI Co{purate Finance Advisors Exhibit 1 -Scope of Services Form Duff & Phelps I City of South Miami May 10, 2017 15 EXHIBIT #1 SCOPE OF SERVICES ATTACHEi!iENT A INVENiORYANDVALUATION SERVICES .. . .......... ~j:P:#fNZO 11~Q7 B.!\.C:i{GROUND: The qltyof S~uth Miami wish~s tp engage.~ firm for a five (5) year agreeiiientfbr the,ptoposes ofpro\iidihg,jnveiltory' and valuation s¢tvlpes'tO:c:Qnfbrm to~h~re.qui~em,ent~qf GAsrf34~as it p~rta,ih~ tQ,r,ep9rting.requirements and d¢pretiatibh. Th.eappraisafr~pOtt~·\a..I1.C! ~E;lrvi¢.·e~ an~ to ~9ns.l~t9f oi1"~it~ <;onslJlta1;io~, data~on~c;tfoli,ihvehtory; Valucltienj anthto_St:analyslsohhe ;flxed assets:.of>t~eC:ityofsQtith Mnnnlfo~rthe' pl.!rpQ.s.e. of pn~p~ringat~J~ld~:t¢cJ. s~h~d~leipeflxe·cJ.ia~sgt,s 111c:1!;Id'IOg ~~,d~prec,ationstutlt r~l~t¢.q t9~qtq~1 or'~sti&tat~a-Y~;,lr9r~¢qyj~itiOri ~ndacqUi'sltlon cQSj:. In~9qi,ti9n, M orl1i)!()n of the t'ur-reht· iMOrante values:.ol th~' bpHdi~gs:at:ld~q!-lipm~.ntwill be pr0.vided, . T~~ nx¢.d' ,~~s~ts to beidentifi:ed. ahd r:e¢ordeQWi.Ii i.lJ¢i.u~~" :~yt n~t ,nm~i~~d t~ lan~:I, ~i~~:~~~!f~::~ri~~~~.r~~~·~~~;.~~~I;~i:~~~~~n:~·:~ft,~~~~:!it7f!~;~:~~t!~~~~~: B;i*/xecj:Asset.ltiventQ:ry.'ai1d.Re(Or;(i;lioti9".Repo.rt~l~ .-' D.~s~f.~pti(J,n Q.f _F-i*¢(1 As~~t_$.; rh~ JQ¢t:ltiU~~fixeQ ~s.etliar~ I()Gat.~ga.t vllr!():(js$ite,~ identlO¢~l QY'the CIt}' iii the Prop-eny ~¢h¢qul~;f¢.f¢tetlced· in E.Xhi&'t#l; Scope <,f:ServiCf!s" Attqchm¢i1t· a; ifF;)C~(fA~~~ti'lY~ntO,rY aflJ.R.¢cQn.~'iliQ#(,n R¢po.rt~iji· . .-. rhefpll(jwihg,assetdasslfkatiohs will be included in the scope: I. liir)Q :at·$1 a;no.aQoye. 1.uu..-dio:fptovemehtsat $25,000 ani:.! above. 3;a!JJJ<llng~at $5.0jOO.O and ':ai>o.ve. 4; M~c.hj .. d~rYanQ ~cjl,l.\pm¢r[t; to:lt1th.lde vehicles, at the threshold of~5,O()O for GAS.a 34 purpos_es. S.Ihfra.~try~ture at ;$~50;09.Qa:ildCl(j9ve.. . 6,. I.nt;lngipl~ a$~ets: ~2SjOOO.aiid above; 3 years' life expectancy .and :aboye. I~~mspi,ltchd$e.dby the City'with cmindiviqlJ.'-' (;()stor$/~O()Oo; greater ate requited·to b~.lriv-en~Qriecidi1d tracked aspetilbridttstatutcs. ... -- INVENTORY AND APPRAISAL PROVISIONS: ._---..... . The data. compiled by the Respondent shall be developed by' phYSical inspection, inventory and co~tanalysis of all applic:able assets. . Machinery and Equipment 33 the Respondent shall inspe<;t the. City's loca~ipns identifil;!d in Exhibit #,. Sc;op'e9fS~rvices, A#achmentB; "Fixed Asset Inventory dndRecondliat,on Report$," and included into the Property Schedule,. to IJ'iventQry rna;chin~ry and equipment with ;{ unit cQ$t oyer $5,000 and ~pp.ly:a barcode gJ,g:'forGASW34purpCjses. The Respondent shall ~I.so. Ust.ancl taga..ss~t.sat $ i,OOO .. aild above for property control purposes. BlIHql'1gs/strllct~r~s in the City$b;iU be valued as·a I,mit~rn"place for CQst accol,lnting'andi l1 surance vaIU:at.ion :pur.p()se·sreflec~ihg'speGJfi¢ d~~ E!1E!mentsreiatihg to dates of construction or acquisitjp.r1.; original ,cQst.ailbtatiohi,s~·uatef~otagE!,l!sE!(ullife, and reproduction cQstnElw, BlI Odingcofl:\p'9i)etit clas.si6c.atlolls ~ba,1I b~ .• c6rnR.ris~d C)f Geri~raIC()n~tructipn., P.l tim bing, H~atjngzAj.r¢()nditi~nHlg1Vtiritlhltiiigj Electrical" Spdnkier System, Roofing and Fixed Equipment a"Qcatio:n~; TheRe~PQndeot:shC\1I 'Id~ntlfy, and qu_ariiiry-q:m~tr~ctl(;>n and measure'and phptogrflph theb.uHclln~s.· .. . The Respondent shall', inspe.tt :ahdre(:ord, data'reg~rdln8:th~ l')~tl.Jre of landirnrm!>v~m~l)ts·wh lch wfll.c;on~)st of; lightlogt:,f~nc:Jhg; fl~gp'qlesi .~;ltl'l$! p~tKlhg)8~,sid,¢W~lksi cl,lrl:>$.r~t~i.fiiQg W~II~1 $ "':" . th~R~sp0[1d~r.ttshaH PQll1pil~ cl~ta to· proVide d~t:a. .as provid¢dbt the, GiW; rel~t¢~ to ihfr~tru~,tl1re:~s~~j:$ i;:H:h:j9iM~set .d;lS.S$$;,qlJ,ahtj$~.ivel'neasure~! d$striptions; location. histork~I,~6stsahd;date (iac~ulsitiion$" .. ' DELIVERABLE5: l;a¢hfisc~1 y:e~war\dthro.iJghtD~tet .. iti.ofthisfive (5J:y~at~gr~~nient. th~ R¢sp(?,odentst:i.aIlSe¢ure al!th~reqlJ~sl~9 i.nfortnl!ti9h tq perlbrm theapptaisal :arid provide'a,ftnal report Within six, (6) weeks frQIJI 't.h~~~rt d~tc;l 'and: ~h~ litart ,dat~ cannot;t~~ :any, later than November IS"pfeach fist:?I. y~ar"; Th~Citt~ fist~1 year rl)nsJro,rTI <Dbt~b¢r pt t() ~¢p.t¢mber'· 3Q~. T~¢<:io/ ~b_aIJ ~rovkl.~ access and co.operate with the~espondeht to. enable the REispo:ndiaht tqSe~lJre th¢ r¢ql!ired rnf~rrn~tIQn Jna'tjrnelyma!1n~r; 1"he'flmil report ,shall. be dueby'no hiter-than Dece~ber JStheathfiscal y~ar. ' - The Re$poOdent shall prQvi~e ~me (I) final printed r¢port; pne (I) final excel file, ·and one (I ) fin:al pd(digital .CQPyto the City. .... . Only the CltYis the iht¢,nded uset of the final report:. The City;. upon receipt ofthE.'!firial rElpor:t from the ~~spo.nde.I1~.m~Y at its discretion dis.clbsethe report to its aUditors, irisuran<::e a~entl(:arrier or fina.ncial adyj~ors. END OF SECTION 34 EX .... IBIT I SCOPE OF SERVICES . .ATTAC;:tfEt-ti:NT B Fix~d Asset hiverit:Qry arid R~(;c:mciUati.oo Reports iNVENTQRY-Nm:V~.l;'J.J.lrJP~:sE~VJ~~S ijFP.#FN2,Ql7.,07 'lefer to the Jinktp the City~s w~bsite~ (www.south."lamiD.gov] •. for Fb'~d Ass~t Invcat.ltory(l-'idRe~Qn~matiofi R,ep·~rts·frorn .FV' iOlO·-Z·Q II t4FY 2.015 ... ZQI6.: . . http://Www~so.uthniiarnifl~g()vll"dex~as;pX?NI.D=;r24 35 -------------DUFF&PHELPS-- Valuatlor'i sr1d Corporate Finance Advisors Exhibit 2 -Supplement Instructions/Format for Respondents Form Duff & Phelps I City of South Miami May 10, 2017 16 EXHUIIT#2 SUPPl-~ME~TAL INSTRV~~~:~~:~rfT~UBMITTAL FQRMAT FOR SUBMITTAL FORMAT INVENTqRY~"'D·Y:A.LUAT'PN . .sERVICES RFP '#fNl~ 1'7,,0-, Firm!l s!1.clllpr~paretl'leJr suhmitt.alsusing the 'following format and should include, but not he Htnited, tC:ftne folloWing, .. .. I. Letter of Tr3.t"i'smitfa:i <t) Tnis!e.ft¢r will $·Ymma.r:iz~' hJ .~. bti~f?-I')q c.QrtGJ~~!l1~mn~r, t.he t~spbhdenes 'unoerstithdirig'o{bMbit r~sGQPe'QrSen4ces;' ,ilUcu;hment A ~ B,and make a po~ltiye ¢(;)I;Dmttlli~r'it tptim¢.lt·pelf~i"mt~~work. '. b.) th¢~le1:t¢r'r:n!J$tnclm:ei:aO Qhbe;p'~("~QflS., al;ltti~rJ.~~d.,tp r:ru*~ r~pr~s~.nP.l~ion~ 'lor '~h~: r:e~'Jl.9.?9.~·"tio~hJ~i.~~th¢tit!~~ia,~;Q.r:~$~:~~~ ::,ll;@:t.el.~p~W)i1~ num~~~~ ~rs9¢h pe'rs6hs·: Ah ;authorized agent of. the .. respondent mUst-sign the Letter of Tra!l::;mjtqtl:"Ildh~a.t.i.ng .. :thf!:~gf!nt·s'title ora.lJ~h9r.io/. Th~ I~.~~rs shouJdnot'¢Xc¢ed :tv{qpag&~ in I~tigtb," . . .. 2.Sta,t~r:nerit,ack.t:towled.i"'~ r.~(¢i·plof.eaCiIi ~dCl~ij~.umiss ... ¢d bt~h~ Cilj'~ 3.. ~ualifh::att9nsi;and e~p~ri.enc~ oftbe firm($Jfltjd.ivid.ua.I(s.)wl1owUlp.r.9vide *he:5~rvi¢e.s'. . A.Pi"opos'aI·. Packa;e>and Labelin8/Markin. lieq!Jirerinmts: AlI.sub;nissjon:$'s~aH¢Qrt~ist;'9.fQ~~{1) Yi;tiJ.'9Jjl!d:.Qr'gi;t'c# ,ant! five ($,) C:.eip;~'s; 3- ring: bindets,ateh:Ol ;p~fimiU~d. On¢ (lJ ,d;gif~1 ·p"c()m.#~r,jbiem.~iJi~m 111¢/'Jdingc FIQshQriV e,Q.V.P9f CO :(Zc.pt it:. A"~O ·t,~:qu~r'C!. S.ubiiii$s;9n #·~<~~g~$,·~hc';l. 4~ ,!~~~'¢J'Q~t9rd.ing;t(j~· tdble;QfCol'iteifts~ rhe orjginal and all. ~o~i~s ~halfb~d~ady-·mar:k¢d ~(:ip.rdi.i)gly~s c~~dgintlr' or '''copyY The digit<!,I cepY' ~h·g.th¢five, (?) :cQpie~ rT.l\.ls~ be ~ct 'dup.Il~~t¢S ~hh~ origirial.subrt:ii$sion. FAILURETO' PRO,V/OefXAerCQP'f$ ,SHAtL RE$ULT IN:SfJI3MITTAL aE.lNG DI;$I4;iNATI3.D NON~RE.$PQN$IV£ 36 B~ Title Page Show the name of Respondent's agency/firm, address, telephone number. and name of~ont~ct person. ernCiH address. dat~, and th~ sLJ~jec~: (it'nvent9'Y and V(iluat;otl SerVice~,~'RFP#FN2(H .7 .. 07~ C.Table:.of:Contents' In¢lude Cl (l,¢ar.id~htifj¢atioii. :gtth¢ JTl~t~rlal bYs.e~~iph andlor ~y. page rrumber. I). Qualification Statement The QlI~lifi¢:aJion ·S$:terii'¢I1't.shall be Writteliih suft1tient:deta'il to. permit the City tQ ~~i1dLJqt:a meaningful· evaluatiQn 9f:thepr9P9s~d' s~.rvic~s, The Qualinr.:atJo!l ~t.atC¥m~.h~ shqu!,tI bed¢Hy~re~ in two j)arts. The flr~tRartis:th~:t¢~hili¢al sUQmlttal that shaH.consist ofsu6settibhS(I) through (~)~Iisted below, Wner,e subsection's (I),throl,l~~ (3) ,sh;:,;1! bEl n9rTror~tb~n I () pa~~s. 1iin&I~"$ld~d. Wh~r:~; 0) thrq4gh (3) :r.:_6(lt~ihinQ.r'e·1;h~rt tM~ I.(,)'pag¢ liri@ th~: ,~V'<llU:iltj.O:ri ~'<?mmitt;~¢ ~h~1l P:E! ihSttutfed to'cliSr¢gard all:p·agesih'.excess dhhe' lihiItati6n~· th¢':':!e:¢~n~tpart hrall i~~~~~~~;m;~~.~lffl~;r~;'·~:d:l~o;P::e~~:~·;~i~:~~I~~~::~~:!~:f~~: R¢~p~nd¢:o.t;.-Tb¢ :te:(:bnka'1. ~u&mjttal: ~hp:!..l.rcf b~,Qlv.i~:(~cf ;i.otQ .subsectlons.a:~ d~$~dJ)~cfbt:i19W. . .... .. I ~.J:X~~.lJtiv~Summ.~; a, Provide' a brlefs'Uri:lI'nary des<:r'lblng the R¢$,p:Oiid~nt's approa:<:htp ttj~ wo.rl( c;a!l¢.dforby th¢P,JT.Pand.a:pility't9peiifqrrnth-ew9.rK~e·ql1e.st~i:I; ~h¢, R¢$R()rrge~'~i~ b~~~rq\J_nd ~nd·exp$rief.ice ihpr.oviding· similar s¢t'Vites •. this·summaryshoLJld b.~ brlefinf:! C,Qn.Cis~;t9adYi~e the reilder of .th~ .I)as.k~~rvic~s. pffe.fEad, ~~p~fi~n.t~at'ld Pr-O.p'o.l!~1 of, the ~~$PQnden~istaff ahdanyotherrelevaht.:lfifotmatlOii. A:ProjettlCiient Managershpulg' be prQvi de9 ~nd~~signet.l.:-t9 .. m~n<lg~an a~p~9~s ()ft~is work; ..' . a. Describe'the Respondehtls organizatIon; history ·a:nc;tbllckgrQUncJ; priI)Ci'pals, o.ffj~¢rs; qWf\~rs., board of (Hr~ttQrs iloeJ/q-r·· t.rV$t¢~s;~ ~ne ~rlin~ry m~rk,¢Ui s¢rv~d; theto41 currenfnumber· bfempldyees~ the turrer'lt:'l:1umberof ,professional em.piQy.~es by(!ia~sitka.t!c)JJj~l'ld state tile n.ufub,erof years that the Respon.d~ot Jiasbeen· ill bU:sines.s. 3. R.e~po"dent'sPast' Performar:a~e:' a. ProVide a detailed'clescriptibtl of comparabiecontratts{similar in·s.tope .'ofs.erviCes t<,:qhoserequested herein) w:hich;~heRe~p<:mdent has either ongoing or completed within the p~stfive' (5) years. The. descriptiQn shouldidehtify·for each pr~Ject (I) the dient! (2) description qf work; (3) total dollar value qf the contract; (4) contract duration, (5) customer contact person and phone number of reference, (6) statement or notation of whether Respondent Is/was the prime 37 Consultant or subcontractor or suh·consultant,and (7) the results of the project.-- 4. Organization Chart: a. Pr9vid.~, an orgilriiiatiqnchart showing all key indivtdl;lals(ihduding:the Pr:oj'ectlc:lient M:~nager) (l~sign~d t~ the:iri;lr!f;1a Qf' re.~p'ol)sibnitYt ind49ing theircQr)1pahYititle. year$Qfe}(periel1te'~1'19 year~ ~T.np'I()y~d iii tu-ri'ent title at: pres,eht til" fbtmerfirms. This chart must dear'i y identify the~ Resp~:mc:le.nt's -emploYees C\ng, tho!ie ofthe.,su.b~cQn~l;Ilt'm~, .pf()vid~ prQf¢ssiot'tal H~enSeS 60 pertiMf\t' keype.r.sonoel. (ih~l~dlhg SIJP~ c:cinsultailts) to be assighedfor the:S~Nices ofthis RFQ. $, FUJfi"~f:rii~Qf.AU~9.U~i~~~Hm J)9.cl;I_IUl?Jni;s; a, -Re,s'i>,o.ndent~'sh-all sub.Ji1itall, formsa.rid dqc'Q'ti1ehts liste~r lii the (ipr,t?p'o~aICheckli~tSlibmitbd Form.'~ This theddlst indicates theJ6rm~':a.nd' dG~,Ym~I"l~~:',reqt.j!redtq be'~l!bmitt~dfqr 'thj~':s.gO~i~til:m ~hg ,~Q ~,b.¢, Rr¢~¢hi:e:Q by W~: Qea:~IiM:e '~~t.f9f: Vy'ithin' the:soli~i~a~io'h; p'oifi'(fmeritof all soltdtatlbnrequitemeht:S Hsted'is tfiahd~tory ,'f~r ~Qn§:I#~~tIQn (lJ 'rasPQnse:tQ the sQllqita£fbh. ' , :~9tf,!; Q6nfjde,ntial.~~i1d:RrC)pr.l~taty Infot-matron. Re:~pood~n_t$. ma:ya:~$,ca.r{th~1;,$Qm¢:trade s.e~.ret$, fjnan~i~iI"recQrd$, <.tnq proprJe~,ry .or 6~,h'~r ¢9nf1dentia.LififQtm:~~19nln th¢ir ~,t~Q:Ii~ited prQP,ps~1 ar~ ~9Iifjder:itialihf9.r:rtfa.tiO,i1 ,tHat they daimttt'beexempt',fr0hi,disclosure, underapplitilble: Fldr:ida pi.H>liCtetotds laws. Sl.ICiih,infQrmatiQll m<},y,pe'hichJd~c:l In't.heunsQlldteqprqpqsal, bl;lt sl,lbmittedln a!l;epara't.e, :~~~ledQinderi,:~e~!g~~tElgpn the:'cove:ras C0NFIQENtlA4 MATERIAJ"S;, AR~~P9tlge,l1t siibnilttfiigmateri~lsdaimed to b'e confidential shaH ,"dude aCQver JE!tt:er li~tihg;all mat~daJ d.~~lgna.t~d:!a,s!,¢9riftderiti<l1 <iriddearly mark ea,~hpagEi of.aI'\Y'ni'~teria! ben~Ved to, b~,~:~ra_q~s~c:r~t_ Pr"~t~~f'¢()QM~nt,iiil ir:tf9r~ati~mldO'c,~Men~ih"a,li "~~pitaJ 'e~t~rs'and' boid :folit; asCQNFIOeNJIALMA'rERiA.LS. ,If acloq.Jl1)J:m1;;jsl)ott9taUy cpnfiQE!l)ti~1 but cOI1't~h;s, riQn .. c6r'\flq¢ti~l.al .a,nQ ,c;Otinden1ial ii:lfqrmatibii; the' Re_spontle:ntsha.Upr9v~~e a r~datt¢d cqpY'<;if the:documerit'ahd an uri redacted copy; Ih addltioh, the>Respbndeht shalJ prepare a, Ii~t; 'Qf~n the doc;uments qlaim"E!dto Q~ c;Qnficle.ntiaIQrC(jn~ihjng ~¢,tifH:l~,ntial infbtmati,0jf~t\d':Qnthifn'e~¢.lin'e uitd¢r theQ~Sb·ip~i6.n Ofe:a:ch d_Q(::u,m~nt the_ Res'Pohde~t sh~11 dte;'tl':ies~t~tbrY' ptbV'jsioi'i:thatpro~ides::the basis':fortheResptmd~ht1s <;:,ta.llJI that the ~Qt:lUTlentqr <l pq~ibn qf the dc;icumentis:c9!1fi.den~icll !lndb~low the cibi~i:?fi th~ R~sll.Qnd~ntshal,1 cqpy !iqd p~stethe~ppl.i(lapl$:stati,JtPryprQ.yi$iQn(tbi~ listing r:equitementshaU hereInafter be referred to as "prop~dy list'" or I!prop:erl,y lI!l;t!:!d" ;cpnfldential d9C:,UffiE!nt). Tb~ fajlur~ to,propedy I{sta confld~ntlal. docur»eritorthefai!urE! tp' r~'d!iQt ~' d.9.t'iVc.!~ntlal cJQ'cu.roerw that is Qnly. partit)lIycohfldentialshall result In the Waiver of any d~:iii;l that :th:e doc.ument is confidential Qr tha;t; the unredacteQ dOCllmel')t contains ¢onfidei1fia!iJiformation. lfany person or entity requests' thatthe City produce or disclose any of said purported confidential information or documents, the City Will advise the Respondent and affqrd the Respondent an Opp,ORl!nityto protect its assertion that said confic;ienti,aI inf~rmatiori is exempt from production. If Respondent fails to timely 38 authqrize the, production of the information) or 'documehtand/or fails to timelys,eek a protect'ive order, and/or is unsuccessful In obtaining a protective order, the City will pr0d.LIceth(VeqLi~~t¢d. inf()l'i:D~tjo.nordocum(:lnt~ The Citys~a" notac,tively cO.lite.stahy request todlsdose Si:Jchaii~gedcoilf1Hehtialinforrnatit!)h6r docume'otaodthe City'caonot gLJar?,ntee th~t the all~g~d ~qnfidentialdocum~n1: 0.1' inf()rma1;ion n:'iay not pe d.isclo~ed ~:bou!d it.ultlmM~lt~¢~de,.t~rrhiJl~~ nof,t() 1?~¢Q.iJfid~t)ti~1 tlhdera;ppli~~ihle Florida publit records laws. TheRe.sp,o:n~etlt .. sha)1 'in:derrtnify :th~ 'City fo.r:' (lnydam(lg~s ;,Inc;! cQs1;sthe City liiayihq"lrdue t~ tf.i~ Respqh<;l~f1t'~ ql~il'n that 't~s r;fQ.\:o.mej'lt o.rihforma.tjonis Cpn.fi<;l¢ritial; The GitY' c;~r.i' onlyagre'e' to advise the 'Respondent of-5i.fchrequest and give th¢ R:¢sPQ:nd~nt~n 'qppaiN:!.:In.lty., ~~, Re~p,Qndent;s s.9l¢anq ~xdusJv~ cost, to defend ~the. request fordisdosliteof 'P1e ·car'ifiqential informa~ion PI' dOClI,mant i.na COlJ.rt of tompetentjur-isdittlbh,d.t:otfter a;pplitable.fol"liiti. 39 ------------DUFF&PHELPS-- Valuation and Corporate Finance Advisors Exhibit 3 -Insurance & Indemnification Requirements See Duff & Phelps' exceptions following pages 40-44, ------------ Duff & Phelps I City of South Miami May 10, 2017 17 EXHIB,T 3 INSURANCE. INPEMN,FICATION REQUIREMENTS INvENT()i\YAN~VALUATION'SERVICI:~ "r:P #FN~I) 17·07 WithdtitliitHtingits'·liabilityj the. contractor; consultant or qplisulti.rigfirm (h¢r~inaft~r r¢f¢rre(J to· a~·lIfII\Mi' wfthregar~ tc:j l.nsi,Jrahce ~l'id ll'ldemu\ifii;:;itidn reqiJirernents)' shall b¢te'~iyir.ed to ptbqvreand m.~irO;~inat i.t~ Qwn ,exp~n~~>d~ririg th~ life of the COritract, inSlirante of the types ·arid:.il1 the: mll)imum.amQunts.stat¢g h¢lQwaswill PfQ1;e.~t: the·PIRM; frQIJl dll.irns whjc:;h.ma.y ~rise:64'f0f9.t r~si.iltffpfuthe(::o·l'Jtra¢.t or the P~rf()rlJiaJice ofthe'l;:ontraq1:with th¢q:ty ,pf $~~di: Mi~niii 'whether stith 'claiitFis .~giinstthe FI RM or aliY sub.-GoritraGtorjor by anyone direc;t!y 'pr :ji:ldiri:!qt:lY-emplqyeq 9:yany'pf:.themor by·anycme for Who$~~c;~anYO(1;h~mm~y Qfli~D!.¢; . . ,. . '. 'Ne ;insUtatii:¢,:requir;ed,:by.· th·e:;.(jITY' shaIl'Jle'i$stie<.l Qr wtiitt:¢n~y' a:s'-!tp.I.V$' Itl1~& (:arrj¢r JJ.nl~~~ :aPth:Qr.I~e~inWr.rtjf;lg: ~y' th:~:qITY ;ij._~p ;>.U~~Ai.!thQr!~~iq.rfshall b¢·a#_tM:G1TY's:$91¢:,:~(l·~. ~9$9.'I(Jt~ dlsc;reti'on. ·'The.F.fRl'i'tsllarl ptirallase'i'nsutance,lfdfuaild shalf'rrfalijt<iIi1'the i.hsLitante wltb:·ia .. ¢9mpiu:w .9/'" c;.Qmp!uij~s!'!~wf911k'l!9ttl~ri?:!'l(r.tQ,~~n :ln~IJPlQc.~ in·~~~,·S.t;).t.eof,FIQr!p~, (1) ft;wro_f~p'pt~ye~by~~~·:$mt~ ~if~fJ9.rl~~ .. :~~· wnl:prot~.¢t the Fr~.M, a.t~ !1:!i.Wn9JI'h. trqro ~iJ c:J~irjl$' as:s:ef'f<:>rtlt . b'eloW':w.IiTch itiayariseQi.:itl:o(:or·r.esuft from·theFIRM's Qperi\iions,uhder the . C()Dt~~t.~n(,l'for·w.hr~h,~heFI~M m.ayt>~ J¢MH'yH~~le, w~¢tliersi.i¢h op,~r.~ti91)$'t:l.~:qy·~h~ Fr~M ·or p'x::a.s4,6~q.ntt.l<1~¢t·Pt b.y.'anY9,~·~ gl'fetilt(>rindif~ctlyeil1j:iI-()yedl:WaJ'IY'of them;.6f by:ai:1yoneJdr'whpse acts ahY 6.hhem.rn~Y' be liable: (~)G.lalm.s under wQr..kers.'·cpI):'IP~lls:a,;~i(m. dlsa;~Hitt heO~.fltan.d pthei"slrriiJayem J?H~y.~.¢ b~ri~fit 'a"cts Whith~te~ppli c~~!:El t<:>~heV" prktq b_¢.'p~tfp.tmg~i.{~)¢I~im~f9rd;l{llag~{be~al;J'~e of bodllylhjury; oGGupatlbhal siCknet;'s(6r disease! of' death Cifthe.FIRM~semplo,y~e$; (~). cl~lin~ for d~uT1ag~~ peca!J.!le:qf bqqi.\yir:ij{jryj ~id~~s~;9r.di~ease!Qr 'd~~tb¢f.MY 'p.~.r~~Jf()thet·,~nan the FIRMi~'ernpJ9ye~es; (q) ~i-airll$f~r d~mag~~ ii:fsured·by;usual.personal J~jUf1!Hability.c6ver.age; (.~)dalmsJbr dama:ges,other than to-the. W9rk.itself;p~cau.se.of injl,Jo/ t.o. prC:testructlcm of tangible. prop.erty, lncty(iihg!loss Q.f (Js~fr~~ul~!hgthE!reJrC;im; (f) c.I~j'i:Qs,;f6.rtqi,im~g~s b~c~lJ.s~ dfbddily 'injury, 4~a:thqf~ p'¢rs9fr of p't:operty: datriage·,arisjl:l~out bfoWnershi.Pr maintenance or·uSe. of. a moto.rve:hicle; (g) claims for bodilY' i 1}1uryor propertY damag~"arl~jijg :oj,Jtof co-ri1ple~~doper~ti0n·~;aI1Q.(h)<;:I~j'm~ 1.rw9M.oir;9il~ram:t,I~I.Ii~p-ifity,· ir~i,ira:Q~~"~ppijta~le to th~ FIR.M'sobligations uliderthe Contract. F'rm.~S:ln$Yran~e G~n.~raily,fh~f.iJ~M~h~n provi4eand m;l,lnt,ain in;'force: al}d~f(~c;tunti1 all t~e VVor,k to be . pe.rfQrh're.QUri~_erthi~ Corttr;tCt;has been· qomplete.:d and. :ag_¢~l?t~d. byCI'ry (pI' for si.ithduration;as 'isdtherwlse speCified herelna.fter). the insurance cQver.agewrittenoli FIQrlcta.approvecl form~ang .ass.E!~·fqrthbelow:· . Worker:~'C::oJl1pe.rJ~!lt.iori insurance atthestatut6ry amOUnt as to allemployeesiri cQrnpihince With the "W()tkers' CQmpen.sati~n Lavoi'; of the $~te of Flori~a inclu.c.ling Chapter 440.FIi::)ridaSti.tuteS,h.;1s presently wtltte"" tlr hereafter 'amended, and a!ia:pp!icable federal laws. Iii a.ddition, the. policy (Ies) must inciude: Employers' Liability at the statutory coverage amount;. The FIRM ~hall(lJrtherio~ure that all of its Subc;ontractors maiQtain appropriate levels of Worker's Compensation h'lsu.t1\f)ce. 40 CommerdalComprehensive General Liability irisu~nce With broad fotm endorse.ment, as well as automobile Ibtbifity, completed operations and products liability, contractUal liability, severability-of interest wit~ CrqsS fiabjIJtr prqyi~\on!aJidperSOhal injury and' pr,Qpe.rty<famage Uaoilitywith limits 0($1,000,0.0.0 combined si~gle limit per occutrence and :$2,.0.00,00.0 ClGGreg3;te, including: • Pef~9t1;lJ IriJury:$!,.QqO,Q.o.o; it Medi~aJ Ihs:utante($S;OO.oper pe-rs6n; '. Prqperty Dainag~: $SQQ,OQQ each qq,l!tre/l<::e;' Umbrell~ Commerc;t~l.:CQmpr¢b~n.~iv¢ G~J1er~1 LiabilityinsiJran(:e shallb¢.wri~enon a·.Flprida. appr()v¢~ -form withthes:am~ c0Vetage a.s ih~' prii:naryinsur.:;t'hce pbll¢y .but in the aIT.\Oi,lot of '$I;.o.oQ,Po.Q pe'r'¢I~lm~ncf :$2,.0,.0.01,0.0:0 ;t\t:1r'-Ual~e~te·.9ov~rage rylys.tbe af(orded oli aforffiiib more,r'estrlctive'tha:n'the la~~stedltlori ofth~' CQl'bprehen§ivE: .G~i)'~ta! Liability I?QHc;y, wltho.u~ r~!ltrk.tlye~n:cJQ.r~em.ents. is ftied:by theJnsutante .Setv.itesOftlce;:and mUst l!id!it:fe: . (a) Premises and,.Op$ratioil (b) in<,l~p¢nd¢nt, Contra~t~t$ (~) P.r9dq¢tsand/9r:Cpmp'e.t~d'9pe,1'1I,tl~msH~z:u:4 (d) ~p-ig~19n'¢Q.Il~RS.~ ~6~d.qnq.~fgrg~r.td; H~-rrX,qoY$i;jj:ge' (i(i) Btoad.Fot..iT'f:Pt<!il?etty', D'amage . . (f)··arQ~d F9rmCo.r:itra~tuarCoverage. appllc::abJ~.to thisspedfic Contratt;,JridUding:any hql<,l h.armlE!s:s ~tid/qtindem:nJfJ¢~tforr.agr~e.roeh~· " . (gfPerS6i1al Inj~ry' G6y~~g~ 'With~-~mpI6yeearJd' C9rltr~Gti.lal.Excll,lsi¢nsr~ri19~~?,Wltl:l Q1lhlrnl!1J1' ji[l1i~ ()f~t;lYerage;,eqlJal t9.' th9se te~ndre:dfor-.eodHyl njury Liab.ility.atidPr,operty D~imag~ Liability. . . . . . . . a·us.jn~ssAut()mobileLfabmty With ininihiUf1tihbitsof GneMillion D6I1ars($J.,O:OQi·O OO ,OO) RIY$..ana<;ldlti$iiilIOn~:.MHn9nD9."a:t :($J.QQQ;OQQ.O.q), umpr~li~per: oC;C;:I.wr~rl~.~.c:o.m~tneQ singJe'lirilit for Bodily Inj!J1o/ LiapilitY'~nd' RrQP¢ftY.lD.~m~ta.: Lja.l:)iJity. l)nib.i'ellac9y.~Krge must ~~;affQrcl~d ~n-~dortrlno inQI'~re'strictive;~h~n' th:E\.latest edjtipnof the BU$iness-Aotomobile LHib,ility'poli¢Y. WI~hO.i.!tres~rl~~lv,~~ri'd.9r~~rn.e,ht$,a:s JiI~d f;,ywith1;h!'l stl:\te 0fFI9r.jQ~,)lnd OJlJ~t inciude: (~)Gwned Vehldes; (I?)Hire~ ani:! N6n .. pVo(oed Vehld¢~ (9) Etnployer.:s' NOi1.,O'wh~r$hip- $ilJb(:9t:ttr.a~ts; Th~: fiRM Mr¢¢s #lat ifatiy pa.r'tQftheW0rk Urider'the Contract Is sublet, t~e,su~c;pn~ra¢t,sl:la" Gp·n.ta.ln th~ '$ah1~ins(jrai'1¢~ pf~~lsloQ·as t~ql;ilredbythe 'Gen~ral Contractor; other .than the. Fire aiidExtend~deoverage Insurar\cea;nd s.4P~,i~H#t)g~he word S~bc;:ont:ractor(QrthewordFIRM anclsubstitutin~ th~worcJFiRM for citY wh¢r'¢,appJicable. Fire arid Ext~r1~ed ¢overag~ l!1sor~nce (lJu!lders' Risi()1IFAPPLICABLE.;, . Ihthe event thatthiscoritract Involves the cohstru'ctlon bfa strlictlll'';~, the CONTRACTOR shall ma:i(ltahi, with an Ins,uranceC:Ornp(ihy-or InslJrilflGe Companie~ a~c~p~ble.~Q the CITY, "Bro~d" form/All Risk-fn~ur~mce onbJilc!ingsa.ndstrl,lctl,ltes, indu~irigVaridallsm & Malicious Mjs~hief coverage, while:iri the course of constructio~, indudingfburtdationsi additions, attac;hments and all permanent; fixtUres ,belonging to a,nd constituting a part ohaid blii!dings or structures. The policy or pOlideS shall also cover machinery, if ,the (:95t of machinery' is included in the Contract, or if the mac::hinery is loC;(l:ted in a building that is being renovated by 41 reason of this contract. The amount of insuran~e must, at all times, beat least equai tathe replacement and actual cash value oft~e insured property. the pb'licysh~11 be in the name of the CITY and the CONTRACTOR,as their int.erest O1aYe'lppear,anQshall a.lsocover the int¢rf;!.sts pf a:HSubi::oJitractors performing Work. ' All ofth~ pr9Yisi()ns's~tfori;~ lntheMisceIICilleou$s.$~iqn ~elpw.shaJI apply t6.thtscov~rag¢ uriles.s it would be clearly hot applicable. . .. . . Mis(:ellane04.S: I{any noth"e of<;ancellat.i0IJ cif:insurahce or changeiri cOVerag¢ IS issued bYthe.liisurafit~ ce')mpanY or should any il)s.urjnc~ have a.n ex:piration date that will o~<;!q,rtd\.l.rihgth~ period of' this contract, the FIRM shallh~ r~$P9n$!b'I~' f~r$e~lJr::in.g· oth&r aq<:~pw...b.I.~, !!ls.ur.a.nc~ priort:o sYQh can~ell~tion,cha.ngej Qr expirationsQas.toptovidetontlhuouS. coverag¢Clsspedfied in ·thi~.~et~ional)dS()aS:tQ, maitiqih (io.v~r~~e·dQring tli~Il(~of t~J$; Cor:;tra.¢t; .' AH,g,f3dl.l¢ti.bles mUst he 'dedared bytlie FH(Mand ItHjSeb'e.appr.by.etl~y:thedITY, A.~th~ Qpti~n9ftbeC!TYjeitherth~ flRiM $haU elfniinat~'9r·t~duC:~ $!1Cb<J~~'lJq~(bJ~;'Qrth~~FlRM slia:Ii:.ptbc:ureaB"Ohd,:iri'a 'fqrm ~.~.t.isf!l~t9ry ~9~l}e (t1T¥ q:qv~r\ng;·~h~:$~,r.6g, Tb¢··:p~H¢I~s: sl'l~" cplita:lo :w~,v.~r"phvbrQgatron aga.los.t: CITY:.where:~pp.li¢abl.l:!.,shaU :expr·e:ssly· proviH~th~t ~l!~~R~Hq.Qr. poU¢lE~~'are pd~~ry. pv.~taoy c;).tller ;a~II¢ci.i,~!~ rnsur-anq~#'i~t CITY . may' hav.e. the CITY reserves the, right :at a:nytlmetortequesta.copyo.hhe 'reqUired poli(:ies f.<ifr~vjew; Allp.61@~s ~!i.all..~oiiti;tlh~"~~v~m)bilitY,()finte.r~~e' qri'<:;r,o!i!s Oib.illtf! gl~J!$~}' withou't:obligation"fbr premiL1rilp~ym¢n~;9ft~,~· C:;:ITY;~s:;w.~1i '~s'¢gntra~t~l;lt: li~iIJty:;proVrsiQh C;QY~rin~ the¢ontrac:tQrsdu~ to IndE:!mnifyth~City·asproy.ided iii thi~A~reemeht. a·~fqr.~~t;artirig'th~ W~r~: the. FIRM s.h~lId~liv~r ~9.;theqTYan.Q CQNSHLTANTl.tfany. ~eriifr~~t~s.Q(SlJt.h losurance"ac:Geptible to·theciti;, as we Ii as the IhSUrance.binderi. il.on~ is iss4E;q(~h~ in.$4rante pqlity, ih¢'LJdihgcthe~eClar~tIQn pag~.apd ~11~ppliq~.bl~~!ld9r:~emell.~·and provide the ncj,mej address ;C),nd ·t.~!~pHonen.ttmb~r M th~; ii1s~Mrit~:'~g¢nt Qr br<;>ke:r:ttlr~~gh whc:m:rthe policy was obtaJned. the' .lnsurershal.l bl:!: rated. Avll or better· per AM/Best's key M~ingGt)ide, .latest edition aodaut.hQrii~ijto iSs~IaJr\slira:ncla· io tbe~ta.t~ QfFI()riq~,AU i~stirailtepolrdes m'tist beWritte~ bnformsaRRtoved bt~h~ :Sta.tiaofFjQrld~:~n:~ they mu~t· rem!tinlnfullfpr~eanda.ffc;!c:;tf9r the du,ration ofth~·c.9.ntra,c.t'p·¢riqd witb;thecrrr. The FII{M may q~ retmir~d b,y tlj~C:ITY.~t its ,sq!edi$~:r'~~iqnft9 pr.oVide <i. "te:iiifi,'ed ~opy" .ofth~. PoHcy, (asd~tri¢d:in ·ArtiGle I of-this ddClini~nt)which shallthdttde. the .declaratl9.npig~ ao~ :,~II r~q"lr~Q ,en9Qrsem~n~s.lnadditlon. th.e FIRM sb.:.t.1I d~liver; att.he time 6f~eHY~ry6.f:th¢. ih~\.ir~l1c~ c;eM;iflc,at¢,t.he .followlng e'nQQ.rserrte~ts;: a poiic:Y prQvi~icm.· or an Md.orsement with substa.ndally similar provisibrisaS' folloWs: "Th~ City of S.otith. Miami is ali aclditiopal insured: Theins!'!rer',soall pay alls\.lIl1s tb.at the CitydfSouth Miami becorTl~~ I~ga"yopfiga.ted to.p~y a~ damages·b~():.au.se of'bbdily injury'i, 'propertydamC!.gei I or "personal and adVertiSing injury" and it will provide to the City allofthe .~overa.ge that is typiCally provided under the standard Florldii approved forms for comriiercial gerieralliability c()verage A and coverage B"; a policy provision or an endorsement with substantially simUar prOVisions as follows: 42 \ "This poi"ic:y sh1lil not b~ cancelled (including cancellatio,n for non-p,,"yrilent of premi.um), terminated Cir matetialiy modified Without first giving the Citydf South Miami ten (10) day$';idva,i1ced Wtitt~,i1 n6tl~e{lf the intEmt to materially modifyth~ P9l.icy or to canc~l or terminate thepolityf6r any reason. The notific::;ationsh;dJ b~c;feIiVer.ed to the CitY by certlfiEl~ rn~iJ, with r.rqof()f d~nve.r:y tp th~ City." A. The Con~ll,ctQrat;c~p~and yoIutlt:adly i,ncurs ~Ii ris,ksof any inj\ldes,d,amages, or ha.rm wriC~migbt,al'iS'e,d!Jrillgth~W.Qr.t< qr. eVent that is occurrilJg,qntl:\(~,CIJY's pr9pertydue to the neg!igeri¢eQrother fault df the c.ontractor' or anyone'actlng,through or on behalfo.f the, ContraCtor. '~,'Th¢ C;9ntr~~t9r,sha!Ut:r(:lem.ri tty, cfef¢nd~ 'sav~ and ho:icl, C!TY,:i~ off.jcets, affiliat$Si employees;:succ'e'ssoi"s:arid:a.ssigli's;, harmless from any and a" damages;, claims; liabiirty;Jos'ses, ~Jajifis;d.em~r:v:f~,.,S!1I1:$i fin¢s..jll~gmer:it$' pr:cp~h:and·e?CP~~ses., Inc;:ludrng're.~sqnable~ttQr.n~y'~ i~~~;p~,rai~&~IJ~e~!J.r:lg 'hY~~igi!tiy~ c9~~~:Jit~iciC3.h~Jth~r.e to and Jh:G4':t.~qp.rjprt¢.: dU~ihgor f~l!Qwihg':;l,Qtliti~ti~ij;:Ii:i¢g(atlpn~arbitrad0h Md:at-all :appellate levels;whH:hmay be sUffered ~it~~~E~gizs~~r~~i~!J~f~~~E¥~~~~~f~~~~!~Ig:Y gross negJlgente,inteiltll:j'iJal,a:tt,or,harmfl:il',toiidlicto.f:the Cohtr+aCtcit, its , ~()ntr~a.#qri$~b.cp.l1t~~t(rr'9.rClny qfthe.i't, 9ffl~e.,m;, direc:tors;~gl:lnts,. r~p.re.!!e"-t;ativ~~" ~mlif9y~~$i,qr'~~$.ign~,qr~n)'0ri~'~~~i~g tHro.qih 9r'C'>1l pe.h~lfqf a~Y qfthe.m"ar.isfng oyt6f thIS Agreement:; inddeOt' to I~or' resulting'from the: perl.orhiari~e or' ho:n~perlormanceofthe Cqntr:~¢t9r's;QPJ.it4t!qrl$·,ui:lq,e,i .. 'tHls' AGRf;EMeNT. G; rh~i,C.Q,ntr~¢tor' ~haH. p~y ~1I¢I~im~" !p'~,S'ElS' A:h:d ~xpeli!l$,sQf'~r1Y ·19i1d. ornatur~ whCl.ts~ev¢l\ in ¢diiiij;!¢,tk~i1 tnetewith, includingithe expense', or loss ofthe:CnY'and/oritS ~.ff~¢t~~(jffj~~rs, affiJi~t¢$i 'Eimployees, Sl:l~¢~~.$qrs' ~lid tls.signs,lnc:h,ld"ingth~lra#orney's fees, in the :def~riS~df ~hy;t(i~io!1 in .l~WQre~q\Ji1.Y-br99gh~ aga,inst th¢m. a,mta-rlsi:rigffOjil the: negligent ~rn;momJs~JPI1. ~ra~t; ~0fth:e Contnlctqr; i~,SUb .. C6ntractqror 'ahy oftheiragent$. r~ph~~se'ntat;iv~5~emplqye~s,or'~,ssigns;,a~:dl~r ~.riisjhg: pi,It·of,or inddEintto, ,tliis Agre.ement; or Inddent.tQ of,resuitlng,'ffom:tI1e'petfot.'mance or iion-p¢rlbrman<;$ oft.he.Cc>!lVac1:Qr'$ Qbl'g~tiQn~l;Ir"c:I¢rthis.:AqI\EI:MI;Nr: . D. Th,¢Co~ntr~H:tQragre,e.s afiQrec,ogt:liz:e~ that neitherth¢ CITY nor its officer$, ~ffilia.t~s. eiliplbyeest,suttessoi'S 'Clhdasslg\'is $hallbe,heldliable or res.pcmslble fbi" anycl~Jm$1 ijt¢!\l~il)g the;C;9.~'ts~nd eXpe.n~e.~9f def¢iiding,su¢h'~I;lim~ which may resul~ from 'or a.rise put of a¢tlPhS or 'omissiqnsQf th~C;()~tta'9:t0rj. i~ cq~t,j;~c:t0rl$:ubcPIlt,~ct(jr'or'}lny 9f~h$i~a.g~nt;S; represehtatiVEiS, employees, 6tassigns,oranyone aCting through ot oli beha:lfOfthethem,and ari~hlg Qut,pf :Q.r' cqncElrnJngthe'W~rk;9.reV~n1;thatis 9Q:urring on theCITI's.property.ln teyiewiilg,appt()vfng or-r¢j~ctjng' any~ubiiil~si(,?ns oract$'ofthe C(mtr~ctbr; <=iT! iil n() Way assutnesot shares"responsibiilty or liability, fdr'the acts 'oroniissions,of: the Contr.actor, itS contrattor!s'LibC;biltractor or any of 'their agents, representa~ives, employees, or as,~ign~, or anyone actirtgthr9ugh or 9" bEaha1fofihem. . E. The Contractor has the duty to proVide a defense with an attorney or law firm approved by th~ Ciwof South. Miami. Which approval will not be l!nreason~bly withheld. F. H9weVer, ,,"s'to design professionalcohtfilcts, .and pursuant t9 Section 725.08 (I). Florida Statutes; none of the provisions set forth hereinabove that"arei'li conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the 43 design professional c6riCerhihgindemhification. Thus, the design professional's obliga~ion$ ,,"S to the City and its agencies, as well as to its officers and employees, is to indemnify and hoid them h~rmless frotnl)abi)ities, dam.a:g~s; I~sses;a:r)d cost~, hldl!cltrg; IJlJt not limit¢dtq, r~asonabl¢ attorneys' fees! to theextent-:caused by the hegligence, recklessness, or intentionally wrongful, conduct ohlle q$sighprof~$si(;mal a,nclQther per~ons e.mployed or utilized bythedesignJ)r()fe$$J~:m~r ioth~'pe,r(9irnMc~ 9.nM¢qn..t~~t~ .' 44 ClTYOF SOUTHMIAMI-INVENTORY AND VALUATION SERVICES Legal Comments to the RFP Duff&Phelpsi proposalissubmitted notwithstanding cQntraryor additional terms and GQnqitj9nSGonti3,in~c:I in the RFP. If we are selected as 'the successful propMerl WaWill promptly negotiate ,in gOQdf~1th to e,stablish m4tLJ?I1yagr~eaple,tetll)sa,ntj concii~ions necsssarytocomplete the services requested. OUr p.r9PQs~lshairJiqtestijbnsha:C:(mtra9tiJal r~l~tI6nship,D$tw~~n us. TheadditiC:}I')akommehts DelaWa.re with re.spect totheprqvic:Jed terms. Teril!$ an~, C()ndl~IQnl? O'ur poli9ie$ahd liiilits are, consistent with market norms for profe-ssioiialsefVice pr9vld$r$'W~·cariVth~ following gowrage: ¢0.wm~r9iq.n:~en~ral Liqbility AuJ9mobil~ Li:a.:bility , WQr~~r-~$ Qornpen~?~iQn(St~tutqr.y) t;:rnpl9.ym:ehtPr13.pti.9.e~ Li f3 bility gfr~,Qf\Jr$.~. 9fflc.t;lfs:·)jabHity FjrJ"'l:l.ia:ry.Li~/:iiliJY . R:rgtl:)s.~iQna.IErrQw &. Omissions: Uat;Jliity crime pli)/~9Y-:l~ Nl;tWor.kl;iE;l,l?liity A'r.QP~rly , '. E,X~~!?~(Umbr!,!llq), ~ial?ility Tn,s fQtJQwiplJ'ar!;lcQmrn~ntsonthe ;lpplicabll;lF\FP languq.g~: Witli6utlimlti'hg Its liability, the',contt~{)tor, ,consultS3.nfofgonsultlng firm {b!;lr¢in~f.t~r rei~rrec;:t t<;ra,$' ~iNF{Mi' With ri:rgEtrd'to lri$uran-cea,n.(f hiq$mnific~mOh . .. . . . . r.~qq,i.r.~mgh1slshall pe, reqtiiredtb pfo.cure'and maintainaUts own ,expense duri[j!iJihelif~,.of th.E! Q.ohtraoti (nsl.Jr~nci;l of thertYPEistif1din therniniinum' i'!nlplint~',~ta.:ted p~lo~\ra~cW+lhintehdedtbpr9tecfthe FIRM; frqm qJaiiJil3"wh i9fi maya:tise'Oul ofor-resiJ Irtront:tl:iec.of)tI'act or the performari9:e, ofthe,corittact whh th!'l,GjWQf$,b.uthMi!'J.mi,wh~ther sJ.loh (ilalm i$ ag<:\insttht;l·FIBMorany ~,LJb~ 9.onfta.~f9Ji ¢.r by anyone qir~o.tly' qr inc;lirect!Yt?ri1ploy~dbyany 6fthein'o(by anyohefbt-Whose,acts .any qf them may' be liable. No jn~M~rw,~ r.eqLJireq~I;lYthe(jlt:¥$haJt ~e 'issl)E)Eio( ' .... l'itle(l pia: ,s~ffl.fi:j~.Ii~().¢ 9!'lrtiGflin!es~btiied' ih:.wr-itirig' by :the GIT¥ci'RG s14GRatl-th8rliatk~h shalt be. atib$ Gi.l;Y~$:$QI$~{lg:~t:i§.ql(jt~di8cr.¢ti9n •. ·TheFIRM~haJI'PIJ~cha~l!a.irlsurance frOJi1:~ndsh~1I mf,llntl:iinth~ rhStir~hcewahacbmpariY Qr GQmpciniesl~wtully a8thdrited-tb..s~1I ihsurMce in the:State:ofFloridCi, o:n forrnsapprovf3d QytM Stat~;qf'Florid~, as~intended.to; prQteotthe. FIRM,'.ata minim urn, .from', all 9IaiTl1~as setfbrth't:i:eI6i)v Vithicfrmay §iriSEi oLJt of Qr result from the-FIRM's bpe:ratibiis Linder tbe Qbritracl-ah<:l for Which, the FIRM maY be lega,lly liaple, Whether ~l!ch Opt;lr13.tions be by the FIRM or by a Subcontractor or· ~y a:nyone directl,Y' orihdifectly employed byanyoHhem, or by anyone for whose acts any ofthem may be liable: (a) pialms unc:Jer workers' oompensation, disability benefit and other similar employee t;Jenefit acts whichar:e appHcable,to theWork to Qe performed; (b) Claims for damages because of bodily injury, occupational CITY OF SOUTH MIAMI· INVENTQRY ANlJ) VALUATION SERVICES Lega) Comments to the RFP ~ickhe$S or dise~set 9l'd¢a:thofthe PI AM'sefiipI6Ye.~~i, (9) claims for damages becaUse of bodily injuryjsitikM$Sordisease; Qrdeath of any persoootherthan -the FIRM's emplqyees,; (Cl) claims fo(d~mag$s·jh~ured~yusual pef$onalhl]uty IiClbility coverage; (Eji)Clainis f6rdama~est:'Oth(:)rthan t6the.W<;irRitselrj hsCiauM <:if injury to or d~$t.rl:JGtion of tar.lgltJ!~ pr.()P€lrty,incll!~ing Iq(3~ ,of U$€l resulting there,fforp; {t)ol~h'psfot da,rnqg~~be.6a.p_s_i3~fp:R.di!yinj4rYia~a,1hofa. p~rsonor­ property damage atlslng oul ofo'Nnershipoberatidlij hiaini~n·ance·bri.!se of a motor vehicle; (g)elalm-s for Q,Qqify injiJry~r,prQPer1Y';(j,a,ma,g~"':~risJrl.goutof colilplete9 0pera.tiol1~; ah:d(h)~laim$inV0Ivlhg cbntra,Qt'uai"liabilify insurance appli~ableJb the,FIRM's'_oblig~tions, under th!;l:c.pntra.cf;-. ,- Fii'o'jis .jhsdr~nceG~n~f:aily~: th$ RIRM sna,11. prQYjqi3~ho:n,.a.intqih inJord.eand eff~ct Uhtil :~lIth~ W brkt~ b~:'petf(jfrried,'(Jnd9"rth',s;:Cb:ntfacthasbeencomplete:d ·9nq.~c;qept13c:jbybITY(odor'slJch9uratiqr:r:a_s'i$p(h.elJVj~~:!?peclfie~ b.er.~IhaUe.t);the iqslJr~[l¢~. GCiv€lra:g~·Wri.tWfiQn FIQri.gAi'll'pr9vi3d fiJrms.all9 as. set-forth belbW: ·Wor~~rs~'¢Qll'1p.~J1s~i!o.rliI)S9n~n9~iaJtO~i~t~tli~9.ry·arDo,1.J.rlt.9$.~to'Ei.II'gmploy~·~~ #r9pmpll$r:ld~ Witht.~~,1Iy?9rk~:(§t vwmp~n$.a~IQn,_~~~'l' 9qh$9t~W' 9f PloiiM · .inCiuding Qhapter44o.~· FloridaSfa.tlJWs,.ai:! p.re$~nllywtiMrt0(h$t~aft~.r arn.~n~~~; ~ncl a:1l'ElPpncl:lble'f~q¢rqJ l~ws,Il:l.~c:i~I(i!:>.h;th~pgJicy(l~$Ln)qst jMliJcl~;_ Emp'19.yi;lr~t tif(gil!ty.a,HhestlitutQr,Y.cOVeraQ!3 ·amount T\ie,j;IRMshali 'fLlr:tb~tinsur~tbat C1.flOf:it$SubtQ(itrgqtbT$Jmar'iialnp'ppr(jpf.ja,\!'fl~v~i§:()f 1JV9rl{e~,~C9iT:1pens~tji:lo ltl~~t~nc¢. Q<?mm~l'(:ia! ;Co!llp'~eh~ilsiveGenerall:.iabimy 'insu ranee> witli broad-form ~ridbr$em$htor-it~ equival~At, .. as-wellas~.~utQiji-QbHQn;;il;inltY.;.Gompleteo· · QPe.rqtI9n6,<;m~ prpc:l.~.o~s:ii~bll~Yr:GQntr~~tua,(Ji~pil.i~YJ}l~v~r~B.iHty'o/ lh!~r~st with cro$sliabilify· provision, and tfersohaJ ihjuryand' properlydiimage.ll€ibiliW With · firnit~.-of:$1-;60Q,OQ() combln~q slfl9!~ limit p~r.()c;purrence~.n<;l.$~JQ'(jO;P.OQ ,€J.gg-reg;,j,f~i in9h:l,clil'Jg: • Per~~h'~llnjury:$:1 ,000,000; • Medioal Insurance: $5,OQO p'qr· p~rSOJli • p.rQPI?t1yD.amag~: :$50(j.iQOQea.qh·OG_cJJrr,~no~;- ~ UmbreJlaComri1erciaiComptellensiye'G~neral Li.Eibility In:E\urahc.eshaU· be. writt~n on. ~. Flo.rida· approvedfprrn with·the $Cl,rn~ c0veragea~th~ primgry insurance policy butin theE!.inouiitof$lt(jQO,QQbp~tcl~lm ?nq$.~tOOQtOOO Annual·Ag~regate. COVerage ~lJstb~~A.a forrnnomorotastrioWe tAafH~tes~itioH·ofth~mpre.hqnpiv~·GqneraJLi[l9nlty' polio~~ ~~nd$rselTlerits, ~6Hli;id'by tne IA6~raFieqS'ervibe60ffiGe,aRd ITlllst ioolWe;. (a) Premises and OperatiGfj ~~dentCbAtfaGtel=S (€H4eduGts4AWor-GOOW!eted Operations HazarG CITY OF SOUTH MIAMI-INVENTORY AND VALUATION SERVICES Legal Comments to the RFP (d): Explpslqn,C;QUqppe:al')g U8dorgr()\;lAd Ha;;~rd¢~'I.E1rC3;gf:l ~Fpad FCi~F9~fJi1)r Damage ~ Broad Ebrhi CbritraEitUal GevElff'i;§e.a¥plieaBlotdthis:s·pecifie Q~nt:!'a,Gt;}iR9.Ii;lgiR~:a[lY".hold'harmle.s~'a:F.ldiprJAq~rnniHGatjoA:agFQem~F;\h ·pefS9R~I:liij\JW·Goverage.!''''itli Eriipl<Neeai'ld,Gontrabtual£kClUsiohs .. rsmo\'od; .. l~iithJnii:!im~mJimit?ot;~:c>.'4Elt~~$,·9f:i\J~l.t.b:th!ii,i:Jtfroqqirq&~9(ElQqliy''!hjyry b.iCil3mty ®BPtQti'erWI)amag$:L:i~bil~f01Iow;f6rm'oftbe"p;rihYary'pciIIdes •. Business Automobile. Liabiiity with HilhimLitiJil,J;lt$.6tOhe Mili:i¢~b~ii~ts '($1,OOQ j OOO,QO) prll$?Rag\gitiql1ar:dhe·tv1JIIi.QnDpllar($1.boq,ooo~Ob) qm.Rr~H~f)qr Qccwrence cotnP,iMqsihgli;i .!ihUt fpJ j;I(:jgUY·1 rijUh! liability McjPrQP$i1Y' p'~f\1~g$ Li~bilitY:i Dmbt6I1ct'dtiiidtd~b·mU·Sthe .aifotd:e.d,(j~ a fQrinhO mote'f~i3tdttiVeJ~an .th~ ~1C)n·:QfthQ·'El'Yijl}q€l,€>:~A);itpmQ.~.i!Q.lii.a,b.Ui.ty· PQJiqYi:' wifh.Q,lJt .r(?,I>~r4bt.llie· onqQf()'¢\'rl~@t$j~'~'tllet:njXwitfr :th~:~~te' bLf.;IGfj~l alid rTidst:ihblude: i(i;a:;:~~7r~hj~'~ $yb¢Qntra'pt~:: The FiRM !;l.gre~sjh~t:ifany·p~rt.9fthe:w..Q:rk!iltl.d.~rtheOontr~¢t· 1~·~iJljl~t,the.s4l;iq§ritf~cb$h~IIQP6t'aln~h(:r.~am.~ihs.Qt~f'I9!'(pip.i/Jsio:n'a,s·reql)ited by the,Ge:r.leral,06ritraGtor';·.Citbef:thilr;i,the~Fiteah9. EXteAded'.:Go'/e'i:a~ ~QraI1Q~;'~np .~I,Ip.~tit.utjl1g.th.E:l· wor.d.$ti.bcqntractprfgrth:ewprd .fIRM .·and ,SdpsfiWfiQ'g tb~fWbrd F.IRt\~ll9i ·gITYWb~r.$$:ppli(r<:ipJ~~ G9mpqnl~f!··a9pePt~b'!3i't(t'ft:le.¢ITY, .. ·'iB'FO.a9i'J9rrillAII:'!ii$.~lh~ur~~ ':~~;':h~~:':==~::~:f:~~d~~~~~::=Gvem~ atiaG~eAt6.and·tiJI' -erltfailentfiXtures-oelonih ";to'tltid :ocltislifi:itli:l aartef. .... ' .. '. .,'. ".... . ... P-... " ..................... ,. ·c· .. , ',. ' .9 ... g ... ,,' ","., .............. ,." ..... 9 ". P .' S'aid bUildinfl~.br'stru6rori:iG'~Ti;e·p6~iGtessl:lallals.e':(rove~r.naG~ij'jef.yi-# t,h 13 ,$J')§t;qf ,m::ich!f\\;iI)':"!Et·lo.9I:u9Qd··lh:,the.' C:~Rt~~Pt, .,qr·.iH"'QffiClG.hi.npry'is ·Iq.oatetl ·i~ '~b4iWl[J:i;J Wat'jsJ'i$jhg re,n9~i(3:~!.'lg;t;>y'r(3~.~~·tt'9f tfiis9·9!:Jtr~.·1:t:iP ,gmount:·Qr insuranba-.mUS.t,'at.all :tlme:s,.be.at· ieaEi~ e·q(jf:).i:tOJ~q,t$~Ii:i'Q.etr!'~.iJtilntJ. astual GaRh vaf!1G 9tttie-ins..I;lre,gprQP~rty. the·pci/ii?y,snall.be!rrther F1~m$oHheCiTC¥ and.thpC~QN+HAQ+·0.~; asJheir intero~tmayappear;.a,tid.snallaffiEH3eveHAe iR~~f·all$Ubcontra:CtQrs i'!otformlf11f'l',iork; . .. An of 'thpptQvisions sqf forth in the MiscellaO$ol,lssectlon below shall apply to this coverage unless it Would be clearly not appUcaole. CITY OF SOUTH MIAMI-INVENTORY AND VALVA nON SERVIC~S Legal ComitJehtsto theRFP· Misceliane04S: lfany noticedf'.cahceliatiQI'i of insurant.e orchangeih cQverageisissuEldby·the i~qux~noe Qpmp(lny orsbQuidanYin~urarico have (lnexpiratio,nd,M that will CiJc~tJrdi.Jdng th~ periQ.d 9f this G6r\t~~9tf the FIRM. shall b$ responsible for .·securin~foiheracc$ptable, ih$Urancepriono$UCh-CMC$llation, Chahg9,or eXPii'f.l.tion SO'~t'lto p,rpviqe G9ntii1[jbi.J~cpV!3rflg~ asspec,ifjed 'in thi$ s'EfQtlpr)ah~ s(ia~t9: maihtairi 'coverage during·the lifeofthis·Contracf. . The policies:shallM ntalriwiSiiVer ofsUbf0..gatidh· ag~iti$tCITY where' applicable, ~h~,j'El,xpr~$~fypro.vld~thi'lt~lJGb·po.ii9y,oi~p.pJi.c.fes::~r,El,:p'rirn~ry qV!'lf€uwo.ihfi.r :.~:~~~~:~:!~~::itft.:~:~:j;e~:~,r~::~t:::~:t%~:~;~!$~h:~~t~:;:f~:inie 'iiseYE!fqqjllty·grfriterestij',Or.'\:.~qs$Ha.pIliW',GlfJ~se·withO.~rbbHg;;itionforpretriil,lr:n ." .' . -." .. "... . ," ,., '. . , ............. ", .. p~ym eiritbfthe, OITY as well as cbritfaCtlJ al·llabilityprbVisiQ'Ji.toVsringtl'ie Q(;lritr~qt(m) d,l!ty·t9.incj.emnify·theG~Y~Spr9YtqI?9i(1 this Agre~merit " :-.' . Jj~fQr¢st~r.t!hg:th~ W9tk, th$ FiRM:$nalideliver to theGITY an-d CONSULTANT, .,:::~~::~~~:~::'~~fo~~G~:i~~~:;i:t~'r':!:!:~=h~!~~GQ\r:!I.:::~%tidR AAgh'~nd·.<lllappliti~bl.e·'e:iiddro~melitsa:nd:pro'ilide1he.rianie, addr$ssand 't~.I!'!Phol1e r\l,Jrnb~r:Qrtt1.·~in$ur:an9~,ag~nfQr brokerl/lrpugh whom:Jh~ policy WGl~ oDta,ll:l$ch r.h:~insurer;sh~lIbe f&te~LA.,'l1l qfp$tt.~njei'.AM, \;3est'sKey R~Wrg GUlde; ,latest editi6nanda~iho~izedtbis:su:efnsufarice.ill ttie'Stat6\QfFlqriqa,'AII fnswance pqlIci¢s' ml1st b~:writteqqn ;TornisEippro\l(3dpY~he $t~tedt FICi.dd~a:nd (h~Y.n"usJ r~ma;ir'j loful/' f.orce~nd· effe;iGtfoi' the du ratiOr'iof-the ,contract period with the,CiTY3he fiRM may beFJ;J'ql1jr:od;by:ihe:,¢!Ty,qfi*~' f;.Qlq;d"i 9Qrl?tie:Afte. ·pr9vli:fe:.f{.i.iG9rtlfi~i:l. 9$P'yj:9~El·.·PQJ.iOY(~~::d§11I)M:ih.·",rtiQJe.·1·9fthi!):dbQUm$nt) VJliip.llshgJI ibCJ~di'i'the· af;lGIEirtitioRipage·<lfioallrequired..ehdoisemehts, In . adq iti9(i,' th~Fl~M~hfil~pljYQf; ~Q:dh~:,(i[)'l9:pf<;lr;iJivqrYQUh9 i.~Q90f:)rtiti()a,\fu tli.f' foiI9~Nirjg' qrq~~rR$R~;' a-l=>blieSKpF.o'jiEiibnor. rib' .endorsement .!.';fl~9i;;taritiallys.imila:t PJO'I\!:;iOh"$ .;:\8 fblloW~:·ff!:j:he Qltypf$outh MiEiniil&.shalLbe ihdudedas anaddi~i.ot:l~linsuted, ~surefs\h~:l1 P~y alLsL\ffis thW.fheGi¥ef:SoUth Miami bii60mcisJegaUy obligated to pay U(j damage.fjl;lpoaUElo.Qf 'bpdJlylnJury";'prQPprty dam.~ge', or' 'iFler~elJalanddd'iertjEi.ing iAiurl and it'~v.ieetotheCity all of t.ho.$Qverqg~ tAat-i~iBal\yfJreviGed.underthestari€latd.Florida apprQ'Iod.forms'fo( ~$rciql g~n:efal-liability 90.vwaf1~ .A a.nd()o,,'era~ CITY OF SOUTH MIAMI-INVENTORY AND VALUATIQNSERVICES LegalCommehts to the RFP Indemnity ~!QY pro'J,isionor·anendersement\'lith substantially simiiarprOvisior)S"Gs fQ~. tq::RisNopuliCY shall ribt be cancelled (Il;ldudlng cant:etIatiOh ·{orhon- payment ofpremium),ferminated Qfmaterially modifJeq WithOutthe.FIRM fir§t .givii'\g the.ciWof SoUth Miarni ten (10) dayiS advanced writteh Mtice 6fthelntenttornaterially mddifythepolicy orto Qancel or termlriG\t~tht;i policy fqrany f(3.aSon: ihe nbtifibatic:in sh.ailpe~ellvered lothe CitY by c~nifl~dlT)i'illrllVith proof 'of delivery to the City.~ W~ wilL g~ner.ally i8Qemhify .c:lientl?:forp,ersoh.al ihNryo:rprbperiYdcufiage th·~tWe caui:16whi.le:o:nSit!'l.QdorQlJr gtpss negUg~ncEl or-willfUl mi!5con<iuct Ii} perfprrning the services (see Mmmenls ,MtMe RF·P'ianguage). In Mctitioh;9xc:ept w.here !etral.ly: pr.ohibit~d, w.\,Hypii::.~IIY ~.e~.ka reWril ind~mhity andlihiitatibh 01 liability horn Ol;Jr·\,illents,as :ts,#~iJdardiand ~Xp',E;l9tedin.·,fI\1:l n,'1C;J;rk.ettf?dhe$i:ltyp'~$ .Qf s.~rvi¢~$.(se?:~$10W)., ThefollowihQ arec6mmefi.ts'ori tneapplicable RF·P langUage; !n~~l'ijnmc~ii.Qn,·R~:qYir~rwmt 1, th$QbntrMfpN;~qQ~pt~,andvoluntarily incur.sl\ll.1 rl~k~;Qf.l:lJ)y i~jurle~to bersdns"o"r, di:lItlages·)td,tah~fibile:bropertV.Qr.barl)'l whlc:;nrhigbt1'lf:i!5e.duringtlw WQtI(o(:$'\i~l1r~h-atis·'·9·c9UrHng on: the cit'Y-'spropertyduetd the.t:Jegligerfce '01' ~th6rfi;lliIJwiBful ihi~c0ndu0t6fth~ c.oritii:i¢tor qf at1y,dn$~¢ting thr<;>ugti' or' on behalf oHhl3.¢ontXa¢toL .. . 2, TheContractbr.sl:'laliindemhlfy; deten~i;sav~ ant! h.old pITY, its 9.ffiG~rl?, $.ffiliat{1~; ~mpI6yee.$i.§'tJcbe.s~brsar)d aSsigns, harmless fromany:anWall ciClm\'lg~S" ,tl~lnw, li?b.iIifY,·lo!5~$$, cJ~inlsJ d~lliatidsjsuit$' fit:Jei;;;jWq91l'l$t1f$ Qf P:Q$t~nd ~.Xpel1~~$·, il1qi~ding'(~a~o.Tl~bieattQmet~f~e~, PEltal~g~i f~l3sa,nd inVestigative:co$ts' Incid~r,lta:ither~tQandincurteq priQY to,c:lur{og or fOlloWing fl,ny HtiggfiQn, mediElJi9h, arbittatibtiand,atall appellate levels, Which'inaY be:s.uffered pY:9r)~l.9Qi11i7d·agf1Ii1$,t\:pf:i9rge.dtp qr recbve.t~b[~frorntheGlty,Qf S.6~itb Mi~ml, (ts·,offk;~rs,aff!li~tel?,;ElT;l1p\oye~.s, $upceSf;or.s~l"\d assigii$, RY r~a$9n9.f.~nythi[d partVccaUses ·of-acti¢l1spJ.cJaiitl'ofany :klnct.or nature;· iho!uding.claJrns· for iriJ\lry t9;:Qr. di;la,Ur Qf any person or pers6lisand for the loss ordamagetoa"nytangibie prop$tty,.~risjhg Qtlf.oJ~.n$glr9~ilt errQt, omi$~itjnihiisCcinduct;· craW gross negiig~nGe, .iFJU3F1tlo.-A~.I· @(Qr·h~rmfl.ll v.ii IIfulm is~.6,Muqt.of theO:6.t:itra¢~Ori. its contractor/subconVagtQroi' any of theirofficers;cUreQtors, agents, r~pre5eHtatives, ein·pI6yees, bl'assigns, or ariYbrie:actil1g thtougho.f on b~ha.1f of a"nyofthemi arisi~g 6uf of tfli~ Agre~rti~~t; .ih9ii::lerit t() it.brre~tiltlfl!j:frofu tRs pqrforFDilAOP t)r: 1'10.1'1 por{Q~rnflfl~f the, Contra:otor'6obligatiOR!?uriderthis A~MgWit . $: The Contractdr shall pay·all claims, losses and expenses ofany kindor r)a:rurf,:l whatsQ~V~r,· in GonnectiQn therewifh; inGIt;lding thia ~xpense or los!? of the CITYG\nd/or it$a:ffected:officers,afflliates,emp!oyees,succe$$qrs;;lnd·~ssigns, lnciudfhg their attorney's fees!inthe def~nse of any third party ~ction In law or eqqity brought agajnst them and ,arising from the grcisslynegligent error, omission, or act 6f theContractot, itsSub,Qontractbr or any ·of their agents, CITY OF SOUTH MIAMI -INVENTORY AND VALVATfON SERVICES Legal Comment~ tQ the RFP rep.r$s:at1t~ti\les, ~iTlployees,·or.~s$igns, ru{dKJ"rq;flsihg Q!ltqf,orlfl.cJElWtio, thIs . .A.!,)reement, or-iRcidenhe OJ re$ulting frpm the performance or n6n"perlormanGe ofth~¢ontfaGtpr'$obligatibn$ UIlP~J t6isA(;lR"egIylENT. 1. . . The Contraotori;lgr.oes ahd,teOQgnii~sJhdt'neiftj'dr theGITY nbfits .otficOFEl,.a:ffiliQfQS; .$mpIOyoo6;.Ql1.Gpessd~:~iid.·Qss.i~ -re~P9n.sibIQ:ftJ rany plaims., ihOlt¥lif\g,.$e:G.(;)~,d ~!')~paIW,\3!3'cif dQt9.l)ding: pUGh . Qlaim's: ,Whip.h n'itIY· .T(JS.UJt. {tbm . .or.·POe;Q .. QL!t:.i:#:a$,Hqr\$':$¥ i.qmi~$io.ii,$.:9tt.hQ .Gbfitrabt6rj ilscbj;tractbr/sOb()diitrabtb~'eFaRy,*:tAeif.'ag·eihts; rElpresdritaWes, ~Yees,.:Qr.as~igne:,(ka:nyone.~othigthn:>,Qg!i·;Qr:Qh69M.I(Qnh~ th9n),a:Fl{J i76~i~;~~i~t~i~ilf~ ··p~QhaltQ.fJhQm;· :~(m,.q8;:Q~~:;;¢~;lt~~:t'::~~:;t~;'~i~::1~:h.~4~e::~~:,~::~5:~:bm·e:Y'·d.F·ia~;· .ulir9~!3on~mY',·J.I*hh~lq: .~.: ·.~9~\'eVt:lr,,:;;l&.:tQ·d.Q~i~fi·prqf!ii@j9i:1d.i;qQfltr$.¢t~;;Q:tl.q·'P\I.r~:l!a,ntt.o.·.$$QJ.i~I'I. 725:08. (,1·),JFloridir·Statu'tos,·nCine,.bf the,p'ie\iisi.ans ;sot·f6.i'tA.htireintiI:i6vfftliatar.e., ~~r~:1iii=~gt!!.~li1(;=~tt;i;~;!£t;e~s~;.:: as le:.itS,offisefs:dnd:6mpJeyoos,.is JEi i6deRitiiij.:il:nd .holdJhe.f:A: narmlOss:f.r.olf\. ;=:~~!tt3~!i{:!;ij:~E1ti:s~::"e ,~pJ:oyed:9.t.utilized:by:th!3 .. de·sjgn·'protes.~ipnal'iitth$'f!ierfbttnanQ9,.oftne: QqBW~$t; " . ·.~~rvjCE)-R~I.ated: With'~II~erviQ'eswe 'prqyiq<:i', th~h~ar!?few adq«!()n~1 TelafedAerrjistnat'are . Teims.typjbaHYJJjcPtP:or~tep.·lnt~ihes~rViGe CQntract·in.$Qmem.anMr, Limit~C:I.lJse'andReliE!n·¢e -Cllehtisthe sole ihtMded:-us'M6f Duff'&· Phelps's r~po~6r·ottie(W9rk prodU¢t ¢H,eljt;ri1ayQj~C16s$-l:i\ti intbtrfiE:i:tioq!;l1 c¢pyqHh~ tep9~ 'qr Qth~r 'Norkprocl.uGt tq ft~a,uc!it.t(3,X,iE;)gaI9rinqura,n9~ pr9f~s~1911C\ls adling inc:irtadVisorycapacityin G.QnheClion with:thepurf')Qs~Qf thii:; ~hgagemeht. N6'third partysh~1I havetli~ right'ofi'eliarice: on thedeporr,and'neithef i-ec~ipt hor P~QS.~s$s~$IQn oHher!i.p6rt. qy.anyth1rq Mfty~haU 9ri;a;ti3'cinY$:~pres~or impJied third"p!').rly p~nl;lflei~ry right$; Engagement Limits-Duff & rhelps!s report may only be; used tor thEl.l>peCific PiJi'p0~eor prerniseof ValLJ9stated ihthisAgreement$,nQ the r.~p6rt Client shall n()t ref$rence. Duff & Phelp!:i 9r it$ Wqrk' in. ar'iypuqik: filing or other iil~~erlals di.striQ~te<:f ~o aqtual or prQspective shareholders, inve~tQrfil; financing parties, pr sirriiianhird parties without Duff &. Phelps's; pr.iorwritt~ri consent. . Informa.tion Provided by Client -DlJff & Phelps will not independently verify ihformation provided, by Cli.ent, its advisors, or thirdpl:\rties acting 'I;lt Client's 'I I I I I CITY OF SOUTH MIAMI-INVENTQRY AND VALUATION seRVICES .Legal Comments to the RFP directiorL DUff&Phe,lps wiliassurne'aod}ely qn tfi~q.GGU ragyahq G9rl1pll'lt~nE;ls$. of allsQch information. Retentio!1-All fii~s! docume,ntsi ~ncl WQ.r~'p'q.p$r~r~C~iYl?cJl ~rea~ed"or qeilelop'eddurii1g th~ ,en9a.9E?mentwUl :013 ret~iheqf9rp.rofe.s~i9h~lri:'!(j9rdKeepihg and legaf/regulatbrycompH~riG~ p.urposes; all,in $.pc:orclMc\1· wltMPl.lffS;, Phelp~'s dQcl;Jrn~rin~t~h!IQf) polic.y, Ifrequired byapp'licable lawt6:dist:r6se'·ariYof'th~ document~,b.tJff& Phelps w.HI nQtif.YOfi~nX $Q'itlfiaY'se~Ra prqte~Gt!ve;orderj at Its cjlscretiof), . , ' , IndemnifiC'atioi .... -Uh(e$sprohlbitedQY la.wjQ:liel')tl:!h~n·ir;1d\3rnn.lfy:an~:hCilld harmless,:OlJff & Ph~$lps anc;jitsaffiliiii,te$,ihdiuding ,eachbf their r,Eispective empJqyees,: from,ahcl ,aMihs,t~nYah9:a.f1 'I!Ei.bilitlEt.$, Iq:~:S.~~i 9'O$1$j~h~t re~$Oliable: expehs:~$i Ihpiuding Put'flPtJirnitE)qto, ·r.~asql1ab!e: iegalf~$l?-'~n~¢xpi$n~e$ ,c;ipg billable, h6.urs 'of'cil~hrserVi6!3 PEfr$¢ir)h:~I,.'whlCh'~re i)i'n¢urr~q:fn' rl'lspqridlng;to. ~L.ibpbeilf,l~,,'gi§·QbVery; or other similar'ihqu I ries"asso'c'iated ,WithbiaHWigArorn gfj~S!$~~!~~:!~~~~i~;!~~~~li{itg~" ~1;:~i!!!~~~tr!=!ti!~~!::E;~:iiahi~~~:~ Limi!~ji()n9f Li~.l?ility ~ hi hbevenfShalf·.Dutf :&Pheip~;b~.Jii!i.bl&;fQ,Cii.eni (or gOY :;~s:~~1~ri~;~~~:~g~f.~;~I~n~~iJZ!i~~:r':~¢;:i¥~i~61r.;Xi;~tg~lu~~ot.yif6'r' PMIp:s'ih 'cOhhe:ctibtiwith' ttiise_n9aga:m~nt·,~xG~ptfq ,thg~){teptE;.uqh tI~bi1ify 'i$ qiJ$gtIY9E;ill$ed.'bYDuff.&PMlps'~'.,g'ross'na'girgenoe·;JraucJ; d.twillfUlrbl$¢QI19119.f. The.:tqregolJ1l;i' Irmjt~~kiDjjl liability sh'~U not ·ii'pply,tpli?oilitiesthafa'rise:fto.r:h pers.:oflgi injury or prop.l3rty dar:ii~g~ r.~s(jltJng.:p:i.iin.?tHyfi'tirti DO.ff~ FiH~lps.~s hegligenoe'orwiiifUlml$cQndi:J¢tJri.m:)~v~nts.h~U0LJff:&::P·h~1p$..~!3in~~~"tQ' Clif)[iUbranycbrisequential, .ihdlrect; iost pt~m, or s'h:tilJa.r:ciamage.s r~latihg tq or arl.$Jq-g frbm(hfs el'fg~g~rneiit.:'· " Enviro.nm~n~.aJPolicy;... puff &. Phelps will norinv.E3s)ig~teii1Qr ,~~~tirj\!;i respOhS:ibilityfor; the.~Xi$tenC~: OJ impact'pfgnyc;o.nt~mlh~tiqn 9~hpzardous StJ~sf~Dce rela:tEjCltbproperty brassetsassoclated with this en~a:~emei'lL ----------------------DUFF&PHELPS,--- Valuatioh arid Corporate Finance Advisors Exhibit 4 .... Bid Form Duff & Phelps I City of South Miami May 10, 2017 18 EXHIBIT ,4 BiD FORM IN~Nn)RYAN~ VJ!U:l,I~TtO", SSRVICE;S IIflPi#fNl,,11-07 'TI-IIS, PROPOSAl IS SUBMITTIDto: St£\vim Alexander City Manager ,City'ol$ol,lth MIami 6J30 ,S);m$et Drive . Sou~Miamh FLj3143 I. 1f"t;ljlsPrQp.Qllal is,a,c:cep~ •. ~e uiidersign'f#I f.{el\p.Qn<iencWees t9 Mter iri~~O,)iitTaqwjththeCity(:)( SO\l,ffiMiamij!l't1ieJqttn ii1~(!g~i:UiJ dii~,S(!I'(i~ti.d(1 ~c~¢;i.rid tQ p~rforril aM 'fumish all wor.kas specified orfri~it:il.tedl~th\~$QJi~i~dQn; !nclu~i~j,~ se~tor#i'ti·Exhiblt i($cope()fS~rvlc;:~Attadlment A $-q)forth¢Pt.6po$eclrn,ce,~~set. forthf;,eloW,.whitlo 'the Contract TIme and ih;~c:tordance'With the othltr w.tril~ang<:Qndi~ons, Qf thtlSoiidtatlQil :Pa<:i<age.. . i., 1{,~p.,Qii4Ein.C;,%t:teptS'aU' artn!! ·ter:mS'·jn<l:tQndltioi'isohhaSQlidtatiOrii'.ld InstJitC!:ioils,tQ Rn$pOndenu. ;;i9~gdh"jg:Wittl.o,i,JflhliitatiOfi ;cltQ~(i"C1eai1i'!g Wlthtlie'di$P9~iij6hQf Prop'qsaIfBtd'.f30nd.lfieqgli'ed~thi!l :~fl~~s~~=~i1~~~~¥~~~~!f . d'iE($§jng\'atJM'j in~lu~iDg:tlie·C.Qn~ttjfno,t.a1~~4Y ¥~b.!iii~~~t wlthtrtten (IO)ca.irllld\\r Q;\ysafter tIJ~ 3,.~~_:~if:h;·~:'~~~!~ar;~~~~~denH~pr~M~tha~ . '. . ~~e..$P9JWj¢iithas'eXitfii~~d ¢gpf~~:Q{aU d1~SoHd.titi~~ Documeotsand of thefoI!Qw!ngAddarida, if aJ!Y (r~~aipt ohllwhicb ,i$ije~by ~~Qwi¢d~;) '.. '. isLA. b. "$.p(),"d~TI~ hasfi!mil~ar1~e;~ liim.~glf wim~~,llati(i'.(t ;1od ~ent of thaCootr'act. DoclJments, the proposed WQrk..*e"IQ¢alltY •. ~il.d all loca/.1'i9n~ltio.ns ~"~'laW$'a~,dregul~~ori$ mat iii ,aoy manner mayaffeee, eost, ~r:,Qg;:e~si peffoiiii~r'ii;e:oi".fjJr:nisbtng,:Qfthe Wqrk" Co R.eSpon~~nll b;t$~!V~'$E\oOity wri~ennQqC,e:o.f;~1I J~Ql'Ifli~. errQr$ or' dl~Q"epal)des dla~ lth~~c:lI$'Qvllr~ In #i¢ Cootia~'JJoC:l,lments an~. (f anYf;onmc:ts.llrrOrSor I;Irs~Mt:!.~ flav,~b¢ep fQprid arid notice glven.tl1~"I!SPp.ndentr~pre.s,ents;· by ~ubn:li~ngi~ propo~aJ ~ ~eCh:yj that; tneRespclJident has recetved5uffl.d~n~ 'n()~:c~,.of till! r~oIutionther:ei:irrrom theCiq, thi1-t~l!¢h resplVtiQn 1$· ac<=ept3bl e .tP. R~p~md~n1;~~d'~,at ¢~ ResP(),ndent waives :anrc)a.hl'l, rew4iiig theccmfl!i:t,S,'«lrrors pr dfScreparicl~. d. ThisPt~p~~i~~tilrie a;nq il~trY1~dei'n ~~:irjW#~,Qfor'on .behalfQhJlYur)~I~dQ$~,d per~~m, firm or coi:i>tlratiqn 'a,n,lI Is not s",bmitted pursU<il1~t~iiIJY agr~~m~nt Qrrul~ 9fanygrQi,lp,as$~atiQn, o:rg;i'oiU.tic;iA;or 'corp6tiitloni 'Resp'ondent hasl}ot:dl.f:ecdy qr :In<Jiret;tly In4t;1l;~~r.~QU<ilt~ allY other RespOrident:to subm'it~,t.ils~or sham Proposal,; Respondent has not soild~ or IIl~ut.f#:I'~ny pe~Oilj firm orcorporatiQ!'I,tO'~ffain from r.esPQr'lding; an~~~Wol1~enthas n9tsOlJgh1;~tcQliu$lon ,or(jtherwls~to o~tain' forits~f jUlY, a(\valltageover'any'oth~r R.~p~ndeJ).t or Dyer the CITY .. 4; Re,spondlmt,under:sfuhns andligreesthaftheCoiitr;.!.ct 'Pfjc.e IHh~amo\lntthat; it. neflds to (umishand inlltlll all' ofth,e Wor~c6mplet~and In place .. Tbe.Si;h,e~l.ile of Valu~! if' r~quir~d. i$.prQVided for th.e . pOI"pQsf!of Pr?P<isal Evaluation a!1d whei:llii(tiawd by the erN; it~h~1 form'the basis forc;;&lclIlatitlg die poclog of :c::hangecircj'f;iril~ The C.0ntractPrkeshaUnQt be adju~~d]n an)' way so as to restil~ ina dev.la~on from the Schechileof Value~i except .to the~terit rlla.t theelTV chang~theSt,;ope,6f the Work after the Ci)rivatt p~~~ A$ ~uch, thI!.Re$pon~eot s.hall furnish alllab~r, materials. eqlJipi:i1eri~ tools; superintendence and services necessary to provideacQmple~e.)n placa, Pt'Qjectfor thEi Proposal Price. "t\;ll$ Solidt<\t1on requires the complet;/on oh ae'pondenu Cost an'tJ Te~hnj(fI' PI'OflQ,al,. ExhIbit S, ~ may b~ set forth in in an exhibIt to this Solicitation, such proposal ml,lst be~died t(J 045 dils t,Jid Fqrm and will tak~ t:bephu:e of the Lump Sum. price, otherwise, th~ Contract Price for the cor:npl~ted WQrki~:ut'ollows: J\E;PE;RIPJ§x:tl.ISIT 5 "Resl'6ndentS t::91t and Technical ProJ!o.af~t,t S;Tha ENTIRE WORK shall becC?mpl~~ed, tn full, within ttlA days from the commenc.ement dates<::t (orth in me Nctnce TO PI\OCEEP.fallureto completetheentil"e work d~nng"the descnbed time .penO<ishall r~ultinth~:assessmentc!fnqVida~ 4;uJiagesaJi iTIay be .~e"tfohhiri iI;leCcir:urt~t. .. 6, Ipse,rt; tlJe(qlloWinginfgrmatiof\ f(lr (u~ure communIcation with you concerning this PropoSal: RE$~N[)~T; Addre$s: ''felephone: FaqrmiJ~; . . ¢o.~~person 7. n.re.:.b}rfrl;s4~d:in~bls .Pr9P()~1 which ·a~cI~finedln.th~ ContraCt ~ha" havethesame.m~Jijng,as.is~sjw¢d" tod.l~mii)mE}e(m~~f>9~Ym~nts"il)ni~:spedficany defjn~d in" t,hi~' Solldtatic:l~ p:!'ckage;%t;:~,~ rh ,: " , . '. ....... . . ." . -..·~h'~t'f. 1 . 8, 1f;t.R~~nCf~~ €9!t ,~re~fj!t:~I,l'rAAosa/, Exbibft5.)~rE!qQi~d~y th~~qJtdJ,3.~~;, It~PP,~.~ # hetiibY,CE!rdfles thiit:aJl· Cjf'the :(actsand:'~ponse$ ,;to the qQestjbn$. p.O$~<f ·Inth.e R~~d.~u~n· & r:~~~ct~~':~~~~:U~iiJl~·~~::~~~x:~!.:r~:~~;~~~~;.~~r~i~~~~:~at 9, ·~:'~T:~~~~tJ~~=:~~~~~~:~~:·;:=~~d\':;:~n~h~:~~W.:~;~~i~t.~~; ~ppi"O~riat6 plank boxes, ··iri!.i1y;.~h~ed atid~oy'pIMkll,n~ filled in with tb~ '~pprqp;ili.~: it)(Q"rm~~"Qn tQtifdi."ed Iii: tbe Soliotadon 06<:ume.ti.t$a.n:d.·:d,I~ Pti;iPQ~. Qr-s«d'!ihfqrmalj~n.tfi~t th~ :¢j~' an!:! i fl~ve a~~d:uPQifhl'the.Co:Ui'Se·6fcontra~M~QtHi.trqOs and' which tiaveb~:nt(:jofltfued :IJY thi!:'C.it:y'tn'wrl#~~ ihdi!dlilg" e..mail·(o"ofirlriation" i(any.I' hereby certify under' penalty Of perjury that l~mtJ)e laWfUl r.E!p,~~tan ... e-ohnebiJSiiless ~ritlt)'re(eihl:lCed'in this Bid Form, mati 'have authority tabid fi;irtha~ :eoQty~ ~at+ fiaveauiliontyili"sian contractSfcir-that entitY and· blnd;it to.·tiJosll·contr.«it. wrm$ ariq;~tidIQf the rilformadon . and· t~preseritadon:scQ))tajfied herein are thieand ~orrect to .the best of my. knowl~dte. inforril'atiorr·artdbelief; .. . . . .. ' .... ' ..... " . th~ livsln~: <iritity .. e.terim!t~ .iri~hi~ ~rd' F.~nn,· th~t I.' h,ave . a:crt.hClri~ ~blq' far th~t entity, that, I ni\ve ilLi~9rJt# JQ,s~cqnrra~ (or th<\t;f~!1lity·~d bind IUo thos~'cQnti:act (ermsal1d th<l~ ail oftheliif()rrilatiori 'IllQ I"flPfeseni;a~,fqnHontained htirei.i1#:e tt\i:a and con-ect tome best ohny kflqWladg!l, iOforma~o,n ;md belle! ....... . . . . . " '. Title . . . END OF SECTION 46 ------------DUFF&PHELPS,-- Valuation and Corporate Finance Advisors Exhibit 5 -Cost Proposal Duff & Phelps! City of South Miami May 10, 2017 19 EXHI$.T $ Respondents Cost and Technical Proposal INVENTORY AND 'VAt..,UATIONSERVICES . RFP#FN2017·0l .. .. . Respo:ng~n~ tOtt)tll ~f:Pri'lJJ~tc;olllpleteand iil~lo.dethe:Respondenes C¢stan~ -T~hniqJ_ rrCip9~1, in aCC;Qtqal1ce WithEx~ll)ltl~$cope ofSerVl~~ A«9.f;hJli,nt,A d!1J. \Ylth.their subrniu:aI.·Fa!Jureto do so shall ranger tl:ieProposaf n91NesponsiYe andthePn:>po$a1 shall be ... eJ~cted from further conSld.~tlon. Proposed Annual Contract Fee Year I SUBMIt'rnD tHis: Sitn:a~ut~ Ti~;' v.lizi-fDr END OF SECTION 47 ........ ------.... ----·DUFF&PHELPS~ .. Valuation and Corporate Finance Advisors Exhibit 6 -Evaluation Criteria " Duff & Phelps I City of South Miami May 10, 2017 20 Scoring(\n~ Ranking EXHIBIT 6 EVALUATION CRiTERIA INVE~TORYANDYALUATIONSERVICES RFP#FN20 17-07 Phase.' ~ Campetitive Selection .. Rahking} 'maximum rOOpoihts percorrirriitiee rrleliiber. Respondemts shanb~evaluiltE!d by the City. Re~p'ond~~tsd~erri~d'as b~st suited arid q~alifr~d sralrbes~leCted by a Selection C9ITU'nittiiae drat leastthree (3) City represent:atiy~s for disl::J,lssio:nand/br presentations, ranking and subsequent hegoti~tiotis With the highest rai'lk¢d qonsultant. . .. TheevallJ;ttion fu(;tofs .used f~rdEi~erminiiJg qUalifications for ranking include: I)Re~Pdn.d~nts·exper.U:jnte; qualifications,and past perf(jrinanc~ reia,t~d ~(ttheR¢rforming iiivetitQt:)i and ~Iuation,servicesof a similar nature: Maximum Points 30 ............... ", "." -.. . 2) R:~'~V~!1t~~,~rie~c.~,a"1~:.q~allfrcatio.ns.ofke!yp~rSQnnel~ i_f:lc:llJding k~Y' pep$onnel'Qfany suocontractors; th~tw"H ~$'~s~igned t9 this·pr~J~ct;,~i1de~pe:fi~.r:lce'an.(:Iq4~lifiaa~i61'){ Qt':~,u.b~9n~r~d.;Qrs; . ..' .' ,M<rximYlU' Poiot$ :tQ '3) R¢~pon~~ntsdev:~(qpm~ntp!an, tirne.fr~m.e, ope.rat!C>n plan; number'of qualifiedstaffto be'~ssign¢d t.q theprqj~tt . . Maximum Poiiit~ ,0. MaximUm Points 40· phas'eU ... ,Competitive Negotiations S,Wb,Mj$i!$ Will b~'e.valo:a't~4: b.y:a S~lecoon Comrtiittee; .A nmking of :"lIr~~p(md~nt:s QrShort" listed respbhdE!nts,'Wm be .determhled by the Sel¢c.~i¢n CoMm.ittee. The ,S'~lfaction ·qQmm'tt~e it1.ays<;h~duJeintervjews· and/or presenPltions. with the "short,.list" respondetits ori any f.¢~P9fl4 en.~. . A. frlJ~ltcinki~g·of'a,II·fifms:.or $,hort"listed fJrms will be submitted-to the City Manager for review and'approvaL TheCity'M~ri~g!¥r,sb~!rcoi1:1i;neD¢~ 'J'E!gCf>~ia~ibllswl~h ~hefit$t i<in~¢.d·firm. Iftf1pse l1egq~(atiOfls.!H·eu.l)sU€!i:essfl:lf~negotia:tlpn·swiH be b'paned Withthe next ranked firm, et~, i)!l~iI t,h$ SJ)CClE!$#p.lq:>rnpletl On .qf~¢~6tia#6nsai1dexeclJtfon of contract,s. Tb~ Gity r.eserves:the right :to rejectaJI Respqndents, tQ request clarifi~ation of information . ,sUbmit:t;~~ or to. reqli¢st additional information from any Re~P9ndent, an.d to waive '!.ny irr~~ularities in aiiy submittal. END OF SECTION 48 .................... --DUFF&PHELPS~--· Valuation and Corporate finance Advisors, Exhibit 7 -Contract See Exhibit 3 for Duff & Phelps Legal and Risk Management comments to the RFP relative to the Contract and certain terms and conditions. Duff & Phelps I City of South Miami May 10. 2017 21 EXHIBIT] IN"NTQ~i.f; ~E'~~E' ~t:~:,~~~~g~ll~iIElgg0~::: 4se~~eofSE!rVi~e\sj Exhibit 1.. . '. '" .' . . .' . -4tol1tract:o~~,i~$~on$.t():;,thE!,¢I1Y'S aid ibotumerits; Exhibit 4 and Exhibit 5 -4 C:I'N~S'lri$Ur~~te'8tlndem~IflCationReq~irE!rl;~nt$i' E~hibit 2 .' . '. ". .... .... .. This Contract'~nd the'&ehe;alcCl~diti~n~:t~9>n,tfact;S4ppi~ll1enta:ry'Conditions, theSolicitatiqn,. SCORe 9f Services and,/~OthefDCiCl!~Emts~!; jf ~r:iyare:/~ch~Ck~~'d6~~irients!!/sh~jj Jaki! .pre¢ed!:l!l~ ;d\terWe,re~'p~il$e to the CITY's Bid', DocLJtnents,if'any, at the, prt)p~s~i ~r.'th~qupte; if.ailY~ The i'tti~~~e'dd()l;liniehtsi;a~~ a~CI:ched her~t6andmade apari;h~reof byr~f~~enFei' .• ' ". .' . . . .. " ...... . 3) Dilteof COmmel'\celllent:CONTRACT0Rshalitomr'nencethe performance of the Work uilderthis ContractonN1A bra' ¢atetobe~pecified in a. ,NotfcMo. Procee¢,~r Purthaseorp~rl(hereinafter referred to as the' "Work Cornmencement Dat~")/aild shall complete the:p~rformance hereul':ld,er within N1A,daysor the'length of time set forth .inthe Contract Documents; whichever is.the shorter period of tirhe, Time is of the essence. " '. ' .. :. : '". "., ."" ...... :.'. "i" '. : . .' ".' , 4)PrilT!ary Contacts: The Primary Contact Per!ion in charge()fadrriln!~terihg thisCbntract Il.n.behalf of the CITY is the City Mari~ger (I/Manager'i), assistant Manager, or the Mana$er'sctesignee,who shall be designatect in a writing signed by"the Manager. The Primary Contact Person for CONTRACTOR and his/her contact information is as follows: Name: David Jones e-mail: David.Jones@duffphelps.com; FaxlN/A Street Address: 1201 West Peachtree Street, Suite 1700j Atlanta, GA 30309. 5) Scope of Services: The goods and/or services to be provided are as set forth in the "checked documents". 6) Compensation: The CONTRACfOR's compensation for CONTRACfOR's performance under the terms and provisions of this Contract, or CONTRACfOR's payments in the event CONTRACfOR is paying the City for the uses of the CllY's property or services, (hereinafter referred to as the Contract Price) shall be one of thefollowing, as indicated by one of the following checked box, 0 ).'ItA or as set forth in X CONTRACTOR's response to the CITY's written solicitation, if any, or, if none, then as set out in CONTRACTOR's proposal or quote, the Scope of Services, or as set forth In, or modified by, one of the Contract Documents, whichever is applicable. 7) Hours of Work: In the event that this Contract requires the performance of services, it is presumed that the cost of performing the Work after regular working hours, and on Sunday and legal holidays, is included in the Contract Price. However, nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City Manager, the Manager's assistant or designee. 8) Time Provisions: The term of this Contract shall commence on the Work Commencement Date and shall continue for three (3) years and one (1) two (2) renewal. solely at the discretion of the City Manager, for a term not to exceed five (5) consecutlve·vears. or unless earlier terminated according to the Contract Document.s. Notwithstanding the foregoing, this Contract may be extended by an additional ~perlod if the extension is in writing and signed by the City Manager. An extension of the term of this Contract is at the CllY's sole and absolute discretion. 9) Termination: This Contract may be terminated without cause by the CITY with 30 days of advanced written notice. This provision supersedes and takes precedence over any contrary provisions for termination contained in the Contract Documents. 10) Applicable Law and Venue: Florida law shall apply to the interpretation and .enforcement of this Contract. Venue for all proceedings shall be in Miami-Dade County, Florida. 11) Duties and Responsibilities: CONTRACTOR shall comply with all applicable laws, ordinances, codes, rules, regulations, and health and safety standards of any governmental body having jurisdiction over any matter related to this Contract or the goods and/or services to be performed hereunder, and shall commit no trespass on any private property in performing any of the work embraced by this Contract. Each and every provision and/or clause required by law to be inserted in this Contract shall be deemed to be inserted herein and this Contract shall be read and enforced as though such provisions and/or clauses were included herein. 12) Change Orders: No additional Work or extras shall be done unless the same is duly authorized in writing and in advance of the work by appropriate action by the City Manager and in accordance with the Contract Documents. 13) Licenses and Certifications: Contractor shall secure all necessary business and professional licenses at its sole expense prior to executing this Contract or commencing the Work. 14) Insurance, Indemnification & Bonding: CONTRACTOR shall comply with the insurance, Indemnification and bonding requirements set forth in the Contract Documents. 15) Jury Trial Waiver: The parties waive their right to jury trial. 16) Entire Agreement, Modification, and Non-waiver: The Contract Documents constitute the entire agreement of the parties and supersedes any prior agreements, written or oral. The Contract Documents may not be modified or amended except in writing, signed by both parties hereto and if this Contract is required to be approved by the City Commission, all amendments thereto must be approved in the same manner and with the same formality as this Contract. The Contract Documents, in general, and this paragraph, in particular, shall not be modified or amended by any acts or omissions of the parties. No failure to exercise and no delay In exercising any right, power or privilege shall operate as a waiver. No waiver of the Contract Documents, in whole or part, including the provisions of this paragraph, may be implied by any act or omission. 17) Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or services on behalf of the CllY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in ali of Its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if CONTRACTOR does not transfer the records to the :.~#~ M~k'la.Q~b,efi M;a!'l"nr!1g'Dr~~Qr BACKGROUND: EXHIBIT #1 SCOPE OF SERVICES ATTACHEMENT A INVENTORY AND VALUATION SERVICES RFP #FN20 I 7-07 The City of South Miami wishes to engage a firm for a five (5) year agreement for the proposes of providing inventory and valuation services to conform to the requirements of GASB 34 as it • pertains to reporting requirements and depreciation. The appraisal reports and services are to consist of on-site consultation, data collection, inventory, valuation, and cost analysis of the fixed assets of the City of South Miami for the purpose of preparing a tabulated schedule of fixed assets including a depreciation study related to actual or estimated year of acquisition and acquisition cost. In addition, an opinion 'of the current insurance values of the buildings and equipment will be provided. The fIXed assets to be identified and recorded will include, but not limited to land, buildings/structures, fixed and movable equipment. The property locations are located at various sites as identified by the City and. are referenced in Exhibit #1, Scope of Services, Attachment 8; "Fixed Asset Inventory and Reconciliation Reports." . Description of Fixed Assets: The identified fixed assets are located at various sites identified by the City in the Property Schedule, referenced in Exhibit #1, Scope of Services, Attachment B; "Fixed Asset Inventory and Reconciliation Reports." The following asset classifications will be included in the scope: I. Land at $1 and above. 2. Land improvements at $25.000 and above. 3. Buildings at $50,000 and above. 4. Machinery and equipment. to include vehicles, at the threshold of $5.000 for GASB 34 purposes. 5. Infrastructure at $250.000 and above. 6. Intangible assets: $25.000 and above; 3 years' life expectancy and above. Items purchased by the City with an individual cost of $ 1,000 or greater are required to be inventoried and tracked as per Florida Statutes. INVENTORY AND APPRAISAL PROVISIONS: The data compiled by the Respondent shall be developed by physical inspection, inventory and cost analysis of all applicable assets. Machinery and Equipment 33 The Respondent shall inspect the City's locations identified in Exhibit #1, Scope of Services, Attachment Bi tlFixed Asset Inventory and Reconciliation Reports," and included into the Property Schedule, to inventory machinery and equipment with a unit cost over $5,000 and apply a barcode tag for GASB 34 purposes. The Respondent shall also list and tag assets at $1,000 and above for property control purposes. Buildings/Structures Buildings/structures in the City shall be valued as a unit-in-place for cost accounting and insurance valuation purposes reflecting specific data elements relating to dates of construction or acquisition. original cost allocation, square footage, useful life, and reproduction cost new. Building component classifications shall be comprised of General Construction, Plumbing. Heating/Air Conditioning/Ventilating, Electrical, Sprinkler System. Roofing and Fixed EqUipment allocations. The Respondent shall identify and quantify construction and measure and photograph the bUildings. land Improvements The Respondent shall inspect and record data regarding the nature of land improvements which will consist of; lighting, fencing. flagpoles, signs. parking lots. sidewalks, curbs. retaining walls, etc. Infrastruct~re The Respondent shall compile data to provide data. as provided by the City, related to infrastructure assets including asset classes. quantitative measures, descriptions. location, historical costs and date of acquisitions. DELIVERABLES: Each fiscal year and through the term of this fIVe (5) year agreement, the Respondent shall secure all the requested information to perform the appraisal and provide a final report within six (6) weeks from the start date and the start date cannot be any later than November I st of each fiscal year. The City's fiscal year runs from October I st to September 30 th • The City shall provide access and cooperate with the Respondent to enable the Respondent to secure the required information in a timely manner. The final report shall be due by no later than December 15 th each fiscal year • . The Respondent shall provide one (I) final printed report, one (I) final excel file, and one (I) final pdf digital copy to the City. Only the City is the intended user of the final report. The City. upon receipt of the final report from the Respondent. may at its discretion disclose the report to its auditors, insurance agent/carrier or financial advisors. END OF SECTION 34 EXHIBIT 2 INSURANCE & INDEMNIFICATION REQUIREMENTS Attachment C To Contract INVENTORY AND VALUATION SERVICES RFP#FN20 17·07 Insurance Requirements Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. No insurance reqUired by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) ,claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease. or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specifiecl hereinafter), the insurance coverage written on Florida approved forms and as set forth below: Workers' Compensation insurance at the statutory amount as to all employees in compliance with the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. Commercial Comprehensive General liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership Subcontracts:The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as required by the General Contractor, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE: In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on bUildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the CONTRACTOR, as their interest may appear, and shall also cover the interests of all Subcontractors performing Work. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. Miscellaneous: A If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify the City as provided in this Agreement D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated AVII or better per AM. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: . (I) a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer shall pay a" sums that the City of South Miami becomes lega"y obligated to pay as damages because of 'bodily injury", 'property damage', or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B"; (2) a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." E. If the FIRM is providing professional services, such as would be provided by an architect, engineer, attorney, or accountant, to name a few, then in such event and in addition to the above requirements, the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exc;eed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered discretion. Indemnification Requirement A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. B. The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and assigns, harmless from any and a" damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost and expenses, including reasonable attorney's fees, paralegal fees and investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at a" appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor. its contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from the performance or non-performance of the Contractor's obligatiOris·under this AGREEMENT. C. The Contractor sh~1I pay all claims, losses and expenses of any kind or nature whats~ever., in connection therewith. including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and assigns. including their attorney's fees. in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of the Contractor. its Sub-Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of. or incident to. this Agreement, or incident to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. D. The Contractor agrees and recognizes that neither the CITY nor its officers. affiliates. employees. successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor, its contractor/subcontractor or any of their agents. representatives. employees. or assigns. or anyone acting through or on behalf of the them. and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Contractor. CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents. representatives. employees. or .assigns, or anyone acting through or on· behalf of them. E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami. which approval will not be unreasonably withheld. F. However. as to design professional contracts. and pursuant to Section 725.08 (I). Florida Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design profeSSional concerning indemnification. Thlls, the design professional's obligations as to the City and its agencies, as well as to its officers and employees. is to indemnify and hold them harmless from liabilities, damages, losses. and costs. including, but not limited to, reasonable attorneys' fees. to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. . EXHIBIT 2 ADDENDUM Ii: EXHIBIT 3 Intentionally Omitted EXHIBIT 4 BID FORM INVENTORY AND VALUATION SERVICES RFP NFN2011·07 THIS PROPOSAL IS SUBMITTED TO: $caven Alexander CityManapr City of Souch MIamI "30 Sunset Drive South Miami. FU31 .. 3 Addendum NQ. t\\,A, b. f\espondM~ has fanill"",acI hi~ wiih the nacure and extent of d'te Contract Documents, thepropoaed work, .... loc:aIIty •. and iIllaca.L ~didons and raws and reaulatlOn$ that In any rntnner may afft(t COSt. prQire$S, pri;nn~ orfumlsfllnc Ofche Work. c:. R~ has &iVan the City written notf(e of all conflicts. erTOf$ or d1wepanc1es lhat It hudl$.COVnd In the ConCl'aC<t Documents· an~ If any conti/as. ~ or dl.screpandes I'iave .... ~ I!ld nOtice pen. the RaspondentnJpresena, by submiUl"l Irs propc»al to ~ CIty. • th.. it.espQnd.m has received sufflde.nt notice of the rasa/utian thereof from the City. that sl,id; resQlution Is ~e tQ RO$pQnchmt and that th;t Respondent waives ."ydalm ...-arngtb'l cdC!:$, in'Ot'$ or discnapaild~ d. This Propasi1ls pn\llne and nOt made in the Intere$t Qf or'oo ~.~ any uncfI$do.s~ per$On. ftrm or corporation and i$ ~ subniitti!d pumoot to any ... ~ Dr rUes Qf any pup. ~on. orpn~on. or corporation; Respondent has notdi~y orindi~ InducedOf' sQlldted any other ReSpondent to submit: a Mse or sham Proposal; Respondent has not soliCited or Incl~ed ~ person. firm or corporation ,to refrain from respQndin.a: Iild ~dent ha,s not·sauaht by 'colluslon or ~'" to obtain for icseIf art)' advamap over any odIer ~pondent or over the CITY. 4. Respondent understands and ....... chanh. Contract PrIce Is chI amount ~ it ~ to fumishand install all of the W~ complete and In place. Th. Schedule of Values, if requinJd. 1$ pro~d4d for the purpose of Proposat Ew/uatian and when Initiated by the CITY, It shall form die basis for caI~", dle pridlll of chanp' Qrders. The Contrac:t Price shall not be adjusted in . any way so as t.b ~It In a deviation from theSchedute of V~ ..... ~pt to the extent that. che CITY chanps the $copeohhe Work alter the Cc;lnnc:t Pat.. A$ sud't l the Respondent $hall !umlah aJllabor. materials. equipment, cools, superln_dence and services necessary 1:0 provide. complete. In pla~. Project for the Proposal Price. If this SOlidtadon requires the completion of a literponclents COd and T-"n.ccrl ~,. ExhIbit S, as may be set forth in in an exhibit to this Solldtation, such proposal must be attached to 45 I I I I 46 jj I Duff & Phelps I City of South Miami May 10; 2017 19 ;.: 1f~ttJ' '~~f.:i~ ;M~1l ;'w.~j~: ':t(~J~-r 47 DINVENITORYAND VALUATION SERVDCES RFP #FN10 17·07 Attachment A to Contract CONTRACTOR'S PROPOSAL OR QUOTE ------------DUFF&PHELP9-- Valuation and Corporate Finance Adviso(s Attachment Ata ContrCict,... Contractors Proposal/Quote/Scope of Servic~s N~t~re of S~rvice The purpbi;e'of 9U'fwdrk will.ba .to deve.ldpa cornp[~hen?fve rElPort covering thefixeq IJ,ssets ofTheQity of South Mi<3:tTii (the "City".) fQriissis~a.rice in complying with the reportifigrequirements of GoVernmental AcqQUnting$tandg,rds Boa,rdis (td:A$B) StCliement No. 34, develop an inventory for properiycontrol p~rp'bsesqrtd d~itelbpaccuratepropertyilisurance values avera 5,year period. ; Prqj~ct itwJusion!$ The fixed. a'seats tQ be inCluded in this ef1g~gemer:'ita're Ib.c:atedin various City"owned-faoility :$ites <J.nQ 9trIl9ture~,<J:s re.pqrt$qby th£?, City.TM 'fa~jJWe.s inclUde Ca.pitaIAs.$etE; wHichcomprisi3 typicalwuhicipal 6tcupandles: (adtTiinistrati6f:1;educatibl)i police,fiY$; Juaititerrance, park$, etc;) Also JncludE)q q,re the Qity's ihffasW.lcturf,l assi'it$'ohmprlse'd or roads, TjQhtihg;..signs;sldewalks'; bridges; traffic cohtwi ctevices,andthe . . .... ~ .'. ,'.. . . '.' .'., .. ... , .'".', ,,' . ,..... . '., .. -'. ..:...." . -:.,',' ,-. ..: . ', ... ~ -, ',... ','. . .... ',' . . . . . ,.. . . storm Water .hiMfIQ6Il1etw.sysJem, • 8l!ilding~ at $:~9;Obb and f.\qoV€J • Land lniprove'rnents cat$25,OOO arid above .L;:irid&f$1 .anq a,b.ove • InfrastrqctlJre al'$2$,Q;Oo:q.'f\nd;Ilpqve • M9v.~i:\ble EqLiipmeri,t ~t a GapitalizatiQn tl.ir~shoJd qf$/;,QQO forGASB34 purposes;inVent6ry alid bEircode ta.gassefs.aMl,OO(i and ':abbY$fofprbperty ma.'naQemehl arid control • Intangible Assetsat.$25.000and:above; 3 years' fife expectancy and aboVe Pr<~je.ct Exc.lusicms Excluqe.cl·ftom the $$rvic<:lf? prQ\iideQ ~ytbi$propo:salare: • Enterprise Funds • A~set$; B$lbW·the¢ap~a.Ii;1:aHQn Threshqlds • LeC(sed Eq\:lipm€lnt...; Op~rating • A$~et~ih cir atlocCJ,tigns that ciret¢9n$idered C!-~nbt easiIYE.\cc·sssibleor identified locations within the pr9PQsa.l· . . • Personal Property 'of EmpIQy.ee.s or Others • Vehicles • Sl,Jpplies/Expendable Inventories • Historical Trea~ures When eqUipment is not 8C1sily I:'lccessible. We will con~llit with YOll to gather the information, or the i:\Ssistance, needed to perform Dllff & Phelps's inventory. Duff & Phelps I City of South Miami May 10. 2017 22 .................... ---DUFF&PHELPS~.--· Valuation and Corporate Finance Adviso[s If desired, library books, radios, computer software, firie arts and historical treasures, gnd licensed vehicles c;ari ill,so be Incorpor.ated into the record based Qriihformatlon $uppljed bY tht? Oity. This infofmatidn must b~ provided to Duff & PheJpsduring the initial field ih};P!3ctiOn to. be, included in the reports, W~ will not ihSPi':09t; t~g or v~lu9: a.ny0fthe special assets identified by th~ City. Effective Oate of th~ Appraisal The effective or "as .of" date bfthe appraisal for a:ccoUllting purposes Will be asdfa current date on this proJeQt; unless otherwise <;l.dvised by the City. For insurance purposes the effective or "as; of" d!'lte will be the last day of field work P'remlses Of Vahle -tHeprelfli§es 6fvalU.8ia.swefias ¢¢rtain related valUation ternis;a:re qefin~cl as fq!lQws; • Gastof Reprbdu.ctibh New (For Insurance Rurposes Only) " The e('ltimp,ted amQunt: reqLJir~q 10 teprQ'duce\ad4plic.ate .. of a replica ·of the ehJir~ propertyat:onE;i tim~;in Ilkff,.kind.~nq lTIateri.a,I$,in abcO't'ciarice withcUrrehtrnarket prices f6tmat~rii'!,l$,I.abbr~ anti, manlifaGtwred~quipmeht; c.0f:itract0r'$'0X1grhe:~d~(id profit;a/'iC! f$$,s,p:utWiihpul prqVi$ipii fO(M€1rtlme; pprrl!§'~$tQ(I~QQr,Qr premiulTiS: for rffalEitlal or e'qulprtieht CIiN; ~& i:H:~flh$d, i$SYl'iOhYtribWS/wffh thelt:l$LJ r?hQ$;indu$try te.rm "replacemehtcO'stneW)' . . ·Hi$t:o.r:(~H'I!QQ$t"' I:>\~tlt:1~dI:JY G:enerally Accepted A(Jcp!-!ntingPriI'lQiples 9,S the amounicofct:i.$h, or it$$quiyalsnt, P.J,s,id.tCll:1cql.Jlre gn asset. • ~~ti.ma~eaOtigit1~r ¢.9.st-theesnmfJ.t¢d 0rigih;:t1 cost of th~ prop·e.liy in ~9QPf9q:rjG~ with Qo'sts ~s 6tt.h:ea9.tiJ~16rE?~tim@~qdate the prbp~rty wf,isfirst cgnstructeqj oriQ!ri$!ly lnsta.li$Q;Q[ purch~se,:L • bireQ! Costing ~ AdditionaJ research into the histdricai'cost dobumehted as ptbli.ided by the CItY in a reci,\:lily 'cp/aHableani:l (.Js$able format, in tne City1s property r.8cordsfbr the orIginal construction. iinpfbV~rrl'!~nt$,a:hd 'betterments.' . . . • NormalCo$iing ~ ~~tirnatedcopt.ba~ed on th~c;:qst of reproQl,.lctIOf1 rr~w .i(1~exec! by <;t. re,qiPrQQal factpr'of the, ndee Ihcreaseftornthe ilppr<;tisaloate to tiW~9tuaJ OJ $$tlrnat9:0 f;lQquisition elate. • MqyiS'itiQnbqt~~ WhE!n rl;)adily gvailgbl E3 ,we will usetlJ~ actuai acquisition date oHhs pt9.perty.Ih the 'aQsE';)r)ce <;)1 reaqjly-available, infonTI<;ttion,the'qcqulsition;date will bEl esfimated'b~u3ed upon buff B.,· .. Phi'ilps'13kn()wIElP9.~':of' the property type' and its condition. • Estimated Life~Ahestltna:te Will be made of'theuseful'liteofeabh uhiH::onlrolied asset arid each citoGp-~¢6htr.QH~di$s$t, Th~ ·rtratfer of hl$torlcal·l.iting· pr~cticeY~r~~s .~s.tfmp:teQac~u~i live$ 'WilI be glsGwssepdiJrihg the 'p;I$.h·ning, meeting ariqan ~~c,ep#i,blei\f:fpf9~sh IJIJi!lbiq Q~\ielbped. it A¢~vm.UI~teq p~pr$Gi~ti~n"-Will be based· on th"e"' ass"et's' C0St; acqUisiti9.n da.te atld the ·£?sthliated usefullif~ ut!liiiiig thesUaight-linebasls of depreciation. UsefilllivesWill be based on ihformation provid.edbY thf;jDitYbrindustrystandards. • Insurable Value (For Insurance Purposes Only) -OQstbfr~prQdWbtion hew (replacement Gost) as of the 'appraisaJdate' will be Used asa basis for ihSHrablE:i' values for 13:11 Gontrolled proPElrty. ValLiEJtkm ApproEJPI1 ·Our analWis will con~id.erthe three basic approaqhes to VEMe; inQome, market and cost. I n accordance with theU8PAP guidelines; all basic approaches to value will t:Je com3fdered; however, because the p\1rpose of owr investigation will bEltO !')xpress an opinion on the existence and the historical cost and accumulated dE!preciation of certain fixed 'assets for financial reporting purposes,it will be considered appropriate to rely solely on the cost approach. DLiff & Phelps I City of South Miami May 10, 2017 23 ----------.... DUFF&PHELPS~- Valuallon and Corp.orate Finance, Advisors fIJ1$thodology BOilejings For new hliildirigsonly, we will utilize a full"sc6pe, segreg~ted cost,approachihbludlhg' i;l.hiI'lSj:i$CtlQh of each building with aqostof$t)O,bob arldabqvetoideNifyeonstruction d~fa that' will heus~qiiithe Valuation process. During ilispection of the premises, We Viiill ~aJpljlatE;legphbtJildlng;saraa and P-E~rirnet~r by mi3asurtng :thestructtJre0nhrough~n qi1?lysis oft~e ?s~bl:intplu$.F)rinWor otlWrverifif;ld sburce: identify and recprq,dat~ Of the tn~jbr :cori$txtJ¢tionGomp:oo:ents.' (Wpe()f. $tructur~, walis, roof,E?tq.) C\nc:l type of c('mstttlCtion;re:cord riumberofstoi'ies: ar:iCl qcb.upanby; bO~fiitrf\l.tiOti of addresses and zip codes for each IQG~tion;, rE;lcQrd. dataqf major sf;1ryicE~"$Y$tem$($lectrlbal; plumbing, s~curitYI:elevators" h~atingfventil~tiGn, 09011119" firi3protection,etc.):j'p'hotogr~ph the buildihg;ahd record the GPScoordinates cHid flood zone c1?S~ifibC3.ttCiIl$~ The: ins'ur~hl!? 'valueof-eaQh builqihg '~Qc!Jhe. rE:J.lat~dc()M~r:w0ti<;ll'1, 6qQqp~hO% proteCtion; and exp'dsufe: (COPE) 'data obtaiheddUrihg theihspettibn:,WHibe.: reported onari hemit.ed ,b;:191$ fbreach strU(3tur.eappraiqe~, , Ma¢hii1~iY ~i1d Eq~!pme.rit An . .invf;liitQ,fY 91 riE?Wr)1~9fiin~JY'.i1ric'Le~q'qrp:in$nt,a,s iii(eiitif!Ei(r~y. ~ti~,qltyj Willfnelupe~qihY$iC.al inspectioil a:nd:b-ai'Cbd~'ta~:g.inQ wtth ,a .uriih:;p:~t::lhex¢C?ss,.,6f$~';Q'QQ: "flSiQt pl?n,s. vvii "be req!).ifE)Q· to:a§i!~tthl?, in'l.entQ ry team in assutingfhitt nq.?teasa,re ftjiss~cj; Mi:!"eJ$!essilian$5 j 00o Will be excluded; It i$irnp~'r1antt0 note thatwewill'T1bthepeiiormiri~l'adetailed reeonciliciti.Onto'lhe City'sexistih~!'fi)(edasset lElclg~r: " . . .' .Land Improvements, For newland im.prqveqlerit$ only, ider\~ifteg b.y the.· City. wf?wlll cO}l,duct?D irtv~lltQr.y, of $it~/la.ncJ IrhprdVemeritsahd·riiisGeIIMeo,us·,wu~ture.sat$25),OOO·aM ~QQlig.P!:ittill$hrdata,r«3ge..rdiriS~I'~~tl1inthEise pa,tElgories, I.e. paving, Hghting,fen¢ingiPiolrkif\g lots';~ld,eWfJJk~i$ig(is" flagpoles, curQq; r~tCl.rriinQ;walls,etc. wiil be. record$d t?p~rmitl'lssi~nment(jf valpe:, L~ncJ L,@nd Wi,lI be'JnqiLJdeq Oo;lSE!Qon the data pr()Yid~d'toLlsbycthe:¢ity, A$a. pClrtpf this engggeln~rit, we will C9D.O!Jct.<l ct;Jr$Qry r'eviewof the data, If thedatci is not'avaiiablejorsufHcientifbr anadditibhalf.ee :Q($125 per parcel; DuH:& PhEilps wili resfl?tch the City records toJdentifY thE) City's ownE;jd' la,ndCl9,s<?t~" lti gi:i,th~ring tlii9: qata,; we will: • FlE)search thE) Qity Asse$sor's qata.ba.se$ ah~fllest() ige.ntlfy land owned by the City; • Utilize d,aiEl. gathe.r.ed from the GityAsst3ssor!s,dfflceto research deed information; iI Compile a d'ata report indicating .. as available, the folloWing items: • Patcel Number ' • Date of Sale • Parcel Size • Estimated Acquisition Price • Street Address when available Duff & Phelps I City of Soulh MIami May 10, 2017 24 -----------DUFF&PHELPS-- Valuall9n !Jnd CQrporate FInance Advisors Upon.completion of the identification process~ Wf3 will meE)t with you ;;Ind your externalaVditors .to discuss oliff & Phelpsls findings. At thaJ time, we will be prepared todiSGUSS the materiality of deVEilopih9 the histQrical cqstsfor parcels for which acqulsiUoncpsls were unavailable. Ihfras.trueture and Related Rights-of"Way Duff & Phelps will inciu.PE)infrastr.uQture assetsl3,t $2$Q,000 and above in the GASB34report. We will rely on theCitytbpr6videdetailed ihform$.tion asf6Hows: • AssetQlasses (roads; bridge's, sideWalks.easements/ROW, traffic control,storm Water, etc.) , Qu.ahtitati\i.e-.(Iaheniiles; square fi:l$t,etc;) , . • . O.e.sGfip.1km of the. A$.$et • Lqcajjonall~IQrm(3,tlbri • Hist6ri(ic;i1 COst ~ P$t~l'Qf Mqui$)tlon IhtahgJble"ASset$ t)un &Ph~Ip'$"WIfi inb)uq~i a$CIi~ht~s9Ppli$dinformatibtii intangible assets$25,OOOahd abtNe With a 3" Yi3arlifee~pe¢t.~n9¥ '. . . '.' R¢~PQri$ibilitles Th~ City"$Fl~$PCJi1$IP.!litie$ • Confirm the Ii$tolall propertytbb.9 hidUded in the assignmeni-;albngwith physical IOGation/$tr'$et address, :on,site propertY'contacU depaliment liaiso!1laiidteiepho'rie nUmber, • l!:!entjfya~~Rr~$e.otEltlveottheGitY to.-serve:?$ th~prim~w on-$.ite. 9pnt qcta,nd li<3,ison b(;)tween the Qi\y,Eihd b.utfSt P:h~ip.s. ' . " PrQviqe GOpies>qfE}.nypriorfixed asset li~ting.s, i.ii hard GOpy and ~Iectr$fiic meqia. .prpiJrd~ i:.:pmpOl$tean,d opeflacc.?S~ t9cl,n qe?ignateo qreas' inCluding security escorts fdrsecurity- s$nsitlve:~te1;1s.· .. . . Duff&PheJps's,Responsibillties • Dev,ejop aprqject work plan prior toc9mrnenc€im~ntof ourfleld inVEist,ig~tiorUL • C.bnd,udf an inV~nttiry6f the1i~$ets,(lQIlf;'idiJlg thefQllowingdata elements: • Asset Locatioh • i3uild.ing Identification • Depar:trnentNumber • Apset Number' • . Af?set Account Code. • Asset CI!:lssific(3.tion Code • Function Coqe • Quantity • Asset Description Duft & Phelps I City of South Miami May 10.2017 25 ........ --------.. ----DUFF&PHELPS~·--- Valuation MQ COfporate Finance Advisors • Prepare final reports. • Provide stat.us rElPorts as to our progress, or challenges, incurred throl,lghoutthe stl)dy from start tOQE:}liVi!lry· '. D~liverables The City will receive.one:fiJll bound report, as well a$ a .PDF filElanq all. ele.c:;trqnk; file in E.~c.el fbrrnf;l.t for CitYaudi~()rs. ~unimary Appraisal Report-Duff &Pheips will providetM Gitywith a"Sl,Immf;l.!), Appr~i!3aj R~port:, in a.cccird~n¢i?'with Ihereporting requireiiTlerits set forth by the .UMifQrrnStail¢latqs Qf PrQfc,wsiqtlcll,Appraisal PraQtice ("U8PAP'lThe repotCwili presentbHly's\.m:lIilaty qISCu~sJQti,sonheqat~kr~~$pnrng, an!i!~na(y~es ~s~~fln the ~p'praIsal process to develop Oliff & Plielp~'$ qpinion of Vall.J.8.$.upPbrHngQoQ,LJ.rrwn~atiqn c:bi:j:¢e.riiiri9'thE;l,d~ta, reasoning, and analyses will be retained as;:t part otthe'work PiOIP:en'$._D@ & Phelps iffi not I'ssp,9j:isiblefQf.Uhauthoi'ized use bfitsrep6it Fi~~d AssetAccourltihgS'ummaty Rep()rt.~ the:$tc;lhd$rd F1X~d A$s~t A0qQUlltingS,\Jmn)?ry,RCilPOrt ditpl~ys<!e~Qfip.fibn of fields beirtgsiJmriiatize~i origihar'.tbstlaCGumulat(;)d:Q~pr~¢.iS\fi.Qn; neLl'jqok value; r;l:nnya;\Clep'r~ti~tioni:projected prbVisiOl'l, byacGouht. Fb(¢d Ass~tAccolintihg Ledger R&j:ibrt " TheFix~d ASSElt.A¢cpuntlhgL.~~g~r ,8ep;~rt: wU! inq1w:je>aJI G~p.i~&:l~s~etswifh a' ur'iifcbsfJh exce~s· Glf thef GitY,~$ capifalfiatiot)thte¢h:oldQf$5,QOQ 'ctnQ'the: rel~te9. ~f~t~r.iC$.1 cQs}lestimat6d,original costi aG:bUmu iate,ddepreci~tion, i:1.nd cq rr~t:1t.9?pre:¢ii;lti(>D'.dC?JE! fqdin(incl~1 r~pbrt.iri'gpl!rpose$. This iiit6fmati6n will be sorte:d arid repdrtf:ld tJPQf!byatCbyot. ", .. . " f!i(~dA§$e.t'Additirins:Report.The'Fixe.dA$setAddiHOhs.R~PQriwl.\l.inoMli?rnQvggbl~'eql:l)prnl'lfltl?ss.et9 JJ'1Verit9ried,Wid bar'cbde tagW3d during field work; but; not¢onta:ihed i!1:t.he C.ity's .eKist[,.10; recqrqs: DW,& PhE?Ip'~~~sume$,'ttiese items represent moveable:equipmeht ?ss~fsthaJ Wt:irePl;lrch~.s:e:9;3!flqe:thl'll~st phY$icalifiveri'tory. .. Fi)(ed A,sst:Si: RetlreinehtsReport -Th.e Fixed ASset RetirernE:}ntsFi~P9rt yvHlirl'qluqe. n)9V!?abl!:!ElqWipm~nt a$.set$GontE,li.t'l$d'in :the City's existing records, but hOt-foun.d durii.lgtllefit;Hq 'VVQrk. [)qff '&'Phelp$ ?$s.qmt:s fhi9$6 it'etiii3rep'reseiit ffr6veable eq'Uipmentas$etsthat wereretJr.ed. ~iroe th!=l l&s.tphyslq,allbvElntQry; IidvJev~rj ifshQUld'oe noted thaI the items In the' Uhr:e.co.rded Retirenieht$ .. Rt?PortoQ\Jlq ~Is~:>,bfil H19h.Jde,din the Unri3Gor(j~i;rAdditi6ns Report.inheir bar c6detagMsbeeiJ remoVEid sLr'i¢e the Jast PDysicql invElPlqry . .It $hQl,IJd ~¢ r'ioted;that the scope of Oliff &Pheips'$ ehgi'lg~trji3.ht does r'IPt iriGI!Jd~·. any' reQonQili(l.t!Cin prqQe~\;jr~$. ... . . .' Pr:op~rty Insurance -Statement of Insurable Values c Thestaritlqrq Prqperty Ih~Ur$nce·~ Statement .qf (nsJJta:bl~ Values Report displaysdesc,riptiC:lh O.ffieJdsbeih§ surTullari;ted, $:hdt:;O.s,t pf reprod!,rctiqn new. Ti'ming Upor:lre~eip.t of ypur signed alJfhorizatiQn, Duff IX Phelps Will work clqsely with theCitytb est~blish project start, field work ~hd rep0rt delivery schedules to nieetYQW( rep-Qrting re:q!Jir(;)ments. It IS our understandIng that thE:}startdateshoulq be no latElr than November 1st of each fiscal year and that the final report be iss'ued no later than Decemb.er 15th of each fisc;:al year. Duff & Phelps I City of South Miami May 10, 2017 26 INVENTORY AND VALUATION SERVICES RfP #FN2017-07 Attachment B To Contract SCOPE OF SERVICES 53 INSURANCE '&INDIaMNIFICATIC)N REQUIREMENTS. Ins.urance Req.,.irern~nts Att.a~ltm~nt CToCQn~r~ct IN~NTORY ANOVALuATtorrSERvl<:es '.' . . RFP'#FNi~t7';07"" . Without jimiting its liability; th,ecolitr;lC:t9r, cOrisultant or con'sultingfifm (hel'eihafterrefetred to as "FIRM" With regard to iosurll:n~e ~nqln9e.mnific~ti(m .nm\;l.Ir.~tyrents) :sh:lll bereq\,Jiredto procure.and maintain. at its oWn e;q).¢,iJs~d~ririg·the UfE! oftpe gG.i:itt~sYifns4ral)C:~ Qf FP¢types arid iii the minhnum am6untSstated below.'as will proteCt the F.IRM. frprTI' daii:n:s whi'cfj may arj.~.e9ut of ~r feS,lll.t {rpm the (!911~l<Jct or the p~rf9rn:ian:ce ,of t:h~.tqiJt~ctWitl:i thea,itt. ~f South' Mia,roi, whether,:sti.¢h c;:lali:1J .is~· ~~ins~ the '~Il\M (Or ·any '~l.!b.~c;9ntract0l7i or bYc)'1yon~ directly Or indirectly. emplo.yed.byanyofthetn:or'byanyone:forwh<:>se:actsanY··Qfthem may beli~~I~; . Noiri~l\rance requlfc;d'l?ytlie:-CITY ;shall be issued 'bt :Writteh ~y;asur:plus lines: :tar:ti'eruril~f$s ~u~!Jpl+ze.d in writ!ng.J;wthe' CitY}lnd'.;~LJ<::h;a)Jth9.rl~:lti()I1:$~<1II6:~:a:t1\M ClTY's,~pl¢: M~ .~:~I~~6.~~~:;i:~·c;~~~~il'!~.I~ll!:~~~!~i;~~·~n:~jf,~:s~~~~~S~~'~h~{~~i~:P~'~~f~!~~~:: :~r;'~'i:'hob:~:lf~b~:~0:J!:'r~~i!t;~j(~t~;4f::.:t~,i~~~~~~!~l~~~;·~~~~a~b~al,m~ tontrac~and for which the FIRM may beJegallyli~ble,w.h~ther~yqb·(Jp~nt;~ons~e':~y-~h~ FIJtMpr b.yaSu,~.toiJir~<tt9r or OYa.'nYRtJ~~lte¢tlYdr·;iti:~i.r~ctIYf3.itii-?I.QY~l1. ~>hfny ·~fthEi.r:n"gr b.y.a;riYQhefor whose acts aiiY oltk em ma,y' be Hable: ,{a} Claims ujld¢rw~:)i!kersi c~mpe:n'sattohi disabili1;y benefi~andothe.17 si.mflarElmpI6y~e.QEi!'l¢ti.'t;a<is:whlch are>a.pplk~QI¢ to· the'Y¥bl"k,;tq be :p¢rf~rme~;'(p) !:I,ait:n:~\f¢r ~~mag!i!$~:e~a~~(~~: (:jf b6~J!yit:@tyioe¢~pa.tj9f\a.tsjc.ko~$~ o( drseas'e; 6rd~ath 'oftheFIRM's>empioyees; (t) claim's,{or d~oflage~ D.~·t .. a.use dfhQdiIy. inJury; $.jc~nes.~ or~!s~~$~, qr c;I~~th 9(any p~rS9119.th~r.thimtli~ FIRM's'emplpye~~;: (~)~I~iijls:.fqr dam.ages insilre~by u$tial,p~r~onaril'lii,II1.li;'lbilitY ~9vehlg~; (e)Gr~ims~ fQt darri'ag~s, othef.'than· to the ·w.ork.ltSeJfi beC\iuse:()( ihlul'}'to'Qr d~stru.ctiQn· <;>.ftangjble property,· jn~ludlng I!MS.0f use: resultihg there ftom; (f)c!aims' fbI' ~amagE!.s.~e·ca,tJse., ofb:odi.IY;irljU.ryjQ~ath,qf ap.er's~h:qr prQpe.'1Ydamage~ri~ing Qut.ofoW.netship;lllaliitenance, or-USe' of' a,motor-vehiCle; (g) ,claims; f0t bodily Injl:lry 9f propertY q~m<!-ge: eJ,ris.lng,.ollt: o(CqJXIpr¢t.~d' 9peratIQnsra,n,d (11) ·(:l~lms i1lVQlving:cbntraC't~~I.liabjJltYjhsuranf;:e~ppii~~bl¢ tc;; tlj¢flR.,M~$ 9pH~tiQn:SI,lIjt.ier th~ ¢qntf~~~ Fir.m';sltisurai'JceG.eberaIlY~ . The: FIRM shaH· prpvJd<a·and, mainta.iJrin.fqrc;eand 'eff(~Ptuntjf ~lIt~e VV9rkt6: be periqrmed (lI'I(ler tbi~;C;ontrilGt'h~.he~n tQi!'PJ~t¢(:J:a!1d ~c¢~Pt,~'d.b,yCITY (pr: for. ~ych dur.ation as i$' ot.herwise sp~dfl~d hi;i'feliiaftet);tne Irtsuraiice· coverage, Wdttenoh FIQrlrla approved forms and; as set forth bek~w: .' W()r~ers-Cio.l11pensati(ln.in.surance at1;he$tAtyt.QryamQ.iJl'!t:a~ t9~1i empIQye¢$ in compliance With tile "Workers'Cotnpensation Law'" phhe.State Qf FIQrh:la,. in¢IQcling Cb~Pt~r 440" Florida:Statutes; as pre's.ently wtftten or hereafter am¢l1ded.and allappli~ablefe.de~l law~. In ~ddjtiol), th~ poli~y (ie's) miJstindude:EmpI6yers' Liability at the statutory coverage amount. The FIRM shllil further i.nsure that all of its Sl)bcontr-actprs rnaint:iihappropriate levels of Worker's Compensation Insuranqe~ . 54 CQmmercial Comprehensive c:;enetal Liability insurance With broad form en(:kwsemelit, as well as autoinobil~ liability; compieted operations and products liability, contractual liability, s,evet3.pilJtyof interest with¢ros~ liahHIty provision, and personal injury and property damage liability Withlimitsof$1 ,000,000 coinbihi:!d single limit per oGc!Jrrenq~·and' $2;OOO,(YoO . aggregate, including: . .. . • p¢rs:onai inju:ryr$I,QOQ,QQQ; • M.ed'ii:alln$ur~i1ce: $5,0()Q.perpersoh; .. propetty· Qamage::$5QO,O'qO ea~h o"CCLirrence; Ur;nbrell~C:Clmro~~Ci~1 ¢9.Olprehen~iv~· G¢neral Li~Uity in~.;Jram;eshali beWtitt~n o.li a Flpdda ;a.Rpr6~e:d.JofIl1Withthe $.an;,~ co.ver~ge ~~ t~e primarY. insiJ!'ance polley but in the amount bf$ tfO'OO;OO:Oper .daim ahd~2;Q.QQ;OO.OAhnual A~r~g~te!.CoVerage: must pe; affo.r~ed onw form rni> J11Qre. r¢:itri¢tive thij.n th¢,.I#e~te(!i~ton6ftheOomprlil~ensiVeGer.reraJ LiabHW ppli¢y,w.ith9!J~·-r.~$triC;:tiv~'~n~ors~m.ents, as'flledbythe'lhsurance-Services Office,and must include:' .... . . (~). ,PJ:'emis~S::llnd. ,Oi?~l1l.tiQi:! ·(1),).,ln:4~i:i:¢~.~.eijtj'C9,l'jt@.¢~:Qt!)' (~)Pr.b.ductS; and/br·Completed·'Operntkms Hazard (~); 'ES<plosron":G.~:o.~p$e;'a;ndQnd~rgn,,,und H~rcr·eoverage ~W:t.::~d'::~{~¢.~~i~~~~ag:~:'r.ag¢:.~pp-li~~bl~ tq,·tbis ~.~etir.t':Cbhtract, iotiudiiig,:<iiiy hold' na:tmlessaiJdlot 'ihO¢thnIJt~atlon;a"greeme.l'lt. . . (g) Person~llnjgry¢pver!lge'wi~ Ettiplhyeeai1cJC;;6ntta~tuaJ ~¢~!.iSlo.a:l's rempved; with 'rD'ihJrnuin !ji'Ii\~C?ft9yi3~g~':eq!J~J·to thbs~irec:joiredOfoI"B6dj!y Injury Liabiltty.ahd Property Dama~e Liahility;' ". .... . , .' '. " B:Q:siri~~sA.lItcir:tlpbilE!·.Ua,l.),i.l~~Y:With:mhii(l),ll,»!iQ)lts ofOri~MlroQ~ 'Doll~f's ($I.,O·OO"()OO;OO) pluS:ahadditlonal,Oiie MillloiiD.dilar($rl~O'OO;O.O,O~OO) omhr¢liap~W9¢~(ftr¢l)c~. ¢9mbin~d sing!ellnjitforBoc,IJiY'ln!'lJry LiaJ~m~ andPr(jpeny Dama:g~ ~i~~Jfio/(,q(ri!)r~.I.I<l covetclge mti.st be:aff6.tde~ on ~:fprm lib more: r¢~trj~tiY~fth;tntlie latest edftlori'6fthe BUSiness Automobile Liabiii1;yPQliq; Without: restdctJYQ-~ndor.,s~rm~nts,a.s fiI~.~1 pywl~h-the'~ta.t.e ofFlor-ida,a,ncl rnl,lst;: IPclude: . (li:)b.wri~.d V~hj(;l~s, (I)) Hired aiid.Nbri-OwiledYehides (~). Employers' Non~Owner~hlp Subc()rjtra~t.!?: Tn.¢,FI.RM~grt3~sthat.ifa:ny part bfthe Work under-tbe'Contract is sublet, thes:ubcQntra~t:.sh~il· tb,fitain~'the:same,insl,l~ance provisl()nl\sr~q""i.r.~d by th~ General Cbntraqton Qth¢r th;:tritheFire <!!1ct E~efld~d Cq"erilg~ JltSiJr;:tn,¢~~P.dSHb~~jtutrng1;he word S:U~c()htract()r fbr thewotd FiRM and substituting the word FIRM fot crt)' where' applicable .. Fir~ .~nd Ex:temfed Coverage Insut~n.tfa (Builders' Ris~); If APPI.,IG;A:BL.E: In the event that thi~ cbntr~ct inY(j\y'~$the c()nstf'uct;iol'l oh struc~ur¢, the CONTRACTOR shall maintaih, With an InsuranceCornpaiiY or insurancze C0mpa.rlle& a.c.c:~p.table tQ the CITY, '''Broad''fbrm/AIl Risk Insuranceoribuild,ing$ahdstru(:tures, inclodingVandali$1)l & .MaliCious Mi,s~hi~f coverage, wh.il~ irithe:course ofconstr-uctlon, indudingfbundations~ additions; attachments and all permanent fixtures belQngingtq and c()l1stituti'ng <lpart of said buildings or Structur~s. Th~ policy or policies shall als{j COVer machiMry, if die .cost of mll.!,':hinery is included in the Contract, or if the machinery is IOGated in a buiidihg that is being renovated by 55 reason ofthls t9ntJ~ct:. The amount ofinsu.r~nce ml,l$t, at all times, be at least eql,laLto the replacernentandactuaJ cash value ofthe insured property. The poiicy shall be inthe name of the CITY and theCbNTAACTOR, as their inter~st Til,ayappear, and ,shall also cov~r the \n~er~sts of all S·u.bcp:ntnlctqrs perfQrrriing'Work ' , AI! ,QfthEl,'proyisibnssetfqrih in the MisceilaiJeouS section belbwshallapplyto thiS coverage unles,S it would be clearly not;app!lt;al>le. ' A. 1f~l)yn()tk~ ofcanc;ell~~\on qf insllriui¢¢ 'or ch(loge incC)verag¢. is:issued I;iY'the j,p~,L,iraJ:lCe C;9mp~ny ·orshquld' 3,hyinsLirarrce.haveailexpiratiorida:te,tha:t Will6tcur dur:lngthe pef'iod C:ilt;his;contract;, the .p.fR,MshaUbe resp9.n~l.l:Jle for ~~c:uririg other a;ct~p~.b.I.eoi~,siJij~liM priQr,-to, ~lf¢I)~~n~¢.'t~(ti~~i (:,h~~g~jor expiration. $9(l$ tp provide' GQ!'i~lii!JquS¢9verageas,sJ?edfi~d 1n,thrs,seotloh and 'so as. to ma,nt;allr coverage durlng th~'H(e,'Qhhl$,C~Q~ra<;t. -" s.. AIJ/~_e,~.Pc*,.Qh;~s::iJjiJ;~t,.-~~de.glar~d ,pt tb~ N~M~ncllJ\~~t !;>e*ppr0ved byth'e CI.TY .. At the'9ptibn'of!ihe,C'tl'¥, either'-the,pff!M !$h(lll,:¢limin~t¢ -or red,,",c~ ;s_uc;h'cJ~~u,<;ti~I~, <w 0; ~;~F~:~j~~j~~~;~~;~i~~~~~~;n~~'~~t~~=~i~~~;i%::6~i\.~~~:~~~':'~it;~m;:·~titf·· ID<pressly'pt6.~ide:that:such p:0.lIcY'Ci.r';p:QU~'~S"(lr.¢; prtm~ryo.ver allY' Q~nl;!r ,~611¢:c:tlble, ihsllra.h,C~ 'tn~fo.!TY'mayh~v~, T:h~",Oi,TY:r.,~_~¢.t:¥~~ th_e. r,gMatany tim~,~9 t~~W~~_t:l! ~9P'Y bfthe,:rE!cjuired pblides;·f6t review: Ail poiicies shall contain,a· "severabllity Cif interest?iQrjj'crQ~~ li~bjiii¥.'-'-' c;:.i~_\-!~e.;·w.j~9~~;9bl;:gati9Ji J9t premi4.M,p~yment q'h~e CITY'aS',w~I.I·:~$(~O:ritt~qt~'a! 1.i.a.bil.ity.-pr6Y,i~~9.ti ¢~V,~rir'ig;the.Q6.l'lt~.d9rsdutytb· ir'idemnf(y,the' City, ,as proVided iii this,Agt¢~ment; 'D" $~f9r~',~$rt;tngth~ Wpxk. 1:h~ FIR,M sh~IJ, d.~I,iVert9 thE! C.ITY ,;;.n~ C(J.NSULTANT t¢~#fJ~li~~s:'9.f$:~(zh:ilfsO:ra.J'J~e..:~¢q~R~b!~:tQ:th¢ ,CrrY"a,s weUaS' the-Insurance bifider~, if ort,e:Js.lssu_ed, tn:e ;iosuralit:e' p'oliq;,iildu(jing"ih¢~ d¢~laratipn', p!l:geanq,a,ll a,ppnq~br e en.d(;m~~rru;mt$a.nd Pt6vide"the'ijam~i~~a:~Man;4'tel¢pI)Qi)'e n~mp~rpnbeln~ural'l~e ~gefltqrb.tQker't_hiQQgh w,hom the:poli'CYWas b,btalhed. Thein-surer shall berated A.\llio~:bett~r per,A.M. 6.est'sKey Rating,.G'!"i¢ei I~t.~stedition andauthod:z:eci to issue in~iJr~n~~;in *~eSt:at~c)f Flprid~i.AII iD$'~~n¢~.p'oli<:i¢_S ,hiY~b.~'Writt¢riQjJ f9rmS ~ppr.o'{-ed by the :State 6f-Fi0ridaaiicl:~theYitiust re,mairdh <full force an!;l ef{ett.-{i;)r the dbr~tiQl:'\"Cilf;th!,!,q~ntra~t period wiijl'$eC!TY. The FIRM n'l~Y' be reqt;iir~tI ~Y'tne. C;ITI\~tJt$:s~IE;!'dJs~'r~tip'ri,.t9prp,Vi4E!'<J:"~er.tifiedc6pt of'thePolicY·(asdeflhed In ArtICle r ,o:(this docomen~)whk:h sh.all'iMIUd~thed,~~,I;t,rat'(;)n p~g~~n~ llIlT~qQ,red ¢ndQr$em:en~;il'!a_dditIQn~ tM fIRM'$haH c,t~Uyet. ,aJ' tne tiijie0fd~liveW of #l~ ins(Jrall¢e·¢~_M:i.nti!,t~ the f6noWiQg,~Odor.sem~ii'1;s:' (l)apolicy pr¢.viSiOrior anendQrsement wlth,s,ubstaotially simila,r prQvislQns'a,s , fbilQWs: ' ' !'Th~, Gi.1;y ,of South Miami Is anaddltionalinsured. The insurer shall pay_aU sOms that the City QfSolJth,Mi~mjbe(:omes fegaHyobligatedto payasqaO'lages beqau$eof 'l;iodily injury", 'prQP¢rty d_amage'. or ,jper~()ii~f andadvertislhg injury" arid itwillprovide'to the City all of the coverage tha,t)s typiQll1y pro"lde~ unqer th~standard Florida apprqv,e'dforms forcorTlmercialgen-eral liability coverage A ano coverage B"; , (2) a poli'Q)' provision or an endorsement with substantialiy similar provisions as follows: 56 "Thi~ policy shall not b~ canc:;elled (including canceUatit>n for non~payment of premium), terminated or m~teri~lIy modified withoUt first givirig the City of SbutbMiami ten (to) :days advaricetJ wri~en noti<;e ofthe intent to materially rriodifythe policy or to ;c:aQJ!el or t¢rmlriil:te the poliqy for a:~y reason, The . notification shall be deiivered to the City by certified mail, With proof of delivery t9 ·th.e Ci~.'i ' ,E. Ifthe.FIRM is providing,professional services! such as wouldbeprovid~dl:Wan arGhlte.ct,eOgineeri a,t1:orne.y, ora¢¢.O,UhtaJltJtQ /lame a few'; , th:~v iill?{i~~eVer:lta,f1(rih aptlltioh t,01Jll~nlbov~ reHu.i~e"'i:!.nts,i.heF/RM shaH al~o provide ProfeSSional. liability ilisur'an~e o,n a;Fiotltlaapp:roveclfo.rminth:eamO!.mt;(,.f$I,QQO;(jQOwlth<f.¢QlJct'b.le per dain)ifally,,1l0ttQ,ex~e~d $% ·of~he limit of lia.bi/jty pto"idihg: fQr-a1l. ~Llmswhich' the Fn\M~h~1I b~~C)ril~ I~gally obllgatecho pataidamagesJor ,daims,arising,0utiof the servk~s or wo.rkp~rfQf;med by'~h~FtR.M· it~:(lg~nts; r.E!pr~~E!{l~tiVgs;);iJb:Cp.l1tr:t~t()rs ~r a~sigO:sl Qr ~.)nmy. petspl)empIQy~(ior,:re.#.jD~qW'fili:ii in c(jni're~tjc>,1:1 \Ailth'thls , Agreement. This insUhlhte ,shaft be malntahl~(i"fo.r 'fO.ury¢atrsafter:tQmpi~ti:On 9ft;h e ~r~~~i~p~::~~~,~:~~~E!p~~f:~~d~~!.~~~~1tj~~r~~~s,:;::::~n~h~::!~~:~: imdet-th~r ter;ms,sp,e~ifiedaQ'QV¢i,whkhJsa:lspa(:~~Pta_bl~; No 'il$Jm~n:(:~,:sbifi ~.~ jss_u¢d, bya $,lfl'prus:'.lih~$:~ardet t.rfil~ss:;@t~:0.,fi~~gi,nWtJ.9~g,P'Y"~h-~Ai"ty;,~~t,h~ CiW.'s;_~ple,. absollite,and uiifettered diScretibri~. ,"' "',,'.-:-.. : ... "'" -.-.. ' .. -". A The Contm~t9r~c::c~pts;al'\~yollJl)tafilY' inclJrs ,aIJtisK$.Qf: C\ily :injyrle_s, :darn~~'$,or harm Whlch m.jght a.ri~~4.4ringth~ wG)rk;or ~v¢.nt:1;h~ri§,Q.~q1..rring, onth~'GITY!s pr.op~rtydi1e t6the riegligente or(jthEirfiiultofthet0,ntta;q:0r~r'aJlyoneactlngthrqugb, qr'OI1· b,eh~lf of th~ Contraf:tpr.. .'- B;The CQrit:~q;9r§hlli i!1~~r.nnifyjd~f~nd. $3,veand'holdCI7f'J,\ its offic'ers, affiliates, emplpyees,iSU(;CessOtsaildassjghSi harmles.sfrQm-~ny a.ndaU ,damage_$.~lajm$; lia,bUit:y, lpsse~, c;:!~i.lhiS,. ~ep,-afld~~ s~it$j;:filJ~sijLi_dgm;e~~s~j)"'c~stati~e)(p,~r:1S¢,s,;ihtI9dii1g;·r~~9.i:)abl~,attQrhey's (ee.s, parale~I'feeS:and iiivestigative:costs'ihddentalthereto3.nd.inturred prior tOi,durihg:'or fonpwir;tgany li~i~,tiQn. m:edJat!pl"J, ,at:'bltra,p,pn' (lnd ~t,.~nappell~te l~ve.l,s, ..... ~jch may be-suffered b.Yk qr:a(;Cn(fe.d~gain$t;,'tJtarg¢dtQ Qf r~¢9.V~t~bl~ '{riq:mt:h:¢.¢ii:yqf:$Qutli; M.i~iiik Jts 9ffl cer s; affiliates, empl0yees~ slictessors.alida:sslgns .. by reason:,ohny tausesoh~ionsor'dallJl'bfany kind qr natl!r~; Indlldlngcla.imsfor'ltijiJri tQ,9rqe~th:Qhnyp,~r.s9n ¢r:pers6i1iH,inq,fqr the loss 6r.d.~tri~g~ to ~Wpro'pe,ri:y;~tisir.ig outo.f!t n$g\ig~n~error;orriissioh,. rriiscc,'>ndu¢1:j or any gross negligence, ihtehtl01laJatt orharmfulconduGt.,ofihe:Collt.rMtOrj :its cc:mtractQr/subcontraq;or Qr inyof their; ~ffic;:ers,dlr.~ctots; aget\tS; r~pl1es:en:tatives;,eMploye~si 6rasSign.si.Qr'a~yqi:l~ a¢tingihrougb or. ,on beha.!fQfany' Qfthemi ari$illg out of'this Agreeitleii~ inddetitto it; or resoiting. from. the peNQrmanC¢ Qr nQn-peri.9rma:nce ohhe.' C:6IJtra~torJso~iigati.o.ns Ijnder thiS AGR.EEMENT. . -c .. TheColitractor shall pay ~1I1 claims; iossesa.f1d expensesofatiy kind or nature what$o~ver, in cor:mectipnthe.rE!Wit.h, in<;ludingthe ~pense Qr loss olthe CITYandlor it$ affecteQ offl¢ets, affin.,:te~1 employees,s!.ic~ei>sors aiid assigilS; ihc:[uQihgtheirattor'ney's fMS, in the.,defense of any action in Jawor equity brought again,st them and ari~ing from the I)egiigent error, omission, or act ofthe ContrattQr; i4 SUb-Coh~ra(:t6r orariyof their ~gents,. . representatives, empiqyees. or assigns, and/or arising out ,of, or inddentto, this Agreemeny or 57 fnc.i<Jent to qr resulting from the performance or non"performailce ofthe. Contractor's obligationsund~r this AGREEM-ENf. . . [), The Con·traq:or·agrees~n~ r~cogr:tize!ithatneither the CliY nor its officer-s, afftlj~t~si~rilpI9y~eS,$uc¢e.s:s6r.satld ;assigns shall ~e held Ifable orrespolisjble for ~hyc;·I~im~, includin~thecosts ande'Xpenses of clef ending such claims whiCh may result from or arise Out of a~ttQns Qr'9r.nissi9nS 9fth~·Co!1t@~pr.:lts. c,ontm<;torlsubcontra;ct()r9r~~Yo.hheit a.g~p't.~, r¢p:r~s.en~~iVes;emRIQyees,orassjgn~! ppaJiY9r\e acting throu~h or 9n behalf'of the, th~m,'and arlsihg:but'of or~O.ntet.r1ingthe'.work of eVent that is o(:.ClJfrl.ng90 the CITY's prop.e~. In. reVieWIng. appr9~i~g· qr "ej'~¢t.ihg(iny s~br:nfssion$'9r acts ofth¢ G.9ntfct~Or, CITY·itt!lQ way ~sUm~S:9.r;~l'tarE!~'re$poI\Si.~i'hty.or lia_bii'ityfoi' the actS or omissions of the . Contractor; ,its c6nttactptfs:ubtoiltra.ctpror iinY"ofthe.lr ag~nt~, r~presentatjYes,ernpIQyees, or 'a$si~rI~' or MypnE! ~ctii:lg·thro.t:Jgl1. prqrl 'b~ha,lfQfthem:, . ei Th~·C¢htractorhas~tlH~"d(jty·:to provide a defehsewitlLah attorney Qr.lawJlrm approved by the City· .o.f:S:~utfr Mtami,wnlctl appn~val Will not ,b.e· uritea$opabIyWlthp(!I!:i-. , , .. ~<Hc:'):w~v~tl ;*,~'1;9 design pr¢f~~~lof1ai <;O.IiJ:i1t~"and RlJrslJ~nt;tq·Se¢ti6i:l 72'5~08 (1), Floiida Statl.1t:es;i'ldn.e.ofctheprovi'!;jorllksedon:hherein;a6Q'ie thaj;are fn q:mm~withthi$ . ~Qj)p!l:rngr~ph. ~h·~n a.pply I:ln<;l~hi~ ~,li'P,P!):Mgtc!,p'h$.~aH's~t {ott;h .:th~s9!~r~,sp.oi'i~ib}li~ qf'th¢: dg:~ig:r'i P:f;~qf~.s$i.Qt;taf:,~p.nq¢tr,l:rMci,~d~wttJJii~ti~n..thus:; the: desl~n profes'sI6h~ifs obl!~at1.0f1s ;as to "die CiW ~nd:its:a:g¢i)~l.e.s .. asl:we.rJ·a$;'tq'It$.$ffi~er$:an~, em:p!QYee~; i,$tolnd~mriiJy',~md hold themnarmless,ftoni InibUfti~s:'dama-es" 16s'ses ahdcostS· inC:liJdin···· bu'fnotfifuiterl to . ... . -........... -:......... .... . ... . ...... :: , .......... , .... , ... , .. -~, .. ,1 .. ..... ' .. , .... ,. ·.i, :., .-., .... " , ... g!. , ....... ~.,. . .. , .. -., ....... , r~as~J.1~@I~ a~Qr.n~yf fee$~to the e'Xtenrc·aused. by the·negligence,· recklessness,,(j'r intenilt,l!1ClHy wr~mifl!1 c:.c)f:ldlJ!:tCllHb~<J~srgnpro(~!isib!l.arand' c.>t.h~t p~rs()nS em.p!Qy~d or utjJiZ;¢q·py,the.p~,~ig6 Ptpf~~sk~_h,a'I.ir)·t~¢.p~rf()rli1c!I'!9i! Qfihli.l'~Qhtr~~t! _. END OF SECTION 58 ...................... -DUFF&PHELPS~--- Valuation and Corporate Finance Advisors Exhibit 8 -City of South Miami Bid Protest Procedures Duff & Phelps I City of South Miami May 10, 2017 27 EXHIBIT #8 INVENTORY AND VAl!..IATION SSRVICI:S RFP #FN20 I7~O,7 City of South Miami Bid Protest Procedures RESOLUTION. OF PROTESTEDSOLlC·iTATIONS AND AWARDS (FORMAL PROCEDURE) . Th~follpwing Ptoced:ure$shall be u~ed 'for r:Elsolutjp:nofpr9t~.sted. splidtatjonsaT}~~'Nards. Toe Wbrd"ibi,ef\ as well ;as all of its derivations; shaltntean.a· resp.<:mse to asoUcitation, indudlng r~que~i:sJor prQPQsa]s,r~ques~for .,.·IEltt:l;rqf iJlt~rest.and requests fQrqualific~tio.ns. (~) N6ti.c;~ of Iht!'lil'~ ToPr'bte$t. Anyact.Q.alo.rpro.s·p.e¢tiVe Ilidder who per~elveS' Itself to be aggdevecl'fh cori'nettion With iahy:formal, soliCitattonorwholntehcls to; contest or.bbject tQiany.~idsp~ciftgl,ti(;ms or any blctso!ic;itatioQihatr:fl1e ll..wrU;ten ntitite .Qfiote.ntto.flIe !liPI'O~~$(w.jth th~ C.i'tY. ':C]~r.kl$ pfflcE} Wi~hit:l thrt1¢~~i~J1Q~r't;I~y!? prit?t 1;0 t6~ d~t~ ~et for op,e:nttigo.(titrl.s, A o'otice.Qfln:teht:tQfiJ~a ptrQte.sds to.nsjder~d fll~d when rel;:ejye~ by ~~:~7~~~~~k;q~:~~:~1-~tt:t:~~~'~i~~'~tl~~~~:~":f~~~:tt:~11n~~~,;~~~ii p~~:~~~ .. A.-~i;~(:tij~lI resppnsive ana. re~PQn~ib.ie:.bldder whQ; per.~elv.es it$slftobe ~~rf~YEld In ¢gi:(nji~t.rqfl W1th~~ t~t'$.mrn~nq§!g':;tWatd$f* ·~qh,~¢tarid· wh.o ~ish;es,tq pf<>.tesHfie . awar.d:;:shall file a.'Wrltten notice of intent>td 'file a· protest With the City-Clerkis :office within· tbre¢.~~len4ar d.~ys~fterthe¢ity OQl)'lmis$ic;m meetinga~ w~ich the r¢qQltihi.¢n~~'Q'9n.·ts~90Sjg~r~dfo.t:11¢tj()n, ,.A ,i1~tiS~':i?firtt¢!1ttQ fii¢~prQtestJ:s ,¢0h1iii:l~re.d fried whenreceive~d: bytheCitrClerk'l;i, office: bye~maj\pr.jfhand ·deiiv<ilred, when stamped wit:htheCityCl~r.k's,'receJpt,~t~mp:c()i1t~l,riiht~t~ed#¢ ~iid time·.ofreteipt; .. (by pr(;).~~~t9( ~qlif,i~tj(:lIi. A pr6,t~s~16f~h~;S9Ii_¢i~tiQn9ra..ward ml,ist,!i~ iri,Wtitjl1g (iiPtot¢st Letter;;) atldsubm'itt¢:d, to tneCity Clerk'.s. office. wit,hin flY$calCimdar days after the da.te tifth~ :fIlihg, qt(h¢ij9ti,ci!·Qfin~e.!:'tt~ofil¢aptll,t~~t. The:PrC:>test leti:er is COi'lSlder~d ·flIed when '(h-e"Pr&t~st: L~tt_er antfth~ required 'flt'ing"f¢e Qf$J ,000 ()i"e. both timer), received by:the:City Cierk!$ ~m~e. ·lnorderf~rthePrpt~$tb~tt~randffling ,f~e t() p(r consIciered tim;elydeliV'¢r¢CI byh~Jl~g~llvery; the date,st~u:rW: ofth¢Cler~'s.qfflc~irnls~a.pp:ear tin the origir.al Protest Letterand/bfa .copy'ofthePt'otest Lefterandthe date stamp·mustalso ,~pp¢<\r-PQ·;t,,"QPypf th~ chMki'l~slJ~Q fo.r th~ P-~YIY\~Il~ofthe. fi.\.li1g f¢e. «;:It" if pa..yment.is i:6id~ i,llG<tSn"ci req~Jpt mti.s~ beis:sued bY' tij~.¢I~rk's}·office r¢fiect:ing the d~te of receipt of the; paymenc.vVt-iile'the Clerk mayacceptth¢ PhbtestLetterby·ertlail, the Pl-btest Le#:er '*atl not I:!e c:;qnsider~QtQ b~ ijm~ly re:~~.ived ijr!tilan~ ulJl~~sthe r.eq~lred filing fEie' of $1.,090 isreceiv¢dl?Y theCitYCletkis offl~,ea!1d,if p~Yrnelit: i~·· in: t;ash, a receipt is issued With the date of the receipt of payment. or if payment is byc::heck,a copy ofthe check isstanip.~dljy ihe ·Clerk :vvit!;-tped!iti,;! stal).iP Of the qerK'sqffi~e sh(>Wingthe date bfr~c;;eip~; T~hE? ·Pro.t.~~tl-~~~r s_bails~te Withpart;iCularity the specifltfactS and lawupon which the protest ·jsbased, it shaH des~r!b~~f.ld ~~<::n ali pertinent clpcument:$. and evidence relevant and material to the prpt.e~t an~ Jt shall be accqmpanied by any required filing. The basis for review ahhe protest shaH be thed6clihleritS and other eVidence clescri.bed in and a~ched to th~ Protest Letter and no fac~, grounds, documentation, or other evidence notspecific:ally d¢scribed in and attached to. the Protest Letter at the time of its filing shall be permitted or considered in support ofthe protest. 59 (c) Computation, of time. No time will be ,added to theabQve,ti!:rte lirrtitsfor set:'Vite by mail. The last day althe period so computed shall be inCluded unless it is a Saturday, Sunday, or legal h()li~<I;y in whlthev~i1t;,'tM periodshalr r~t1untiJ th~ next day which is not a Saturday, SuodaY,Qt legai holrday, (<1)' <;:h~nenges, The. written prote.~t~ay notthaUeng$.,tQE!'relatjVe weightQftheevah;Ia:~i()h 'c'titeri~ or ~WY fc)rrrlljl~: U~~i:ffor a~sJgniilgp'qihts in m~klng~naw~rd d~ter.hilnatjon, nor shall it challe;mge the: Citfs"d¢terminatiorl of what Is, in th¢.City~shElSt intere,st wnlt:h is Qn~".Qfth~ crltena'forseleCtli:t~: ~ql~.tle-r whoset;jffer 'iil<iY·h,0t)~~ the'19wes.t;~i~,pri!:.:~. (e) Authority to. re,sqlyeptot.¢$t$! ThElriJ.rc;:h~$itJg' M~ri~gf3r,jlf:t¢tc;(}nsLiI~ti()t1'With~he CiQ' Attorney; shall iss.ue,·~ writtenrec;:ommendatJpnwlfuin ten,~a!~ndar d;iys~ftE!r receipt,of a valid, prO.te$t:"Le~eh'S~id re~9mfu¢il9.at;iq~;;sl1~n ~:e .,s¢.'ii~toth~'; GHiY M,a!1Clger W'~ha <;t;ipy,~$ht~Q:t~~ ,pr0~~~ting,p~r.ty; The. ¢iW Manager maythen,submita'.r.etornmendatton to, thetlt;yCammr$:SJqnfbripprp.v~JQrdl$l),pprqval;;Qrthe;p,~pt.~st,. re.s'oIVE! the pro~e!;t With9~t;s~bi'ili~~ipn t'Q: t9'~'Gi.ty' Oqmfui.~,~16h.· ,~H ·r~jMt:rall pr~p:o~"~,ls;, (~ Stayo(-pr.6curement'clu:dng=pfotests,Op:oh:receiptof'a . .tf'meiy\ :proper' and'valid PrOtest· ~!f~~1§~~1:~~~lf~~~~~f~~~t~~~ theh~~Jth; sl1,{ery; orwcii~re·:ofth~'p~,bO¢;qr>tQ prot~"(;t$ub.$~l1tl~r·ir1t~reS~9f t.h¢, ¢fty ,()r~6 Pr'E!V:¢ht,yql.i~~ #hl~tic. t~ai'ri~'frc:>111 ef(e:¢.tlve,ly Ijii~silig,i!. p,l.aXings~Mor:l. . END'OF [)O'CLJMENT ._" .... --.' . '." ...... "-.. ' 60, I I RFPNo.: 2. 3. Evaluation Scoring She~t INVI;IIJTORY.AND:V ALUATION SERVIGES tD Page 1 of 1 Procurement Diylsion .... -_-61.3o"SunsetDrlve South Miamij·Florida 33143.··· •. wv;w;s~~t~~t:~i~~~~' ", . ,",,:. . .; .... , o ~- 'i .. : , I i "', RFP Title: RFP,No.: I. 2. 3. Evaluation Scoring sheet ,frame. r 0( quaUfied.staff to,be '.' ,:tq:~heprqject: artdContract term Page 1 of 1 Procur~ment Divisl6n,' , if I 3d SJiisetD'five' .. ."." -.. ~: -" " .. -. South, Miami, F'9d9~3~"I,43 '" , viwV!.'s.~~~~;~fd~0i~~!'·:' . ~ '. . . '.' ; .. ~ ':: .. : ," ,', . ~': .::,. .:" B.-F~PTitle: RFPNo.: 2. 3. Evaluation Scoring Sheet iNVENTORY ANO VALUATION.SERVICES 1 0 (Signature) Page 1 of 1 Procurem~ht Division. 613_0 SutiS~fl)dve South Miami, Florida .31l43. www;~~~~~~~i~ri~~t:.·· ,,' . .. · . .l .• i .: """. :.'1>:'" /0 d r' Date: i ., MIAMI DAILY BUSINESS REVIEW Pllblished Daily excepl SCllurdilY, Sundey and Legal Holiday. Miami, Miaml·Dade County, Florid. STATE OF FLORIDA COUNTY OF MIAMI·DADE: Before the undersigned authority personally appeared OC1E\.WJI'. \f. FERBEYRE. who on oath says that he or she is the VICE PRESIDENT, Legal Notices of the Miami Daily Business Review 1Jk/a Miami Review, a daily (excepl Saturday, Sunday and Legal Holidays) newspaper, published at Miami i,\ Miami-Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matler of CITY OF SOUTH MIAMt -INVENTORY AND VALUATION SERVICES -RFP #FN2017-07 -MAY 10, 2017 in the XXXX Court, was published in said newspaper in the issues of 04/13/2017 Affiant further says that the said Miami Daily Business Review is newspaper published at Miami, in said Miami·Dade County, Florida and that the said newspaper has heretofore been continuously published ill said Miami-Clade couniy, Florida each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami-Dade County, Florida, for a period of one year l1e>.i preceding the first publication of the attached copy of advertisefl1e~t; and affiant further saIls that he or she has neither paid nor promised anI' person, firm br corporation any discount, rebate. commission or refund for the purpose of securing this advertisement for (SEAL) OCTELMA V. FERBEYRE per.sol1ally known to rne Member Name Bid Number Bid Name 2 Document(s) found for this bid 7 Planholder(s) found. 343 Notified Supplier Name Advanced Starlight International Crowe Horwath LLP Link Systems LLC Marshall Appraisals/Inc. MG Contracting & Sons inc. Volaris Wool pert, Inc. City of South Miami RFP-RFP ffFN2017-07-0- 2017/SK INVENTORY AND' VALUATION SERVICES Address 1 511 W Cordova Rd 1 Mid America Plaza 5870 Hummingbird Court 22 Elm Gray Road City New Mexico Oak Brook Terrace TItusville Torrance State Zip Phone . Attributes NM 87501 5052226545 IL 60181 6307062057 1. Small FL 32780 4074010031 Business AB CA 90503 3234702122 AB AB 8/1/2017 Detail by Entity Name DJY.wlOH of C Oll fJ.o11}~]IDl\r 0 11J) oj)Idal 3{{JJ!f q N{irid{1 w!!it5il!:' Department of State I Division Of Corporations I Search Records I Detail By Document Number I Detail by Entity Name. Foreign Limited Liability Company DUFF & PHELPS, LLC Filing Information Document Number FEIIEIN Number Date Filed State Status last Event CHG Event Date Filed Event Effective Date Principal Address 55 EAST 52ND STREET Floor 31 NEW YORK, NY 10055 Changed: 03/16/2016 Mailing Address 55 EAST 52ND STREET Floor 31 NEW YORK, NY 10055 Changed: 03/16/2016 M08000004212 36-4090666 09/16/2008 DE ACTIVE LC STMNT OF RAlRO 01/12/2015 NONE Registered Agent Name & Address CORPORATE CREATION NETWORK, INC. 11380 PROSPERITY FARMS ROAD #221E PLANTATION, FL 33410 Name Changed: 01/12/2015 Address Changed: 01/12/2015 Authorized Person(s) Detail Name & Address Title MEMBER D,VISION OF CORPORATIONS http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&diraclionType=lnilial&searchNameOrder=DUFFPHEL...1/2 8/1/2017 DUFF & PHELPS ACQUISITIONS, LLC 55 EAST 52ND STREET Floor 31 NEW YORK, NY 10055 Title MEMBER DUFF & PHELPS EQUITY, LLC 55 EAST 52ND STREET Floor 31 NEW YORK, NY 10055 Annual Reports Report Year 2015 2016 2017 Document Images Filed Date 04/30/2015 03/16/2016 04/17/2017 Detail by Entity Name 04/17/2017 --ANNUAL REPORT I ... __ ... ~~~~.i~~_g.~ln. p~~~~rm_:t_. I 03/16/2016 --ANNUAL REPORT View image in PDF format .. ----I 04/30/2015 --ANNUAL REPORT : Vie~i~~;~in -PDi=-io~m-~i"--1 ::--:-:----:-:-::=-.. ::-:-:-:-----= ...... =-.. =----=--.... =----=:: ...... =--.--:-:-::: ... ,= ... 'I 01/12/2015 --CORLCRACHG View image in PDF format . 04/30/2014 --ANNUAL REPORT : "VI~:;' i~~g~"i-;;PDF io;-;;;~t' --·----1 04/25/2013 --ANNUAL REPORT Vi~;;'-i~'~ge'i~PDFf~;~~t---'j 04/19/2012 --ANNUAL REPORT' View image i~P-DF-f~-r~~t----'1 03/22/2011 --ANNUAL REPORT : View image in PDF format. '1 02/16/2010 --ANNUAL REPORT . --'vi~~'i;;;ag~-i'~PDF f~~;;;~t' '''1 07/20/2009 --Reg. Agent Change Vie';"i~~g-~i~--PDF-i~'rmat-I 04/30/2009 --ANNUAL REPORT View image in PDF format .--'] 09/16/2008 --Foreign Limited View image in 'PDFf~r;;;~t----.. 'I Florida Department of Slate, Division of Corporations http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder=DUFFPHEL... 2/2 2017 FOREIGN LIMITED LIABILITY COMPANY ANNUAL REPORT DOCUMENT# M08000004212 Entity Name: DUFF & PHELPS, LLC Current Principal Place of,Business: 55 EAST 52ND STREET FLOOR 31 NEW YORK, NY 10055 Current Mailing Address: 55 EAST 52ND STREET FLOOR 31 NEW YORK, NY 10055 US FEI Number: 36-4090666 Name and Address of Current Registered Agent: CORPORATE CREATION NElWORK, INC, 11380 PROSPERITY FARMS ROAD #221 E PLANTATION, FL 33410 US FILED Apr 17, 2017 Secretary of State CC7934030461 Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the state of Floride, SIGNATURE: Electronic Signature of Registered Agent Authorized Person(s) Detail : Title Name Address MEMBER DUFF & PHELPS ACQUISITIONS, LLC 55 EAST 52ND STREET FLOOR 31 City-State-Zip: NEW YORK NY 10055 Title Name Address MEMBER DUFF & PHELPS EQUITY, LLC 55 EAST 52ND STREET FLOOR 31 City-State-Zip: NEW YORK NY 10055 Date I herf!by certify that the Information indicated on this report or supplemenlal report Is Irue and accurate and Ihat my eleclronlc signature shall have the same legal effecl as if made under oath; that I em a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida stetutes; and that my neme appears abo"", o~ on an affachment with all other like empowered, SIGNATURE: ANGELA MARTIN, ATIORNEY-IN-FACT Electronic Signature of Signing Authorized Person(s) Detail ANGELA MARTIN, ATIORNEY-IN-FACT 04/17/2017 Date MIAMI DAILY BUSINESS REVIEW Published Daily except Sat.urday. Sunday and Legal Holidays Miami, Miami-Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI.DADE: Before the undersigned authority personally appeared MARIA MESA. who on oath says that he or she is the LEGAL CLERK. Legal Notices of the Miami Daily BUsiness Review f/k/a Miami Review, a daily (except Saturday; Sunday and Legal Holidays) newspaper, Published at Miami in Miami-Dade County. Florida;' that the attached copy of advertisement. being a Legal Advertisement of Notice in the matter of NOTICE OF PUBLIC HEARING CI1Y OF SOUTH MIAMI-AUG. 15,2017 in the XXX X Court. was published in said newspaper in the issues of 08/04/2017 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami,. in said Miami·Dade County, Florida and that the said newspaper has heretofore been continuously pUblished in said Miami-Dade County. Florida each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post oHice in Miami in said Miami·Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person. firm or corporation any discount, rebate, commission or refund for securing this advertisement for t (SEAL) MARIA MESA personally known to me CITY OF SOUTH MIAMI· NOTIC': OF PUBLIC HEARtNG NOTICE IS HEREBY giv~n that the City Commission of the City of South Miami, Flonda will conduct Public Hearing(s) at its regUlar City Commission meeting scheduled forTuesday, August 15, 2017, beginning at 7:.00 p,m., In the City Commission Chambers, 6130 Sunset Drive, to. consIder the following . item(s):' . A Resoluti~n authorizing the City Manager to enter into a multi·year agreement with Duff & Phelps, I.:.lC for Inventory and valuation services of City assets for a total amoun.t of $31,000 over the 5-year contract term. ALL interested parties are invited to attend and Will be heard. For further information, please cOl')tact :the City Clerk's Office at: 305·663-6340. •.. Maria M. Menendez~ CMC. City Clerk . Pursuant to Florida Statutes 286.0105,. the City hereby advises the public that if a person deoides to appeal any decision made by this Board, Agency or Commission with respect to any matter considered at its meeting or hearing, he or she will need a record of the proceedings, and that for such purpose, affected person may need to ensure that a verbatim record of the proceedings is made which record includes the testiniony and eviden.ce upon which the appeal is to be based. 8/4 . 17 -89/00002469i19M Print: 11"x17" II Legal I ~ 20SEI , ·c·_' ., ., .. ",,= v.".,. ••. ~.".~".' ,="",,,. ·'~.·M".' ,<".~~.""""'." '''1 I . CITY OF sourn MIAMI I . i NOTICEOFFY201?l8 I i PUBLICBTJi>GErw°RKsH°P I ; i~QTICE is hereby given that the City! FOJinitission of the City of South Miami,! \FIorida will, hold . a Public Bndgeti \Workshop for the FY 2017.18 Budget oni ~\lfonday. August 14, 2017 beginning atl !P:OO AM.. in the City Commission~ ( . ~ I'Chambers, 6130 Sunset Drive. ~ t ~ ; \M1 interested parties are invited to attend.! '''.'' .. ' ... '' .... '' .• ' ... ~'.'''i'''.' ..... '' .. ' •. '.' .... '''''' ' ................ H" ............ j" . :Vfarja M. Menendez, CMCl City Clerk Cily of South Miami I NEIGHBORS CITY OF SOUTH MIAMI COURTESY NOTICE NOTICE IS HEREBY given tbnt !he City COmmission of the City of S01ltb Mlaml, Florida will .conduct Public Heroing(s) 01 ils regular Clt;y ColnlJlisslanmeding ,<cheduled for 1iJelSdny, Augun 15,2017, beginning at 7;00 p.m., in the City CommiMlion OUlInbcis, 6130 Sunset Drive,. to ~onsidcr thefollowlng ilem(s): . A ResOlution BlIthorizlog !he City Manoger to onler inl\) a rnulll,),ear agreetrionl wilh Duff & Phelps, LLC for inventory ani! vnluatlon seIVices of City assets for a toW lUl10unt of $31,000 over.the S-~ear oon\rnclterm. ALL inltlro.<1£d plll1ics '"" Invited to attend and will be beard. For further inforrnaUun. please' conIHcl Ihe City. Clerk's Office at: 305-66J..6340. MariaM. Menendez, CMC City Clerk . l'tmuonllo AurldaSIllIU\t328/\U105, IheCitj' hereby O!lvlre. tll!>publl' that Ifn peaoo dec:lOOsto~anyl1edsloo l1Uldeby lbls Boord, AgeocY(l[CoiM\!.$fiion with It!Sp&ttn zny JtUlit!TcoP9deri:xl'2tiU mectins urb~oB. hoor~be wHi Deed u reoord uflb<! proce<!dinS'. Oiid thot for ,,,,,b pul]l<>""I!1fec1ed P""'" lJU)' "'"" to.cw.urethai a 'itdJJ.limRo((Jl'dfifthe~ogs i:!maoowblcbrecordjnclu~ tho tosti!OOllJ' andevitl<nccupoo Whioh 1M Iljlp<l3l ~ 10 be bo.\ed. Page 1 of 1 I lUNDA MlAMI' DADE HERITAGE TRUST 'Photocl Jtelps·th . ..' environ: .to() BY. BROOKE JlENDEllOON lihmdemm@inimnil=ald.,,,,,, 1 In A picture says a: thOUSlll.id fi! '. words arid in this Upcoming ar. exhibit, they're aU aboUt the d' cmnnllltncnt. • Dade Heritage Trust, in pllrtnen;hip with Million Trees MUilni and 'fREEmendouslifiami, is or $I: R( th having im.fttst photo conte8t ex in arieffortto Iruse aware-Vi ness about the dWindling number of trees in Miami· Dade Collllly. .. . "It's Socnizy, Miami, a plare where uees grow year round, we have one ofilie l!JWest peocent bf tree canO- pies of any major U.s. city/ executiVe director-Chris Rupp.aid. '. . The trust, Miami~Dade County'slargestpreserva· tionorganrzation,'began as ra a gnI8SrooIB oiwihlzation in n( 1972 to Save lIJld protect the $: County'8 historic biiiJdings. tOday, its iriiS(jion has eli.- panded tU ~e not only q1 the coll1J1lunity's architectu. vt rat )IeritJlge, bntthiHmvi·· 12 ronmental and cultuntl, as er D. c( ie. well.·. . The contest and exIublt . both'aim'to raise awareness ab9ut the lack of tree cano- py in MlaUii, partially caused by rapid develop- ment and trani;portation demands, sbe sl1id. Tree canopies are essential for providing shade and hab- itats for animals. The room er sb th o tb hE M http://digital.olivesofiware.corDJProjectsIETSlMiamiH erald/PrnPreview. asp? A ppN ame=ET ... 817/2017