12-21-04 Item 9CITY OF SOUTH MIAMI
To: Honorable Mayor, Vice Mayor &
Commission Members
From: Maria �►,
City Manage
Davis
RESOLUTION
Date: December 21, 2004
ITEM No. -
RE: Consultant Services Comprehensive
Plan EAR
A RESOLUTION OF THE MAYOR AND THE CITY COMMISSIONOF
THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY
MANAGER TO ENTER INTO A CONTRACT WITH THE CORRADINO
GROUP FOR THE PURPOSE OF PROVIDING PROFESSIONAL
CONSULTANT SERVICES NEEDED TO PREPARE THE CITY'S
COMPREHENSIVE PLAN EVALUATION AND APPRAISAL REPORT;
APPROVING A CONSULTANT FEE IN THE AMOUNT OF $46,000;
CHARGING $17,200 TO ACCOUNT NO. 01- 1620 -524 -3450, PLANNING
CONSULTANT SERVICES AND $28,800 TO ACCOUNT NO. 001- 2100 -
519 -9920, GENERAL CONTINGENCY ACCOUNT; PROVIDING AN
EFFECTIVE DATE.
BACKGROUND
The City of South Miami is required to submit to the State of Florida by September 1, 2005 an
Evaluation and Appraisal Report on its Comprehensive Plan. The data collection, research and
documentation needed for the preparation of the Evaluation and Appraisal Report requires that the
Planning Department be temporarily supplemented by professional consultant personnel.
REQUEST FOR PROPOSALS
In October, 2004 the City Manager distributed to planning consultant agencies in the South Florida area
a Request for Proposal (RFP) Document for provision of professional services to assist the Planning
Department in preparing the Comprehensive Plan Evaluation and Appraisal Report; In November, 2004
three', planning consultant firms responded to the RFP. An Administrative Committee reviewed each
proposal and recommended to the City Manager that The Corradino Group, Inc. be selected based upon
their ''submission being the lowest cost estimate ($46,000) and being most responsive to the needs
specified in the RFP. Attached is a copy of the proposed contract including a detailed Scope of Services
which will be provided to the City.
FUNDING
Funding for the consultant services was partially included in the Planning Department's FY 2004 -05
budget and surplus Planning Department funds from the FY 2003 -04 budget were placed in the current
December2l, 2004
Page 2 of 2
(2)
General Contingency Account expressly for this purpose. The following accounts will be charged:
$28,800 from Account No. 001- 2100 -519 -9920, General Contingency Account (current balance
$61,700); $17,200 from Account No. 01- 1620 -524 -3450 (current balance - $58,000).
RECOMMENDATION
It is recommended that the attached resolution be adopted authorizing the City Manager to enter into a
contract with The Corradino Group, Inc, in the amount of $46,000 for the provision of professional
services to assist the Planning Department in preparing the Comprehensive Plan Evaluation and
Appraisal Report:
Attachments:
Draft resolution
Proposed Contract/ Scope of Services
RFP Document
MD/DOD /SAY.
EAComm Items\2004 \12- 21- 04\EAR Consult Report.doc
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND THE CITY COMMISSIONOF
THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY
MANAGER TO ENTER INTO A CONTRACT WITH THE CORRADINO
GROUP FOR THE PURPOSE OF PROVIDING PROFESSIONAL.
CONSULTANT SERVICES NEEDED TO PREPARE THE CITY'S
COMPREHENSIVE PLAN EVALUATION AND APPRAISAL REPORT;
APPROVING A CONSULTANT FEE IN THE AMOUNT OF $46,000;
CHARGING $17,200 TO ACCOUNT NO. 01- 1620 -524 -3450, PLANNING
CONSULTANT SERVICES AND $28,800 TO ACCOUNT NO. 001 -2100-
519 -9920, GENERAL CONTINGENCY ACCOUNT; PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the City of South Miami is required to submit to the State of Florida by September
1, 2005 an Evaluation and Appraisal Report on its Comprehensive Plan; and
WHEREAS, the data collection, research and documentation needed for the preparation of the
Evaluation and Appraisal Report requires that the Planning Department be temporarily supplemented by
professional consultant personnel ; and
WHEREAS, in October, .2004 the City Manager distributed to planning consultant agencies in
the South Florida area a Request for Proposal (RFP) Document for provision of professional services to
assist the Planning Department in preparing the Comprehensive Plan Evaluation and Appraisal Report;
and
WHEREAS, in November, 2004 three planning consultant firms responded to the RFP to assist
the Planning Department in preparing the Comprehensive Plan Evaluation and Appraisal Report; and
WHEREAS, an Administrative Committee reviewed each proposal and recommended to the
City Manager that The Corradino Group, Inc. be selected based upon their submission being the lowest
cost estimate and being most responsive to the needs specified in the RFP; and
WHEREAS, the City Manager is requesting authorization to contract with The Corradino
Group, Inc in the amount of $46,000 for the provision of professional services to assist the Planning
Department in preparing the Comprehensive Plan Evaluation and Appraisal Report; and
WHEREAS, funding for the consultant services was partially included in the Planning
Department's FY 2004 -05 budget and surplus Planning Department funds from the FY2003 -04 budget
were placed in the current General Contingency Account expressly for this purpose; and
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 contract with The Corradino Group,
Inc., in the amount of $46,000 for the provision of professional services to assist the Planning Department
in preparing the Comprehensive Plan Evaluation and Appraisal Report.
Section 2 Funding for the subject contract shall be charged as follows: $17,200 to Account No.
1 01- 1620 -524 -3450, Planning Consultant Services (current balance $58,000); $28,800 to Account No.
2
001 - 2100 -519 -9920, General Contingency Account. (current balance $61,700)
3
4
5
Section 3: This resolution shall be effective immediately upon approval.
6
7
8
9
10
PASSED AND ADOPTED this day of
, 2004
11
12
ATTEST:
APPROVED:
13
14
15
16
CITY CLERK
MAYOR
17
18
COMMISSION VOTE:
19
READ AND APPROVED AS TO FORM:
Mayor Russell:
20
Vice Mayor Palmer:
21
Commissioner Birts- Cooper:
22
Commissioner Sherar:
23
Commissioner Wiscombe:
24
CITY ATTORNEY
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
EAComm Items\2004 \12- 21- 04\EAR Consultant contract Reso.doc
56
12/14/2004 15:21 FAX
EE VGIWERS PLANNERS ARCHITECTS CONSTRUCTORS
z
Q
0
U December 14, 2004
Don O'Donniley, Planning Director
CITY OF SOUTH MIAMI
6130 Sunset Drive
South Miami, FL 33143
1&002/002
THE CORRADINO GROUP
ARCH. LIC. NO. AAUC112957
RE: Consulting Agreement for the City of South Miami Evaluation and Appraisal
Report (EAR)
Dear Mr. O'Donniley:
As requested, enclosed please find a draft Agreement for the City of Miami EAR: along
with a copy of the original Scope of Services submitted by The Corradino Group, for your
review and consideration.
We look forward to working with your Department on this project. If you have any
questions, please contact me directly.
Sincerely,
THE. GORRADINO GROUP
M:
enclosure
adino, AICP
President
J:South Miami EAR/South Miami EAR Draft Ltr 4055 NW 971h AVENUE • MIAMI, FLORIDA 33178
TEL. 305.594.0735 • FAX 305.:4:.0755
WWWLCORRADII4 COM
CONSULTING AGREEMENT
This Agreement, dated is entered into between THE
CORRADINO GROUP (the "CONSULTANT ") and the City of South Miami (the CITY).
1. Engagement. The CITY engages CONSULTANT to perform, and
CONSULTANT agrees to use its best efforts to perform, the services
specifically set forth in the Scope of Services attached hereto, and
incorporated herein by reference, as Exhibit A. Such services include the
examination of the CITY "s existing comprehensive plan and the
recommendation of amendments to such plan. Amendments to such
plan and changes to the Future Land Use Map (FLUM) and related
elements will be submitted to the Department of Community Affairs.
2. Term; Good Faith. The term of this Agreement shall be for a period of one
year from the date set forth above. Given the nature of the public
process entailed in securing governmental approvals, both CITY and
CONSULTANT acknowledge and commit to acting in good faith with each
other. The Parties agree to not willfully take advantage of the nature of
the public review process to manipulate the success of any particular
project to the financial or business detriment of the other Party.
3. Compensation. In consideration of the services to be rendered by
CONSULTANT during the term of this Agreement, CONSULTANT shall
receive a fee as set forth in the Scope of Services attached hereto as
Exhibit A.
4. Termination. This Agreement shall be terminable by the CITY upon 30 -day
notice to CONSULTANT. CONSULTANT will not act to deprive CITY of the
business benefit of any of the projects for which CONSULTANT negotiates
on behalf of CITY. CONSULTANT shall be entitled to any fee earned by
CONSULTANT hereunder prior to the effective date of any termination,
and payment of such fee shall be made within 30 days of being earned.
5. Venue. Venue in any proceeding instituted under this Agreement shall be
Miami -Dade County, Florida. This Agreement shall be governed by and
interpreted in accordance with the laws of the State of Florida.
6. Construction. The language in all parts of this Agreement will be
construed as a whole according to its fair meaning and not strictly for or
against any party. Each party has reviewed this Agreement with their
respective counsel. Any rule of construction to the effect that ambiguities
are to be resolved against the drafting party shall not apply in the
interpretation of this Agreement or any amendments to it.
7. Severability. In the event a court of competent jurisdiction declares any
term or provision of this Agreement to be invalid or unenforceable for any
reason, this Agreement will remain in full force and effect, and either: (a)
the invalid or unenforceable provision will be modified to the minimum
extent necessary to make it valid and enforceable; or (b) if such a
modification is not possible, this Agreement will be interpreted as if that
invalid or unenforceable provision were not a part of this Agreement.
8. Entire Agreement; Modification. This Agreement" constitutes the entire
understanding of the parties and supersedes any and all prior discussions,
negotiations, agreement and understandings, whether oral or written, with
respect to its subject matter. This Agreement may be modified only by a
written instrument executed by CITY and CONSULTANT.
In witness whereof, the parties have executed this Agreement on the date
set forth above.
CONSULTANT CITY
Exhibit A
SERVICES TO BE PROVIDED AND COST ESTIMATE
The required submittal date for the City's Evaluation and Appraisal Report (EAR), as stipulated by the
Florida Department of Community Affairs, is September 1, 2005, This will require an expedited and
closely coordnated work schedule in order to achieve successful adoption, Our Proect Team is currently
involved in the preparation of several successful EAR documents for municipalities in Miami-Dade County.
.Corradino has first-hand knowledge and a clear understanding of each of the tasks required to achieve
successful adoption of the EAR,
Outlined below is the team approach for the collection, compilation, and analysis of data necessary to
evaluate the City of South Miami's Comprehensive Plan for the Preparation and Adoption of the Evaluation
and Appraisal Report, Corradino feels that our method of providing services as set out below will be the
most effective and benefid3l to the city, because the firms experience Wth this exact type of project. We
know what to look for and where the delays can occur, Our relationships with the decision makers in
DCA are excellent. We will be able to move the drafts quickly, through the review process. Our
experience with the surrounding municipalities and county is extensive. We will be able tofacilitate the
coordinator meetings quickly and expertly. Corradino's ability to run a public involvement process is
matched by few. This lends to the quality of the plan,
TASK I- ASSESSMENT OF MAJOR ISSUES AND PUBLIC INVOLVEMENT
In order to ensure that the City of South Miami meets the required DCA submittal date of September 1,
2005, the Corradino Team proposes to begin the initial issue identification process in November 2004,
or as soon as possible after a contract is signed, All efforts associated With this task will be performed in
support of the identification of critical and major issues facing the City, These issues may range anywhere
from Quality-of-Life, including urban services, congestion and parks; Development/Redevelcipment and
community revitalization; Environmental issues,, and/or Housing.
The purpose of the public workshops will be to discuss and receive public input on the key local planninc
issues that will be addressed in the EAR. After the public workshops have been held, the Corradinc
Team will conduct an interagency scoping meeting with adjacent local jurisdictions and State, regiona
and county agencies to receive their input on the key issues that have been identified, and to lclentify
additional issues that should be addressed. In addition, this meeting will serve as an opportunity tc
identify and collect the data that needs to be received from these agencies in order to conduct the EAR,
Corradino is a public involvement expert, and will strive to gain extraordinary input, adding value to this
project.
Through -out: the EAR process, the Project Team may wish to coordinate with the following:'
>, City Commission`
Local Planning Agency
9, Planning & Zoning Boards
> City Staff
School Board
> Chamber of Commerce
Homeowners' Associations
> Builders' Associations-
Civic Groups
Representatives of Adjacent Local Governments
> Additional Agencies as Requested by City Staff
TASK - INTERAGENCY SCOPING MEETING
The Corradino Team considers interagency coordination, as a critic=al component to the success of the
EAR process, Agencies that will be coordinated with during this task (and throughout the process) will
include: Adjacent municipalities, Miami -Dade County, Florida Department of Transportation, South Florida
Regional Planning Counci, Department of Environmental Protection, South Florida Water Management
District, Miami -Dade County School Board, and Department of Community Affairs, The resdt of Tasks 1
and 2 will be a compilation report that summarizes al issues identified for further research and updating;.
This report will be submitted to City staff for review and consideration, and the State of Florida in order
to receive a Utter of Understanding, Any and/or all of the issues identified in this task will be addressed
in the EAR document (see Task 4),
TASK' 4- DEVELOPMENT AND PREPARATION OF DRAFT EAR:`
The purpose of this task is to develop and prepare; in coordination with City staff, the draft Evaluation
and Appraisal Report in accordance with Chapter 163, FS, The issues identified in Tasks 1 and 2 will be:
described; analyzed, and; evaluated for potential social, economic, and environmental impacts. A series
of Comprehensive Plan amendments to address these, issues will be recommended. In addition, the
draft EAR will include:
Description of the process used to ensure public; participation
Updated population estimates
Changes in Land Area
Vacant land for future development
• Demands of growth on infrastructure
• Location of development
Coordination of school locations, and an evaluation: of successes and shortcomings in.
coordinating residential development and public school capacity
> List of changes required in <the comprehensive plan due to changes in state law, regional plans
and/or administrative rules
Other issues as may be required by City staff
The above elements shall comprise the 1st draft of the EAR to be submitted to City staff for review and
approval. Any comments or suggestions received from City staff will be addressed. prior to proceeding to
Task 5.
TASK , - PUBLIC, HEARING i E EAR:
The purpose of this task is to ensure that the public and all concerned stakeholders have an opportunity
to review and comment on the draft EAR,: Any and/or all 'comments received during this phase will be
addressed in Task 7, Response to Objections, Recommendations and Comments;
TASK - TRANSMITTAL F DRAFT EAR TO DC
The purpose of this task is to submit the EAR draft to DCA,in order to obtain any possible comments in
advance of required adoption and submittal dates. `
COMMENTS
draft EAR will be revised'
TASK - DEVISE ICED ;EAR
The purpose of this task is to revise the EAR according to comments received. These changes will be
incorporated within the EAR document and submitted to City staff fnr review and approval.
TASK - PUBLIC , HEARING TO ADOPT PROPOSED EAR
Final hearing for adoption of Evaluation and Appraisal Report,
e 1
rt, ORPORATED
CITY OF SOUTH MIAMI
REQUEST FOR PROPOSAL
PROVIDING PROFESSIONAL SERVICES IN PREPARING THE
October, 2004
REQUEST FOR PROPOSALS
CITY OF SOUTH MIAMI
EVALUATION AND APPRAISAL REPORT
COMPREHENSIVE PLAN
Florida Statutes require that each local government in the State of Florida adopt an Evaluation and Appraisal
Report (EAR) once every seven years to assess progress in implementing their comprehensive plan.
The City of South Miami, Florida is seeking a qualified firm or company that has successfully prepared
Evaluation and Appraisal Reports to assist the Planning Department in preparation of its report due to the
State of Florida Department of Community Affairs on September 1, 2005. The City's FY 2004 -05
Budget has set aside funding for the EAR planning consultant
The Request for Proposals and may be examined at and are on file at the issuing office of:
City of South Miami
City Clerk's Office
6130 Sunset Dr.
South Miami, FL 33143
(305) 663 -6340
Copies of the Request for Proposals may also be obtained from www.cityofsouthmiami.net
Submittals must be received at the above address no later than 1:00 p.m. on Monday, November 8, 2004 and
clearly marked on the outside "EVALUATION AND APPRAISAL REPORT, CITY OF SOUTH MIAMI
COMPREHENSIVE PLAN" Late submittals will not be accepted.
The City of South Miami reserves the right to request clarification of information submitted and to request
additional information. The City also reserves the right to reject any and all proposals with or without cause and to
waive any or all irregularities with regards to the specifications.
2
INVITATION TO SUBMIT RESPONSE
EVALUATION AND APPRAISAL REPORT CITY OF SOUTH MIAMI COMPREHENSIVE PLAN
OPENING DATE & TIME: November 8, 2004 @ 1:00 P.M.
SUBMIT TO:
City of South Miami
City Clerk's Office
6130 Sunset Dr.
South Miami, FL 33143
(305) 663 -6340
GENERAL REQUIREMENTS FOR PROPOSERS
A. Proposer must be authorized to do business in the State of Florida and must provide copies of professional
licenses, all required registration and certification in accordance with all applicable Florida Statutes, ordinances and
regulations.
B. Proposer must have been in business for a period of no less than three years. In the event of a joint venture, at
least one of the entities must have been in business for a period of no less than three years.
C. One original and five (5) additional copies of the RFP response must be furnished on or before the submission
deadline indicated herein.
D. Costs of preparation of a response to this RFP are solely those of the proposer. The City of South Miami
assumes no responsibility for any such costs incurred by the proposer.
E. Proposing team members responding to this RFP must be present at presentation to the Selection Committee.
The Committee will conduct no phone interviews.
F. The contents of the written proposal from the successful firm will become part of the contractual obligations.
G. Proposers shall respond to each item in the Submission Elements Section.
H. Proposals shall be typed or printed. All corrections made by the proposer prior to the initial screening must be
initialed and dated by the proposer. No changes or corrections will be allowed after the initial screening of
proposals has commenced.
I. The City of South Miami reserves the right to accept or reject any or all proposals, with or without cause, to
waive technicalities, or to accept the proposal which, in its sole judgment, serves the best interest of The
City of South Miami.
J. Any person submitting a proposal in response to this invitation must execute Form PUR.7068. SWORN
STATEMENT UNDER SECTION 287.133(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES,
including proper check(s) in the space provided, and enclose said form with the proposal
K The City reserves the right to issue modifications or addenda to more fully meet the needs of the City. - --
L. By submitting a proposal, the proposer certifies that he has fully read and understands the proposal method and
has full knowledge of the scope, nature, and quality of work to be performed.
M The City reserves the right to negotiate modifications to proposals that it deems acceptable, reject any and all
proposals, and to waive minor irregularities in the procedure.
N. All proposals submitted shall be binding for one hundred twenty (120) calendar days following opening.
Proposals should be prepared simply and economically, providing a straightforward, concise description of the
proposer's ability to fulfill the requirements of the proposal.
O. In accordance with Chapter 119 Florida Statutes (Public Records Law), and except as may be provided by other
applicable State and Federal Law, all proposers should be aware that Request for Proposals and the responses are
public record. All proposals received will become the property of the City of South Miami and will not be returned
to the proposers. In the event of contract award, all documentation produced as part of the contract will become the
property of the City.
4
SCOPE OF SERVICES
The following scope of services details the steps by which the planning consultant will assist the City's Planning
Department in its development and adoption of the EAR. This scope is based on the requirements specified in
Chapter 163, Florida Statutes and Rule Chapter 9J -5, Florida Administrative Code (FAC).
I Scorning and Identification of Issues
1) The Planning Consultant will assist the City's Planning Department in coordinating and facilitating:
a) A public workshop in order to provide residents and community interest groups with an opportunity for input in
developing the key planning issues hat the EAR will address.
b) A scoping meeting with City staff, State, Regional and County agencies and adjacent municipalities to receive
their input on the key issues that have been identified and to identify any additional issues that should be
addressed.
c) Other meetings and /or workshops (not to exceed two) as may be deemed necessary to fully gather all input.
2) The Planning Consultant will assist staff in the preparation of a report to present the issues identified to the
City's Local Planning Agency. Once the key issues have been identified and confirmed by the LPA, the consultant
shall request a Letter of Understanding from DCA to guide preparation of the EAR.
II Data Collection and Preparation and Presentation of First EAR draft
Based on the issues identified in 1. above and DCA requirements, the consultant will collect all necessary data and
prepare the first draft of the EAR on or before August 1, 2005. This draft will include text and graphics as
appropriate, including updated maps and will:
a) Provide an analysis of the key issues identified for their potential impacts
b) Identify and summarize actions or corrective measures, including plan amendments necessary to address the
major issues identified, including, as appropriate, population projections, revised planning time frames, revised
future plan maps, any new or revised goals, objectives and policies for major issues identified
c) Evaluate relevant changes in growth management laws (State Comprehensive Plan, the requirements of
Chapter 163, F.S., Part II, the minimum criteria contained in Chapter 9J -5 of the Florida Administrative
Code and the South Florida Regional Planning Council Strategic Policy Plan.
d) Summarize the public participation program and activities undertaken during preparation of the EAR.
e) Responsibility for preparation of EAR Elements:
Planning Department Staff
Staff shall be responsible for the Recreation /Open Space Element, the Intergovernmental Coordination Element;
and Infrastructure Elements (excluding Transportation). Optional Elements: The Historic Preservation/Scenic
Element; Public Buildings Element
Consultant
The Consultant shall be responsible for all other Elements required by Chapter 163 of the Florida Statutes,
- -
including, but not limited to,- Future -Land Use, Traffic Circulation -( Transportation ), - and - Capital Improvement
Element. In the initial proposal, the consultant shall also address all " "Optional" elements proposed to be
provided within the scope of service. The Redevelopment Element shall be coordinated with the City's CRA
consultant if included.
f) After the draft EAR has been completed, submitted to and reviewed by City staff, the planning consultant shall
revise the draft to address City staff comments.
III Adoption and Submittal of EAR
The Planning Consultant will present the draft EAR to the LPA and City Commission at a public hearing and will
prepare any revisions to the draft that may result from this hearing. After the revisions have been completed, the
EAR will be transmitted to the Florida Department of Community Affairs (DCA) for review. After comments are
received from DCA, the consultant will revise the EAR to reflect these comments. The final EAR will then be
presented to City Commission for adoption and the adopted EAR will be transmitted to DCA and reviewing
agencies. In the event that DCA finds the EAR to be insufficient, the planning consultant will work with the City to
make the changes necessary for the City to receive a finding of sufficiency.
SUBMISSION ELEMENTS
A. SERVICES TO BE PROVIDED AND COST ESTIMATE
The proposal shall clearly describe in detail the scope of services proposed, including details of the approach and
work plans. A statement shall be included which explains why the approach and plan would be the most effective
and beneficial to The City of South Miami. The proposal shall include an estimate of projected costs by tasks set
forth in the scope of services; other costs associated with completing the assigned tasks should be itemized and
included. The following shall items shall also be submitted:
• Letter of Interest, including firm name, address, phone, fax and background of the firm and specific areas or
services for which your firm is requesting consideration.
• I Specific abilities regarding the proposed services.
• List of similar services satisfactorily performed and completed within the past three (3) years, including address,
telephone number, contact person, description of project or type of services provided and description of the
firm's involvement in the project. Particular emphasis shall be given as to the method and manner by which the
team -wide experience and expertise in similar engagements has been demonstrated.
• Present projects being processed by the firm and future projects under contract by the firm (include name, type,
location, owner, estimated cost and percent completed).
• Size of workforce, location and classification of personnel available for these services.
• Resumes and experience of management and technical staff who will be assigned to the project.
• Any additional information to assist the City in its evaluation of each proposal and optional additions to the
A time table for the completion of the services proposed including all activities from proposal award to finding
of sufficiency. The consultant shall conclude all elements necessary for initial submittal of the EAR on or before
August 1, 2005
B.INSURANCE REQUIREMENTS
The successful Proposer must submit, prior to the signing of contract, a Certificate of Insurance showing The City
of South Miami. as .additional insured and proof of the following insurance meeting or exceeding the following
requirements:_
• Workers' Compensation Insurance — as required by law
• General Liability Insurance — minimum $500,000
• Professional Liability Insurance —minimum of $1,000,000
EVALUATION OF SUBMITTALS
1 All submittals will be evaluated by the City Manager's Selection - Review Committee.
2. The three top ranked firms maybe requested to make a formal presentation before the Selection Committee.
3.The Committee will recommend to the City Manager the top ranked firm. The City Manager will negotiate a
contract with the recommended firm.
4. The City Commission, by resolution; must approve the recommended contract.
QUESTIONS
Questions concerning this Request for Qualifications should be directed in writing to:
Don O'Donniley, AICP
Planning Director
City of South Miami
6130 Sunset Dr.
South Miami, FL, 33143
305- 663 -6327
or
dodonnileyAckyofsouthmiami.net
Issues of substance that are brought to the attention of the City will be responded to in writing, and copies provided
to all firms who have received copies of the RFP.
-- -E \EAR - Evaluation -and Appraisal- Report\South Miami RFP EAR SErvices.doc
7