Loading...
HomeMy Public PortalAbout09-7457 RFQ for Real Estate Services Sponsored by: City Manager RESOLUTION NO. 09-7457 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO RESPOND TO A MIAMI-DADE COUNTY REQUEST FOR QUALIFCATIONS (RFQ) FOR REAL ESTATE SERVICES IN CONNECTION WITH THE NEIGHBORHOOD STABILIZATION PROGRAM AND CONSISTENT WITH EXHIBIT "A" WHEREAS,through the Housing Economic Recovery Act(HERA), Miami-Dade County ("County")has been allocated$67,207,200.00 to assist with neighborhood stabilization throughout the County in connection with the Neighborhood Stabilization Program ("NSP"); and WHEREAS,Miami-Dade County,through its General Services Administration("GSA"),is soliciting qualified real estate professionals to assist the County with the purchase,rehabilitation and sale of single-family homes and the purchase, rehabilitation and lease of multi-family residential housing properties through its RFQ No. 678 (Exhibit"A"); and WHEREAS,the City Manager of the City of Opa-locka is requesting authorization from the City Commission to respond Miami-Dade County RFQ No. 678 for real estate services to assist with the Neighborhood Stabilization Program,either as a solo respondent or in conjunction with a private entity; and WHEREAS,the City Commission of the City of Opa-locka("City Commission")desires to authorize the City Manager to respond to RFQ No. 678 for real estate services in connection with the Neighborhood Stabilization Program and in all respects consistent with attached Exhibit"A". NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Resolution No. 0 9-7 4 5 7 Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby authorizes the City Manager to respond to the Miami-Dade County Request for Qualifications (RFQ)No. 678 for real estate services in connection with the Neighborhood Stabilization Program (NSP), either as a solo respondent or in connection with a private entity and otherwise consistent with the requirements of Exhibit "A." Section 3. The City Manager is further authorized to take all necessary and expedient action to effectuate the intent of this Resolution. Section 4. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 22 day of APRIL , 2009. 6 A _// 'JOSEPH L. 1 LEY MAYO Attest: Approved as to form and legal sufficiency: F eborah S. .y B .•ette Norri eeks City Cler City Attorney Moved by: JOHNSON Seconded by: TAYLOR Commission Vote: 4-0 Commissioner Holmes: NOT PRESENT Commissioner Johnson: YES Commissioner Tydus: YES Vice-Mayor Taylor: YES Mayor Kelley: YES REQUEST FOR QUALIFICATIONS (RFQ) NO. 678 FOR REAL ESTATE SERVICES TO ASSIST WITH THE NEIGHBORHOOD STABILIZATION PROGRAM PRE-PROPOSAL CONFERENCE TO BE HELD: April 14, 2009 at 2:00 PM (local time) 111 NW 1st Street, 18th Floor, Conf. Rm. 18-2, Miami, Florida ISSUED BY: Department of Procurement Management for Department of General Services Administration COUNTY CONTACT FOR THIS SOLICITATION: is Name and Title: Scott Voelker, Procurement Contracting Officer Address: 111 NW 1st Street, Suite 1300, Miami, Florida 33128 Telephone: (305)375-3507 E-mail: svoelke@miamidade.gov PROPOSALS ARE DUE AT THE CLERK OF THE BOARD NO LATER THAN: April 271h, 2009 at 2:00 PM (local time) at CLERK OF THE BOARD Stephen P. Clark Center '= 111 NW 1st Street, 17th Floor, Suite 202 Miami, Florida 33128-1983 The Clerk of the Board business hours are 8:00 a.m.to 4:30 p.m., Monday through Friday. Additionally,the Clerk of the Board is closed on holidays observed by the County. All proposals received and time stamped by the Clerk of the Board prior to the proposal submittal deadline shall be accepted as timely submitted. The circumstances surrounding all proposals received and time stamped by the Clerk of the Board after the proposal submittal deadline will be evaluated by the procuring department in consultation with is the County Attorney's Office to determine whether the proposal will be accepted as timely. Proposals will be opened promptly at the time and date specified. The responsibility for submitting a proposal on or before the stated time and date is solely and strictly the responsibility of the Proposer. The County will in no way be responsible for delays caused by mail delivery or caused by any other occurrence. All expenses involved with the preparation and submission of proposals to the County, or any work performed in connection therewith, shall be borne by the Proposer(s). The submittal of a proposal by a Proposer will be considered by the County as constituting an offer by the Proposer to perform the required services at the stated prices. A Proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until the proposal due date. The County will only consider the latest version of the proposal. Requests for additional information or inquiries must be made in writing and received by the County's contact person for this Solicitation. The County will issue responses to inquiries and any changes to this Solicitation it deems necessary in written addenda issued prior to the Proposal Due Date. Proposers who obtain copies of this Solicitation from sources other than the County's Department of Procurement Management website at www.miamidade.gov/dpm or the Vendor Assistance Unit risk the possibility of not receiving addenda and are solely responsible for those risks. .,x*.�--..a:---.�.�uw.-s-.._�..sr-z-:e-+,Nix,-.-.���•��eas�,r�-cT;.rv.,..-�r--..s-v:.-s-.._ Miami-Dade County,Florida RFQ678 The County reserves the right to request and evaluate additional information from any respondent after the submission deadline as the County deems necessary. Proposals shall be irrevocable until selection into Pool unless the proposal is withdrawn. A proposal may be withdrawn in writing only, addressed to the County contact person for this Solicitation, prior to the proposal due date or upon the expiration of 180 calendar days after the opening of proposals. Proposers are hereby notified that all information submitted as part of, or in support of proposals will be available for public inspection after opening of proposals, in compliance with Chapter 119, Florida Statutes, popularly known as the "Public Record Law". The Proposer shall not submit any information in response to this Solicitation which the Proposer considers to be a trade secret, proprietary or confidential. The submission of any information to the County in connection with this Solicitation shall be deemed conclusively to be a waiver of any trade secret or other protection, which would otherwise be available to Proposer. In the event that the Proposer submits information to the County in violation of this restriction, either inadvertently or intentionally, and clearly identifies that information in the proposal as protected or confidential, the County shall endeavor to redact and return that information to the Proposer as quickly as possible, and if appropriate, evaluate the balance of the proposal. The redaction or return of information pursuant to this clause may render a proposal non-responsive. Any Proposer who, at the time of proposal submission, is involved in an ongoing bankruptcy as a debtor, or in a reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the Proposer under federal bankruptcy law or any state insolvency law, may be found non-responsible. To request a copy of any ordinance, resolution and/or administrative order cited in this Solicitation, the Proposer must contact the Clerk of the Board at (305) 375-5126. 1.4 Cone of Silence Pursuant to Section 2-11.1(t) of the Miami-Dade County Code, as amended, a "Cone of Silence" is imposed upon each RFP or RFQ after advertisement and terminates at the time a written recommendation is issued. The Cone of Silence prohibits any communication regarding RFPs or RFQs between, among others: • potential Proposers, service providers, lobbyists or consultants and the County's professional staff including, but not limited to, the County Manager and the County Manager's staff, the Mayor, County Commissioners or their respective staffs; • the Mayor, County Commissioners or their respective staffs and the County's professional staff including, but not limited to, the County Manager and the County Manager's staff; or • potential Proposers, service providers, lobbyists or consultants, any member of the County's professional staff, the Mayor, County Commissioners or their respective staffs and any member of the respective selection committee. The provisions do not apply to, among other communications: • oral communications with the staff of the Vendor Assistance Unit, the responsible Procurement Agent or Contracting Officer, provided the communication is limited strictly to matters of process or procedure already contained in the solicitation document; • oral communications at pre-proposal conferences, oral presentations before selection committees, contract negotiations during any duly noticed public meeting, public presentations made to the Board of County Commissioners during any duly noticed public meeting; or • communications in writing at any time with any county employees, official or member of the Board of County Commissioners unless specifically prohibited by the applicable RFP or RFQ documents. When the Cone of Silence is in effect, all potential vendors, service providers, bidders, lobbyists and consultants shall file a copy of any written correspondence concerning the particular RFP or RFQ with the Clerk of the Board, which shall be made available to any person upon request. The County shall respond in writing (if County deems a response necessary) and file a copy with the Clerk of the Board, which shall be 3 4/5/09 Miami-Dade County,Florida RFQ678 dispose of vacant land to encourage re-use or development of property, as well as demolish blighted structures. Through HERA, the U.S. Department of Housing and Urban Development(US HUD), which approved the NSP on January 12, 2009, allocated $62,207,200 to the County to help stabilize neighborhoods throughout the Miami-Dade County community. The County has allocated, $10,025,000 of the NSP funds to acquire and rehabilitate foreclosed upon single family homes. Once rehabilitated, these homes must be sold to income eligible buyers. An additional $21,571,480 has been allocated towards the acquisition and rehabilitation of foreclosed-upon multi-family rental properties to be utilized for affordable rental housing, benefiting NSP- income eligible households. The NSP requires that the County utilize these funds in areas of greatest need, which include locations throughout the unincorporated areas of Miami-Dade County and non-entitlement cities (cities which did not receive an NSP allocation) where at least 51 percent of residents have incomes at or below 120 percent of the County's area median family income (AMI), and in areas with the greatest percentage of home foreclosures, areas with the highest percentage of homes financed with subprime related mortgage loans, and areas identified as likely to experience a significant rise in the rate of home foreclosures. A map identifying the Areas of Greatest Need can be found in the NSP maps at www.miamidade.gov/ced As a result of this funding, the County is seeking qualified vendors that have experience in the following activities: • Working with local, regional and national banks and other entities owning Real Estate Owned (REO) residential property; • Identifying bank-owned properties; • Negotiating the property purchase price; • Conducting due diligence, including but not limited to appraisals, title, environmental and building inspections; • Estimating rehabilitation costs; • Conducting closings; • Rehabilitating the acquired units to meet local building and housing standards prior to re-sale; • Marketing and sales of residential properties; and • Leveraging the NSP dollars to acquire multi-family rental housing through public/private partnership 2.2 Qualifications The selected Proposers: a) And their key personnel performing the requested services for the County should have significant experience in purchasing foreclosed properties, conducting due diligence prior to property purchases, and effecting the rehabilitating, marketing and selling of single-family homes and/or purchasing, rehabilitating, redeveloping, marketing and leasing of multi-family residential housing properties. b) Should have capacity to fully staff this project immediately upon admission into the Pool. c) And Subcontractors must hold licenses/certificates in accordance with State of Florida Statutes necessary to provide the Services being requested in Section 2.0, Scope of Services. d) Interested in multi-family housing acquisitions should have experience in developing multi-family housing for the affordable market. 2.3 Structure of Pool It is the County's intention to create a Pool of selected Proposers to provide the requested services. The Pool will be comprised of members who are pre-qualified to participate in the single family projects, multi-family proiects, or both depending on the qualifications submitted by the selected Proposers. The selected Proposers in the Pool shall service requests through the Project Manager. Selected Proposers will be added into the Pool in the order of their total overall score and ranking (i.e., highest ranked first), as described in Section 4.0. Selected Proposers shall sign an agreement with the County in order to be accepted into the Pool (see Form of 5 4/5/09 Miami-Dade County,Florida RFQ678 c) If a full Format II environmental assessment is needed, all National Environmental Policy Act (NEPA) provisions will be adhered to and a Finding of No Significant Impact will be issued prior to the project being environmental cleared. d) Once the environmental review has been cleared, a Request for Release of Funds can be issued for the purchase of the REO property. 2.7 Financial Management Compliance The selected Proposers shall comply with financial management requirements of the HERA NSP program, which include, but are not limited to having the following: a) Compliant financial records reflecting revenues and expenditures of the projects; b) Accurate check registers, general ledgers and account statements; c) Internal controls identifying signature authority, institutional financial approval process and separation of duties; d) Documentation of program expenses; e) Documentation of change orders and invoices in comparison with program budget; and f) Timely submission of invoices. 2.8 Program Management The selected Proposers shall establish performance measures and benchmarks to ensure that funds are spent in a timely manner and that all the properties meet the affordability requirements of the program. The selected Proposers shall also provide the programmatic aspect of the HERA NSP program to ensure compliance with Community Development Block Grant (CDBG) program and NSP regulations relative to the following: a) Ensure homebuyer eligibility subject to the provisions of the NSP program as indicated in statute and US HUD Notice and regulations; b) Complete the rehabilitation process by assessing housing rehabilitation work-write-ups, inspections, bids and other construction coordination efforts, and change orders; and c) Complete the real estate transaction to acquire the foreclosed property from the financial institution or title holder. 2.9 Additional Related Services The selected Proposers shall provide additional related services to include, but not be limited to the following: a) On an as needed basis, perform one or more of the various Services stated in Section 2.4 for properties acquired by the County from sources other than through the selected Proposers. b) As requested by the County, i. All the documentation required to report to US HUD related to the services provided; and ii. All the data for preparation and submission of all congressional reports as required pursuant to schedules mandated by the Federal Register and other policy provisions. 2.10 Reporting The selected Proposers shall provide the County with monthly progress reports on Work Orders. The reports shall contain all assigned projects and the deliverables that are required pursuant to the Work Order. The selected Proposers shall also provide the County with other reports on an as needed basis to ensure compliance with NSP regulations. 2.11 Schedule The selected Proposers shall be responsible for complying with the schedule as described in the Work Order issued by GSA. The selected Proposers may offer strategies and solutions for issues that may cause delays in the time obligation and expenditure of funds. 7 4/5/09 Miami-Dade County, Florida RFQ678 �. T it F s -:' x� �k"''"r.� r.- %, .,-.0 �r--?�'S. +.' i' rx'e'�✓y-i._ .r-"r3 - ~ .a 'E' '. '' p., .,r.., ...:"`.` �.- °.5_:. ..�.' R`• '' d � 'AS..isr r��.Y. :?'_.�. .irnac'Fit ,.. - ?` 4.1 Review of Proposals for Responsiveness Each proposal will be reviewed to determine if the proposal is responsive to the submission requirements outlined in this Solicitation. A responsive proposal is one which follows the requirements of this Solicitation, includes all documentation, is submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the proposal being deemed non-responsive. 4.2 Evaluation Criteria Proposals will be evaluated by an Evaluation/Selection Committee which will evaluate and rank proposals on criteria listed below. The Evaluation/Selection Committee will be comprised of appropriate County personnel and members of the community, as deemed necessary, with the appropriate experience and/or knowledge, striving to ensure that the Evaluation/Selection Committee is balanced with regard to both ethnicity and gender. The criteria are itemized with their respective weights for a maximum total of one hundred (100) points per Evaluation/Selection Committee member. Technical Criteria Points 1. Proposer's relevant experience, qualifications, and past 35 performance as it relates to performing the types of services requested in this Solicitation. 2. Relevant experience and qualifications of key personnel, including 35 key personnel of subcontractors, that will be assigned to this project, and experience and qualifications of subcontractors 3. Proposer's approach to providing the services 30 requested in this Solicitation 4.3 Oral Presentations Upon completion of the technical criteria evaluation indicated above, rating and ranking, the Evaluation/Selection Committee may choose to conduct an oral presentation with the Proposer(s) which the Evaluation/Selection Committee deems to warrant further consideration based on, among other considerations, scores in clusters and/or maintaining competition. (See Form A-2 regarding registering speakers in the proposal for oral presentations.) Upon completion of the oral presentation(s), the Evaluation/Selection Committee will re-evaluate, re-rate and re-rank the proposals remaining in consideration based upon the written documents combined with the oral presentation. 4.4 Selection Factor A Selection Factor is not applicable to this Solicitation due to the funding source. 4.5 Local Preference CDBG procurement regulations 24 CFR 85.36 state that grantees and sub-grantees will conduct procurements in a manner that prohibits the use of statutorily or administratively imposed in-State or local geographical preferences in the evaluation of bids or proposals. 4.6 Neqotiations The County may award a contract for inclusion into the Pool on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the Proposer's best terms. The Evaluation/Selection Committee will evaluate, score and rank proposals, and submit the results of their evaluation to the County Manager with their recommendation. The County Manager or designee will determine with which Proposer(s) the County shall negotiate, if any, taking into consideration the Local 9 4/5/09 Miami-Dade County,Florida RFQ678 D. For award recommendations greater than $250,000, the County's recommendation to award or reject will be immediately communicated (via mail, fax or e-mail) to all participants in the competitive process and filed with the Clerk of the Board. E. For award recommendations from $25,000 to $250,000, each County workday, as appropriate, recommendations to award or reject will be posted in the lobby of the Stephen P. Clark Center, located at 111 NW 15' Street, Miami, FL. Participants may also call the Awards Line at 305-375-4724, or 800-510- 4724, or the contact person as identified on the cover page of this Solicitation. Any question, issue, objection or disagreement concerning, generated by, or arising from the published requirements, terms, conditions or processes contained or described in the solicitation document shall be deemed waived by the protester and shall be rejected as a basis for a protest unless it was brought by that Proposer to the attention, in writing, of the procurement agent, buyer, contracting officer or other contact person in the County department that issued the solicitation document, at least two working days (not less than 48 hours) prior to the hour of the due date for proposal submission. � � y �9 tt'd�1z, �rp1A _'-�' ..a `E s1-:n '17, 1A !� kb '�1: �`Gb. ' � '� � �.. '_��.'+�s...���_�s.�,__. The anticipated form of agreement is attached. The terms and conditions summarized below are of special note and can be found in their entirety in the agreement: A. Vendor Registration Prior to being recommended for award, the Proposer shall complete a Miami-Dade County Vendor Registration Package. Effective June 1, 2008, the new Vendor Registration Package, including a Uniform Affidavit Packet (Affidavit form), must be completed. The Vendor Registration Package, including all affidavits can be obtained by downloading from the DPM website at www.miamidade.gov or from the Vendor Assistance Unit at 111 N.W. 1st Street, 13th Floor, Miami, FL. The recommended Proposer shall affirm that all information submitted with its Vendor Registration Package is current, complete and accurate, at the time they submitted a response to the Solicitation, by completing an Affirmation of Vendor Affidavit form. B. Insurance Requirements The Contractor shall furnish to the County, Department of Procurement Management, prior to the commencement of any work under any agreement, Certificates(s) of Insurance which indicate insurance coverage has been obtained that meets the stated requirements. c 7 1' i a h ' � � s.. Form of Agreement Proposal Submission Package I I 4/5/09 MAMI--DADS COUNTY FLORIDA RFO676 Section 5.0 ARTICLE 1. DEFINITIONS The following words and expressions used in this Agreement shall be construed as follows, except when it is clear from the context that another meaning is intended: a) The words "Contract" or "Contract Documents" or "Agreement" to mean collectively these terms and conditions, the Scope of Services (Appendix A), RFQ No. 678 and all associated addenda and attachments, the Contractor's Proposal, all Work Orders issued hereto, and all other attachments hereto and all amendments issued hereto. b) The words "Contract Date"to mean the date on which this Agreement is effective. c) The words "Contract Manager" to mean Miami-Dade County's Director, Department of Procurement Management (DPM), or the duly authorized representative designated to manage the Contract. d) The word "Contractor" to mean and its permitted successors and assigns. e) The word "Days"to mean Calendar Days. f) The word "Deliverables" to mean all documentation and any items of any nature submitted by the Contractor to the County's Project Manager for review and approval pursuant to the terms of this Agreement. g) The words "directed", "required", "permitted", "ordered", "designated", "selected", "prescribed" or words of like import to mean respectively, the direction, requirement, permission, order, designation, selection or prescription of the County's Project Manager; and similarly the words "approved", acceptable", "satisfactory", "equal", "necessary", or words of like import to mean respectively, approved by, or acceptable or satisfactory to, equal or necessary in the opinion of the County's Project Manager. h) The words "Change Order" or "Extra Work" or "Additional Work" resulting in additions or deletions or modifications to the amount, type or value of the Work and Services as required in this Contract, as directed and/or approved by the County. i) The words "Project Manager" to mean the County Manager or the duly authorized representative designated to manage the Project. k) The words "Scope of Services" to mean the document appended hereto as Appendix A, which details the work to be performed by the Contractor. I) The word "Subcontractor" or "Subconsultant" to mean any person, entity, firm or corporation, other than the employees of the Contractor, who furnishes labor and/or materials, in connection with the Work, whether directly or indirectly, on behalf and/or under the direction of the Contractor and whether or not in privity of Contract with the Contractor. m) The words "Work", "Services" "Program", or "Project" to mean all matters and things required to be done by the Contractor in accordance with the provisions of this Contract. n) The words 'Work Order"to mean an assignment of work issued by the County to a Pool member to perform work specified therein. ARTICLE 2. ORDER OF PRECEDENCE 13 Rev. 4-5-09 MIAMI-DADE COUNTY, FLORIDA RFQ678 Section 5.0 decisions regarding the Scope of Services. The Contractor agrees to provide input on policy issues in the form of recommendations. The Contractor agrees to implement any and all changes in providing Services hereunder as a result of a policy change implemented by the County. The Contractor agrees to act in an expeditious and fiscally sound manner in providing the County with input regarding the time and cost to implement said changes and in executing the activities required to implement said changes. ARTICLE 5. CONTRACT TERM The Contract shall become effective as of the date stated on the cover page and shall be for the duration of four (4) years. The County reserves the right to exercise its option to extend this Contract for up to one hundred-eighty (180) calendar days beyond the current Contract period and will notify the Contractor in writing of the extension. This Contract may be extended beyond the initial one hundred-eighty (180) calendar day extension period by mutual agreement between the County and the Contractor, upon approval by the Board of County Commissioners. Work Order Term Work Orders shall expire as stated on each individual Work Order issued under this Contract, and may extend past the expiration of this Contract. The provisions of any specific Work Order which commences prior to the termination date of this Contract and which will extend beyond said termination date shall survive the expiration or termination hereof. ARTICLE 6. NOTICE REQUIREMENTS All notices required or permitted under this Agreement shall be in writing and shall be deemed sufficiently served if delivered by Registered or Certified Mail, with return receipt requested; or delivered personally; or delivered via fax or e-mail (if provided below) and followed with delivery of hard copy; and in any case addressed as follows: (1) to the County a) to the General Services Administration Project Manager: Miami-Dade County General Services Administration 111 N.W. 1st Street, 24th Floor Miami, FL 33128 Attention: Leland Salomon, Asset Management Development Specialist Phone: 305-375-4421 Fax: 305-375-4968 Email: slalom @miamidade.gov and, b) to the Contract Manager: Miami-Dade County Department of Procurement Management 111 N.W. 1st Street, Suite 1375 Miami, FL 33128-1974 15 Rev. 4-5-09 MIAMI-DARE COUNTY FLORIDA RFO678 Section 5.0 Public Health Trust, and not made within the time specified by this section shall bear interest from thirty (30) days after the due date at the rate of one percent (1%) per month on the unpaid balance. Further, proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the County Manager, or his or her designee(s), not later that sixty (60) days after the date on which the proper invoice was received by the County or the Public Health Trust. Invoices and associated back-up documentation shall be submitted in duplicate by the Contractor to the County as indicated below, unless otherwise specified in a particular Work Order: Miami-Dade County Attention: The County may at any time designate a different address and/or contact person by giving written notice to the other party. ARTICLE 10. INDEMNIFICATION AND INSURANCE insurance Requirements to be provided via an Addendum. ARTICLE 11. MANNER OF PERFORMANCE a) The Contractor shall provide the Services described herein in a competent and professional manner satisfactory to the County in accordance with the terms and conditions of this Agreement. The County shall be entitled to a satisfactory performance of all Services described herein and to full and prompt cooperation by the Contractor in all aspects of the Services. At the request of the County the Contractor shall promptly remove from the project any Contractor's employee, subcontractor, or any other person performing Services hereunder. The Contractor agrees that such removal of any of its employees does not require the termination or demotion of any employee by the Contractor. b) The Contractor agrees to defend, hold harmless and indemnify the County and shall be liable and responsible for any and all claims, suits, actions, damages and costs (including attorney's fees and court costs) made against the County, occurring on account of, arising from or in connection with the removal and replacement of any Contractor's personnel performing services hereunder at the behest of the County. Removal and replacement of any Contractor's personnel as used in this Article shall not require the termination and or demotion of such Contractor's personnel. c) The Contractor agrees that at all times it will employ, maintain and assign to the performance of the Services a sufficient number of competent and qualified professionals and other personnel to meet the requirements to which reference is hereinafter made. The Contractor agrees to adjust its personnel staffing levels or to replace any its personnel if so directed upon reasonable request from the County, should the County make a determination, in its sole discretion, that said personnel staffing is inappropriate or that any individual is not performing in a manner consistent with the requirements for such a position. 17 Rev. 4-5-09 MIAMI-DADE COUNTY FLORIDA RFO678 Section 5.0 writing by the Project Manager as soon thereafter as is practicable. c) The Contractor must, in the final instance, seek to resolve every difference concerning the Agreement with the Project Manager. In the event that the Contractor and the Project Manager are unable to resolve their difference, the Contractor may initiate a dispute in accordance with the procedures set forth in this Article. Exhaustion of these procedures shall be a condition precedent to any lawsuit permitted hereunder. d) In the event of such dispute, the parties to this Agreement authorize the County Manager or designee, who may not be the Project Manager or anyone associated with this Project, acting personally, to decide all questions arising out of, under, or in connection with, or in any way related to or on account of the Agreement (including but not limited to claims in the nature of breach of contract, fraud or misrepresentation arising either before or subsequent to execution hereof) and the decision of each with respect to matters within the County Manager's purview as set forth above shall be conclusive, final and binding on parties. Any such dispute shall be brought, if at all, before the County Manager within 10 days of the occurrence, event or act out of which the dispute arises. e) The County Manager may base this decision on such assistance as may be desirable, including advice of experts, but in any event shall base the decision on an independent and objective determination of whether Contractor's performance or any Deliverable meets the requirements of this Agreement and any specifications with respect thereto set forth herein. The effect of any decision shall not be impaired or waived by any negotiations or settlements or offers made in connection with the dispute, whether or not the County Manager participated therein, or by any prior decision of others, which prior decision shall be deemed subject to review, or by any termination or cancellation of the Agreement. All such disputes shall be submitted in writing by the Contractor to the County Manager for a decision, together with all evidence and other pertinent information in regard to such questions, in order that a fair and impartial decision may be made. Whenever the County Manager is entitled to exercise discretion or judgement or to make a determination or form an opinion pursuant to the provisions of this Article, such action shall be fair and impartial when exercised or taken. The County Manager, as appropriate, shall render a decision in writing and deliver a copy of the same to the Contractor. Except as such remedies may be limited or waived elsewhere in the Agreement, Contractor reserves the right to pursue any remedies available under law after exhausting the provisions of this Article. ARTICLE 15. MUTUAL OBLIGATIONS a) This Agreement, including attachments and appendixes to the Agreement, shall constitute the entire Agreement between the parties with respect hereto and supersedes all previous communications and representations or agreements, whether written or oral, with respect to the subject matter hereto unless acknowledged in writing by the duly authorized representatives of both parties. b) Nothing in this Agreement shall be construed for the benefit, intended or otherwise, of any third party that is not a parent or subsidiary of a party or otherwise related (by virtue of ownership control or statutory control) to a party. c) In those situations where this Agreement imposes an indemnity obligation on the Contractor, the County may, at its expense, elect to participate in the defense if the County should so choose. Furthermore, the County may at its own expense defend or 19 Rev. 4-5-09 MIAMI-DADE COUNTY, FLORIDA RFQ678 Section 5.0 state in writing to the County the name of the proposed Subcontractor, the portion of the Services which the Subcontractor is to do, the place of business of such Subcontractor, and such other information as the County may require. The County will have the right to require the Contractor not to award any subcontract to a person, firm or corporation disapproved by the County. c) Before entering into any subcontract hereunder, the Contractor will inform the Subcontractor fully and completely of all provisions and requirements of this Agreement relating either directly or indirectly to the Services to be performed. Such Services performed by such Subcontractor will strictly comply with the requirements of this Contract. d) In order to qualify as a Subcontractor satisfactory to the County, in addition to the other requirements herein provided, the Subcontractor must be prepared to prove to the satisfaction of the County that it has the necessary facilities, skill and experience, and ample financial resources to perform the Services in a satisfactory manner. To be considered skilled and experienced, the Subcontractor must show to the satisfaction of the County that it has satisfactorily performed services of the same general type which is required to be performed under this Agreement. e) The County shall have the right to withdraw its consent to a subcontract if it appears to the County that the subcontract will delay, prevent, or otherwise impair the performance of the Contractor's obligations under this Agreement. All Subcontractors are required to protect the confidentiality of the County's and County's proprietary and confidential information. Contractor shall furnish to the County copies of all subcontracts between Contractor and Subcontractors and suppliers hereunder. Within each such subcontract, there shall be a clause for the benefit of the County permitting the County to request completion of performance by the Subcontractor of its obligations under the subcontract, in the event the County finds the Contractor in breach of its obligations, the option to pay the Subcontractor directly for the performance by such subcontractor. Notwithstanding, the foregoing shall neither convey nor imply any obligation or liability on the part of the County to any subcontractor hereunder as more fully described herein. ARTICLE 21. ASSUMPTION, PARAMETERS, PROJECTIONS, ESTIMATES AND EXPLANATIONS The Contractor understands and agrees that any assumptions, parameters, projections, estimates and explanations presented by the County were provided to the Contractor for evaluation purposes only. However, since these assumptions, parameters, projections, estimates and explanations represent predictions of future events the County makes no representations or guarantees; and the County shall not be responsible for the accuracy of the assumptions presented; and the County shall not be responsible for conclusions to be drawn therefrom; and any assumptions, parameters, projections, estimates and explanations shall not form the basis of any claim by the Contractor. The Contractor accepts all risk associated with using this information. ARTICLE 22. SEVERABILITY If this Agreement contains any provision found to be unlawful, the same shall be deemed to be of no effect and shall be deemed stricken from this Agreement without affecting the binding force of this Agreement as it shall remain after omitting such provision. 21 Rev. 4-5-09 MIAMI-DADE COUNTY FLORIDA RF P 678 Section 5.0 ARTICLE 24. EVENT OF DEFAULT a) An Event of Default shall mean a breach of this Agreement by the Contractor. Without limiting the generality of the foregoing and in addition to those instances referred to herein as a breach, an Event of Default, shall include the following: i. the Contractor has not delivered Deliverables on a timely basis. ii. the Contractor has refused or failed, except in case for which an extension of time is provided, to supply enough properly skilled Staff Personnel; iii. the Contractor has failed to make prompt payment to subcontractors or suppliers for any Services; • iv. the Contractor has become insolvent (other than as interdicted by the bankruptcy laws), or has assigned the proceeds received for the benefit of the Contractor's creditors, or the Contractor has taken advantage of any insolvency statute or debtor/creditor law or if the Contractor's affairs have been put in the hands of a receiver; v. the Contractor has failed to obtain the approval of the County where required by this Agreement; vi. the Contractor has failed to provide "adequate assurances" as required under subsection "b" below; vii. the Contractor has failed in the representation of any warranties stated herein. b) When, in the opinion of the County, reasonable grounds for uncertainty exist with respect to the Contractor's ability to perform the Services or any portion thereof, the County may request that the Contractor, within the timeframe set forth in the County's request, provide adequate assurances to the County, in writing, of the Contractor's ability to perform in accordance with terms of this Agreement. Until the County receives such assurances the County may request an adjustment to the compensation received by the Contractor for portions of the Services which the Contractor has not performed. In the event that the Contractor fails to provide to the County the requested assurances within the prescribed time frame, the County may: i. treat such failure as a repudiation of this Agreement; ii. resort to any remedy for breach provided herein or at law, including but not limited to, taking over the performance of the Services or any part thereof either by itself or through others. c) In the event the County shall terminate this Agreement and/or the applicable Work Order for default, the County or its designated representatives, may immediately take possession of all applicable equipment, materials, products, documentation, reports and • data. ARTICLE 25. NOTICE OF DEFAULT-OPPORTUNITY TO CURE If an Event of Default occurs, in the determination of the County, the County may so notify the Contractor ("Default Notice"), specifying the basis for such default, and advising the Contractor 23 Rev. 4-5-09 MIAMI-DADS COUNTY FLORIDA RFQ678 Section 5.0 whether a prospective supplier or subcontractor is a party to any litigation involving patent or copyright infringement, service mark, trademark, violation, or proprietary rights claims or is subject to any injunction which may prohibit it from providing any Deliverable hereunder. The Contractor shall enter into agreements with all suppliers and subcontractors at the Contractor's own risk. The County may reject any Deliverable that it believes to be the subject of any such litigation or injunction, or if, in the County's judgment, use thereof would delay the Work or be unlawful. e) The Contractor shall not infringe any copyright, trademark, service mark, trade secrets, patent rights, or other intellectual property rights in the performance of the Work. ARTICLE 28. CONFIDENTIALITY a) All Developed Works and other materials, data, transactions of all forms, financial information, documentation, inventions, designs and methods obtained from the County in connection with the Services performed under this Agreement, made or developed by the Contractor or its subcontractors in the course of the performance of such Services, or the results of such Services, or which the County holds the proprietary rights, constitute Confidential Information and may not, without the prior written consent of the County, be used by the Contractor or its employees, agents, subcontractors or suppliers for any purpose other than for the benefit of the County, unless required by law. In addition to the foregoing, all County employee information and County financial information shall be considered confidential information and shall be subject to all the requirements stated herein. Neither the Contractor nor its employees, agents, subcontractors or suppliers may sell, transfer, publish, disclose, display, license or otherwise make available to others any part of such Confidential Information without the prior written consent of the County. Additionally, the Contractor expressly agrees to be bound by and to defend, indemnify and hold harmless the County, and their officers and employees from the breach of any federal, state or local law in regard to the privacy of individuals. b) The Contractor shall advise each of its employees, agents, subcontractors and suppliers who may be exposed to such Confidential Information of their obligation to keep such information confidential and shall promptly advise the County in writing if it learns of any unauthorized use or disclosure of the Confidential Information by any of its employees or agents, or subcontractor's or supplier's employees, present or former. In addition, the Contractor agrees to cooperate fully and provide any assistance necessary to ensure the confidentiality of the Confidential Information. c) it is understood and agreed that in the event of a breach of this Article damages may not be an adequate remedy and the County shall be entitled to injunctive relief to restrain any such breach or threatened breach. Unless otherwise requested by the County, upon the completion of the Services performed hereunder, the Contractor shall immediately turn over to the County all such Confidential Information existing in tangible form, and no copies thereof shall be retained by the Contractor or its employees, agents, subcontractors or suppliers without the prior written consent of the County. A certificate evidencing compliance with this provision and signed by an officer of the Contractor shall accompany such materials. ARTICLE 29. PROPRIETARY INFORMATION 25 Rev. 4-5-09 MIAMI-DADE COUNTY, FLORIDA RFQ678 Section 5.0 d) Except as otherwise provided in subsections a, b, and c above, or elsewhere herein, the Contractor and its subcontractors and suppliers hereunder shall retain all proprietary rights in and to all Licensed Software provided hereunder, that have not been customized to satisfy the performance criteria set forth in the Scope of Services. Notwithstanding the foregoing, the Contractor hereby grants, and shall require that its subcontractors and suppliers grant, if the County so desires, a perpetual, irrevocable and unrestricted right and license to use, duplicate, disclose and/or permit any other person(s) or entity(ies) to use all such Licensed Software and the associated specifications, technical data and other Documentation for the operations of the County or entities controlling, controlled by, under common control with, or affiliated with the County, or organizations which may hereafter be formed by or become affiliated with the County. Such license specifically includes, but is not limited to, the right of the County to use and/or disclose, in whole or in part, the technical documentation and Licensed Software, including source code provided hereunder, to any person or entity outside the County for such person's or entity's use in furnishing any and/or all of the Deliverables provided hereunder exclusively for the County or entities controlling, controlled by, under common control with, or affiliated with the County, or organizations which may hereafter be formed by or become affiliated with the County. No such License Software, specifications, data, documentation or related information shall be deemed to have been given in confidence and any statement or legend to the contrary shall be void and of no effect. ARTICLE 31. VENDOR REGISTRATION AND FORMS/CONFLICT OF INTEREST a) Vendor Registration The Contractor shall be a registered vendor with the County — Department of Procurement Management, for the duration of this Agreement. In becoming a Registered Vendor with Miami- Dade County, the Contractor confirms its knowledge of and commitment to comply with the following: 1. Miami-Dade County Ownership Disclosure Affidavit - (Section 2-8.1 of the County Code) 10. Miami-Dade County Domestic Leave and Reporting Affidavit 2. Miami-Dade County Employment Disclosure Affidavit (Article 8,Section 11A-60 11A-67 of the County Code) (Section 2.8-1(d)(2)of the County Code) 11. Subcontracting Practices 3. Miami-Dade Employment Drug-free Workplace (Ordinance 97-35) Certification (Section 2-8.1.2(b)of the County Code) 12. Subcontractor/Supplier Listing (Section 2-8.8 of the County Code) 4. Miami-Dade Disability and Nondiscrimination Affidavit (Section 2-8.1.5 of the County Code) 13. Environmentally Acceptable Packaging (Resolution R-738-92) 5. Miami-Dade County Debarment Disclosure Affidavit (Section 10.38 of the County Code) 14. W-9 and 8109 Forms (as required by the Internal Revenue Service) 6. Miami Dade County Vendor Obligation to County Affidavit 15. FEIN Number or Social Security Number (Section 2-8.1 of the County Code) In order to establish a file, the Contractor's Federal Employer identification Number (FEIN) must be 7. Miami-Dade County Code of Business Ethics Affidavit provided.If no FEIN exists,the Social Security Number (Section 2-8.1(1)and 2-11(b)(1)of the County Code through of the owner or individual must be provided. This (6)and(9)of the County Code and Section 2-11.1(c)of the number becomes Contractor's "County Vendor County Code) Number". To comply with Section 119.071(5) of the Florida Statutes relating to the collection of an 8. Miami-Dade County Family Leave Affidavit individual's Social Security Number, be aware that the (Article V of Chapter 11 of the County Code) County requests the Social Security Number for the following purposes: 9. Miami-Dade County Living Wage Affidavit • identification of individual account records (Section 2-8.9 of the County Code) 27 Rev. 4-5-09 MIAMI-DADE COUNTY, FLORIDA RFQ678 Section 5.0 contracts for financial advisory services; (d) auditing contracts; (e) facility rentals and lease agreements; (f) concessions and other rental agreements; (g) insurance contracts; (h) revenue- generating contracts; (I) contracts where an IPSIG is assigned at the time the contract is approved by the Commission; (j) professional service agreements under $1,000; (k) management agreements; (I) small purchase orders as defined in Miami-Dade County Administrative Order 3-2; (m) federal, state and local government-funded grants; and (n) interlocal agreements. Notwithstanding the foregoing, the Miami-Dade County Board of County Commissioners may authorize the inclusion of the fee assessment of one quarter (1/4)of one percent in any exempted contract at the time of award. Nothing contained above shall in any way limit the powers of the Inspector General to perform audits on all County contracts including, but not limited to, those contracts specifically exempted above. The Miami-Dade County Inspector General is authorized and empowered to review past, present and proposed County and Public Health Trust contracts, transactions, accounts, records and programs. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. Monitoring of an existing project or program may include a report concerning whether the project is on time, within budget and in conformance with plans, specifications and applicable law. The Inspector General is empowered to analyze the necessity of and reasonableness of proposed change orders to the Contract. The Inspector General is empowered to retain the services of independent private sector inspectors general (IPSIG) to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process, including but not limited to project design, specifications, proposal submittals, activities of the Contractor, its officers, agents and employees, lobbyists, County staff and elected officials to ensure compliance with contract specifications and to detect fraud and corruption. Upon written notice to the Contractor from the Inspector General or IPSIG retained by the Inspector General, the Contractor shall make all requested records and documents available to the Inspector General or IPSIG for inspection and copying. The Inspector General and IPSIG shall have the right to inspect and copy all documents and records in the Contractor's possession, custody or control which, in the Inspector General's or IPSIG's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements form and which successful and unsuccessful subcontractors and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, proposal and contract documents, back-charge documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records, and supporting documentation for the aforesaid documents and records. ARTICLE 33. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS Contractor agrees to comply, subject to applicable professional standards, with the provisions of any and all applicable Federal, State and the County orders, statutes, ordinances, rules and regulations which may pertain to the Services required under this Agreement, including but not limited to: a) Equal Employment Opportunity (EEO), in compliance with Executive Order 11246 as amended and applicable to this Contract. b) Miami-Dade County Florida, Department of Small Business Development Participation Provisions, as applicable to this Contract. c) Environmental Protection Agency (EPA), as applicable to this Contract. 29 Rev. 4-5-09 MIAMI-DADE COUNTY.FLORIDA RFQ678 Section 5.0 the immediate family or household of the aforesaid has directly or indirectly received or been promised any form of benefit, payment or compensation, whether tangible or intangible, in connection with the grant of this Agreement. b) There are no undisclosed persons or entities interested with the Contractor in this Agreement. This Agreement is entered into by the Contractor without any connection with any other entity or person making a proposal for the same purpose, and without collusion, fraud or conflict of interest. No elected or appointed officer or official, director, employee, agent or other consultant of the County, or of the State of Florida (including elected and appointed members of the legislative and executive branches of government), or a member of the immediate family or household of any of the aforesaid: i) is interested on behalf of or through the Contractor directly or indirectly in any manner whatsoever in the execution or the performance of this Agreement, or in the services, supplies or work, to which this Agreement relates or in any portion of the revenues; or ii) is an employee, agent, advisor, or consultant to the Contractor or to the best of the Contractor's knowledge any subcontractor or supplier to the Contractor. c) Neither the Contractor nor any officer, director, employee, agency, parent, subsidiary, or affiliate of the Contractor shall have an interest which is in conflict with the Contractor's faithful performance of its obligation under this Agreement; provided that the County, in its sole discretion, may consent in writing to such a relationship, provided the Contractor provides the County with a written notice, in advance, which identifies all the individuals and entities involved and sets forth in detail the nature of the relationship and why it is in the County's best interest to consent to such relationship. d) The provisions of this Article are supplemental to, not in lieu of, all applicable laws with respect to conflict of interest. In the event there is a difference between the standards applicable under this Agreement and those provided by statute, the stricter standard shall apply. e) In the event Contractor has no prior knowledge of a conflict of interest as set forth above and acquires information which may indicate that there may be an actual or apparent violation of any of the above, Contractor shall promptly bring such information to the attention of the County's Project Manager. Contractor shall thereafter cooperate with the County's review and investigation of such information, and comply with the instructions Contractor receives from the Project Manager in regard to remedying the situation. ARTICLE 36. PRESS RELEASE OR OTHER PUBLIC COMMUNICATION Under no circumstances shall the Contractor without the express written consent of the County: a) Issue or permit to be issued any press release, advertisement or literature of any kind which refers to the County, or the Work being performed hereunder, unless the Contractor first obtains the written approval of the County. Such approval may be withheld if for any reason the County believes that the publication of such information would be harmful to the public interest or is in any way undesirable; and b) Communicate in any way with any contractor, department, board, agency, commission or other organization or any person whether governmental or private in connection with the Services to be performed hereunder except upon prior written approval and instruction of the County; and 31 Rev.4-5-09 Miami-Dade County.Florida RFQ678 PROPOSAL SUBMISSION PACKAGE Request for Qualifications (RFQ) No. 678 Real Estate Services To Assist With The Neighborhood Stabilization Program In response to the Solicitation, Proposer shall RETURN THIS ENTIRE PACKAGE completed as follows: 1. Form Al,- Cover Page of Proposal Complete and sign (by Proposer or representative of the Proposer who is legally authorized to enter into a contractual relationship in the name of the Proposer)as required. 2. Proposer Information Complete the Proposer Information section following the requirements therein. Note: The Proposer Information document is available in an electronic format (Word) by submitting a written request via e-mail to the County contact person for this Solicitation. 3. Affidavits/Acknowledgements Complete and sign the following forms: Form A-2, Lobbyist Registration for Oral Presentations Form A-3, Acknowledgement of Addenda Form A-5, Proposer's Disclosure of Subcontractors and Suppliers Form A-6, Fair Subcontracting Policies 4. Proposal Submission Submit in hardcopy format an original, complete Proposal Submission Package and six (6) copies of the complete package by the Proposal Due Date (see front cover of Solicitation) in a sealed envelope/container addressed as follows: Proposer's Name Proposer's Address Proposer's Telephone Number Clerk of the Board Stephen P. Clark Center 111 NW 1st Street, 17th Floor, Suite 202 Miami, FL 33128-1983 RFP No.: RFP Title: Proposal Due Date: 33 Miami-Dade County RFQ678 Proposer Information Proposer's Qualifications, Experience and Past Performance 1. State the number of years that the Proposer has been in existence, the current number of employees and the primary markets served. 2. Describe the Proposer's past performance and experience in the purchase, rehabilitation, marketing and sale of residential single-family homes and the purchase, rehabilitation and lease-up of multi-family properties. This description should include the Proposer's experience in the following: a) Identification of single family REO homes and multi family REO buildings for sale; b) Negotiation of the REO property purchase price; c) Obtaining current market appraisal(s) for each REO property; d) Determining estimates of any necessary rehabilitation costs; e) Conducting the required environmental review of each REO property; f) Conducting all required due diligence on each REO property prior to closing; g) Providing financing leveraging for multi-family properties when possible; h) Contracting for and overseeing the rehabilitation of each REO property to meet the local building requirements and housing standards; i) Conducting all necessary marketing services to find eligible buyers; j) Managing and operating multi-family sites as affordable rentals; and k) Conducting the closing on each property. 3. Provide a detailed description of comparable contracts (similar in scope of services to those requested herein) which the Proposer has either ongoing or completed within the past three years. The description should identify for each project: a) Client; b) Description of work; c) Total dollar value of the contract; d) Dates covering the term of the contract; e) Client contact person, email address and phone number; f) Statement of whether Proposer was the prime contractor or subcontractor; and g) The results of the contracted services. Where possible, list and describe those projects performed for government clients or similar size private entities(excluding any work performed for the County). 4. List all contracts which the Proposer has performed for Miami-Dade County. The County will review all contracts the Proposer has performed for the County in accordance with Section 2-8.1(g) of the Miami- Dade County Code, which requires that "a Bidder's or Proposer's past performance on County Contracts be considered in the selection of Consultants and Contractors for future County Contracts." As such the Proposer must list and describe all work performed for Miami-Dade County and include for each project: a) Name of the County Department or Agency which administers or administered the contract; b) Description of work; c) Total dollar value of the contract; d) Dates covering the term of the contract; e) County contact person and phone number; 1 Proposer Information RFQ678 4-5-09 Miami-Dade County RFQ678 Proposer Information Solicitation, the Proposer has a continuing obligation to advise the County of any changes, intended or otherwise,to the key personnel identified in its proposal. Proposed Approach to Providing the Services 17. Describe Proposer's approach to project organization and management, including the responsibilities of Proposer's management and staff personnel that will perform work in this project. 18. Describe Proposer's approach to the following: a) Finding, evaluating and screening REO properties to ensure optimum utilization of available funds; b) Negotiating property purchases so that purchase price is at or below 85%of market value; c) Obtaining property market appraisals; d) Determining property rehabilitation needs and the related costing in order to meet the County's building requirements and housing standards; e) Conducting environmental reviews of properties; f) Conducting other due diligence required for each property prior to closing; g) The use of finance leveraging, in addition to NSP funds, for the purchase of multi-unit housing properties; h) Contracting for and/or managing property rehabilitation projects; i) Marketing properties for resale and assisting County in finding qualified buyers; j) Conducting closings on properties acquired; and k) Managing multi-family rental properties. 19. Describe the Proposer's capabilities for compliance with the financial management requirements of the HERA NSP program (see Section 2.6 Financial Management Compliance). 20. Describe the Proposer's approach to ensure: a) The timely obligation and expenditure of project funding; and b) The timely commencement and completion of Work Order assignments. 21. Identify if Proposer has taken any exception to the terms of this Solicitation. If so, indicate what alternative is being offered and the cost implications of the exception(s). 3 Proposer Information RFQ678 4-5-09 MIAMI-DADE COUNTY,FLORIDA RFQ678 Form A-3 ACKNOWLEDGEMENT OF ADDENDA Instructions: Complete Part I or Part II,whichever is applicable. PART I: Listed below are the dates of issue for each Addendum received in connection with this solicitation. Addendum#1, Dated , 200 Addendum#2, Dated , 200 Addendum#3,Dated , 200___ Addendum#4,Dated , 200_ Addendum#5, Dated , 200_,_ Addendum#6, Dated , 200_ Addendum#7, Dated , 200__ Addendum#8, Dated , 200_ Addendum #9, Dated , 200_T. PART II: No Addendum was received in connection with this solicitation. Authorized Signature: Date: Print Name: Title: Firm Name: A-3-Rev. 1/27/00 MIAMI-DADS COUNTY,FLORIDA RFQ678 Form A-6 FAIR SUBCONTRACTING POLICIES (Ordinance 97-35) • FAIR SUBCONTRACTING PRACTICES In compliance with Miami-Dade County Ordinance 97-35, the Proposer submits the following detailed statement of its policies and procedures for awarding subcontracts: I hereby certify that the foregoing information is true,correct and complete. Signature of Authorized Representative: Title: Date: Firm Name: Form A-6 Rev.2/13/01 •