Loading...
Agreement with Savino & Miller Design Studio, PA (Y- 30 -3(1 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND SAVINO & MILLER DESIGN STUDIO, PA FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2018-141-ND DISCIPLINE: ARCHITECTURE - LANDSCAPE RESOLUTION NO. 2018-30534 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 1 ARTICLE 2. BASIC SERVICES 6 ARTICLE 3. THE CITY'S RESPONSIBILITIES 11 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 13 ARTICLE 5. ADDITIONAL SERVICES 15 ARTICLE 6. REIMBURSABLE EXPENSES 16 ARTICLE 7. COMPENSATION FOR SERVICES 17 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 18 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 18 ARTICLE 10. TERMINATION OF AGREEMENT 19 ARTICLE 11. INSURANCE 20 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 21 ARTICLE 13. ERRORS AND OMISSIONS 21 ARTICLE 14. LIMITATION OF LIABILITY 22 ARTICLE 15. NOTICE 22 ARTICLE 16. MISCELLANEOUS PROVISIONS 23 SCHEDULES: SCHEDULE A Consultant Service Order 30 SCHEDULE B Consultant Compensation 31 SCHEDULE C Hourly Billing Rate Schedule 32 SCHEDULE D Approved Subconsultants 33 , ATTACHMENTS: ATTACHMENT A Resolution & Commission Memorandum 34 ATTACHMENT B Request for Quailifications &Addendums 35 ATTACHMENT C Consultant's Response to the RFQ 36 ii AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SAVINO & MILLER DESIGN STUDIO, PA . FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this S day of rebruoey , 20 / , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and Savino & Miller Design Studio, PA., a Florida corporation having its principal office at 12345 NE 6 Avenue, Suite A, North Miami, FL. 33161 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on September 17, 2014, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2018-141-ND for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis" (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on October 17, 2018, the City Commission approved Resolution No. 2018- 30534, respectively, authorizing the City to enter into negotiations with Savino & Miller Design Studio, PA., and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the Department Head, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or 2 excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "D", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. 3 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual 4 agreement and shall not be cause, for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Prosect Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. The estimated construction value shall be less than the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activity shall not exceed the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order. Schedule B—Consultant Compensation. Schedule C— Hourly Billing Rate Schedule. Schedule D --Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 5 SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. Consultant acknowledges and agrees that this Agreement and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City. No Consultant Service Order shall be issued to Consultant, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Consultant shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the Department Head. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to 6 Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project(as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, 7 without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City(or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and 8 replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24)from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 9 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 10 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City 11 makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00).(or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 12 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 13 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+1-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot (and does not) guarantee that 14 bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent (10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services) without any further liability to the City. 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 15 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested 16 by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed"fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 All Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums 17 withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 18 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a. governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 19 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 20 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. 21 Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not.to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: 22 Savino & Miller Design Studio, PA. 12345 NE 6 Avenue, Suite A North Miami, FL. 33161 Tel: (305) 895-9082 Fax: N/A Email: Adrianasavinomiller.com Attn: Adriana Savino-Miller All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 23 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole 24 option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants df this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. 25 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and y,,:,,"- ,; , ��einabove written. 01 .' 44 Attest _"\Q' ''C9r AAF MIAMI BEACH: • S' .. I / ��. �� 2 '., INCORP ORAT `r w , CITY CL r RK 7 % •' `R - _ -- A test °`''''''''' AVINO&MILLER DESIGN STUDIO, PA. Si• ature/ cretary Signature/President __ZilitIDNirv( ril; (6- Faint NamePrint Name APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION . . e ...t._ I ril .., ty .../6/, City Attorney • ik,I Date • • 26 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND Savino & Miller Design Studio, PA. CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: Savino & Miller Design Studio, PA. 12345 NE 6 Avenue, Suite A North Miami, FL. 33161 PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS (RFQ 2018-141-ND) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: - Total Agreement to Date': $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date I 1 Section 287.055,Florida Statutes,commonly known as the Consultant's Competitive Negotiation Act(CCNA), is applicable to the selection of professional services consultants(architecture,professional engineering,landscape architecture,or registered surveying and mapping)by public agencies for projects valued up to the amount established in Category 5,Section 287.017,Florida Statutes(currently$325,000 or as amended by law)or for a planning or study activity valued up to the amount established in Category 2,Section 287.017,Florida Statutes(currently$35,000 or as amended by law). 27 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 28 SCHEDULE C HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $116.15 Other) Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 Mechanical Engineer $116.15 GIS Specialist $ 86.25 Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer $ 94.30 Designer $ 95.45 Job Captain $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2 w/ GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/ GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/ GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94.88 Construction) 29 SCHEDULE D APPROVED SUBCONSULTANTS 30 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 34 RESOLUTION NO. 2018-30534 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC.,WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTILE ARCHITECTS, AND P.A., VITALINI CORAZZINI, P.A., FOR THE 'DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, P.A., KEITH AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN I SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on February 14, 2018, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; and WHEREAS, Request for Qualifications No. 2018-141-ND (the "RFQ") was released on February 15, 2018; and WHEREAS, a voluntary pre-proposal meeting was held on February 27, 2018; and WHEREAS, on May 7, 2018, the City received thirty-seven (37) proposals; and WHEREAS, on February 26, 2018 the City Manager via Letter to Commission (LTC) No. 105-2018, appointed an Evaluation Committee (the "Committee"), consisting of the following individuals: Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami Beach; Elizabeth Estevez, Parks and Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management Department, City of Miami Beach;and WHEREAS, the Committee convened'on August 6, 2018 to review and score the remaining proposals; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and WHEREAS, the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of General Architecture was as follows: William B. Medellin Architect P.A., as the first ranked proposer; CSA Central, Inc., as the second ranked proposer; Schindler Architects, Inc. and TSAO Design Group, Incorporated, tied as the third ranked proposers; CPH, Inc., as the fifth ranked proposer; Sol-ARCH, Inc., as the sixth ranked proposer; William Lane Architect, Inc., as the seventh ranked proposer; Moss Architecture and Design Group, Inc., as the eighth ranked proposer; Alleguez Architecture, Inc., as the ninth ranked proposer; R.J. Heisenbottle Architects, and P.A., as the tenth ranked proposer; Vitalini Corazzini, P.A., as the eleventh ranked proposer; ArcBuilders and Group Incorporated, as the twelfth, ranked proposer; Alejandro Pardo Architecture, Inc., as the thirteenth ranked proposer; and UCI Design, Inc., as the fourteenth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Landscape Architecture was as follows: Savino & Miller Design Studio, P.A_, as the first ranked proposer; Keith and Schnars, P.A., as the second ranked proposer; CPH, Inc., as the third ranked proposer; Curtis & Rogers Design Studio, Inc., as the fourth ranked proposer; Chen-Moore Associates, as the fifth ranked proposer; Miller, Legg & Associates, Inc., as the sixth ranked proposer; Calvin, Giordano & Associates, Inc., as the seventh ranked proposer; and Landscape DE, LLC, as the eighth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as follows: Schwebke-Shiskin & Associates, Inc., as the first ranked proposer; CES Consultants, Inc., as the second ranked proposer, Chen-Moore Associates, as the third ranked proposer, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc_, and SRS Engineering, Inc., tied as the fourth ranked proposers; CPH, Inc., as the seventh ranked proposer; and T.Y. Lin International, as the eighth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Environmental Services and Testing Engineering was as follows: E Sciences, Inc., as the first ranked proposer; Terracon Consultants, Inc., as the second ranked proposer; EBS Engineering, Inc., as the third ranked proposer; CSA Central, Inc., as the fourth ranked proposer; and Florida Technical Consultants, LLC, as the fifth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and Plumbing Engineering was as follows:-CSA Central, Inc. and Ross & Baruzzini, Inc., tied as the first ranked proposers; 3FM Engineering, Inc., as the third ranked proposer; and UCI Engineering Inc., as the fourth ranked proposer; and WHEREAS, subsequent to the evaluation of proposals, Ross & Baruzzini, Inc. submitted the a letter indicating that without local MEP resources it no longer wished to be considered for award; and WHEREAS, the Committee's ranking for the discipline of Structural Engineering was as follows: 305 Consulting Engineers, LLC and Eastern Engineering Group Company, tied as the first ranked proposers; CES Consultants, Inc., as the third ranked proposer; Master Consulting Engineers, Inc., as the fourth ranked proposer; UCI Engineering Inc., as the fifth ranked proposer; and Diaz, Carreno, Scotti & Partners, Inc., as the sixth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Interior Design / Space Planning was as follows: TSAO Design Group, Incorporated, as the first ranked proposer; and MC Designers, Inc., as the second ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Surveying was follows: Schwebke-Shiskin&Associates, Inc., as the first ranked proposer;and WHEREAS, after reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: • William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc. Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture. Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis& Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg &Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services and Testing Engineering. CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, and Plumbing Engineering. 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UC1 Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering. TSAO Design Group,,Incorporated, and MC Designers, Inc., for the discipline of Interior Design/Space Planning. Schwebke-Shiskin &Associates, Inc. for the discipline of Surveying. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; authorizing the administration to enter into negotiations with William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol- ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc.,Alleguez Architecture, inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture; authorizing the Administration to enter into negotiations with Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis & Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the discipline of Landscape Architecture; authorizing the Administration to enter into negotiations with Schwebke-Shiskin &Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering; authorizing the Administration to enter into negotiations with E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services And Testing Engineering; authorizing the Administration to enter into negotiations with CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, And Plumbing Engineering; authorizing the Administration to enter into negotiations with 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering; authorizing the Administration to enter into negotiations with TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design ! Space Planning; authorizing the Administration to enter into negotiations with Schwebke-Shiskin & Associates, Inc. for the discipline of Surveying;,and further authorizing the Mayor and City Clerk to execute an agreement with each of the recommended proposers upon conclusion of successful negotiations by the Administration. /�� PASSED AND ADOPTED this /7 day of teier 2018. ATTEST: 14)30/41 — RAF EL E. GRANADO, CITY CLEM-\-,cyrr, DAN GELBER, MAYOR F1PURC1Solicitations1201812018-141i-ND 4Q- t" rl�.N 'r.~ 5110-Award\RESO 2018-141-ND.doc • f APPROVED AS TO �., FORM &LANGUAGE r, ; .1 * &FOR EXECUTION Ih ,GIF ORATED, tib.2• A ;, 1 r1 — , 6_ 0v-0k-is( 26. -`4/ city Attorney ;�,� Data • Resolutions-Cl P MIAMIBEACH COMMISSION MEMORANDUM - TO: Honorable Mayor and Members of the City Commission • FROM: Jimmy L. Morales, City Manager DATE: October 17, 2018 SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC., WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC_, ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTTLE ARCHITECTS, AND P.A., VITALINI CORAZZINI, PA., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVING & MILLER DESIGN STUDIO, P.A., KEITH AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER,• LEGG &'ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING-THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN / SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN Page 436 of 1637 AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution ANALYSIS On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to provide funding for_proactive renewal and replacement of the City's facilities and the building systems within those facilities (e.g., HVAC, roofs, fire safety systems, etc). The CRR program is also used to execute small repairs, remodels or renovation projects, with total project budgets under $325,000. The average value of the current CRR projects is approximately $158,000, but can be as low as $25,000 or less. In addition to CRR projects, award(s) of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional consultant services (architecture, professional engineering, landscape architecture, or registered surveying and mapping) by public agencies for projects valued up to the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activities valued up to the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Even for projects below these thresholds,an architect or engineer is often required to develop construction documents for construction and permitting. Award of this RFQ will expedite the selection of architects and engineers as required for small projects. In order to maximize the cost effectiveness of small projects, through this RFQ the City sought to establish a pool of qualified architectural and engineering consultants interested in providing the City with professional services for small projects. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture — Landscape Architecture, Engineering — Environmental Services and Testing, and Engineering — Mechanical, Electrical & Plumbing, Engineering—Structural. RFQ PROCESS On February 14, 2018,the City Commission approved to issue the Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services'for Capital Repair and Replacement Projects. On February 15, 2018, the RFQ was issued. A voluntary pre-proposal conference to provide information to proposers submitting a response was held on February 27, 2018. Seven addenda were issued. The Procurement Department issued bid notices to 275 companies utilizing www.publicpurchase.com website. 263 prospective bidders accessed the advertised solicitation. RFQ responses were due and received on May 7, 2018. The City received proposals in response to the RFQ from the following 37 firms for a variety of categories as indicated in Attachment A: 305 Consulting Engineers, LLC 3FM Engineering, Inc. Alejandro Pardo Architecture, Inc. AlleguezArchitecture, Inc. ArcBuilders and Group Incorporated • Page 437 of 1637 Calvin, Giordano&Associates, Inc. CES Consultants, Inc. Chen-Moore Associates CPH, Inc. CSA Central, Inc. Curtis & Rogers Design Studio, Inc. Diaz, Carreno, Scotti& Partners, Inc., E Sciences, Inc. Eastern Engineering Group Company EBS Engineering, Inc. Florida Technical Consultants, LLC Keith and Schnars, P.A. Landscape DE, LLC Master Consulting Engineers, Inc. MC Designers, Inc. • Miller, Legg&Associates, Inc. Moss Architecture and Design Group, Inc. R.J. Heisenbottle Architects, P.A. Ross&Baruzani, Inc. Savino &Miller Design Studio, P.A. Schindler Architects, Inc. Schwebke-Shiskin &Associates, Inc. Sol-ARCH, Inc. SRS Engineering, Inc. T.Y. Lin International Terracon Consultants, Inc. TSAO Design Group, Incorporated UCI Engineering Inc. UCI Engineering, Inc. D/B/A UCI Design, Inc. Vltalini Corazzini,P.A. William B. Medellin Architect P.A William Lane Architect, Inc. On February 26, 2018, the City Manager appointed the Evaluation Committee via LTC # 105-2018. The Evaluation Committee convened on August 6, 2018, to consider proposals received. The Committee was comprised of Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami Beach; Elizabeth Estevez, Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management Department, City of Miami Beach. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated in Attachment A. Subsequent to the evaluation of proposals, Ross & Barumni, Inc. submitted the attached letter indicating that without local MEP resources it no longer wished to be considered for award. Due to the large number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. Page 438 of 1637 CONCLUSION After reviewing all the submissions and the results of the evaluation process, I note that the City is fortunate to have received a large number of responses to the RFQ. In determining the number of firms to award in each category,staff has recommended the number of firms believed to be necessary to complete the volume of work available for each category. Awarding too many firms in any given category would not be in the City's best interest as, an insufficient volume of projects may cause, the awarded firms to become disinterested and not provide the necessary level of service to the City. Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations as follows: William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc., Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., \,talini Corazzini, P.A., for the discipline of General Architecture. Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis & Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline.of Environmental Services and Testing Engineering. CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc.,for the discipline of Mechanical. . Electrical;and Plumbing Engineering.' 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering. TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design / Space Planning. Schwebke-Shiskin &Associates, Inc.for the discipline of Surveying. and further authorize the Mayor and City Clerk to execute an agreement with each of the recommended proposers upon conclusion of successful negotiations by the Administration. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With FullAccountabilty FINANCIAL INFORMATION The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. Legislative Tracking Property Management/Procurement Page 439 of 1637. ATTACHMENTS: Description ❑ Attachment A ❑ Ross and Barazzuni Letter ❑ Resolution Page 440 of 1637 • ATTACHMENT A ARCHITECTURE-GENERAL RF01011.1414D PROFESSIONAL _--- - •_-- --~- i I ARCHREc111RALANO ENGINEERDIGte m e Low i G SERVICES FOR CAPITAL.RENEWAL AND Lily Alvarez Y Pilar Caurin Y Elizabeth E6tevez r Francisco Garcia _ REPIACEMENTPRWECFS I W m c _ C Aggregate A ¢ cC --- -¢ • ._ -._ x Totals ;C i Qualitative Quantitative I Subtotal Qualitative i Quantitative 1 Subtotal j Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Wddam8.Medellin Architect 1 --"-"-'--i P.A. 96 0 96' 1 95 0 95 4 92 0 92 3 . 100 0 100 I1 9 1 CSA Central,Inc. -,- _ 96 0 96 1 98 0 981 91 0 91 4 98 0 _ 98 5 II 2 Schindler Architects,Inc. 95 0 - 95 6 94 0 94 —5 95 0 95 1 99 0 99 3 15 3 TSAO Design Group, " Incorporated 95 0 95 6 93 0 93 6 94 _ 0 94 ' 2 _ _ 100 0 100 1 15 3 CPH,Inc. 96 0 96 1 97 0 97 3 84 0 84 9 99 0 99 3 16 5 Sal-ARCH.Inc. I 95 0 95 6 98 0 96 1 86 0 86 7 98 0 98 5 19 6_ WdtamLane Architect.Inc. 96 0 _ _96 1 87 0 87 10 90 0 90 5 93 0 - 93 11 27 - 7 Moss Architecture and Design I • - ' Group.Inc. 95 0 95 .6 90 0 90 8 86 0 86 7 97 0 97 8 29 9 AlleguezArchitecture.InC. 95 0 86 _1 89 __- 0 a9 9 80 0 80 11 _ 94 0 94 9 30 9 R.J.Heisenbortle Architects, - - P A. 94 0 94 10 91 0 91 7 _ 88 0 88 6 94 0 94 9 32 10 Vlelini Corarzini,PA. 94 •• 0 - 94 •10 82 0 82 12 82 0 82 10 98 0 •- 98 537 • 11 ArcBuilders and Group -' - -- Incorporated 94 0 94 10 84 .-_ 0 84 11 75 0 I 75 14 84 0 84 12 47 12 Alejandro Pardo Architecture, - . Inc. _ _ 93 0 93 13_--.• 50 0 80 .13 79 0 79 12 79 0 79 13 51 13 UCIDesign.Inc. - -- -__88 0 88 14 59 0 I 69 _114 78 I 0 78 13 78 0 __ 76 14 55 !14 Proper 000.4 POJ.00 rOYI C10.0,0. Alyrdro Pa.d016cNtlGw0.InC. a 0 . .00001,0.1.00000 Inc 0 I 0 MM.:.arr Or Nt00010ad a 0 Olt Inc 0 0 - . CSA Cerra Inc _ 0 0 Mu.NN.o.uue and Inc.GT.*Inc.- .•_0 —•-0-– R J 144staob..P..aCO.P.A 0 0 1JWaa.else I.00 0 - 0 SI..WI:K O –••• •• 0 0 rsao Dews aap.la[oT.cm04/ 0 0 _ , MI En0000erra.NJ IXa'AUCI Deign,Inc. 0 0 waw Cor mint PA 0 0 W1000 a 00000.00.100.1P A 0 _ 0 - Man tad.Nmamma --- r - FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENOATEON. • Page 441 of 1637 ATTACHMENT A ARCHITECTURE-LANDSCAPE 1 1. ....RWAWat4io PROfEssiortal. `m i a ..�. aaCRnglVXpt,AXDEN6IXEERIXG Lily Alvarez c tI( p7ar Caurin E Elizabeth Estevez 'r Low TEA SERYICESFDRCANOLRDIflTµAKD ae f ,:2 5 Francisco Garda REPLACE/ENT PROJECTS c 21 i F. i ° `e Aggregate g tr — - J 2 Totals ' Qualitative Quantitative Somata) 1 Qualitative Quantitative Subtotal I Cogitative Quantitative Subtotal i Qualitative Quantitative Buhtotal I Savino&Miller Design Studio. IA. P 97 0 97 1 . 95 0 95 4 94 0 94 1 100 0 100 1 7 1 Keith and Schnars,P.0. — — 96 -- 0 .- 96 3 97 0 97 2 92 0 92 2 100 ---•0 —. --TOO •1 8 2 CPR.Inc 96 a 96 3 97 --0 97 2 86 0 86 6 100 0 r 100 1 —1—T-1—i- . .— — Curtis&Rogers Design Studio, Inc. 96 _ 0 _ 96 3 98 0 98 1 87 0 87 5 98 0 98 6 14 •4 Chen-MoureAssociates ��.87-_�. • 0; 97 1 ' 91 0 91 6 90 0 90 4 98 0 1 98 :6 ' 16 :5 Miller,Legg&Associates.Inc. 95 . 0 95 688 0 88 7 91 0 91 3 100 0 100 :7 17 _'6 Calvin.Giordano&Associates. -' — —- — - - -- — . inc. 95 0 95_ 6. 92. 0 92 _5 __ 86 0 86 6 96 0 96 •7 24 7 Landscape DE.LLC 93 0 97 _--8• . •83 • 0 -83 — 80 0 80 8 96 0 96 7 j 31 .6 .:. :••::-.?.olRamo::Yiiir:;:J..::.:......:.:..•-:-. . r.aPPYr Vow..Poe. Ts.ou.nw.w. Ca Madan/&A..m. aK 0 0 CaenMaea AMeiat. --_ 0 0 .Paei. _ .--...0.... 0 Cura a nage.oe y....me a 0 K ull,..Sc..PA. 0 0 to 01A.COE LLC o 0 rave Lon S ooaa.AC 0 0 Zaino a ML.Dbgn SOKK.P.A. 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • Page 442 of 1637 • ATTACHMENT A ENGINEERING-CML RFC/771SIa1MSPROFESSIONAt -.�...._......_.—_. _ ARCHITECTURAL MID ENGINEERING 2 •a e Low ._• c Lily Alvarez C Pilar Caitlin Elizabethevez Est ° I SERVICES FOR CAPON_REIEWALANO x Y Francisco Garcia REPLACEMENT PROJECTS 2 12 1' Aggregate LR ____ Totals a Qua lla Uve Quantitative subtotalQuaftauve ; Quantitative Subtotal Qualitative �uantltative Subtotal Qualitative i Quantitative Subtotal SGlwebte-Sbiskin 8 -..... Associates.lna 95 0 95 5 97 0 97 3- 95 0 95 1 100 0 100 2 11 7 CES Consultants.inc. 97 0 97 2 95 0 95 4• 92 0 92 5 100 0 100 2 13 2 Chen-Moore Associates 87 0 _ 87 2 91 0 91 7. 93 = 0 93 "3 •100 0 100 2 14 2 305 Consulting Engmeers_LLC _95 _ _ 5 ,,- 100 1 84 5 89 8 1 87 6 92 5 98 5 103 1 15 4 _ _ _ MtUer,Legg 8 Associates.Inc. 95 0 95 5 94 . O 94__ 5•• ••,93 0 93 3 100 0 100 2� 15 4 SRS Engineenny,Inc. 95 0 95 5 98 .0 --98___. 1____ 64 0 94 2 98 0 98 7 15. 4 CPH.Inc. 94 0 94 -8 98 0 98 1 91 o 91 7 100 0 100 2- 18 7 T Y.Lin International 97 0 97 2 92 •_••-0--- 92 6 90 _ ,0_-_- SO 6 98 0 98 7 23 - 8 cw=.. Voss.r,Raisin I Y.1.1a,wAeei.. 006Caa.T.9 Owen.LLC p 1a CAS Gnaw.ie 0 1 0 CAn.was 6fu i4e. 0 0 CPO.04 0 0 Oaf 1N16M000 an.e 0 0 samasu-stakie a I.Masm is 0 p C.ireiomg 00 0 0 r.Y In Mbnso,e 0 0 - FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • Page 443 of 1637 • ATTACHMENT A ENGINEERING-ENVIRONMENTAL SERVICES AND TESTING eni2016141-tiePe0FESSIO4lk. ot•' . . ..... I I 2 ,. ARCHITECTURAL ARDENNNEERIPM oi ' SERVICES PDRCIPTTAL RENEWAL AND Lily Alvarez 5.. Pear Caurin .F. Aggregate f .s Elizabeth Estevez y Francisco Garcia - REPLACEMENT PROJECTS . e c- cc tre a j Totals ,2 Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative • Quantitative Subtotal • Qualitative Quantitative Subtotal ! _. .. . E Sciences,Inc. 96 0 96 1 95 0 95 ;2 96 0 86 1 100 0 100 I - 1 1 A 1. Terracon Consultants,Inc 96 0 96 1 95 0 95 ,2 88 ti.—. —68 1 100 0 100 1 7 2 EBS Engineering,Inc. • 95 0 95 4 98 0 98 ;1 92 0 ,82 , 2 100 CI 100 1 8 . '3 CSA Central.Inc. '96 0 96 1 89 0 es67 I 4 _ . — 0 67 4 100 0 100 1 10 4 Florida Technical Consultants, -. LLC 94 0 94 5 82 0 82 ;5 82 5 94 0 94 5 20 5_ 1::/-?.'::'...,,e?7'1!./6:'.+74:1;4-4.44iii'F''.'•':7';i'll'i."/.•.'.-I•.•-• . . ft.... Vigen*Wo.11.I Tolml Claireslen OSA Can al.Isc 0 I a 0 . - - FRS Fweetirg 0‘ 0 i 0 —_ Itelda rearicalCouturat.U.0 n . 0 .r.,......C.m.....1. n I 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • . • Page 444 of 1637 - . • . . • ., • ATTACHMENT A • ENGINEERING-MECHANICAL ELECTRICAL AND PLUMBING e14101L1a1.NO PROFESSIONAL .. —•-•- - ---- - - •- . ARCHITECTURAL AND ENGINEERING eoi g o 2' Lily Alvarez Pilar g Elizabeth E8tevez Francisco Garcia Y LOW c sEamePsroRtwrruaP�tEWALANG x x REPLACEMENT PROJECTS m r: m ! c Aggregate e ee 2 Totals a Qualitative Quantitative Subtotal Qualitative I Quantitative Subtotal Qualitative I Quantitative Subtotal Qualitative Quan0tative ' Subtotal CSA Central.Inc. 95 0 95 1 96 0 96 1 89 0 89 2 100 0 100 1 5 • 1 Ross S 13aruzzinl.Inc. 95 - 0 95 1 95 0 - 95 2__ 02 —0`_•` 92 �. 1 _ 100 - 0 100 1 5 1 :3FM Engineering.inc. 9D 0 90 3 94 0 _ 94 3 88 0 68 3 98 0 ! 98 4 i 13 3 jUC1 Engineering.Inc. 90 0 90 3 "60 0 90 4 86 0 86 4 99 0 i— 99 3 I 14 4 Propos vwnn•.PAIN. Tarouwrwi. 0 cave_ac. 0 •-Sa BMNmn PC 0 IZEI W E09,. _Irc 0 '.!M FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • • Page 445 of 1637 • • ATTACHMENT A ENGINEERING-STRUCTURAL RRIMIS-141410 PROFESSIONAL a ARCxnEcttIRAL AaO DlGu1EEwIG Lily Alvarez pilar Caurin ° Elizabeth Estevez g Francisco Garcia 2 Low e SERIACESItOR OAPITAL RENEWAL AMO E s REP1AGFA1EYFPIiO]EGTS w .n R -1. Aggregate c! rY ___.._.. — or .. ¢ Totals_--- Qualitativ4 Quantitative Subtotal DualltatNe quantitative Subtotal i Qualitative I Quantitative Subtotal qualitative Duantitefve Subtotal — 305 Consulting Engineers,LLC 95 S 100 1 88 5 931 79 5 84 5 100 5 105 I l 8 1 Eastern Engineering Group -••- Company 95 0 95 3 92 0 92 2 90 _ 0 90 1 100 0__ 100 -2 8 1 CES Consultants,Inc. 97 0 97 2 91 0 91 3 87__ __ 0_ 87 3 100 0 100 2 10 3 Master Consulting Engineers, _ "• -••— - -• Inc. 95 0 95 1 84 0 84 5 89 0 89 2 : 99 0 98 .4 14 ; UCl Engineering,Inc. 94 0 __ 94 _ 5 __ 91 0 91 3' 87 0 87 3 94 0 94 5 i 16 5.: Diaz,Carreno,Scolb& _ ------- Partners,Inc, 92 0 92 6 81 0 __81 - 6 75 0 - 75 6 92 0 92 6 24 '6 1 .,aw.e, Ywan'ono:q. TaYe94:114a1.- 305C9,190ryb0r9e9.LlG 4 I 4 I arscua.ear..t. a i o t rw.09wm.s.ca 4 A...+..00 9 - Fawn Coyne aepStray C.mpct c _ 9 . M.s Cmvn'N[mecca,ire -• ••—9 O 1 I FOR DISPLAY PURPOSES ONLY,FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 446 of 1637 • ATTACHMENT A INTERIOR DESIGN I SPACE PLANNING • REG 7016141.80 PROFESSIONAL R I ARCHITECTURAL AND ENGMEFAWO m I m Lily Alvarez `- m aurElizabeth Pilar Cln '` Elibelh Estevex • ` Francisco Garcia = Low SERVICES FOR CAPITAL RElIMPAt,AND Y 3i REPLACEMENT PROJECTS e e t Ag arms e m Qualitative Quantitative SVbletal • Qualitative quenUlativa 1 Subtotal i Qualitative Qua ntllative Subtotal , Qualitative Quantitative Subtotal TSADIeslgn Group, __..—..... — —— — Incorporated 95 0 95 1 93 0 93 1 93 0 93 1 100 0 ( 100 1 a MG Designers,Inc. 1 93 0 93 2 87 0 87 2 89 0—.—, 89 -, 2 98 0 98 -1.2 8 2 .rr`af>"::c?:is?i:ri:i:y'i Oa(i9auat9 Rada Prep. 9NH0'a Pelaa Tad 01000 n acaa+ao,,a,.. 0 0 iSP0 iln9n Gapluiefnual 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • Page 447 of 1637 ATTACHMENT A SURVEYING RFOa01e•111•NO PROFESSIONAL ! •-• _ ARCHITECTURAL ANO ENGINEERING r c' °a Low se Pilar Elizabeth Estevez E Francisco Garcia EN • SERVICES FORCAPRALREWAL AND x Sc, REPLACEYERT PROJECTS c I I c •e Aggregate e, to .o Totals I Qualitative Quantitative Subtotal Qualltatle. Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Schwebke-Shiskin 8 —— 1 • Asseeiat?e,lne:_ 95 0 95 1 98 • 0 98 1 95 0 95 1 100 0 100 .1 4 __I.1 I �,;;:;n;.: •: OiatpllalRq PoiP' .:'.rii+:."• ' • Pcppppar VNnrta Plum, Total hnnhalto �StJnMtlV.SR_i A.scwlss..c j 0 j 0 • FOR DISPLAY PURPOSES ONLY-FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • Page 448 of 1637 Rass>!aruzzrnn 7200 NW 19'"Street,Suite 305 Miami,Florida 33126 305.477.8338 October 2,2018 Ms.Natalia Delgado City of Miami Beach Procurement Department 1755 Meridian Avenue,3'Floor Miami Beach,Florida 33139 RE: RFQ 2018-141-ND,Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects,Engineering-Mechanical,Electrical&Plumbing Dear Ms.Delgado and Members of the Selection Committee, This letter is a follow-up to our submission submitted to the City of Miami Beach on May 7 relative to On-Call Mechanical/Electrical/Plumbing (MEP) Engineering Services. We understand that Ross & Baruzzini is being considered as a candidate for award of the On-Call Contract. We wanted to inform the City of Miami Beach that our local resources have changed since we submitted our Proposal: • Our local office remains strong in the security,communications and technology disciplines and our firm will continue to offer these services form our local office. • We no longer have mechanical,electrical and plumbing(MEP)resources in our local office;but do have these resources within our headquarters in St.Louis. We remain interested in the contract relative to security,communications and technology focused projects;but without local MEP resources it may be in your best interest to consider firms with local MEP resources For projects that are MEP focused. We thought it best to inform the City of Miami Beach of this change in local resources since our submission and understand any ramifications relative to selection of firms for the contract. Respectfully, Michael E.Shea,AIA Senior Vice President,Government Market M:314.378.6082;mshea@rossbar.com Cc:Susan Dimond,Bill Overturf rossbar.com Page 449 of 1637 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) &ADDENDUMS 35 MI /� f� I B E \cH Procurement Department /-�/ �/ 1 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl,gov • ADDENDUM NO.7 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April 18,2018 This Addendum to the above-referenced RFQ is issued.in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, May 7,2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. No further questions will be considered. 2. RESPONSES TO QUESTIONS RECEIVED. Q1: The answer to Q17 states that the City already has a poolof professional surveyors and the City will . • not consider adding this category to the list of services. Under the Revised Statement of,Work Required —'Exhibit B (Revised Exhibit C), Surveying has been listed as a category of work. Please clarify whether surveying is included as a category in this RFQ proposal or not. • Al: Please refer to Addendum No. 5, Exhibit B: Revised Appendix C, Minimum Requirements &Specifications, surveying has been added to the categories of work. Any questions regarding this' Addendum .should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential prop rs that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pr sp c ive Bidders"questionnaire with the reasons)for not submitting a proposal. Sin -ly, lex is Pro -ment Director RFQ No.2018-141-ND Addendum#7 4/18/2018 MIAMIBEACH Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 6 REQUEST FOR QUALIFICATIONS NO,2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND, REPLACMENT PROJECTS(the RFQ) April 16,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, April 30, 2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. No further questions will be considered: Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: 0 Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pros ctive Bidders"questionnaire with the reason(s)for not submitting a proposal. 'n 'ely, lex D.- Procurement ;Procurement Director RFQ No.2018-141-ND Addendum#6 • 4/16/2018 M I A! Y 1 i B Ei\ 2H Procurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO,2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS (the RFQ) April 13,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions -are shown by strikethrough and additions are underlined). 1. REVISION: Delete Section 0300, Submittal Instructions and Format, on page 12—13 of the RFQ, in its entirety and Replace with Revised Section 0300,Submittal Instructions and Format, attached hereto as Exhibit A. 2. REVISION: Delete Appendix C, Minimum Requirements & Specifications, on page 27—28 of the RFQ, in its entirety and Replace with Revised Appendix C, Minimum Requirements & Specifications, attached here to as Exhibit B. 3. ATTACHMENTS. Exhibit A: Revised Section 0300, Submittal Instructions and Format Exhibit B: Revised Appendix C, Minimum Requirements&Specifications 4. RESPONSES TO QUESTIONS RECEIVED. Q1: Could you please clarify what is needed for the three references? Do we need reference letters or just contact information? Al: As stipulated in Appendix A, Response Certification, Questionnaire & Requirements Affidavit, 3. References & Past Performance, for each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title,.3) Address, 4) Telephone,5)Contact's Email and 6) Narrative on Scope of Services Provided. Q2: Do only originals need to be in 3 ring binders or the 10 copies also? A2: As stipulated in Section 0300, Submittal Instructions and Format, 1. Sealed Responses, the City prefers that the original be in a 3-ring. Additionally,that the Proposer submit ten (10) bound copies and one(1)electronic format(CD or USB format). How the copies are bound is up to the proposer. Q3: Pg 13, Section 2.3.1 Audited Financial Statements in lieu of D&B SQR. Will a current(2017-2018) certification letter from FDOT suffice for Audited Financial Statements?or do you require the Audited Financial Statement itself as submitted to FDOT for Certification? A3: Please refer to Exhibit A: Revised Section 0300, Submittal Instructions and Format. Neither is requested at this time. j RFQ No.2018-141-ND Addendum/5 4/13/2018 M IAA /` I B E (1 -IProcurement Department V 1 /-1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q4: Are the proposing firms required to submit sub-consultants to address all the service areas identified on p. 28 of Appendix C? A4: Proposers may but are not required to submit proposals for all categories of work • stated within the RFQ. Proposals must be limited to a single category of work. Those Proposers wishing to submit proposals for multiple categories of work must submit a separate proposal for each category. For example, if a Proposer wishes to submit a proposal • for Architecture-General AND for Engineering-Structural, the Proposer must submit a single proposal for Architecture-General and a separate and distinct proposal for Engineering.. Structural. Proposals are not to include sub-consultants at this time.Proposals shall only be submitted • for the areas of work that will be completed by the submitting firm. • Q5: Under"Experience and Qualifications of the Firm", you have asked for an SF330. Then, under • "Experience and Qualifications of the Team", you have asked, "A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract". The SF330 includes resumes. Are you looking for resumes to be included twice in two separate sections? • A5: Please refer to Exhibit A: Revised Section 0300, Submittal Instructions and Format. Q6: Under"Experience and Qualifications of the Team", you are asking for "Project Experience: For each architect and engineer, include information for three (3) relevant projects, performed in the last five years, for public or private sector clients."Does"architect and engineer' refer to each individual on the team,or rather to the firm as a whole?Projects are included in the SF330.Are you looking for • projects to be included twice in two separate sections? A6: See response to item Q5 above. • Q7: Do we have to submit info for both Tab 2 and Tab 3.or just Tab 2 since we are submitting as a firm and not as a Team? • A7: See response to item Q4 above. Q8: In the RFQ, under'the Format section, for Tab 2.2 (Qualifications of Proposing Firm), are we to use SF 330 section F to present this information? AB: See response to item Q5 above. Q9: We are a consulting engineer (Mechanical, Electrical, and Plumbing) firm, do we have to be listed under an architect in the proposal or can we submit our own proposal? A9: See response to item Q4 above. RFQ No.2018-141-ND Addendum#5 . 4/13/2018 1 V 1 I AI V 1 I B EACHProcurement Department 1755 Meridian Ave,3rd Floor,Miami Beach, Florida 33139 www.miamibeachfl.gov Q10: Insurance Requirements-Are we required to carry Workers'Comp,General Liability, and Automobile Liability?We do carry the 1 M professional liability being an engineering firm. A10: Yes, the Consultant will need to maintain the minimum levels of insurance indicated in Appendix D, Insurance Requirements. Q11: Could the City please clarify intent?"Teams"with the"Prime" being the discipline under which you • are submitting or Single-discipline proposals with no sub-consultants included?or will both types of submittals be allowed in which case..is it up to the Proposer? All: See response to item Q4 above. Q12: Tab 2 Section 2.2 asks for client references,Tab 3 Section 3.1.1 also asks for client references, and item 3 of the Response Certification, Questionnaire & Requirements Affidavit also asks for • references, Can these references be the same? Al2: No, references requested under Appendix A and Tab 3 are for the firm. References requested under Tab 4 are for the Proposer's individual team members (architects and engineers). • Q13: Can the proposer include'references from City of Miami Beach staff? A13: Yes,the proposer can include references from the City, providing they are specific to a project. Q14: Is there a preponderance of vertical or horizontal tasks anticipated from this contract? A14: The City anticipates there to be a preponderance of vertical tasks resulting from the award of this solicitation. Q15: While we understand that the industry is generally called Architectural/Engineering Services, Page 27 item C2 lists categories being sought grouped categorically as either "Architecture" or "Engineering". In the case of, for example, "Architecture — Landscape", the fact that it is written where landscape is appended to architecture it could be misunderstood to read that a landscape architectural firm must be a sub or part of architectural team because of the way it is written. Please clarify that it is not the intent of the City to force landscape architecture services to be solely provided as a sub to an architectural prime, and instead landscape architectural services can be submitted independently. A15: See response to item Q4 above. Q16: "Engineering — Structural" is listed twice. Can the City clarify if one of those was intended to be "Engineering—Civil" • A16:'Please refer to Exhibit B: Revised Appendix C, Minimum Requirements & Specifications. RFQ No.2018-141-ND Addendum#5 4/13/2018 ,4J\' I B E ` CI-I Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov Q17: Does the City already have a pool of Professional Surveyors? If not, will the City consider adding this category to the list of services? A17: The City already has a pool of Professional Surveyors. Hence, the City will not consider adding this category to the list of services. Q18: Mechanical, Electrical and Plumbing services are all grouped together, however there are many highly qualified firms that provide one and not all three of those services. Will the City consider breaking each of these out into separate categories? A18: See response to item Q16 above. Q19: If the City will not break-out Mechanical, Electrical and Plumbing services into separate categories, • will the City clarify if a firm that does not provide all three services in-house will preclude them from being eligible to submit. A19: -See response to item 016 above. Q20: During the Pre-Proposal Conference it was stated that firms could submit individually or as a part of a team. Concerns were brought up by several of the participants and attendees that that structure would result in disadvantageous situations for the applicants. Seldom are projects, even the small ones,only the product of one sole discipline. Therefore, an applicant may be selected by the City as part of a 'pool', for example for.Landscape Architectural or Civil Engineering Services. If, for example, a project is then given to an Architect for a building renovation or annex that will also require landscape and civil work, and if that Architect's RFQ submittal included a Civil Engineer or Landscape Architect as a part of their 'team', then the contracted firm in the pool of qualified consultants selected by the City will not see the benefits of having submitted to perform any necessary intersecting services required as a part of the scope for that specific building renovation project. We think that the option to submit independently or as a part of a team may result in (a) bulking-up all the RFQ responses that will be received by the City to include both prime and consultant services which will make the task of an apples-to-apples comparison by the evaluation ,committee very difficult — or it may (b) dissuade qualified applicants from submitting altogether because they have not formed the established relationships other 'teams' may have in place — ultimately reducing the options for qualified professionals available for the City to choose from and setting the City at a disadvantage. We would respectfully recommend that all responses be made solely for the primary in-house service offered and that the option to also submit as part of a team be eliminated. That way, each applicant will be solely evaluated based on that primary service they are providing. The City could request that each applicant could state what firms they have had past experiences with that provide what would be sub-consultant services in a new Tab 2.4 to be included in Page 13. The City could then clarify that as a project becomes available, it would be the City's responsibility to assemble the. project team solely from those within the pool. If a prime has a stated working relationship with another firm that is also in the pool, then the City could favorably select that second firm to be a part of the team,or not. Ultimately,this will be in the City's best interest because(a) it will ensure that all team-members have been properly vetted through the selection process, and (b) it will clarify the process to those of us responding to this RFQ. RFQ No.'2018-141-ND Addendum#5 4/13/2018 MIAMI B EACHProcurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Given the above, please confirm if it is still the intent of the City to allow submittals to be independently submitted as well as a part of a team. A20: See response to item Q4 above. Q21: We understood from the statements made during the Pre-Proposal Conference that, for ease and facility of review, all submittals for each different service category should be submitted as separate packages, independently. Therefore, 1 firm who submits for 3 different service categories will provide 3 separate submittals. We certainly understand the effectiveness of this request; we simply want to confirm if our understanding is correct. A21: The City confirms that for ease and facility of review all submittals for each different service category must be submitted as separate packages,independently. Q22: Appendix.A.What tab does the questionnaire affidavit fall under. Should Appendix A be a tab unto itself? A22: See response to item Q5 above. Q23: 2.3 Financial Capacity. Do we request D&B SQR after the bid opening upon notification from the City or do we have D&B send the SQR to the City now? A23: As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report (SQR)within three (3)days of request by the City. Q24: The numbering under the Submittal Instructions and Format seems to be off starting on page 12.Will you be updating that? A24: See response to item Q5 above. Q25: Are you looking for teams or individual firms for each"category"? A25: See response to item Q4 above. Q26: Civil engineering is not listed but structural is listed twice. Please clarify. A26: See response to item Q16 above. • Q27: Is the City of Miami Beach looking to award individual Agreements for each Discipline or only (1) Agreement with a Prime and Sub-consultants. Also, if it will only be(1)Agreement,who shall be the Prime? A27: Sub-consultants are not being'considered at this time: The City of Miami Beach is looking to award individual agreements for each discipline. In the case were a firm is awarded various disciplines, one agreement will be executed and will indicate the various disciplines. RFQ No.2018-141-ND Addendum#5 4/13/2018 • IV\ I /\t\,/\ I B QAC Procurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q28: Would the City be able to provide a list of the firms that currently hold contracts and expiration date of those contracts? • A28: The City currently does not have a contract for professional architectural and engineering services for capital renewal and replacement projects. Q29: Is the Architectural and Engineering Services for this RFQ associated with the cost less than $325,000? A29: Yes, this RFQ is for professional architectural and engineering services for capital renewal and replacement projects usually expected to cost less than$325,000.. Q30: Page 27 lists Engineering-Structural as a category two times. Is another category of engineering required? A30: See response to item Q16 above. Q31: Please elaborate on the type of testing &inspection services required under the Master Agreement. A31: No testing or inspection services are required.See response to item Q16 above. Q32: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A32: See response to item Q4 above. Q33: Under which category(les)does the following services fall under? -Lab Testing • -Soils&Geologic Studies, Foundations -Roofing Assessments, Replacements • -Testing &Inspection Services A33: See response to item Q16 above. Soils & Geologic Studies, Foundations falls under the Engineering — Environmental Services and Testing category. Roofing Assessments, Replacements falls under the Architecture—General category. Q34: Please provide information on what type of testing services are required for the Engineering- Environmental Services category. A34: Various, including, but not limited to: surveys for asbestos containing materials (or ACM);lead based materials,AsbestoslLead Abatement, and indoor air monitoring services. . Q35: Please provide clarification as to what lab testing services are required under the Master Agreement. A35: The category for lab testing services was deleted from Appendix C, Minimum Requirements&Specifications. REQ No.2018-141-ND Addendum#5 4/13/2018 MIAMIBEACHProcurement Department 1755 Meridian Ave,3rd Floor,Miami Beach, Florida 33139 www.miamibeachfl.gov Q36: Page 12, TAB 2 reads 1.3.Should this be part of TAB 1 or TAB 2? A36: See response to item Q5 above. Q37: Under "SECTION 0300/SUBMITTAL INSTRUCTIONS AND FORMAT", please clarify where APPENDIX A, B,D&E are to be placed in RFQ Submittal package. A37: See response to item Q22 above. Appendix B is to be submitted if the Proposer has elected not to submit a proposal. Hence, it is not mentioned in Section 0300, Submittal Instructions and Format. Appendix D and E are not to be included in the proposal. Q38: Section 2.2(Qualifications of Proposing Firm) ask to submit information regarding experience on non-residential small projects, construction cost below 325,000. Is it possible to include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical like Deering Estate or Woman's Club at Coconut Grove? A38: Yes, when submitting information regarding experience you can include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical projects. Q39: For section 3.1.1 it seems to duplicate section 2.2.Are we to provide small projects in both sections? ' ' and are the projects supposed to be individual experience, firm experience or subconsultant experience? A39: Tab 3, Section 3.1 Qualifications of Proposing Firm, requests firm's history and • relevant experience and proven track record of providing architecture or engineering • services, preferably to public sector agencies, for non-residential small projects. Tab 4, Section 4.1.1 Project Experience, requests the experience of the firm's individual team members on small projects as defined in Section 3.1. Proposals are not to include sub • - consultants at this time. Q40: Should the DUNS information required in Tab 2.3 be sent to you? ' A40: Not at this lime. As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun&Bradstreet to submit a Supplier Qualifier Report(SQR)within three(3)days of request by the City. The Supplier Qualifier Report(SQR) • shall be sent via email to nataliadelnado miamibeachfl.gov. Q41: In Section C2. Statement of Work Required (Page 27 of RFQ), could the City please clarify what the scope of items are for the Engirieering—Environmental Services and Testing category? A41: See response to item Q34 above. Q42: We would like to know how we should structure the proposal in regards to Tab 2 (Page 12 of RFQ). Would the City like two tabs for#2,one in front of item 1.3 and one in front of item 2.1? A42: See response to item Q5 above. • RFQ No.2018-141-ND Addendum#5 4/13/2018 1AJ\,in I B E1C u Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov Q43: Are there any subs which may be excluded from participating on teams, as they may be on existing contracts with the City? A43: See response to item Q36 above. Q44: We understand that "testing," as it relates to geotechnical, laboratory services, and/or building materials testing, is included in the"Environmental—Environmental Services and Testing"category. Is this correct? If no,then what categories do each of the following services fall under? • Lab Testing • Soils&Geologic Studies, Foundations • Roofing Assessments, Replacements • Testing & Inspection Services A44: See response to item Q33 above. Q45: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A45: See response to item Q32 above. • Q46: Page 27 lists "Engineering —Structural"as a category two times. Is another category of engineering required? A46: See response to item Q16 above. Q47: Who are the incumbents? A47: See response to item Q28 above. Q48: Page 12: Please confirm that the hard copy submittal requires tab label of"0400" or if it can be labeled as outlined in the Proposal format(Tab 1,Tab 2,etc.). A48: It is strongly recommended that the Proposals be organized and tabbed in accordance with Section 0300,Submittal Instructions and Format. Q49: Page 13: Please clarify minimum required small projects of as minimum of three or five. A49: See response to item Q5 above. Q50: Page 13: Section 3.1.1. cites small projects as defined in 2.1. Please clarify that definition of small projects is per Section 2.2. A50: See response to item Q5 above. Q51: Where should we include Appendix A? A51: See response to item Q5 above. RFQ No.2018-141-ND Addendum#5 4/13/2018 , M I A M 1 B EAC I -I Procurement Department 1755 Meridian Ave, 3rd Floor,Miami Beach, Florida 33139 www.miamibeachfl.gov Q52: Regarding the proposal format, noticed that you have Tab 2 twice. Should the second Tab 2 be changed to Tab 3 and so on.. A52: See response to item Q5 above. Q53: Could you please make clarification in reference to the requested structure of the response. On tab 2, section 2.1 is requesting the use of Standard Form 330. On this form, it is a requirement to show 10 projects that show qualification of the firm and the key people involved (which is reflected in the matrix section G of the SF330). A53: See response to item Q5 above. Q54: On the "Submittal Instructions and Format" proposed by Miami Beach, is the information to be included in Tab 2#2.2 "Qualifications of Proposing Firm"the Form 330 Section E or Section F from Form 330? Section E lists 5 relevant projects to be entered in that section while we are required to submit three (3) Section F "Example Projects" as per Tab 3 on the "Submittal Instructions and Format"proposed by Miami Beach. A54: Tab 3 Section 3.1 requests the Qualifications of the Proposing Firm, Form 330 Section E and F make reference to the key personnel and team. Q55: Regarding Form 330 Section F, I understand we need to submit three (3) small projectsrelevant to the category of work for this proposal/RFQ (Three (3) small projects are specified in Tab 3 on the "Submittal Instructions and Format" proposed by Miami Beach). Is Section F the same information that is specified to be included in Tab 3 on the "Submittal Instructions and Format" proposed by Miami Beach? If so,do I place a copy of those three(3)Section F example projects together with the • Form 330 in Tab 2 and another copy of the Section F three(3)small projects in Tab 3 as well? A55: See response to item Q5 above. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov . Contact: Telephone: ( Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si ;rely, Al•x D '. .curement Director • RFQ No.2018-141-ND Addendum#5 4/13/2018 MI /� Procurement Department/�/ �/ ` 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov • Exhibit A Revised Section 0300, Submittal Instructions and Format RFQ No.2018-141-ND Addendum#5 4/13/2018 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals.Additionally,ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation •• number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications is to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened.The City does not accept responsibility for any delays, natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. • TAB 1 Cover Letter&Table of Content 1.1 Cover Letter.The cover letter must be signed by a principal or agent able to the bind the firm and contain the following: (a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ. (b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted. Categories of Work: include: Architecture — General; Architecture — Landscape; Engineering — Environmental; Engineering—Mechanical,Electrical&Plumbing; Engineering—Structural. Proposers shall submit separate proposals for each category of work for which a proposal is • submitted. Example: a firm which provides general architecture and landscape architecture shall submit one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. TAB 2 Minimum Requirements 2.1 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications, including a) Architect I. Engineering Firm. Provide copies that the firm is certified by the Florida Department of Business and Professional Regulation to do business in Florida. b) Principle and Account Representatives. For the principle and account representative(s) submitted under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and Professional Regulation to do business in Florida. Proposer should also submit copies of architect/engineer license for all licensed firm employees. RFQ 2018-141-ND • 1 MIAMI BEACH TAB 3 i Experience&Qualifications of the Firm 3.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector • • agencies, for non-residential small projects (construction costs below $325,000 and planning/studies below • $35,000). Submit at least three (3) small projects relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public sector agencies. For each small project submitted,the following is required: • project name, • project description (including cost/budget), • agency/client name, • agency/client contact, • contact telephone&email, • • and year(s) and term of engagement. • TAB 4 Experience&Qualifications of the Team 4.1 Qualifications of Proposer's Individual Team Members (Architects and Engineers). Provide an organizational chart which indicates, at a minimum,the principles of the firm, account representatives and individual team members to be assigned to any award by the City of Miami Beach pursuant to this RFQ. Include details on the role that each team member will play in providing the services detailed herein "and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. THIS SECTION IS NOT DIRECTED AT SUB-CONSULTANTS. SUB-CONSULTANTS ARE NOT TO BE SUBMITTED AT THIS TIME. 4.1.1 Project Experience. For each architect and engineer (Firm's individual team members), include information for three (3) relevant projects, performed in the last five (5) years for public or private sector clients. Relevant projects shall include those projects similar in scopeto those services listed in Appendix C. Submit at least three (3) small projects (as defined in Section 3.1 above) relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public or private sector agencies. For each small project submitted,the following is required: • project name • project description, • 'agency/client name, • agency/client contact, • contact telephone&email, • and year(s) and term of engagement. • TAB 5 Required Forms 5.1 Standard Form 330.The proposing firm shall submit a completed Standard From 330 (attached). No proposal will be considered without this required form. In addition to experience and qualifications considerations,the City may use this information to consider the firm's previous and current workload. • 4. FINANCIAL CAPACITY. Within three (3) business days of request by the City, each Proposer shall arrange for • Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. No proposal will beconsidered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report - I RFQ 2018-141-ND MIAMI BEACH from D&B at: https:llsupplierportal.dnb.comlwebapplwcslstoreslservletlSupplierPortal?storeld=11696 • Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. 5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). • • • • RFQ 2018-141-ND h /� I A A /� I B E /\ ( h Procurement Department V 1 , V , L7 /`1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 • www.miamibeachfl:gov • Exhibit B . . Revised Appendix C, Minimum Requirements & Specifications • • RFQ No.2018-141-ND Addendum#5 4/13/2018 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Firms. Firms must be certified by the Florida Department of Business and Professional • Regulation as architecture or engineering business, 2. Architects/Engineers. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation for their area of work. • C2. Statement of Work Required. It is the intent of the City of Miami Beach to select multiple firms within each category that may be contacted on an "as-needed basis" during the term of the contract to submit consulting proposals on small projects whose estimated construction value is less than the amount established in Category 5, Section 287.017, Florida Statutes (currently$325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes(currently$35,000 or as amended by law).. The categories of work shall include: •Architecture—General 'Architecture—Landscape •Engineering—Environmental Services and Testing 'Engineering—Mechanical, Electrical &Plumbing •Engineering'Electrical •Engineering—Plumbing • •Engineering-Mechanical •Engineering—Structural •Engineering—Civil •Interior Design/Space Planning •LEED Commissioning •Surveying The Administration will negotiate with a consultant(s)deemed to best qualified for the project based on an hourly rate (see Appendix E) or on a negotiated lump sum basis per project. If agreement is reached with the consultant for a specific project, a Consultant Service Order(CSO) will be issued, along with a Purchase Order(PO). No work is authorized, nor shall the City be liable for payment, until the CSO and PO are issued. The select consultant will be required to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E) and the CSO.The highest professional standards shall be utilized for all work. RFQ 2018-141-ND 27 ' • The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO. The City may reject the use of any sub-consultant. The services authorized under the resulting Master Agreement, include(but are not limited to): Acoustics,Noise Abatement • Fire Protection • Air Pollution Control • Heating;Ventilating;Air Conditioning • Auditoriums and Theaters • Interior Design;Space Planning • Automation;Controls;Instrumentation • Irrigation;Drainage • .Boundary Survey • Landscape Architecture • Codes;Standards;Ordinances • Lighting(Interior,Display,Theater,etc.) • Communications Systems;TV;Microwave • Lighting(Exterior,Streets,Memorials,Athletic Fields, • Conceptual Studies etc.) • Construction Administration • Plumbing and Piping Design • Cost Estimating • Recreation Facilities(Parks,Marinas,etc.) • Energy Conservation/Energy Sources • Rehabilitation, Remodel, Renovate (Buildings, • Electrical Structures,,Facilities,etc.) • General Environmental Services: • Safety Engineering;Accident Studies;OSHA Studies • o Environmental Assessments • Security Systems;Intruder&Smoke Detection o Air and Water quality testing and • Soils&Geologic Studies;Foundations monitoring • Storage Tank Repair and Monitoring : o Environmental sustainability planning • Structural Design;Special Structures services • Surveying,Mapping,GIS,and other services: o Environmental support services to • Platting;Mapping;Flood Plain Studies achieve and maintain regulatory • Roofing Assessments,Replacements compliance • Swimming Pools • Contamination Assessment: • Topographical Survey o Environmental Site Assessments • Urban Renewals;Community Development o Oversee and coordinate remedlation • Value Analysis;Life-Cycling Costing project • Any other professional services normally considered o Preparation of sampling and remediation under the disciplines of architecture and engineering. plans and other related documents • Improve Building Performance • o Other associated tasks related to • regulatory compliance The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes, as well as any other applicable law or regulation. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding and construction of the project,and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach with all applicable local, state and federal regulations. • C3.Term of Contract: It is expected that any resulting agreement shall be valid for a term of three (3) years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance. C4. Fee Standards: For determination of project fees the City will use the Design Professional Fee Guidelines for "Basic" Architectural and Engineering Services available at https://fp.state.fl.us/docs/DMSAEFeeGuidedefinition.asp RFQ 2018-141—ND 28 II 1 MI /� /� I BEACH Procurement Department /-�I �/ 1 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS (the RFQ) April 11, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City, The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). 1, RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, April 23,2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl,gov Contact: , Telephone: Email: Natalia Delgado 305-673-7000 ext,6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to•acknowledge receipt of this addendum as part of your RFQ submission. Potential - proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to ' Pros ective Bidders"questionnaire with the reason(s)for not submitting a proposal, c ly, AxDes rocu ent Director RFQ No.2018-141-ND Addendum#3 , 4/11/2018 MI /� ' /� I B EAC Procurement Department i I�1 V 1 V 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO, 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) March 28,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions • are shown by strikethrough and additions are underlined). • 1, RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, • April 16,2018,at the following location: City of Miami Beach • Procurement Department • 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned'to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission, Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prosp- ' : Bidders"questionnaire with the reason(s)for not submitting a proposal. c:re 11 polls urement Director I 1 RFQ No.2018-141-ND Addendum#3 3/28/2018 V t f I /� A /� Procurement Department I /�"1! y 1 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachfl,gov ADDENDUM NO.2" REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS (the RFQ) March 6,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. • 1. ATTACHMENTS: Exhibit A: Pre-Proposal Meeting Sign-In Sheet A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at i RafaelGranado@miamibeachfl,gov Contact: Telephone: Email: • Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. i a•rely, Ale Ennis �'K Pro ement Director ) • • RFQ No.2018-141-ND Addendum#2 3/6/2018 MIAMI IAnI EAC H Procurement Department 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachfl.gov • • Exhibit A • Pre-Proposal Meeting Sign-In Sheet l i • • • _/ RFQ No.2018-141-ND Addendum#2 3/6/2018 - - MIAMBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE; February 27,2018 TITLE: .RFQ2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS IfitiontirAiriononigigtotairrittitilliarict.s„EtAglow. (P.WJASt.M T„:„.,,„,.,,01,,,,,Agoostfoilwobp,11,,xocixotkoplemoaff 4.14,A it Natalia Delgado Procurement-C1V115 305-673-7000 nataliadelgado@miamibeachtlgov Ext.6263 • -a X 2-.31 Vart'act_ A.Teck4sie_glisioafJoektdaidu, )`• 610 PetMo. Doga\,5 V.1 4-50e. -(544 3°3--'ICI . In 'Gaye( yo 30a&doex- •1.- 3 DS-2.00 bbarn;avvii s2..s 1 boivort.-- Cf3 I S t-kgazq 11,16. o..50414i. s:rk . • f.g.v1tr CA.F.04 6RPt6€64Fzeve-ecm6,..60p4 al- til-e) • 1\-k Qua CoiNk.A.u.e.-i 3' - 951-- Ke 16,1.511,144LA S:1 SY Wilt. j-TvAA,t, (1-2aheZe— -Przunp.c.`sc.p4c-rel..a'-e 26gg (5°' &;// fin/Va. Y 3 P r P 34 Wern,co•/90,..10097Ytikr.,eofT7 et&keYe‘ enSIV‘.0S,Y1r5L-114339 • .s.A.A./Nszk\A@ ecAsSNevr\e -T • . . MIAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS 1 0:1141,11,f:'147 FNUFRIVir,".411 ,1"1411'44 VIRIVT1 Ai414P4OY'4iOiqikgl6V4AV ‘1.1104,01441 ,t,,„,A, .4411. L,,,„,w,bt.,..i tot,,,,ibt, ,',,,,,,..,-T-;7.,,c2,,,-, ;114E,,:i„A Ek„a ii4"011A,txt$FA.Ako4i, JZ j; eNQINEEK.s AND it-Rairrars ' "ii-issF.Nti il siDDI•WE Ss ri)D iGrougDs-ENa.cat.4 -7-8 6-441-cl' 0 _ b 2 b EnAdritus ,04e_iugAkels agai fifyvy+ '4/4,441-5/L0 kelfmrd-e6,13-Ed6.69n1 6g-etigof /1.4 /3"e")._. CAiersi #10011-e-,c, A-Boch.ane:r . L.,inine--2. a 0 .)„.40°Az,cam Sd-S-4-62'41 8 ,,46g4- FkAcrez_cou (cc-1Na &-"Al‘i 1,-tela.--r 9.5-2k it(1-7S-SF - _ \I A.-2.61,6.. .2- Ac6E C M.C.,€kiGtni-GiZ126.c al.( ;. N-0 r locinA;a206,8Rol enu:1-v-com 3°5'.-- Cabov\ Ry\ou.e.tr,c, N th Ct A I ki ele,k)ti-P-4461.. eioro (19011079 v. LAVA. ,7...., ..il 1 t-e•r \o/C7W41 r NMs32.2-,2s1:Gyisitlisd _8.1.5)241.646-1 Leesyt&-eoli.a.fr-bAc_co n„, 3M--"-\--(E (SIM-EA/Ea. --- t ( j (..,R0 jp 305-6-76,9a3 , —DBE -MAO T.D.6. ‘6AJ 63c--08.0 b eoLYP g-neaQ2.. 0"TSAcs.aacst Giu IDA DuLca c•-ewoe S ou-AR-LH, I/..le_.. 305740 0113 3oS"746 01 I g be SoL-AP-c-14•C.0 pi , .1"-Ckt re-R- 9?,‘ ";'-' 140 CQQA1/4 PWne k t9- 3SZ e....., .SF Afrell-69-A.*( if, etzoito Qculk-c9 109.661.A,M-. -*E..9%,6 -\a9-75 .6 A•gC ti6P 6-att 6'att/1' vt9T . p4-0-@ed6 Ni-JUI44 L--;.‘ • 5c2 --17?- 4/V..3 2.. brraski.vto-e-e.,-ffluccAp(. 2 ,- .wt. MIAMBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS a \ E "A 3 ySA& f1"A 3 b" fir \a�. ,w '' i F� i\ $K 4 t i � � � � � a. � �, � zea 1a wow 0/1 pH'ARA, e 0 u 00 g �y w $ F ''� --�! • l E 305 4,63x9/0 .3oS�f63 82gy- Dou L.s 1hdMr' ' LA' - r D I Vov¢1c g L4..dscarJe1D : caw, 3oS-2I ' f ?3 Wiam ee,col I. lave, cows37 11- Al Uro Gz -c .3 kco SAA)i-haaci-,LI,G a 1-1 r�arC�,glo)mitre-N111 .can\ C'3f75 - — coEK �-iR�JD IN Dt /t1-41-h 1 -+5 S-10 6323 5,1@s4}-tsa cH-ttEcirs,t tLKeR uzUN GP\-1 OzU�@chcorp.coiY� 305 2144°205 30Z714507 Luc- 15 TE Q.�.�4 L QAJ 67 ) gtkagASa.G„Ac 1-"� &--1-CI 363 Lucas.S lite.DS•ce r r�n1, At . 'ciiag. ,Iy/pF? Otis c4a-fa 5w-4--f r r-taefrs Soc•2ca, aa2-rveno ticsr-2e.Cam kG.,,, Zt 64:A �no t 5b1-60/ (erio})8.G- �lar.c��ve2 ro�me'1�cc 1 X539 ,622 cmanrZIve�044 ertitrenmeedl.c m yo?85 6-egos 61— Nvl-ct Gli-Fec, re P.i6.1- pc)-3 -. N-vIt -evi)i fie akoc, cawl 7 kz-e-H321O MIAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS ,W; "-41/4:63,•••'k.4AMIV,t1.T %,"•FAZ•VA,1\54NialaW.011jrx,111.,-,..' >um,vik4i,tvomsoNttollig„4'.1 ;ea, NIONI ..,I IL. 4 4 4 A,deCoilk AlA di9ç , 194Ser- 0044 ocecuojorld,com 4,000 iY41 At_coo kok. ) 5Fin1)1741' 31/(*Vb sb row oc,) -ev cAoft.ese q Vsai-e•QacktriS-et/wilco-in womAc4-ovk ti -zq5.isq4 5c.5-74/9 Onnc\ei4 €4 b L b‘cru y/4_uo EA), e.C1Y4 435E. QC re • -505_0,34..nve_ -3og- t5 sor-4i s eAncnvi'6Z cvecc‘-ell co y 14 S412A V-re-(co A KS ertliagg4V Aalt4+e-C6 CA.Act Se'6 >qik 24f.201 Crrg t2.0 0 HA 1=5.Nei Kam b %Ica,/ 141' Ccr45(-4-tfra--th Ktamgi jort,,as(vIco___e_0(t.cik2144.01p A6E-c--C16-2 Rt&3.-4(a matA,A 3o5-3/e-11.2s Me-d( /AAI1S kc.ci_Co.t)-C-y.con Toto \-kee,.5%-k bo5 440L --1 5A,c4AA‘EAPTIDe-b..,9_- 0 tkEv....-0N•ws-% X 10-b Pc•M°CP vfR-ez. D-sawApssiGpsigogole,- 2°°1-131-1 1\111\ er") 11 I 055 JObbt emps „,,,(„, 305-7q/-6677- v5s AdiAeck,,e+ t.a S) 6=.60.P.O. DCFC- *heal r1.0(--CG t%Ip 3c6-tt31- LQUAI04, CYD - ‘ucs ana-60 Avc•xchrteC-1S-uccrt 4 MIAMI BEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS t n-x. Q. .rzy .1 14.& � ttLS . iS 30► la U►�� and IA t1162 p4 • , ' •K N-Y� p � •+ r. a-S, \II 1111001 tAe'0't‘n \I•lnA%thmiQnra-e Q-*f112)dfl.1A r - 046\ 1,3Qek_i toP 2. 1> * OVQ C¢ansiIf�1, y . j - is l cA2. ' n%oI ' gq • et,datovoe7. 0,4 �+ S IV11 t 12C-4-S Citr-r -2,2-d eo..\pdh 2 MIAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING ' SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS 14:4 glifies:4117#*-,Ik 4.k;4;,4,1,1 ,4.1144113L,":,':„ '' ,lifitli:s 4:,r,,,AS ---'` '411i114,ktir:I ISIEPLIMO 413.1,i'liSOI:01#4;s ti,q 1"4' Of' i,' 3 3 OvriaMar sW kt LPW'W3 it LW:30•WL LW.41t,WO,',wit!. '.,OL3,,LW e k- % '" 1 Tje6 el' if , 1D .. .\c-e)noec.-41- &jancixa2A. 2_0 Q...„. . I 3e-OSA°:-CA 'ESkOPA an C,--1 1 .Q.i_l_k_, I -Z4)- cef,--,-)ki-Qr1-1-s. _ 7 -fkie_J-\%4ec5k-- (42-fn' clod-0 That-e„0 12 1 1,42-2--norlez_ gie-e_ OP. ()----- 1 •NOir\; 0,. --- 0.-Ica-l-e___S.. 3 A / I/`�/ �/ 1 f /� �/ 1 l . Procurement Department 1700 Convention Center Drive,Miami Beach, Florida 33139 • www,miamibeachfl.gov • ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) February 26,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The RFQ is amended in the following particulars only. 1. REVISION: Section 0200–Instructions to Respondents & General Conditions, 5. Pre-Proposal Meeting or Site Visit(s) on page 4 of the RFQ, is hereby amended as follows. (deletions are shown by strikethrough and • • _ _. additions_are_underlined).:__._._ —__.___ ___ _ . . Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department • Conference Room 1755 Meridian Avenue,3rd Floor • Miami Beach,Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating.in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone, Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office •at • RafaelGranado@miamibeachfl.gov • Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263' .nataliadelgado@miamibeachfl.gov • Proposers are reminded to acknowledge receipt 'of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the'reason(s)for not submitting a proposal. •• ly, ex Dei rocur- ent Director RFQ No.2018-141-ND Addendum#1 2/26/2018 REQUEST FOR QUALIFICATIONS ( RQ ) PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES , FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS RFQ 2018-141-ND { RFQ ISSUANCE.DATE: FEBRUARY 15, 2018 RESPONSES DUE: APRIL 2,2018 3:00 PM ISSUED BY: NATALIA DELGADO MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3RD Floor, Miami Beach, FL, 33139 305.673.74901 www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 15 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO BID" FORM 24 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 26 APPENDIX D INSURANCE REQUIREMENTS 29 APPENDIX E SAMPLE CONTRACT 31 APPENDIX F STANDARD FORM 330 62 RFQ 2018-141-ND 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL.This Request for Qualifications(RFQ)is issued by the City of Miami Beach, Florida(the"City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and,subsequently,the successful proposer(s) (the"contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to provide-funding a proactive renewal and replacement of the City's facilities and the systems within those facilities (e.g., HVAC, roofs, fire safety systems, etc). The CRR is also used for approved for small repair, remodel or renovation projects,usually expected to cost less than$325,000. The average value of the current CRR Projects is approximately$158,000, but can be as low as$25,000 or less. In addition to CRR projects, award(s)of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional services consultants (architecture, professional engineering, landscape architecture, or .registered surveying and mapping) by public. agencies for projects valued up to the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes (currently$35,000 or as amended by law).THEREFORE, CCNA IS NOT APPLICABLE TO THIS RFQ. In order to maximize the cost effectiveness of small projects, through this RFQ the City seeks to establish a pool of qualified architectural and engineering.consultants for those projects whose value is below the thresholds stipulated in CCNA. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture — Landscape, Engineering — Environmental Services and Testing, Engineering — Mechanical, Electrical & Plumbing, Engineering-Structural. Because of the nature and size of the small projects being considered under this RFQ, the City desires to engage firms with sufficient experience in small projects. 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued FEBRUARY 15, 2018. Pre-Submittal Meeting FEBRUARY 27, 2018,@ 10:00AM EST Deadline for Receipt of Questions MARCH 23, 2018 @ 5:00 PM EST Responses Due APRIL 2,2018 @ 3:00 PM EST Evaluation Committee Review TBD RFQ 2018-141-ND 3 MIAMI BEACH Proposer Presentations(if deemed necessary) TBD Tentative Commission Approval TBD 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado(cmiamibeachfl.00v ; or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date Proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposer in the form of an addendum. Procurement Contact: Telephone: Email: NATALIA DELGADO 305.673.7000 Ext.6263 NATALIADELGADO@MIAMIBEACHFL.GOV 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City,a pre-proposal meeting or site visit(s) maybe scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755.Meridian Avenue,3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in.the Pre-Proposal Submission Meeting via telephone must follow these steps: • (1)Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in This • RFQ expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any meansother than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of RFQ 2018-141-ND 4 ' i /vMIAMI BEACH such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website: http://www.miamibeachfl.qov/city-hall/procurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE.SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS ', CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR CITY CODE SECTION 2-373 DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374 VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS& CITY CODE SECTION 2-449 SERVICES 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a pyblic entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS.This RFQ is subject to,and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shallbe solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with,the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879,the Proposer shall adopt a Code of Business Ethics ("Code")'and submit that Code to the Procurement Department with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign RFQ 2018-141-ND 5 MIAMI BEACH language interpreters(five(5)days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673-7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right topostpone the deadline for submittal of proposals,,and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS.\Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identify other`sub-contractors or sub-consultants to the prime Proposer who may serve as team members. 18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374,the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability,capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment,experience.and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also,at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contractor legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City;and executed by the parties. RFQ 2018-141-ND 6 MI {BEACH 21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date.A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer,and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer,:nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter. 442, Florida Statutes, any toxic substance listed in Section 38F-41.03.of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be,an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relativeto this RFQ. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. RFQ 2018-141-ND 7 MIAMI BEACH 29. COPYRIGHT, PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employee's, contractors, and/or agents,from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices-shall include all royalties or cost arising from the use of such design, device,or materials in any way involved in the work. 30. DEFAULT. Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or itsofficers,employees, contractors,and/or agents,for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discriminationby reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status,and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City, including: A.Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. RFQ 2018-141-ND 8 MIAMI BEACH D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance(experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation; then D. The Proposer's proposal in response to the solicitation. 40. INDEMNIFICATION.The Proposer shall indemnify and hold harmless the City and its officers,employees,agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City,where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the RFQ 2018-141-ND 9 j MIAMI BEACH stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded.Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain.public records that ordinarily and necessarily would be required by the public agency in order to perform the services;(b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements 'are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with,all Federal, State, County, and City laws, ordinances, codes, rules and regulations,and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the • Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST.All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent,sibling, and child)who is also anemployee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date,and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ,and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole,and absolute discretion, may accept or reject anyor all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 48. ACCEPTANCE OF GIFTS, FAVORS,SERVICES. Proposers shall not offer any gratuities,favors, or anything of RFQ 2018-141-ND 10 MIAMI BEACH monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s),, as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RFQ 2018-141-ND 11 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals.Additionally,ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE PROPOSALS. Proposals are to be received on or before the due date established herein for the receipt of proposals. Any proposal received after the deadline established for receipt of Proposals will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Proposals, it is strongly recommended that Proposals be organized and tabbed in accordance with the sections and manner specified below.Hard copy submittal should be tabbed0400 as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non-responsive and will not be considered. ;TAB 1' a Cover Letter&Table of Content 1.1 Cover Letter. The cover letter must be signed by a principal or agent able to the bind the firm and contain the following: (a).Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ. (b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted. Categories of Work, include: Architecture — General; Architecture — Landscape; Engineering — Environmental; Engineering—Mechanical, Electrical&Plumbing; Engineering—Structural. Proposers shall submit separate proposals for each 'category of work for which a proposal is submitted. Example: a firm which provides general architecture and landscape architecture shall submit one proposal for Architecture—General and'a separate and distinct proposal for Architecture—Landscape. =.$.TAB,2?V 1 Minimum Requirements 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix CMinimum Requirements and Specifications,including a) Architect I Engineering Firm. Provide copies of that the firm is certified by the Florida Department of Business and Professional Regulation to do business in Florida. b) Principle and Account Representatives. For the principle and account representative(s) submitted under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and Professional Regulation to do business in Florida.Proposer should also submit copies of architect/engineer license for all licensed firm employees. TABA2'Rr ': Experience&Qualifications of the:Firm 2.1 Standard Form 330.The proposing firm shall submit a completed Standard From 330 (attached). No proposal will be considered without this required form. In addition to experience and qualifications considerations, the City may use RFQ 2018-141-ND 12 MIAMI BEACH this information to consider the firm's previous and current workload. 2.2 Qualifications of Proposing Firm.Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies, for non- residential small projects (construction costs below$325,000 and planning/studies below $35,000). Submit at least five (5) small projects relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public sector agencies. For each small project submitted, the following is required: • project name, • project description, • agency/client name, • agency/client contact, • contact telephone-&email, • and year(s)and term of engagement. 2.3 Financial Capacity. Following the bid opening and at the request of the City proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report(SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun &Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at: https://suoplierportal.dnb.com/webapo/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. 2.3.1 Audited Financial Statements. In lieu of a D & B SQR, the Proposer may submit its latest audited financial statements which must be dated December 31,201.4 or later. • ;.,' TABt3•d.. Experience&Qualifications of the Team 3.1 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart which indicates,at a minimum, the principles of the firm and the account representatives assigned to award by the City of Miami Beach pursuant to this RFQ. Include details on the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. 3.1.1 Project Experience. For each architect and engineer, include information for three (3) relevant projects, performed in the last five (5) years for public or private sector clients. Relevant projects shall include those projects similar inscope to those services listed in Appendix C. Submit at least three (3) small projects (as defined in Section 2.1 above) relevant to the category of work for which the proposal has been submitted, performed in the last five (5)years as evidence of requested experience, preferably to public or private sector agencies. For each small project submitted,the following is required: • project name • project description, • agency/client name, • agency/client contact, • contact telephone&email, • and year(s)and term of engagement. RFQ 2018-141-ND 13 MIAMI BEACH Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFQ 2018-141-ND 14 MIAMI BEACH SECTION 0400 PROPOSALS.EVALUATION 1. Evaluation Committee.An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth,in the solicitation. If further information is desired, Proposals, may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted.below. It important to note that the Evaluation Committee willscore the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 &Step.2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received,the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend_to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluationof proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management.An Evaluation Committee,appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. -.Qualitative C.rlterl8 + t` f ' + 'Gi� `r ' ' Maximum Points Experience of the Proposing Firm 50 Experience of the.Team 50 •.,..• *'- :TOTALAVAILABLESTEP„I POINTS' 100 - 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the'Proposer may receive additional quantitative criteria points to be added by the Procurement Department to those points earned in Step 1, as follows. ' r team• t ry ,.» ." N �.. �k kStep2 Quantitative 6nteria , eet,, n_ r „Maximum Points Veterans Preference 5 L;;`-7,1.47:1- .,2-17e u...,az:;,•s, .4.4 _4TQTAL AVAICaBLESTEi?2POINT,SZ,<'.t, . • °.5,:._ v., • RFQ 2018-141—ND 15 MIAMI BEACH 4. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: _ Proposer Proposer Proposer r :,o> Ste. 1 Points 82 76: 80 ' "'Committee Ste.2 Points 22 15 12 MemberT Total 104 91. 92 Ste. 1 Points 79 85 72 Committee , Ste.2 Points 22 15 12 Member Total 101 100 84 _ -Rank 1 —'2 3= Ste. 1 Points 80 74 66 Committee Ste.2 Points 22 15 12 Member 2 " Total 102 89 78 ;Rank • 1 2 "3 Law Aggregate Score 'as&s z y 8_ 7 `8 z . _ 3:• * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. RFQ 2018-141-ND 16 APPENDIX A MIAMI BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 17 • y } Solicitation No: Solicitation Title: - RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact: Tel: Email: NATALIA DELGADO 305.673.7000, Ext.6263 , NATALIADELGADOat7.MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: • NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): • • CITY: • STATE: ZIP CODE: TELEPHONE NO.: • • TOLL FREE NO.: FAX NO.: • FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: • ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: • The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. • RFQ 2018-141—ND 18 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling,and child)who is also-an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse; parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Foreach reference submitted, the following information is required: 1).Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance b an public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a'statement detailing the reasons that led to action(s). 5. , Vendor Campaign Contributions.Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,-and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. ' Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum,require the Proposer,to comply with all applicable governmental rules and regulations,including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at htto://www.miamibeachfl.aov/city-hall/procurement! RFQ 2018-141—ND 19 L ' I 7. benefits - - - - - - - ,. - - -• - - - - . . . -- -- -• ' 3. Effective January 1, 2020, covered employees-oust be paid a living-wage rate of no Iecc than$11.78 per hour with benefits. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to_competitive proposals,to provide"Equal Benefits"to their employees with domestic partners,,as they provide to employees with spouses. The Ordinance applies to all employees of a , Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the • United States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners"or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the'other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner,'such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BEN EFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at htto:Hwww.miamibeachfl.ciov/city-hall/procurement/procurement-related-ordinance-and- procedures/ RFQ 2018-141—ND 20 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals,or replies on leases of real property to a public entity;may notbe awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices,.and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code ("Fair Chance'Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with.a statement that an individual with a criminal record may not apply for the position,and(iii)prohibits placing a statement on an employment application that.a person with a criminal record may not apply for the position: SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-141—ND 21 DISCLOSUREAND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City')for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest. In its.sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The Citydoes not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk.Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether anyy award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall'remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained inthe Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable' judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-141—ND 22 ,y, X PROPOSER CERTIFICATION , I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments,exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications,terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida • Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Res uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this day of ,20_,personally appeared before me- who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RFQ 2018-141—ND 23 APPENDIX B MIAMI ,',011"sEAC' ( • " NO Bid " Form • RFQ No. 2018- 141 -ND • • PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS • PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor • Miami Beach, Florida 33139 11.:TS:;,!WP.t.f0-11F*411-(554;7"nd76Vr *4::6 have receivedtialiffcallnn'of ..:E.,91s,qc*itiptfroirtItit de'tta 92 ,q5pgryckrito,*,cbwirjote atici submit the atached 'Statement of No Bid The "Statement of No Bid' provides the City with information on how to improve the liciici:fiQii,;;Proc,e'ss".:; Failure to submit a 93.01tP.1117 9f:tsfP'BIif may'i"stitfin not • notified ;01,faturiestiii,dtatbh r,4° • — • RFQ 2018-141-ND • 24 • Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal _Insufficient time to respond. Specifications unclear or too restrictive Unable to meet specifications. _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: NATALIA DELGADO PROPOSALS#2018-141-ND 1755 Meridian Avenue, 3`d Floor MIAMI BEACH, FL 33139 • • RFQ 2018-141-ND 25 APPENDIX C MIAMI ACH equ Minimum R irements & Specifications RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 26 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and +' shall not have its proposal considered. 1. Firms. Firms must be certified by the Florida Department of Business and Professional Regulationas architecture or engineering business. 2. Architects/Engineers. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation for their area of work. C2.Statement of Work Required. It is the intent of the City of Miami Beach to select multiple firms within each category that may be contacted on an "as-needed basis" during the term of the contract to submit consulting proposals on smallprojects whose estimated construction value is less than the amount established in Category 5, Section 287.017, Florida Statutes (currently$325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category'2, Section 287.017, Florida Statutes(currently$35,000 or as amended by law).., The categories of work shall include: 'Architecture—General •Architecture—Landscape •Engineering—Environmental Services and Testing •Engineering—Mechanical, Electrical &Plumbing •Engineering—Structural •Engineering—Structural •Interior Design/Space Planning •LEED Commissioning The Administration will negotiate with a consultant(s)deemed to best qualified for the project based on an hourly rate (see Appendix E)or on a negotiated lump sum basis per project. If agreement is reached with the consultant for a specific project,a Consultant Service Order(CSO)will be issued, along with a Purchase Order(PO). No work is authorized, nor shall the City be liable for payment, until the CSO and PO are issued. The select consultant will be required to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E)and the CSO.The highest professional standards shall be utilized for all work. RFQ 2018-141-ND 27 The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO. The City may reject the use of any sub-consultant. The services authorized under the resulting Master Agreement, include(but are not limited to): • Acoustics,Noise Abatement • Fire Protection • Air Pollution Control Heating;Ventilating;Air Conditioning • Auditoriums and.Theaters • Interior Design;Space Planning • Automation;Controls;Instrumentation • Irrigation;Drainage • Boundary Survey • Lab Testing Services • Codes;Standards;Ordinances • Landscape.Architecture • Communications Systems;TV;Microwave • Lighting(Interior,Display,Theater,etc.) • Conceptual Studies • Lighting(Exterior,Streets,Memorials,Athletic Fields, • Construction Administration etc.) • Cost Estimating • Plumbing and Piping Design , • Energy Conservation/Energy Sources • Recreation Facilities(Parks,Marinas,etc.) • Electrical • Rehabilitation, Remodel, Renovate (Buildings, • General Environmental Services: Structures,Facilities,etc.) o Environmental Assessments • Safety Engineering;Accident Studies;OSHA Studies • o Air and • Water quality testing and • Security Systems;Intruder&Smoke Detection monitoring • Soils&Geologic Studies;Foundations o Environmental sustainability planning • Storage Tank Repair and Monitoring services • Structural Design;Special Structures o Environmental support services to • Surveying,Mapping,GIS,and other services: achieve and maintain regulatory • Platting;Mapping;Flood Plain Studies compliance • Roofing Assessments,Replacements • Contamination Assessment: • Swimming Pools o Environmental Site Assessments • Testing&Inspection Services o Overseeand coordinate remediation • Topographical Survey project • Urban Renewals;Community Development o Preparation of sampling and remediation • Value Analysis;Life-Cycling Costing plans and other related documents • Any other professional services normally considered o Other associated tasks related to under the disciplines of architecture and engineering. regulatory compliance The selected architectural and/or engineering firms will be responsible for reviewing all existing City. of Miami Beach Zoning Ordinances and Building Codes, as well as any other applicable law or regulation. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach with all applicable local,state and federal regulations. C3. Term of Contract: It is expected that any resulting agreement shall be valid for a term of three (3) years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance. C4. Fee Standards: For determination of project fees the City will use the Design Professional Fee Guidelines for "Basic" Architectural and Engineering Services available at https://fp.state.fl.usldocs/DMSAEFeeGuidedefinition.asp RFQ 2018-141—ND 28 N APPENDIX D MIAN\ hEACHa Insurance Requirements RFQ No. 2018-141 -ND ' PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS . PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 29 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability(occurrence form), limits of liability$500,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). XXX 3. Automobile Liability - $100,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies;and it must be stated on the certificate. XXX 6. Other Insurance as indicated: _Builders Risk completed value $ .00 Liquor Liability $ .00 _Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond - $ .00 XXX Other: Professional Liability $1,000,000.00 XXX 7. Thirty(30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self- insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFQ 2018-141-ND 30 APPENDIX E r MIAMI BEACH SAMPLE CONTRACT RFQ No. 2018-141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT ' 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 31 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXXXXXXXXXXXXXXXXXXXXXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX Resolution No. RFQ 2018-141-ND 32 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO. DISCIPLINE: RESOLUTION NO. • RFQ 2018-141-ND 33 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 36 ARTICLE 2. BASIC SERVICES 40 ARTICLE 3. THE CITY'S RESPONSIBILITIES 45 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION.COST 46 ARTICLE 5. ADDITIONAL SERVICES 48 ARTICLE 6. REIMBURSABLE EXPENSES 49 ARTICLE 7. COMPENSATION FOR SERVICES 49 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 50 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 50 ARTICLE 10. TERMINATION OF AGREEMENT 51 ARTICLE 11. INSURANCE 52 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 53 ARTICLE 13. ERRORS AND OMISSIONS 53 ARTICLE 14. LIMITATION OF LIABILITY 54 ARTICLE 15. NOTICE 54 ARTICLE 16. MISCELLANEOUS PROVISIONS 54 RFQ 2018-141-ND 34 SCHEDULES: SCHEDULE A 58 SCHEDULE B 59 SCHEDULE C 61 ATTACHMENTS: ATTACHMENT A Error! Bookmark not defined. ATTACHMENT B Error! Bookmark not defined. ATTACHMENT C Error! Bookmark not defined. RFQ• 2018-141-ND 35 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this day of , 2016 , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal,offices at 1700 Convention Center Drive, Miami. Beach, Florida, 33139, (hereinafter referred to as City), and a Florida corporation having its principal office at (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS • 1.1 Definitions. The definitions,included in this Section are not exhaustive of all definitions used in this • Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager, or designee(s), or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" meansall laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project.Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being,within the Construction Cost Budget. "Base Bid" shall not include additive alternatesor deductive alternates.. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. RFQ 2018-141-ND 36 CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its `, proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction,:the exercise of such. regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement, CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager, or designee(s)," shall mean the chief administrative officer of the City. The City Manager, or designee(s), shall also be construed to include any duly authorized representatives designated by the City Manager, or designee(s), in writing, including theProject Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) • they have been reviewed"and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in anyway be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or"engineer of record"for the Project. When the term "Consultant",is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting, under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule"C", attached hereto, are hereby approved by the City Manager, RFQ 2018-141-ND 37 or designee(s), for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in the RFQ. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Manager, or designee(s), CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design-builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design-build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100%.completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. RFQ 2018-141-ND 38 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or - Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather(except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised Or adjusted by the City, in its sole discretion, to accommodate approvedmodifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. • PROJECT ADMINISTRATOR: The 'Project Administrator" shall mean the individual designated by the City Manager, or designee(s), who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager, or designee(s), or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the,RFQ, together- with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A- Consultant Service Order Schedule B-Consultant Compensation and Hourly Billing Rate Schedule. Schedule C-Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any RFQ 2018-141-ND 39 Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES:. "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including,. without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: 'The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index(CSI)format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in'the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall bein sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager, or designee(s), or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended,or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, RFQ 2018-141-ND 40 } bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three.(3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager, or designee(s), (Initial Term and any renewals shall be collectively referredto as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the .Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as.expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City(or authorities having jurisdiction over the Project)to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the RFQ 2018-141--ND 41 Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required foil*the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the methodand timing of the corrections. • 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisionsor approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout RFQ 2018-141-ND 42 this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager(as well as any replacement) shall be subject to the prior written approval of the City Manager, or designee(s), or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager, or designee(s), or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager, or designee(s), or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project; without the prior written consent of the City Manager, or designee(s), or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks.on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which .is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work arid/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of anyand all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE RFQ 2018-141-ND 43 1 1 CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANTS OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION,,NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE c CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION,,ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER: MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy.and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, or designee(s)„ in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant,shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance ofwork by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant(and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse,-waive and/or condone in any way any noncompliance of therequirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall, be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. RFQ 2018-141-ND 44 i � i ARTICLE 3. THE CITY'S RESPONSIBILITIES 3:1 The City Manager, or designee(s), shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be'authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager, or designee(s), may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non- conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 Except where otherwise expressly noted in this Agreement, the City Manager, or designee(s), shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager, or designee(s), shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.6.1 The City Manager, or designee(s), shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.6.2 The City Manager, or designee(s), shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. - In his/her discretion,the City Manager, or designee(s), may also consult with the City Commission on such matters. RFQ 2018-141-ND 45 3.6.3 At the request of Consultant, the City Manager, or designee(s), shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.6.4 The City Manager, or designee(s), may approve Contract Amendments. 3.6.5 The City Manager, or designee(s), may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.6.6 The City Manager, or designee(s), shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.7 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Projectso that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant :shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget.. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents toaddress such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as maybe specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent(15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its RFQ 2018-141-ND 46 • I • Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the• Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+1-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry; provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent(10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. RFQ 2018-141-ND 47 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within.the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such • additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets(and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. RFQ 2018-141-ND 48 i • 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall`be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultantand its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the. Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). RFQ 2018-141-ND 49 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable, Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or designee(s)„ or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article andensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the.Consultant or owned by a third party and, licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager, or designee(s), in RFQ 2018-141-ND 50 advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager, or designee(s),. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager, or designee(s),. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project(or both), the.City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, or designee(s)„ may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty(30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted;prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any RFQ 2018-141-ND 51 and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3( TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, or designee(s)„ may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. • 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble. all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $100,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be.named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. RFQ 2018-141-ND 52 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required. insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. , The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this.determination, in writing, to the applicable Assistant City Manager, or designee(s),. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager, or designee(s),. The Project Administrator and the Consultant shall abide by the decision of the City Manager, or designee(s),. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. RFQ 2018-141-ND 53 ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager, or designee(s),'s Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager, or designee(s), With a copy to: City Manager, or designee(s),'s Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager, or designee(s), All written notices given to the Consultant from the City shall be addressed to: All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE RFQ 2018-141-ND 54 • TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and willtake affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate wh'o is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, or designee(s)„ may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents RFQ 2018-141-ND - 55 • unless authorized by the City Manager, or designee(s)„ in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part,. without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager, or designee(s),. • 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF,AGREEMENT: 16.10.1 _The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions RFC) 2018-141-ND • 56 hereof or of any power,or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR Attest xxxxxxxxxxxxxxx Signature/Secretary Sig nature/President Print Name Print Name RFQ 2018-141-ND 57 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED" BASIS (RFQ XXXXXXXX) you are directed to provide the following services: SCOPE OF SERVICES: . Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service.Orders: Fee for this Service Order is Lump Sum/Not to Exceed amount $ of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date RFQ 2018-141-ND 58 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments L Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration** $XXXXXXXX • Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in,writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. RFQ 2018-141-ND 59 HOURLY BILLING RATE SCHEDULE Project Engineer(Coastal orProject Principal $172.50 Other) $116.15 Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 • Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 Mechanical Engineer $116.15 _ GIS Specialist $ 86.25 .. Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer. $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 . Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer $ 94.30 Designer $ 95.45 Job Captain $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2 w/GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94.88 Construction) RFQ 2018-141-ND 60 SCHEDULE C APPROVED SUBCONSULTANTS c , RFQ 2018-141—ND 61 APPENDIX F f , MIAMH& EACH STANDARD FOR.M 330 • . RFQ No 2018.-141. ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach`s Florida 33139 RFQ 2018-141-ND 62 ARCHITECT-ENGINEER QUALIFICATIONS • OMB Control Number: 9000-0157 Expiration Date: 11/30/2017 Paperwork Reduction Act Statement-This information collection meets the requirements of 44 USC§3507,as amended by section 2 of the Paperwork Reduction Act of 1995. You do not need to answer these questions unless we display a valid Office of Management and Budget(OMB)control number. The OMB control number for this collection Is 9000-0157. We estimate that it will take 29 hours(25 hours for part 1 and 4 hours for Part 2)to read the Instructions,gather the facts,and answer the questions. Send only comments relating to our time estimate,Including suggestions for reducing this burden,or any other aspects of this collection of information to: General Services Administration,Regulatory Secretariat Division(M1VICB),1800 F Street,NW,Washington,DC 20405. PURPOSE DEFINITIONS Federal agencies use this form to obtain information from Architect-Engineer Services: Defined in FAR 2,101. architect-engineer(A-E)firms about their professional qualifications. Federal agencies select firms for A-E contracts on the basis of professional qualifications as required by 40 U.S.C. Branch Office: A geographically distinct place of business or chapter 11;Selection of Architects Engineers,and Part 36 of the subsidiary office of a firm that has a key role on the team. Federal Acquisition Regulation(FAR). Discipline: Primary technical capabilities of key personnel,as • The Selection of Architects and Engineers statute requires the evidenced by academic degree, professional registration, • public announcement of requirements for A-E services(with certification,and/or extensive experience. some exceptions provided by other statutes),and the selection of at least three of the most highly qualified firms based on Firm: Defined in FAR 36.102. demonstrated competence and professional qualifications • according to specific criteria published in the announcement. Key Personnel: Individuals who will have major contract The Act then requires the negotiation of a contract at a fair and responsibilities and/or provide unusual or unique expertise. reasonable price starting first with the most highly qualified firm. The information used to evaluate firms is from this form and other SPECIFIC INSTRUCTIONS sources, including performance evaluations,any additional data requested by the agency,and interviews with the most highly Part I-Contract-Specific Qualifications qualified firms and their references, Section A.Contract Information. GENERAL INSTRUCTIONS 1. Title and Location. Enter the title and location of the contract for which this form is being submitted,exactly as shown• •• Part I presents the qualifications for a specific contract in the public•announcement or agency request. Part II presents the general qualifications of a firm or a specific 2. Public Notice Date. Enter the posted date of the agency's branch office of a firm. Part II has two uses: notice on the Federal Business Opportunity website (FedBizOpps), other form of public announcement or agency 1. An A-E firm may submit Part II to the appropriate central, request for this contract. regional or local office of each Federal agency to be kept on file. 3. Solicitation or Project Number. Enter the agency's A public announcement is not required for certain contracts,and solicitation number and/or project number, if applicable, agencies may use Part II as a basis for selecting at least three of exactly as shown in the public announcement or agency request the most highly qualified firms for discussions prior to requesting for this contract. submission of Part I. Firms are encouraged to update Part II on file with agency offices,as appropriate,according to FAR Part Section B. Architect-Engineer Point of Contact. 36. If a firm has branch offices,submit a separate Part II for each branch office seeking work. 4-8. Name, Title, Name of Firm, Telephone Number, Fax (Facsimile) Number and E-mail (Electronic Mail) Address. 2. Prepare a separate Part II for each firm that will be part of Provide Information for a representative of the prime contractor the team proposcljoLa_sp_eciific_contract.and..submitted with_Part - •--.--or-joint-venture-that-the-agency—can-contact-for addltiartal I. if a firm has branch offices,submit a separate Part If for each information. branch office that has a key role on the team. • INDIVIDUAL AGENCY INSTRUCTIONS • • Individual agencies may supplement these instructions. For example,they may limit the number of projects or number of pages submitted in Part I in response to.a public announcement for a particular project. Carefully comply with any agency instructions when preparing and submitting this form. Be as concise as possible and provide only the information requested by the agency. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016)PAGE 1 OF INSTRUCTIONS ' • Prescribed by GSA-FAR(48 CFR)53.236-2(b) Section C. Proposed Team, 19. Relevant Projects. Provide information on up to five projects in which the person had a significant role that 9-11. Firm Name,Address,and Role in This Contract demonstrates the person's capability relevant to her/his proposed Provide the contractual relationship, name,full mailing address, , role in this contract. These projects do not necessarily have to and a brief description of the role of each firm that will be be any of the projects presented in Section F for the project team involved in performance of this contract, List the prime if the person was not involved in any of those projects or the worked on other projects that were more relevant than contractor or joint venture partners first. If a firm has branch , personP j offices,indicate each individual branch office that will have a key the team projects in Section F. Use the check box provided to role.on the team. The named subcontractors and outside indicate if the project was performed with any office of the current associates or consultants must be used, and any change must firm. If any of the professional services or construction projects be approved by the contracting officer.(See FAR Part 52 Clause are not complete,leave Year Completed blank and Indicate the "Subcontractors and Outside Associates and Consultants status In Brief Description and Specific Role(block(3)). (Architect-Engineer Services)"), Attach an additional sheet in the same format as Section C if needed. Section F. Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract. Section D. Organizational Chart of Proposed Team. • • Select projects where multiple team members worked As an attachment after Section C,present an organizational • together, if possible,that demonstrate the team's capability to , • chart of the proposed team showing the names and roles of all perform work similar to that required for this contract. Complete • key personnel listed in Section E and the firm they are one Section F for each project Present ten projects,unless associated with as listed In Section C. otherwise specified by the agency. Complete the following • blocks for each project: Section E. Resumes of Key Personnel Proposed for this Contract. 20. Example Project Key Number. Start with"1"for the first project and number consecutively. Complete this section for each key person who will participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or prime contractor or joint venture partner firms first. The following contract, For an indefinite delivery contract,the location is the blocks must be completed for each resume: geographic scope of the contract. 12. Name. Self-explanatory. • 22. Year Completed. Enter the year completed of the professional services(such as planning,engineering study, 13. Role inthis contract Self-explanatory. design,or surveying),and/or the year completed of construction, if applicable. If any of the professional services or the construction projects are not complete,leave Year Completed 14. Years Experience. Total years of relevant experienceblank and indicate the status in Brief Description of Project and (block 14a),and years of relevant experience with current firm, Relevance to this Contract(block 24). but not necessarily the same branch office(block 14b). 23a. Project Owner. Project owner or user,such as a 15. Firm Name and Location. Name,city and state of the government agency or installation,an institution,a corporation or firm where the person currently works,which must correspond • private individual. with one of the firms(or branch office of a firm,if appropriate) j listed in Section C. • 23b. Point of Contact Name. Provide name of a person associated with the project owner or the organization which 16. Education. Provide information on the highest relevant contracted for the professional services,who is very familiar with academic degree(s)received. Indicate the area(s)of the project and the firm's(or firms')performance. specialization for each degree. 23c. Point of Contact Telephone Number. Self-explanatory. 17. Current Professional Registration. Provide information on current relevant professional registration(s)in a State or 24. Brief D• escription of Project and Relevance to fhis possession of the United States,Puerto Rico,or the District of Contract, Indicate scope,size,cost,principal elements and Columbia according to FAR Part 36. special features of the project. Discuss the relevance of the • example project to this contract. Enter any other Information 18. Other Professional Qualifications. Provide information requested by the agency for each example project. on any other professional qualifications relating to this contract, such as education,professional registration, publications, organizational memberships,certifications,training, awards,and foreign language capabilities. • • STANDARD FORM 330(REV.8/2016) PAGE 2 OF INSTRUCTIONS 25. Firms from Section C Involved with this Project. Indicate 29. Example Projects Key. List the key numbers and titles of which firms(or branch offices,if appropriate)on the project team the example projects in the same order as they appear in Section were involved in the example project,and their roles. List in the F. • same order as Section C. Section H. Additional Information. Section G. Key Personnel Participation in Example Projects. 30. Use this section to provide additional information This matrix is intended to graphically depict which key specifically requested by the agency or to address selection personnel identified in Section E worked on the example projects criteria that are not covered by the information provided in listed in Section F. Complete the following blocks(see example Sections A-G. below). Section I. Authorized Representative, • • 26, and 27. Names of Key Personnel and Role in this Contract, List the names of the key personnel and their 31,and 32, Signature of Authorized Representative and proposed roles in this contract in the same order as they appear Date. An authorized representative of a joint venture or the in Section E. prime contractor must sign and date the completed form. Signing attests that the information provided is current and 28. Example Projects Listed in Section F. In the column factual, and that all firms on the proposed team agree to work on under each project key number(see block 29)and for each key the project. Joint ventures selected for negotiations must make • person, place an"X".under the project key number for available a statement of participation by a principal of each participation in the same or similar role. member of the joint venture, • 33. Name and Title. Self-explanatory. • • ` I SAMPLE ENTRIES FOR SECTION G (MATRIX) 26. NAMES OF KEY 27, ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below first,before (From Section E, (From Section E, completing table. Place'X"under project key number for Block 12) Block 13) participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 • Jane A. Smith Chief Architect X X Joseph B. Williams Chief Mechanical Engineer X X X X • Tara C. Donovan Chief Electricial Engineer X X X • . 29. EXAMPLE PROJECTS KEY 1 NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 Federal Courthouse, Denver, CO 6 XYZ Corporation Headquarters, Boston, MA 2 Justin J. Wilson Federal Building, 7 Founder's Museum, Newport, RI Baton Rouge, LA • STANDARD FORM 330(REV.812016) PAGE 3 OF INSTRUCTIONS l Part II-General Qualifications See the"General Instructions"on page 1 for firms with branch 9. Employees by Discipline. Use the relevant disciplines and offices. Prepare Part II for the specific branch office seeking associated function codes shown at the end of these instructions work if the firm has branch offices. and list in the same numerical order. After the listed disciplines, write in any additional disciplines and leave the function code 1. Solicitation Number. If Part II is submitted for a specific blank. List no more than 20 disciplines. Group remaining . contract,insert the agency's solicitation number and/or project ' employees under"Other Employees"in column b. Each person number,if applicable,exactly as shown in the public can be counted only once according to his/her primary function. announcement or agency request. If Part II is prepared for a firm(including all branch offices),enter the number of employees by disciplines In column c(1). If Part II 2a-2e. Firm(or Branch Office)Name and Address. Self- is prepared for a branch office,enter the number of employees explanatory. by discipline in column c(2)and for the firm in column c(1). 3. Year Established. Enter the year the firm(or branch 10. Profile of Firm's Experience and Annual Average • office,If appropriate)was established under the current name. Revenue for Last 5 Years. Complete this block for the firm or I branch office for which this Part II is prepared. Enter the � • 4. Unique Entity Identifier. Insert the unique entity identifier experience categories which most accurately reflect the firm's i issued by the entity designated at SAM. See FAR part 4.6. technical capabilities and project experience. Use the relevant experience categories and associated profile codes shown at the 5. Ownership. end of these instructions,and list in the same numerical order. , After the listed experience categories,write in any unlisted a,Type. Enter the type of ownership or legal structure of the relevant project experience categories and leave the profile firm(sole proprietor,partnership,corporation,joint venture,etc.). . codes blank. For each type of experience,enter the appropriate revenue index number to reflect the professional services b.Small Business Status. Refer to the North American revenues received annually(averaged over the last 5 years)by + Industry Classification System(NAICS)code in the public the firm or branch office for performing that type of work. A announcement, and indicate if the firm is a small business particular project may be identified with one experience category according to the current size standard for that NAICS code(for or it may be broken into components,as best reflects the example,Engineering Services(part of NAICS 541330),: capabilities and types of work performed by the firm. However, Architectural Services(NAICS 541310), Surveying and Mapping do not double count the revenues received on a particular Services(NAICS 541370)). The small business categories and project i the.internet website for the NAICS codes appear in FAR part 19. Contact the requesting agency for any questions. Contact your 11. Annual Average Professional Services Revenues of Firm , local U.S.Small Business Administration office for any questions for Last 3 Years. Complete this block for the firm or branch office regarding Business Status. for which this Part II is prepared. Enter the appropriate.revenue index numbers to reflect the professional services revenues 6a-6c. Point of Contact. Provide this information for a received annually(averaged over the last 3 years)by the firm or '• representative of the firm that the agency can contact for branch office. Indicate Federal work(performed directly for the additional Information. The representative must be empowered Federal Government,either as the prime contractor or j to speak on contractual and policy matters. subcontractor),non-Federal work(all other domestic and foreign work,including Federally-assisted projects),and the total. If the ! 7. Name of Firm. Enter the name of the firm if Part II Is firm has been in existence for less than 3 years,see the prepared for a branch office. definition for"Annual Receipts"under FAR 19.101. i 8a-8c. Former Firm Names. Indicate any other previous 12. Authorized Representative. An authorized names for the firm(or branch office)during the last six years. representative of the firm or branch office must sign and date the l Insert the year that this corporate name change was effective completed form. Signing attests that the Information provided is and the associated unique entity identifier. This information is current and factual. Provide the name and title of the authorized j used to review past performance on Federal contracts. representative who signed the form. ; • . j i . • STANDARD FORM 330(REV.8/2016) PAGE 4 OF INSTRUCTIONS • List of Disciplines (Function.Codes) Code Description Code Description 01 Acoustical Engineer 32 Hydraulic Engineer 02 Administrative 33 Hydrographic Surveyor 03 Aerial Photographer 34 Hydrologist 04 Aeronautical Engineer 35 Industrial Engineer • 05 Archeologist 36 Industrial Hygienist • 06 Architect 37 Interior Designer 07 Biologist 38 Land Surveyor 08 CADD Technician 39 Landscape Architect 09 Cartographer 40 Materials Engineer 10 Chemical Engineer 41 Materials Handling Engineer I 11 Chemist 42 Mechanical Engineer • 12 Civil Engineer 43 Mining Engineer 13 Communications Engineer 44 Oceanographer • 14 Computer Programmer 45 Photo Interpreter 15 Construction Inspector • 46 Photogrammetrist 16 Construction Manager 47 Planner: Urban/Regional I 17 Corrosion Engineer 48 Project Manager 18 Cost Engineer/Estimator 49 Remote Sensing Specialist 19 Ecologist 50 Risk Assessor 20 Economist 51 Safety/Occupational Health Engineer 21 Electrical Engineer 52 Sanitary Engineer 22 Electronics Engineer • 53 Scheduler 23 Environmental Engineer 54 Security Specialist 24 • Environmental Scientist 55 Soils Engineer I 25 Fire Protection Engineer 56 Specifications Writer i 26 Forensic Engineer 57 Structural Engineer ' 27 Foundation/Geotechnical Engineer 58 Technician/Analyst 28 Geodetic Surveyor 59 Toxicologist 29 Geographic Information System Specialist 60 Transportation Engineer • 30 Geologist _ 61 Value Engineer 31 Health Facility Planner 62 Water Resources Engineer I I I 1 • • • STANDARD FORM 330(REV.8/2016) ' PAGE 5 OF INSTRUCTIONS i • List of Experience Categories (Profile Codes) • Code Description Code Description A01 Acoustics,Noise Abatement E01 Ecological&Archeological Investigations A02 Aerial Photography;Airborne Data and Imagery E02 Educational Facilities;Classrooms Collection and Analysis E03 Electrical Studies and Design A03 Agricultural Development;Grain Storage;Farm Mechanization E04 Electronics A04 Air Pollution Control E05 Elevators;Escalators;People-Movers A05 Airports; Navaids;Airport Lighting;Aircraft Fueling E06 Embassies and Chanceries E07 Energy Conservation;New Energy Sources A06 Airports;Terminals and Hangars; Freight Handling E08 Engineering Economics A07 Arctic Facilities E09 Environmental Impact Studies, A08 Animal Facilities • Assessments or Statements • A09 Anti-Terrorism/Force Protection E10 Environmental and Natural Resource A10 Asbestos Abatement Mapping , All Auditoriums&Theaters El1 Environmental Planning • Al2 Automation;Controls; Instrumentation E12 Environmental Remediation . E13 Environmental Testing and Analysis 301 Barracks;Dormitories B02 - Bridges F01 Fallout Shelters;Blast-Resistant Design F02 Field Houses;Gyms;Stadiums CO1 Cartography . F03 Fire Protection i CO2 Cemeteries(Planning&Relocation) F04 Fisheries;Fish ladders P05 Forensic Engineering CO3 Charting: Nautical and Aeronautical F06 Forestry&Forest products C04 Chemical Processing&Storage C05 Child Care/Development Facilities 00.1 Garages;Vehicle Maintenance Facilities; • C06 . Churches;ChapelsParking Decks C07 Coastal EngineeringG02 Gas Systems(Propane;Natural,Etc.) • C08. Codes; Standards;Ordinances • G03 Geodetic Surveying:Ground and Air-borne • C09 Cold Storage; Refrigeration and Fast Freeze • 004• Geographic Information System Services: • C10 Commercial Building (low rise);Shopping Centers Development,Analysis,and Data Collection C11 Community Facilities ; G05 Geospatial Data Conversion:Scanning, C12 Communications Systems;TV;Microwave Digitizing,Compilation,Attributing,Scribing, C13 Computer Facilities;Computer Service , Drafting C14 Conservation and Resource Management G06 Graphic Design C15 Construction Management . H01 Harbors;Jetties;Piers,Ship Terminal • C16 Construction SurveyingFacilities C17 Corrosion Control;Cathodic Protection;Electrolysis H02 Hazardous Materials Handling and Storage I C18 Cost Estimating;Cost Engineering and 1-103 Hazardous,Toxic,Radioactive Waste i Analysis;Parametric Costing;Forecasting Remediation C19 Cryogenic Facilities H04 Heating;Ventilating;Air Conditioning H05 Health Systems Planning 001 Dams(Concrete;Arch) HOB Highrise;Air-Rights-Type Buildings D02 Dams(Earth;Rock);Dikes;Levees H07 Highways; Streets;Airfield Paving; Parking Lots • D03 Desalinization(Process&Facilities) H08 Historical Preservation D04 Design-Build••Preparation of Requests for Proposals• H09 Hospital&Medical Facilities D05 Digital Elevation and Terrain Model Development H10 Hotels;Motels D06 Digital Orthophotography H11 Housing (Residential, Multi-Family D07 Dining Halls;Clubs; Restaurants Apartments;Condominiums) D08 Dredging Studies and Design H12 Hydraulics&Pneumatics • H13 Hydrographic Surveying STANDARD FORM 330(REV.3/2016) PAGE 6 OF INSTRUCTIONS / 1 1 • • List of Experience Categories (Profile Codes continued) Code Description Code Description 101 Industrial Buildings;Manufacturing Plants P09 Product,Machine Equipment Design 102 Industrial Processes;Quality Control P10 Pneumatic Structures,Air-Support Buildings 103 Industrial Waste Treatment • P11 Postal Facilities 104 Intelligent Transportation Systems P12 Power Generation,Transmission,Distribution 105 Interior Design;Space Planning P13 Public Safety Facilities 106 Irrigation;Drainage RO1 Radar;Sonar;Radio&Radar Telescopes J01 Judicial and Courtroom Facilities R02 Radio Frequency Systems&Shieldings LO1 Laboratories;Medical Research Facilities R03 Railroad;Rapid Transit L02 Land Surveying R04 Recreation Facilities(Parks,Marinas,Etc.) L03 Landscape Architecture R05 Refrigeration Plants/Systems L04 Libraries;Museums; Galleries R06 Rehabilitation(Buildings;Structures Facilities) L05 Lighting(Interior; Display;Theater, Etc.) R07 Remote Sensing LO6 Lighting(Exteriors;Streets; Memorials; R08 Research Facilities Athletic Fields, Etc.) R09 Resources Recovery;Recycling MO1 Mapping Location/Addressing Systems R10 Risk Analysis M02 Materials Handling Systems;Conveyors;Sorters R11 Rivers;Canals;Waterways;Flood Control MO3 Metallurgy R12 Roofing M04 Microclimatology;Tropical Engineering SO1 Safety Engineering;Accident Studies;OSHA M05 Military Design Standards Studies • M06 Mining&Mineralogy • SO2 Security Systems;Intruder&Smoke Detection • M07 Missile Faoilitles(Silos;Fuels;Transport) S03 Seismic Designs&Studies • M08 Modular Systems Design; Pre-Fabricated Structures or SO4 Sewage Collection,Treatment and Disposal Components SO5 Solis&Geologic Studies;Foundations S06 Solar Energy Utilization NO1 .Naval Architecture; Off-Shore Platforms S07 Solid Wastes;incineration; Landfill NO2 Navigation Structures; Locks S08 Special Environments;Clean Rooms,Etc. NO3 Nuclear Facilities; Nuclear Shielding S09 Structural Design;Special Structures 001 Office Buildings; Industrial Parks S10 Surveying; Platting;Mapping; Flood 002 Oceanographic Engineering Plain Studies 003 Ordnance; Munitions;Special Weapons S11 Sustainable Design S12 •Swimming Pools P01 Petroleum Exploration;Refifining. S13 Storm Water Handling&Facilities P02 Petroleum and Fuel(Storage and Distribution) T01 Telephone Systems(Rural;Mobile;Intercom, P03 Photogrammetry Etc.) , PO4 Pipelines(Cross-Country-Liquid&Gas) T02 Testing&Inspection Services P05 Planning(Community, Regional,Areawide and State) T03 Traffic&Transportation Engineering P06 Planning(Site, Installation,and Project) T04 Topographic Surveying and Mapping T05 Towers(Self-Supporting&Guyed Systems) P07 Plumbing&Piping Design T06 Tunnels&Subways • P08 Prisons&Correctional Facilities • STANDARD FORM 330(REV.8/2016) PAGE 7 OF INSTRUCTIONS • List of Experience Categories (Profile Codes continued) Code Description • U01 Unexploded Ordnance Remediation • UO2 Urban Renewals;Community Development UO3 Utilities(Gas and Steam) Vol Value Analysis; Life-Cycle Costing WO1 Warehouses&Depots W02 Water Resources;Hydrology; Ground Water W03 Water Supply;Treatment and Distribution W04 Wind Tunnels; Research/Testing Facilities Design ZO1 Zoning; Land Use Studies • • ii • i ii STANDARD FORM 330(REV.8/2016) PAGE 8 OF INSTRUCTIONS ARCHITECT - ENGINEER QUALIFICATIONS PART I -CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE 5. NAME OF FIRM 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) - cE 'F.8° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT a a ix D.co l • a. ❑CHECK IF BRANCH OFFICE b. ❑CHECK IF BRANCH OFFICE C. ❑CHECK IF BRANCH OFFICE \ d. ❑CHECK IF BRANCH OFFICE 0. ❑CHECK IF BRANCH OFFICE _ 11� f. 0 CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016) E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL Ib.WITH CURRENT FIRM • 15. FIRM NAME AND LOCATION (City and State) • 16. EDUCATION(Degree and Specialization) 17. CURRENT.PROFESSIONAL REGISTRATION(State and Discipline) 16. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19, RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. (1)117LE AND LOCATION(City and State) (2)YEAR COMPLETED • PROFESSIONAL SERVICES CONSTRUCTION(If applicable) b.(3)BRIEF DESCRIPTION(Briefscope,size,cost,etc,)AND SPECIFIC ROLE 0 Check If project performed with current firm (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check If project performed with current firm • c, (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm d • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Of applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. I • STANDARD FORM 330(REV.8/2016).PAGE 2 • F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22, YEAR COMPLETED . PROFESSIONAL SERVICES CONSTRUCTION(if applicable) . 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME a.POINT OF CONTACT TELEPHONE NUMBER 24.•BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope,size,and cost) 1 • • • • • � I • I 25, FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • • C. • J (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. • (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • f. STANDARD FORM 330(REV.8/2016)PAGE 3 • G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27. ROLE fN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F • PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. Place'X"under project key number for participation in same or similar role.) ' (From Section E, Block 12) (From Section E,Block 13) 1 2 3 4 5 6 7 8 9 10 • • • • • • • 1 • • • • • • • • • • 1 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) • 1 6• 2 7 II 3 8 + 4 9 5 10 • STANDARD FORM 330(REV. 8/2016)PAGE 4 • H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. • • • • • • • • I I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 33. NAME AND TITLE STANDARD FORM 330(REV.8/2016)PAGE 5 1. SOLICITATION NUMBER(If any) ' ARCHITECT-ENGINEER QUALIFICATIONS PART Il -GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(or Branch Office)NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER • 2b. STREET 5. OWNERSHIP a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE 7, NAME OF FIRM(If Block 2a is a Branch Office) \_ 6b.TELEPHONE NUMBER 6c. E-MAIL ADDRESS 8a, FORMER FIRM NAME(S)(If any) 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER• f� 9. EMPLOYEES BY DISCIPLINE/ 10. PROFILE OF FIRM'S EXPERIENCE • AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS • G.Number of Employees a.Profile c.Revenue Index a.Function b.Discipline b.Experience Number Code (1)FIRM (2)BRANCH Code (see below) • f • • - i ' I Other Employees Total 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 12. AUTHORIZED REPRESENTATIVE• The foregoing Is a statement of facts. a.SIGNATURE b.DATE c.NAME AND TITLE STANDARD FORM 330(REV.8/2016)PAGE 6 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 36 Detail by FEI/EIN Number Page 1 of 2 Florida Department of State DivisioN OF CORPORATIONS 411411C DIVl's;ID?>t of 1 / .olrgt<� J; � < qu_ Department of State / Division of Corporations / Search Records / Detail By Document Number/ • • Detail by FEI/EIN Number Florida Profit Corporation. SAVINO&MILLER DESIGN STUDIO, P.A. Filing Information • Document Number P93000028651 FEI/EIN Number 65-0412661 Date Filed 04/16/1993 State FL Status ACTIVE Principal Address 12345 NE 6TH AVE A NORTH MIAMI, FL 33161 Changed: 01/10/2006 Mailing Address 12345 NE 6TH AVE A • NORTH MIAMI, FL 33161 Changed: 01/10/2006 Registered Agent Name&Address • SAVINO-MILLER,ADRIANA GPRESIDE 12345 NE 6TH AVE A . NORTH MIAMI, FL 33161 Name Changed: 01/10/2006 Address Changed: 01/10/2006 Officer/Director Detail Name&Address Title DPT • SAVINO-MILLER,ADRIANA GPRES 2800 FAIRGREEN DRIVE • MIAMI BEACH, FL 33140 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 1/8/2019 Detail by FEI/EIN Number Page 2 of 2 Title VS MILLER, BARRY RVICEP 2800 FAIRGREEN DR MIAMI BEACH, FL 33140 • Annual Reports Report Year Filed Date 2016 01/06/2016 • 2017 01/11/2017 • • 2018 01/10/2018 Document Images 01/10/2018—ANNUAL REPORT View image in PDF format 01/11/2017--ANNUAL REPORT View image in PDF format 01/06/2016—ANNUAL REPORT View image in PDF format 01/14/2015--ANNUAL REPORT View image in PDF format 01/08/2014—ANNUAL REPORT View image in PDF format , • 01/18/2013—ANNUAL REPORT View image in PDF format 01/11/2012—ANNUAL REPORT View image in PDF format 01/19/2011—ANNUAL REPORT View image in PDF format 01/13/2010—ANNUAL REPORT View image in PDF format 01/07/2009—ANNUAL REPORT View image in PDF format 01/14/2008—ANNUAL REPORT View image in PDF format • 01/03/2007--ANNUAL REPORT View image in PDF format 01/10/2006—ANNUAL REPORT View image in PDF format 02/11/2005—ANNUAL REPORT View image in PDF format 02/04/2004—ANNUAL REPORT View image in PDF format' 02/12/2003—ANNUAL REPORT View image in PDF format 06/04/2002—ANNUAL REPORT View iniage in PDF format 02/01/2001—ANNUAL REPORT View image in PDF format 01/18/2000--ANNUAL REPORT View image in PDF format 03/03/1999--ANNUAL REPORT View image in PDF format 04/29/1998--ANNUAL REPORT View image in PDF format • 05/09/1997--ANNUAL REPORT View image in PDF format 05/01/1996—ANNUAL REPORT View image in PDF format 05/01/1995--ANNUAL REPORT View image in PDF format • Florida Department of State,Division of Corporations • http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inqui... 1/8/2019 Professional Architectural and Engineering Services For Capital Renewal and Replacement Projects RFQ 2018-141-ND � �, h 4 ._ .s" 4 F rs w i...I d rY.. io 3 '4\_ ,,,,Alr, .:I 1,*. , ',j if 4,„. , all almomordwrion iimmummik 44 ,,t. ,7.,iii ":.. , a llipeic .---- - - A r y h • ti :.a `q 'fie ' ' -rA�" ., T cid, +,.40‘. '� ? w : a µ r wt1 ':M- :!1. ,�y ' it , . \ , - , ,' 4 • . tW l •i r , r. i x, s.. .,,.— . 4.1 y _� . x.4_ ' � il. 1 ' III�aarr - IIV.»- , I Submitted to: Natalia Delgado City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Proposer: Savino & Miller Design Studio 12345 Northeast 6th Avenue, Suite A North Miami, FL 33161 May 7, 2018 Tab l Cover Letter Appendix A Minimum Qualification Requirements ' �~fir - 4 :w 1.eke To v •'f 'tom �� a t'i• , . 9 ► Ki :171', syr et i , 111 _ I►'� e: A•: -. ic( 1, 111 itl «� r savinanilier Cover Letter May 7, 2018 Natalia Delgado City of Miami Beach 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Dear Ms. Delgado, On behalf of Savino & Miller Design Studio, I am pleased to present this response to the Request for Qualifications RFQ No. 2018-141-ND for Professional Architectural and Engineering Services For Capital Renewal and Replacement Projects for the City of Miami Beach. Savino & Miller Design Studio submits this proposal for Architecture - Landscape. The firm is a multidisciplinary, award- winning, minority-owned firm specializing in Landscape Architecture, Site/Master Planning,Architecture and Urban Design. We have completed projects in Miami Beach since the inception of our firm,beginning our independent practice designing the outdoor spaces and gardens for numerous Art Deco buildings on the island. Since then SMDS has worked on streetscapes, master plans, parks and plazas throughout the City. From Washington Avenue, Espanola Way-Drexel Avenue and 41st Street to South Pointe Park, Muss Park and Belle Isle Park, amongst many other projects. We have worked in many municipalities throughout South Florida. Currently we are on a Miscellaneous Services Contract for the City of Coral Gables completing a small neighborhood park design. Some of our institutional/civic open space experience includes the landscape architecture design and installation for Sunny Isles Beach City Hall,Aventura City Hall, Miami Beach City Hall Center and North Miami Beach City Hall. We have completed several municipal parks: South Pointe Park, Belle Isle Park and Muss Park in Miami Beach; City of Miami's Museum Park and Greynolds Park in North Miami Beach. Our institutional work also includes landscape plans for recreational centers such as the Surfside Community Center and the JCC in Miami Beach. We were the lead designers for the 41st Street and Washington Avenue Streetscape Master Plans, Espanola Way/Drexel Plan and Alton Road/Chase Avenue along Bayshore Golf Course, all in Miami Beach. We also completed the lighting design for the historic Pinecrest Gardens in Pinecrest. We are currently working on the unifying design element and branding guidelines for the City of Miami Baywalk/Riverwalk with the Downtown Development Authority. SMDS has recieved many awards and recognitions. Just in 2017 we received two Awards of Honor from the FL ASLA for two unbuilt park projects in Key Biscayne.We also recently received five Awards of Merit from the FL ASLA for Miami Beach City Hall Center, Museum Park, two residences and a commercial green roof in Aventura. Our Homestead Bayfront Park Master Plan, a Miami-Dade County Heritage Park,won the 2007 Award of Excellence by the American Planning Association Gold Coast Section. Some of our projects have also been published in Landscape Architecture Magazine and The Villagers' book Gardens of Miami. Our work seeks to create sustainable, livable and beautiful environments responsive to our clients needs while creating a sense of place. Our typical scope of services include: Site/Master Planning, Hardscape/Paving, Planting and Tree Management/Mitigation plans, Irrigation, Lighting, Water Features, Site Furniture, Signage Design, and maintenance specifications. Savino & Miller Design Studio would be honored for the opportunity to continue its contribution and commitment to the improvement and enhancement of the City of Miami Beach. Sincerely, /7a. /Y' r _ 12345 NE 6TH AVENUE A NORTH MIAMI, FLORIDA 33161 T. 305.895.9082 F 305.895.9083 '1 Barry R. Miller,ASLA 4A0002463 LC COU208 Landscape Architect barry@savinomiller.com savincmitter Table of Contents TAB 1 1 1.1 Cover Letter 2 Table of Contents 3 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A) 4 References & Past Performance 10 Submittal Requirement Statements 11 1.3 Minimum Qualification Requirements 12 TAB 2 14 2.1 Standard Form 330 15 2.2 Qualifications of Proposing Firm 34 TAB 3 40 3.1 Qualifications of the Proposer Team 41 3.1.1 Resumes & Project Experience 42 savinaniller Appendix A Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact: Tel: Email: NATALIA DELGADO 305.673.7000, Ext. 6263 NATALIADELGADO(a MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME:Savino & Miller Design Studio NO.OF YEARS IN BUSINESS: 25 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 56 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 12345 NE 6th Ave, Ste.A CITY: North Miami STATE:FL ZIP CODE: 33161 TELEPHONE NO.: 305 895 9082 TOLL FREE NO.: FAX Na: 305 895 9083 FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Adriana Savino-Miller ACCOUNT REP TELEPHONE NO.: 305 895 9082 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: adriana@savirlomiller.com FEDERAL TAX IDENTIFICATION NO.: 65-0412661 The City reserves the right to seek additional information from proposer or other source(s),including but not limited to: any firm or principal information,applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. savinanitter 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? YES - NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent,or immediate family member (spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance b an public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all .applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or gntities (including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request. The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance, the City of Miami Beach Code of Ethics,available at http://www.miamibeachfl.gov/city-hall/procurement/ • savinanitter 7. - !: _ •- _ _ .. "- _ benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no ley:, than $11.70 per hour with benefits. .. , - - -- - - - - •• - -- -- .. benefits. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provid6d to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health _ Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http:/Iwww.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and- procedures/ savinanilter 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt AS Addendum 1 Addendum 6 Addendum 11 AS Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. savincmitter DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. savinamiller PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments, exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative. Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: -1-c«. . o 2 - Z 7- zc( `O State of FLORIDA ) On this r-day of�?!AUL-1_,20L4 personally appeared before met-Ci:1c who County of ACV)/ f t ct-,) stated that (s)he is the pr--e eek of 4,,t t it\ nE,z, 63rporation, and that the_instr nt was si•ned in behalf of the said corporation by authority of its board of directors . nowledged said instrument to be its voluntary act and deed. Before.fes N tarypubli fo the State of FI rids A C mmission Expires: t� c u-L • ; ►!" • SOPHIA ELENA AITKEN • MY COMMISSION#OG028112 ' ,c' EXPIRES September 08.2020 savincrnilter References & Past Performance 1. John De Pazos Senior Project Manager, CITP Office, City of Miami Miami Riverside Center 444 SW 2nd Ave, 8th Floor, Miami, FL 33130 305 416 1094 jdepazos@miamigov.com Museum Park Phase 1 is part of the original Master Plan concept that was estimated at $45 million. In 2011-12 decided on constructing a scaled-down version of the original park as a first step towards eventually realizing the original Park's design intent. Their design created a bold entry statement to the Museums and enhanced the waterfront with a Baywalk with plazas, seating, lighting and landscaping. 2. John Oldenburg Director of Parks and Public Spaces, Bal Harbour Village Bal Harbour Village Hall 655 96th Street, Bal Harbour Village, FL 33154 305 866 4633 ext. 336 joldenburg@balharbourfl.gov South Pointe Park is designed as a dramatic, ecologically-sensitive park that accomodates both active and passive recreation with play fields, dune and hammock zones, a playground and a 20 foot-wide baywalk. SMDS provided consultation for Master Site Planning, site materials and furniture selection, and was the local landscape architect. 3. Maria Nardi Chief of Planning and Design Excellence, Miami-Dade County 305 755 7800 mnardi@miamidade.gov Miami-Dade Parks & Recreations 275 NW 2nd St, Miami, FL 33128 The Homestead Bayfront Park Master Plan is a comprehensive plan for the renovation of this 92 acre Heritage park calling for sustainable design solutions and restoratuon of green space into a bio-diverse ecological habitat. The Master Plan calls for the organization and spatial hierarchy of all existing and proposed uses and spaces, while promoting new methods of improving the quality of the land and water conditions, and at the same time enhancing the quality of the user experience. savinanitter Submittal Requirement Statements 2. CONFLICT OF INTEREST: No officer, director, agent or immediate family member is a City employee who owns either directly or indirectly an interest of 10% or more in Savino & Miller Design Studio or any of its affiliates. 5. VENDOR CAMPAIGN CONTRIBUTION: Individuals with controlling financial interest as defined in solicitation, include: A. Adriana Savino-Miller — no direct or indirect campaign contribution of a candidate who has been elected to the Office of Mayor or City Commissioner for the City of Miami Beach. B. Barry Miller - no direct or indirect campaign contribution of a candidate who has been elected to the Office of Mayor or City Commissioner for the City of Miami Beach. 6. CODE of BUSINESS ETHICS: In lieu of submitting a Code of Business Ethics to the City of Miami Beach's Procurement Division, Savino & Miller agrees to adopt, as required in the ordinance the City of Miami Beach Code of Ethics. savinanilter Minumum Qualification Requirements RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE 44•h`' LICENSE NUMBER • �a LCC000208 The LANDSCAPE ARCHITECT BUSINESS Named below HAS REGISTERED `` - Under the provisions of Chapter 481 FS. Expiration date: NOV 30,2019 SAVINO&MILLER DESIGN STUDIO, P.A. a, • +r14� • 12345 NE 6TH AVE SUITE A N. MIAMI FL 33161 'ti� � I ISSUED 09/C6/2017 DISPLAY AS REQUIRED BY LAW SEL!# L1709060001384 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 41-11E BOARD OF ARCHITECTURE & INTERIOR DESIGN •LICENSE NUMBER . .` AA0002463 The ARCHITECT CORPORATION Named below IS CERTIFIED Under the provisions of Chapter 481 FS. Expiration date: FEB 28,2019 I' SAVINO&MILLER DESIGN STUDIO, P.A. „' ■ 12345 NE 6TH AVENUE "5 SUITE A -to. • • NORTH MIAMI FL 33161 =1 Al M ' �' e•• ISSUED 11/30/2016 DISPLAY AS REQUIRED BY LAW SEC)# L1611300001508 savinamitter Minumum Qualification Requirements RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE <}M LICENSE NUMBER LA0000866 The LANDSCAPE ARCHITECT i:^ l Named below HAS REGISTERED Under the provisions of Chapter 481 FS. Expiration date: NOV 30, 2019 MILLER, BARRY R 1 - 12345 SUITE AE 6TH AVE •�'{y �.t7 NORTH MIAMI FL 33161 111.;• ••e§-1 [3.. . - ISSUED: 12/10/2017 DISPLAY AS REQUIRED BY LAW SEQ# L1712100001637 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE& INTERIOR DESIGN LICENSE NUMBER ; AR0014444 The ARCHITECT Named below IS LICENSED Under the provisions of Chapter 481 FS. Expiration date FEB 28,2019 P TE SAVINO-MILLER.ADRIANA 'emit 12345 NE 6TH AVENUE SUITEA NORTH MIAMI FL 33161 1 • .r r ISSUED: 11/30/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1611300001451 RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE _07,7 9j� . LICENSE NUMBER LA6667334 ' The LANDSCAPE ARCHITECT 'V Named below HAS REGISTERED Under the provisions of Chapter 481 FS. ,,".' Expiration date. NOV 30 2019 HITZING. KELLY ERIN 1.;'t: 412NE39THST 411.,4r: MIAMI FL 33137 `' ' • ISSUED' 11/30/2017 DISPLAY AS REQUIRED BY LAW SEQ# 11711300002488 savina-niller Tab 2 Standard 330 Form Qualifications of Proposing Firm Financial Capability . J. mum Inimmusee .amino $._ savinanitter PART I—CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1.TITLE AND LOCATION(City and State) PrnfRssional Arrhitartriral& Fnninaerinn SPrvicas for C:Anita'Ranawal R Ranlacamant Prniarts-(I andscanP ArchitarturP1 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER February 15,2018 - - - B. ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Adriana Savino-Miller, President 5.NAME OF FIRM Savino&Miller Design Studio, P.A. 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (305)895-9082 (305)895-9083 adriana@savinomiller.com C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors) (Check) W W Z c NFQom+ 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT (j � '6 Savino&Miller Design Studio,P.A. 12345 NE 6th Avenue Landscape Architecture ❑CHECK IF BRANCH OFFICE Suite A Architecture a. x North Miami, FL 33161 Master Planning 0 CHECK IF BRANCH OFFICE b. 0 CHECK IF BRANCH OFFICE C. d. ❑CHECK IF BRANCH OFFICE e. ❑CHECK IF BRANCH OFFICE 0 CHECK IF BRANCH OFFICE f. savinanitter D. Organizational Chart City of Miami Beach • Savino & Miller Design Studio Landscape Architect North Miami, FL Barry R. Miller, ASLA, PLA Principal & Project Manager • • • • Adriana Savino, AIA John Sharon, LEED AP Kelly Hitzing Xiaoyuan Du Principal Design Associate Design Associate Design Associate savinarnitter E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Barry R.Miller.ASLA Project Lead Designer a TOTAL b.WITH CURRENT FIRM 34 22 15. FIRM NAME AND LOCATION (City and State) Savino&Miller Design Studio, P.A.,North Miami,Florida 16. EDUCATION (DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) University of Florida(Master Of Urban and Regional Planning) Registered Landscape Architect: Florida #866 University of Florida (Bachelor in Landscape Architecture) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations. Training.Awards.etc.) 2015 FLASLA Award of Merit for 5 Projects:Aventura Optima, Museum Park, Miami Beach Multi-Modal Center, Cisneros & Sanchez Residence. 2015 Award of Excellence for a green Roof Design with Green Roof for Healthy Cities, 2010 FLNGA Award of Excellence for South Pointe Park, 2007 FL ASLA Award of Excellence and Frederic B. Stresau Award, among few. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Museum Park Phase I: Baywalk and entry promenade PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami, Florida 2012 2014 (3)BRIEF DESCRIPTION(Brief scope.size.cost,etc.)AND SPECIFIC ROLE �X Check if project performed with current firm Re-designed and valued engineered proposed Bay-walk and Entry promenade to keep integrity of original Concept. Scope a. included Paving, Planting, Irrigation, Urban furniture and lighting. From Schematic Design through Construction Observation Phase. (22 Acres)Cost: $10M. Principal in Charge. 2015 FL ASLA Award of Merit. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Multi-Purpose Facility, 17 to 18 ST&Meridian AV PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Miami Beach,Florida 2010 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm b. Located adjacent to City Hall in the City of Miami Beach,scope included a Landscape and Streetscape Master plan linking new garage, City Hall and existing office building, through a bamboo promenade, an plaza, with a water feature. Scope included design of Paving, Planting, Water Feature, Lighting and urban furniture. From Schematic Design through Construction Phase Services. (2.5 Acres)Cost:$600,000. Principal in Charge.2015 FLASLAAward of Merit. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Aventura Optima Professional Building PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Aventura,Florida 2011 2014 (3)BRIEF DESCRIPTION(Brief scope.size,cost.etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm c. Landscape Master Plan and two green roof terraces.This is one of 2 buildings in South Florida to obtain Leed Platinum. Scope included Landscape plan, Hard-surface, Water Features, Outdoor lighting. From Schematic Design through Construction Phase Services.(.5 Acres)Cost: $513,000. Principal in Charge. 2015 FL ASLA Award of Merit.Award of Excellence for Green Roof by Green Roof for Healthy Cities(NYC) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SLS (South Beach Hotel) PROFESSIONAL SERVICES CONSTRUCTION of applicable) Miami Beach,Florida 2007 2010 d (3)BRIEF DESCRIPTION (Brief scope.sizecost.etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Landscape Master Plan that included an entry courtyard with swimming pool and pool deck design.Planting,lighting,irrigation. From schematic Design thru Construction Phase Services.Cost:$1.2M. Principal in Charge. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Gateway Park and Parking Garage PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Sunny Isles Beach,Florida 2012 2015 (3)BRIEF DESCRIPTION(Brief scope,size.cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm e. Landscape Master Plan for the property,including Fountain Design , location of a stage area,walkways, planting and irrigation and paving. From Schematic Design thru Construction Phase Services.(5 Acres)Cost: $1.7M. Principal in Charge. savinarnilter E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Adriana Savino-Miller Master Planning 27 22 15. FIRM NAME AND LOCATION(City and State) Savino&Miller Design Studio, P.A., North Miami,Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) University Of Pennsylvania,M.Arch+ Urban Design Certificate NCARB Universidad Central de Venezuela,Architecture FL AR#14444 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations. Training.Awards.etc) AIA, North Miami Business Development Board 2005-14, 2007 APA GoldSection Excellence Award: Homestead Bayfront Park 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Matheson Plantation Village,Crandon Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Key Biscayne, Florida 2013 N/A (3)BRIEF DESCRIPTION(Brief scope.size,cost.etc.)AND SPECIFIC ROLE �X Check if project performed with current firm Master plan thru the restoration of 3 historic cottages,a reminiscence of Key Biscayne,when the Matheson Family donated the a. land to the County.The plan calls for a sustainable village that exemplifies cultivation,conservation and stewardship of the land with activities that recall Key Biscayne's past including the zoo,first introduced by the Mathesons. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Museum Park Phase I: Baywalk and entry promenade PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2010 2014 (3)BRIEF DESCRIPTION(Brief scope.size.cost etc.)AND SPECIFIC ROLE �X Check if project performed with current firm b. Re-designed and valued engineered proposed Bay-walk and Entry promenade to keep integrity of original Concept. Scope included Paving, Planting, Irrigation, Urban furniture and lighting. From Schematic Design through Construction Observation Phase. (22 Acres)Cost: $10M.2015 FLASLAAward of Merit.Assistant to Principal in charge. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Aventura Optima Professional Building PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Aventura,Florida 2011 2014 (3)BRIEF DESCRIPTION(Brief scope.size.cost:etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm c. Landscape Master Plan and two green roof terraces.This is one of 2 buildings in South Florida to obtain Leed Platinum. Scope included Landscape plan, Hard-surface, Water Features, Outdoor lighting. From Schematic Design through Construction Phase Services.(.5 Acres)Cost: $513,000. 2015 FL ASLA Award of Merit.Award of Excellence for Green Roof by Green Roof for Healthy Cities(NYC) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cisneros Residence PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Coral Gables, Florida 2011 2014 d (3)BRIEF DESCRIPTION(Brief scope,size.cost.etc)AND SPECIFIC ROLE ❑x Check if project performed with current firm Master Plan and design of all outdoor elements including Planting, Paving,water feature,wall design, Fence and gates design for a single family residence.2015 FL ASLA Award of Merit. Project Manager. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Homestead Bayfront Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Homestead,Florida 2007 N/A (3)BRIEF DESCRIPTION(Brief scope.size,cost.etc.)AND SPECIFIC ROLE El Check if project performed with current firm e. This award winning Park was master planed around an existing Marina, an Atoll pool and existing parking area.A retention pond was proposed as an entry feature.The Parking lot was reorganized and re-designed to minimized water run-off, and all activities were designed to be visually identified and connected thru a network of paths. Principal in Charge. savinamitter E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM John Sharon Project Designer 19 1.5 15. FIRM NAME AND LOCATION(City and State) Savino&Miller Design Studio, P.A.,North Miami, Florida 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) University of Pennsylvania, M.L.A. University of Miami,Graduate Arch.Studies University of North Carolina-Charlotte,B.A.Arch. 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations. Training.Awards.etc.) LEED AP San Francisco/Oakland Bay Bridge Competition 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Aventura Park Square PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Aventura,Florida 2012 2016 (3)BRIEF DESCRIPTION(Brief scope.size.cost.etc.)AND SPECIFIC ROLE Q Check if project performed with current firm The landscape architectural design behind Park Square stems from our firm's mission to design community-oriented places a. that respond to the site's social and ecological issues. Our goal for Park Square is to create an urban village that reflects Miami's distinct ecology, tropical climate and outdoor lifestyle. It was very important for us to integrate the landscape with the architecture of the buildings in order to encourage a dynamic outdoor environment,one which residents can live,play,and work within. Our selection of landscaping, paving,and lighting,collectively works to make Park Square a unique community with a livable urban experience. (7.5 acres)Cost:$2.5M. Project Manager (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED River Landing Mixed Use Project PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2012 2016 (3)BRIEF DESCRIPTION(Brief scope.size,cost.etc.)AND SPECIFIC ROLE Q Check if project performed with current firm b. Landscape Master Plan for this water front project facing the Miami River. Includes a riverfront promenade and a streetscape plan . It also includes the design of an amenity deck and Commercial spine connecting the neighborhood to the river. From Schematic Design to Construction Phase. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED Art Square PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Hallandale Beach,Florida 2012 2014 C (3)BRIEF DESCRIPTION (Brief scope.size cost,etc.)AND SPECIFIC ROLE Q Check if project performed with current firm Mixed Use Development in Hallandale that occupies a city block. Master Plan for the property, including streetscape,corner plaza design. Scope includes: planting, irrigation, planters and paving. Schematic thru Construction Phase Services. Project Manager (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED City of Weston Monument Signs PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Weston,Florida 2000 2002 d (3)BRIEF DESCRIPTION(Brief scope.size.cost.etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm Design of entry signs for 20 different locations in the City of Weston, Florida. The scope included Median Designs, swale planting and overall Streetscape design. Planting and Irrigation, lighting and hardscape. Project Manager at Calvin Giordano (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Haddon Hall PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Miami Beach,Florida 2014 2016 (3)BRIEF DESCRIPTION(Brief scope,size.cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm e. Landscape plan for a historic hotel renovation project in Miami Beach, Includes, Planting, Paving, Irrigation design. Project Manager. savinanitter E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a. TOTAL b.WITH CURRENT FIRM Xiaoyuan Du Project Designer, Renderer 1.5 15 FIRM NAME AND LOCATION (City and State) Savino&Miller Design Studio, P.A., North Miami.Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) University of Arizona, M.L.A. Sichuan Fine Arts Institute,China, B.Landscape Architrcture 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications, Organizations, Training,Awards,etc.) 2015, AZ ASLA Student Collaborative Honor Award 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Par 3 Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2016 (3)BRIEF DESCRIPTION (Brief scope,size.cost.etc.)AND SPECIFIC ROLE �X Check if project performed with current firm Landscape Master Plan for this future community park project in Miami Beach. Scope included Paving, Planting, Site furniture a. and lighting. Project Designer. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED River Landing Mixed Use Project PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2017 (3) BRIEF DESCRIPTION (Brief scope.size.cost.etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm b. Landscape Master Plan for this water front project facing the Miami River. Includes a riverfront promenade and a streetscape plan. It also includes the design of an amenity deck and Commercial spine connecting the neighborhood to the river. From Schematic Design to Construction Phase. Project Designer (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED DDA-Baywalk PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2017 C (3) BRIEF DESCRIPTION (Brief scope.size.cost.etc.)AND SPECIFIC ROLE El Check if project performed with current firm Develope unifying design elements to be incorporated into the existing landscape/hardscape of Miami's Baywalk, complete a brand identity for Downtown Baywalk. Project Designer (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 15th Terrace Town Home PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2016 d (3) BRIEF DESCRIPTION(Brief scope,sizecost,etc.)AND SPECIFIC ROLE Q Check if project performed with current firm Landscape plan for a townhouse project in Miami Beach. Includes, Planting, Paving, Irrigation, and Lighting design. Project Designer. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 1600 Washington Avenue Mixed Use Project PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami, Florida 2016 (3) BRIEF DESCRIPTION (Brief scope,size cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm e. Landscape plan for a condominium project in Miami Beach, Includes, Planting, Paving, Lighting design. Project Designer. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12 NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Kelly Hitzing Project Designer a TOTAL b.WITH CURRENT FIRM 7 1 month 15.FIRM NAME AND LOCATION(City and State) Savino&Miller Design Studio, P.A.,North Miami. Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) University of Virginia,MLA Registered Landscape Architect, Florida University of Tennessee, BFA 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations. Training.Awards.etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach Future Community Park(Former Par 3) PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2018-present (3) BRIEF DESCRIPTION(Brief scope.size.cost.etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Landscape design for this future community park project in Miami Beach. Scope includes Masterplan, Paving, Planting, Site a. furniture and Lighting. Project Manager. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Las Olas Boulevard Corridor Improvements PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Fort Lauderdale,Florida 2015 (3) BRIEF DESCRIPTION (Brief scope.sizecost.etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm b. Project management, consultant team coordination, analysis, conceptual design and review board presentation for concept phase redesign of the main thoroughfare at Fort Lauderdale beach for the City.The complex, pedestrian-centric urban design calls for beachfront surface parking to be replaced with large public park, a festival streetscape for several adjacent blocks and proposed parking garage, green space and pedestrian promenade on the Intracoastal waterfront. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED Sal Harbour Shops Expansion PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Fort Lauderdale,Florida 2013 (3) BRIEF DESCRIPTION (Brief scopesize.cost.etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm c. Masterplan concept for high end retail complex expansion. Project designer. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bimini Land Use Plan and Design Guidelines PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Bimini,Bahamas 2015 d (3) BRIEF DESCRIPTION(Brief scope.size.cost.etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm Sixty page book of land use plans and design guidelines for Bahamian government to ensure sustainable future development for both local residents and expanding tourism industry on the island of Bimini. Project designer. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 27 Star Island PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2016-18 under construction (3) BRIEF DESCRIPTION(Brief scope.size.cost.etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm e. Waterfront, Private residence. Project manager during permitting and construction administration. savinaniller G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY 27.ROLE IN THIS (Fill in"Example Projects Key"section below before completing table. PERSONNEL CONTRACT Place X'under project key number for participation in same or similar role) (From Section E, Block 12) (From Section E. Block 13) 1 2 3 4 5 6 7 8 9 10 Barry R. Miller Principal-in-Charge X X X X X X X X X X Adriana Savino-Miller Master Planner&Architect X X X X X X X X X X John Sharon Landscape Arch. Designer X X Xiaoyuan Du Landscape Arch. Designer X Kelly Hitzing Project Manager X 29. EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Museum Park, Phase I 6 Fisher Island Town Center Plaza 2 Miami Beach City Hall Center 7 Homestead Bayfront Park 3 City of Miami Beach Future Community Park 8 NE 125th Street Streetscape Master Plan 4 South Pointe Park 9 Biscayne Park Signage 5 Belle Isle Streetscape & Park 10 Nautilus Streetscape Master Plan savinanitter 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Museum Park Phase I PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami, Florida 2010-2013 2014 23 PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami John De Pazos 305.416.1094 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope,sizeand cost) Museum Park is located on the site of the former"Bicentennial Park"that essentially isolated a portion of the Downtown Miami urban fabric from its waterfront. Approximately twenty acres in size, the park sits at the terminus of Government Cut, the City's waterway axis from the Atlantic Ocean. This open space is one of the rare opportunities to public access the waterfront in Miami.The park,conceived together with the proposed Perez Art Miami Museum(completed)and the Phillip and Patricia Frost Science Museum(in construction),has become popular for residents and tourists alike,serving the booming urban district adjacent to the park space,and museum visitors.Museum Park Phase I is part of the original Master Plan concept, at a price of$45 million. In 2010,the recession forced the City to temporarily abandon the project. In 2011-12, as the recession came to a close, the City decided to begin a scaled-down version of the original park as a first step towards eventually realizing the original Park's design intent. Savino&Miller was hired to implement this phase for$10 Million (Baywalk, Entrance, Open Green; Museum Plaza). Cost: $10 Million Size: 19 Acres Services: Landscape Architecture: Master Plan, Paving/Site furniture consultation,Planting&Irrigation Improvements,and Construction Phase Services. Award: 2015 FLASLAAward of Merit -a' J•-- • ,.....-.1"(.. .. ... *'" ?.�.. i 4s2; .. .; I X14 •-,,,,• __ — V. i .4%. ik 2 I AI '.i.gilli 04.;:r.`r 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE a. Savino&Miller Design Studio,PA 12345 NE 6th Avenue,North Miami, FL 33161 Landscape Architect (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE C. (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE d. savinamitter 21 TITLE AND LOCATION(City and State) • 22.YEAR COMPLETED Miami Beach Multi-Modal Center PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach, Fonda 2009-2011 2011 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Fernando Vazquez, former CIP at CMB 305.673.7071 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope, size, and cost) The Miami Beach Multi-Purpose Parking Facility is an urban infill project located next to the City Hall along Meridian Avenue. Our Landscape Master Plan links the City Hall with the new facility and an existing ancillary office building along 17th Street.These buildings form a corner open space at Meridian and 17th Street.The space,now a new plaza, was re-designed as an urban shady oasis that acts as an entry courtyard to the existing office building and the new multi-purpose parking facility. Scope: Site Planning, Schematic through Construction Documents and Construction Phase Services Size 2.5 Acres Cost: $600,000 Architect: Perkins+Will Awards' 2015 FLASLAAward of Merit , r.1•'f r{d t �. .. ,�... ),, • 1, • >< S . s i. w ' +' /�- •y ! • .ter }4 M �"at�.. -. . ..i. ' \ )!\IP �.. ' • t ..,:.:40.6,-':-.... w.ice ♦ } • a J ;7VwYw r f ,,�. *. "t a i rE 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE a. Savino&Miller Design Studio,PA 12345 NE 6th Avenue, North Miami, FL 33161 Landscape Architect (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE d. savIncmiller F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S , QUALIFICATIONS FOR THIS CONTRACT , (Present as many projects as requested by the agency,,- r •,,,, - ;f not specific Complete one Section F for eac ,, 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Beach Future Community Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach, Florida In Progress 23 PROJECT OWNER S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Roberto Rodriguez 305.673.7000 ext 6122 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope,size,and cost) The main goal with this park is to address the issues of climate change and sea level rise so critical to this barrier island,and the community's need for recreation.The Park will serve as a neighborhood"resiliency model"by creating a biodiverse habitat with a large lake for retention of stormwater within the neighborhood watershed,reducing demand on the island's infrastructure while improving water quality.The park will be passive in nature(as requested by the community),with the only active recreation being the six(6)tennis courts in the South side of the park.Other features include a dog park, rolling hills, a large lake with multiple boardwalks, an ampitheatre,a tennis center, bathrooms,a playground and a VITA course. Environmental remediation will also be conducted. Services:Site Master Plan through Construction Administration Client:City of Miami Beach Project Cost:$9,000,000 Landscape Architect&Master Planning:Savino&Miller Design Studio Date:In Progress 'tl rw . it X ' * , 4 : 4 / CG 1 _ • •• - , P. .cr;.a?"4,.,...-` ' 1.4`„, 777 . », ..-,„„.4.....„., "^« . 'rvw ^'*�,..,. - :.'ql% ?';. . -.QCT I ". ` . —. ,, so, a Ji) .p 41 r. 9t A TMh ; .Y:. r i i if j1'e1 i y--' 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE a. Savino&Miller Design Studio,PA 12345 NE 6th Avenue,North Miami,FL 33161 (PRIME)Land.Arch. &Master Planner (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE b. (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE e. (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE f- savinamttter 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED South Pointe Park PROFESSIONAL SERVICES CONSTRUCTION Iii applicable) Miami Beach. Florida 2005-2009 2010 23 PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach John Oldenburg, Former Assistant 305.866.4637 ext. 336 Director, City of Miami Beach 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope. size. and cost) South Pointe Park is designed as a dramatic, ecologically sensitive park at the south end of Miami Beach.The design is programmed to accommodate both active and passive recreation, with play fields, dune and hammock zones, a playground,and a 20 ft.wide baywalk.An important goal in the Master Plan process was to integrate the park into the urban fabric of the city by strengthening and improving the two major street axes which penetrate the park space.SMDS provided consultation for Master Site Planning,paving materials and site furniture selection,and was the primary land- scape architect for the park's planting and irrigation improvements. The fast-track design process began with Master Planning in April 2005. Project was completed in May 2010. Services. Local Landscape Architect:Master Plan, Planting&Irrigation Improvements,and Construction Phase Services Prime: Hargreaves Associates Size:Approx.22 Acres Project Cost: $20,000,000 Award: 2010 FNGA Award of Excellence . : w :y1?i h w C' 6S .• t 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE a. Savino&Miller Design Studio,PA 12345 NE 6th Avenue, North Miami, FL 33161 Local Landscape Architect (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE b. (1) FIRM NAME (2)TITLE AND LOCATION(City and State) 131 ROLE C. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE d. savinanitter r 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Belle Isle Streetscape & Park PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Miami Beach, Florida 2007-2010 2008-2010 23 PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Carla Dixon,Project Manager 305.673.7071 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scopesize, and cost) Belle Isle Park,located on the only natural island of the Venetian Islands between Miami and Miami Beach,is a major open space surrounded on three sides by high-density condominium buildings,and Venetian Causeway to the north. The space offered no walkways or large open spaces for play,but was mostly used by residents to walk the dogs.SMDS was asked to create a plan to attract more residents to use the park,and responded with a plan which provided for a range of recreational opportunities. A large elliptical open space formed by a walkway,coupled with a"Bark Park"and numerous small paved seating areas—located by each of the park entry/street crosswalks—allows for both passive and active play activities. Numerous existing trees and palms were preserved or transplanted to create and define the park's spaces. In addition to the park,SMDS was hired for the Venetian Islands GOB project:a mid-Miami Beach neighborhood general obligation bond project for streetscape,water main and drainage improvements.which included Belle Isle's streetscape. SMDS'role was to master plan and prepare street de- signs for the revised street layout/reconfiguration and signage.The master plan's major thrust was to call for narrowing streets to facilitate three goals: 1)traffic calming;2)improve drainage;and 3)increase green space.A number of meetings resulted in creating consensus to target various improve- ments,i.e. planting,lighting,and sidewalk installation/repair. Size: 6 Acre Park+Streetscape Principal Firm: Jacobs&Associates Scope: Schematic through Construction Phase Services Project Cost: $450,000 �� i 1 tor c --.,i-i,..".......4::j.e...H: -1 ''4141/' • !t til - a q- r• "•_N • 'x+111 - 'ra4....., 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE a. Savino&Miller Design Studio,PA 12345 NE 6th Avenue, North Miami,FL 33161 Landscape Architect (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE b. (1j FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE C. (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE d. savinanitter 3 1 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Fisher Island Town Center Plaza PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Fisher Island, Florida 2010-2011 2011 23 PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Fisher Island Town Center Eric Nesse 305.536.1490 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scopesize:and cost) Town Center Plaza is the main community open space on Fisher Island. Bounded on three sides by the town marketplace and two restaurants and to the south by the island marina, it is the perfect opportunity to create a plaza which does what great plazas do:provide a place for residents and visitors alike to eat,congregate,converse, people watch, attend concerts/other events, and experience a beautiful open space. The plaza's design is simple and elegant, laid out in a symmetry which reflects the surrounding architectural geometry. Large Live Oak trees are placed to provide an extensive shade canopy flanking the plaza,which is paved in native keystone and limestone.A central fountain activates the space while providing seating,along with site furniture to encourage day and nighttime use. Scope:Site Master Plan, Schematic Design through Construction Cost: $800,000 Size: 1 acre 't. . _.. ..e -.- M n r ti' it �: _ 1,0-x_ t'"*- "r tee y's * ' _ �► WV is.. (r "'LI" G `�.w+� .• *! carr„(i = _ ttl 'y' } p • ) .�?"t,iiiiiiiiimisia. . a sem— !_ ri . yref 1�N' J r M..Ala til 'iPLt _ may, ..fir " _ �"-2 -,, ,i. �t `1 elaillaildir 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE a. Savino&Miller Design Studio,PA 12345 NE 6th Avenue, North Miami, FL 33161 Landscape Architect (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE b. (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE C. (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE d. 1 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Homestead Bayfront Park PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Homestead,Florida 2007 N/A 23 PROJECT OWNER'S INFORMATION a PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Park+Recreation Department(PROS) Maria Nardi, Director of PROS 305.755.7860 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scopesize, and cost) The Homestead Bayfront Park Master Plan is a comprehensive report for the renovation of Homestead Bayfront Park,one of seven designated Heritage Parks in Miami-Dade County,calling for sustainable design solutions and restoration of greenspace into a biodiverse ecological habitat. The Master Plan calls for the organization and hierarchization of all existing and proposed uses and spaces while promoting new methods of improving the quality of the land and water conditions while improving the quality of the user experience with the following elements: • Local materials • Durable/recycled building materials from local • Sustainable stormwater management:create system for efficient,passive collection and treatment of stormwater runoff through increase of pervious space,bio-filters and swales. • Passive energy conservation:to reduce heat gain on building/parking surface,increase of shade canopy.Channeling prevailing winds. Use of native and xeriscape plants. Services: Master Plan,Schematics,Opinion of Cost,Phasing Size: 92 Acres, 20 Acres Developed(Rest Preservation) Prime: Savino Miller Design Studio Project Cost: $18 Million(estimate) i . • t A Jr' or 0 • ' y ,fir.. • • I' ,ri Ilk.' I k 1 ya !- `� , j ,ti:.,- .. ,a, •4140+..40,. • _ „a„j1'IE �� ., yij "'"ii ya i5=" 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE a. Master Planning, Landscape Savino&Miller Design Studio,PA 12345 NE 6th Avenue, North Miami, Fl 33161 Architect B Design Guidelines (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE b. C (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE d (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE savinanilier 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED NE 125th Street Streetscape Master Plan PROFESSIONAL SERVICES CONSTRUCTION Of applicable) North Miami, Florida 2010 2011 23 PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of North Miami John O'Brien, Transportation Planner 305-895-9883 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope.size,and cost) The City of North Miami under an ARRA project decided to replace and repair the existing sidewalks along 125th Street. Savino & Miller Design Studio proposed the replacement of the existing brick sidewalks on concrete slabs in concrete pavers on sand, which would provide for flexibility in the future and help with drainage. Additionally, SMDS proposed a pattern that would help create an identity to the Street.The master plan included a reconfiguration of the parking area to add large trees in occasional bulb-outs and the replacement of the asphalt with pervious pavers to increase drainage,add shade, and add character to the street.Triple trunk palms were proposed in newly spaced planters along the sidewalks. Location North Miami,FL Service: Master Plan,Schematics and Design Development(Sidewalks Only),Limited Construction Observation (Sidewalks Only) Principal Firm: Savino Miller Design Studio Date: 2011 Client: City of North Miami Contact Info: 305.895.9830 Principal in-charge: Adriana Savino .� .. J♦,\ 1,. - M r4 n. S Orn.«.W,o...n.t..c/SOW C.110.,..Rw..mom.. ..c...o 1". — R ' ° .,,., '' ':• ..► ...4.:-A6197//1111/11 > .— a .m —�_+ — , ; / ./ .--/M1®\11® 14 M ailk 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE a. Savino&Miller Design Studio, PA 12345 NE 6th Avenue,North Miami, FL 33161 Master Planning&Landscape Architect (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) 13) ROLE C. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE d. saving liner 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Biscayne Park Signage PROFESSIONAL SERVICES CONSTRUCTION III applicable/ Village of Biscayne Park. Florida 2007/2015 2008/2016 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Village of Biscayne Park, Florida Maria Camara 305.899.8000 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scopesizeand cost) Savino& Miller conceptualized and designed a signature, distinctive entry sign/monument and landscape for four(4) median locations and four(4) right-of-way entrance locations throughout the Village in 2015. The Village sought out signs that would be unique and constructed of sustainable materials. Most importantly, the Village requested signs that expressed something about the Village. Since the Village of Biscayne Park prides itself on being a bird sanctuary, SMDS designed artistic signs out of Corten Steel with a different bird on each.The sign's triangle also reflects the shape of the neighborhood's boundries on a map.In addition,solar lighting was specified. In 2007, Savino & Miller also created the Primary Entry Sign, including sign construction details, sign lighting, and planting improvements. Project Cost: Approx.$75,000 Client: Village of Biscayne Park,Florida • $ "'1Biscayni�' n Park •� ia: :-Ksqv s'ar I 1 . ,• •• / t r; X111 jJ rl .4 r /: ' • Y r . !1121ra 1111111111111.=.11.111 111•11 .1 • 4 . F t r 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE a. Savino&Miller Design Studio,PA 12345 NE 6th Avenue North Miami, FL 33161 Architect 8 Landscape Architect (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE d. savinomitter F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, if not specified. 10 Complete one Section F for each project.) 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Natutilus Streetscape Master Plan PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach, Florida 2008 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Aurelio Carmenates 305.673.7000 x6343 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope. size.and cost) /7.-.fiC'';‘;:::::\till41.:....t ?"--- '1 IP' '1," 4 7 ...,,,...s,‘ , -=`-'11-- gji:;.-ir.9,.,.." ,, c (i. fir , ,,, r ,.,...: • irip • �� et. _ 41 i i t LP ,Opp ; t 11- kist, The landscape Master plan for this community addresses unique characteristics of the neighborhood such as street width, existing utilities and existing vegetation.The coastal/tropical hammock character of this neighborhood was augmented with the new planting.The initial designs presented at the Community Design Workshops called for street narrowing. This would increase the amount of swale area. allowing more flexibility in tree and palm installation,especially adjacent to overhead utility lines and would increase drainage area. Reduced pavement would result in traffic calming. Other elements designed included Sidewalk Extensions at intersections where necessary, to improve pedestrian circulation and also as a . traffic calming measure. Location Miami. FL Service. Master Planning Principal Firm: Reynolds Smith and Hill Engineers Date Completed' 2008 Project Cost: $3.5 million Client: City of Miami Beach Contact Info. Aurelio Carmenates 305.673.7000 x6343 Principal in-charge: Barry Miller 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE a. Savino&Miller Design Studio,PA 12345 NE 6th Avenue, North Miami, FL 33161 Landscape Architect (1) FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)TITLE AND LOCATION(City and State) (3)ROLE d. sayinanitler 1.SOLICITATION NUMBER Of any) ARCHITECT-ENGINEER QUALIFICATIONS RFQ 2018-141-ND PART II -GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER Savino& Miller Design Studio; PA 1993 808996243 2b.STREET 5. OWNERSHIP 12345 NE 6th Avenue-Suite A a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE S Corporation North Miami Fl 33161 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE Hispanic-Woman Owned Adriana Savino-Miller, President 7.NAME OF FIRM (if block 2a ira branch off*e) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS (305)895-9082 adriana@savinomiller.com 8a. FORMER FIRM NAME(S) (If any) 8b.YR. ESTABLISHED 8c. DUNS NUMBER 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c. No.of Employees a.Profile c.Revenue Index Code b. Discipline b.Experience Number (1)FIRM (2)BRANCH Code (see below) 06-47 Architect/Urban Designer 1 L03 Landscape Architecture 3 39-47 Landscape Architect 2 P06 Planning 1 39 Landscape Arch Designers 3 002 Urban Renewals 1 02 Clerical 1 L06 Lighting 1 P13 Public Facilities 2 R04 Recreational Facilities 3 S11 Sustainable Design 3 Other Employees Total 7 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,00 to less than$250,000 7. $5 million to less than$10 million a. Federal Work 0 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non-Federal Work 4 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 4 5. $1 million to less than$2 million 10. $50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.STURE b.DATE 5-2-18 c.NAME AND TITLE Adriana Savino-Miller, President savinanitter Qualifications of Proposing Firm Savino & Miller Design Studio (SMDS)was founded in 1993 by Adriana Savino and Barry Miller, with an office in Miami Beach (in 2005, the firm moved to North Miami)as a collaborative approach to enhance the public realm, based on their multidisciplinary professional background in Architecture, Urban Design, Landscape Architecture and Regional Planning. Their first collaborations were done in the Miami Beach Art Deco District, which focused on complementing the beautiful building typologies by preserving and enhancing their existing small courtyards, porches and gardens. The principals each have over thirty years of project design and management experience, working in both public and private sectors with the goal of improving the quality of the natural and manmade environments with a sustainable design approach. Savino & Miller Design Studio's integrated sustainable design approach is responsive to the ecology of the site, program needs, architectural features,social and cultural context and budget aspects of the project.The approach starts with the belief that good design considers and respects local context, is ecologically sound, brings people together, and fosters a greater awareness of place. The studio's goal is to not only create meaningful, evocative and lasting spaces, but also comply with the ever changing environmental challenges of improving quality of life by conserving resources such as water, reducing paving, maintenance and improving stormwater management. The intent is to create an integrated balance of built and open space, to improve and preserve the scale and character of each site. The design exploration is a process of discovery that hinges on the conversation with the clients, leading to projects that merge function/program with the kinetic and potential essence of site. To each design, SMDS brings a sense of ecological stewardship, a clear understanding of the pragmatic, and imagination. Savino & Miller's award-winning projects of different scales and scope is a testament of the commitment to the culture of collaboration in achieving our clients' goals. The firm has successfully completed both large-scale public projects such as Museum Park and South Pointe Park, as well as smaller public projects such as Village of Biscayne Park's Signage, Pinecrest Gardens' Lighting, Miami Beach City Hall Center, Belle Isle Park and Muss Park. SMDS has previously been contracted under miscellaneous services for landscape architecture by the City of Key West, City of Miami Beach, Miami-Dade Community College, amongst others. Currently, SMDS is contracted by the City of Coral Gables for Landscape Architecture Miscellaneous Services. The firm is presently working on a small neighborhood park for Coral Gables on Leucadendra Drive. savinanitter Qualifications of Proposing Firm v a ' 'AV iIIa' 'ejo h ik'''' ‘,"- /3 i ca n e 25 \-,,',,,,,:A.'1,i\ti Par ( ..11* ......:t4.... '- '.%,.5.44.*:'"44 Park x°, . k,4 ml's.d r,K„ Oi P),i,,,4/' 6 /foi,,, .: :io; 'ro, , .. i ja,i r 1( SIGNAGE In 2015, the Village of Biscayne Park called for the de- sign of new signage for eight locations, presenting a few constraints: A grant budget of$75,000 and a five- month deadline for design and installation at the dif- ferent locations, including solar lighting and planting. Location: Biscayne Park, Florida Client: Village of Biscayne Park Contact: Krishan Manners: (305) 899-8000 villagemanager@biscayneparkfl.gov Service: Schematic to Construction Documents/Administration Date: Ongoing savinanitter Qualifications of Proposing Firm - ,^1,41, JJJ I _ ;t*'',..-,1: �': 41 ..r..i.‘r "ui — , `. 7; \ h wdoyyyli> >',4 i 1011 a. ; A, At.: r, 4, I I."; . ,Ii,„„,...:4'31: ,:,:,:..1,-;,-. *.r-;•-- . ' r :i"..'c f,I. r ra"' . ji ir•*,?..,*- ' '..'•- .'::-:-ZE,Hirt.71 I:: li .! I 1 4,11 16 a - :I: . 574 k Ur wsr � f r: 3 �, 4 ''' , :ill: ," tAtijr/ • - 4 • 4 ! MIXED-USE A mixed-use residential condominum in the popular Midtown neighborhood of Miami. The project includes 309 units with 12,000 PEARL MIDTOWN 29 square feet of ground-level retail, five floors of parking and outdoor amenities. Savino & Miller Design Studio was the lead landscape architect, designing all outdoor spaces including the amenity deck and ground-level improvements. Location: Miami, Florida Client: Fifteen Adler EHOF Midtown, LLC Contact: Jonathan Cardello: Jon.Cardello@stantec.com 305 482 8700 Service: Master Plan: Schematics - Construction Docs through Construction Administration Date: 2017 savinanitler Qualifications of Proposing Firm VJ�y) ii3 3 . f I 701' .'_ _ . qtr r I I{ a ' "' .�i�,... : . '‘,..le a• r j ''��� ,k..... s . w fi 3 ii s ' ice, ° ' .fY + Fi :1'1114::141.4.11: syl "i .` ", :fit\ -` illi,46414::/ 1R ;01:::1: �' �' :-,_111,,..alt:' illriY7.• �. PARKS + RECREATION Sunny Isles Beach Park/Garage is a park designed as a new community green space, ideally located at one of the SUNNY ISLES BEACH major gateways to the City. Established as a joint venture PARK - GARAGE between developer (who has significant condominium holdings adjacent to the park)and the City,the park provides diverse recreational activities and allows for programming large community events like concerts, games, etc. A small courtyard is located adjacent to a planned cafe, along with a waterfall, water play area and playground. Location: Sunny Isles Beach, FL Service: Master Plan: Schematic Design through Construction Administration Client: J.Milton &Associates Contact: Joseph Milton: josephmilton@j-milton.com 305.460.6300 Date: 2018 savinaniller Qualifications of Proposing Firm timez�rz�P�+'1r� . t7 aw ,--".'" ri,. ..... - . .4,-- OW. 'AL ite . 411P.N4141 •.• :. 2. 1..)) .1 * ' 1 1r � � -' f. 2 Om. , i • ,•''' e. . ,-14,1*,erc,.l • Nib.--...it 1 .+±Erv�nc.z 7/5)/ (7 111=301 t a1N Slornilloclfr s 1m f • :,. ENIlaf ti cd+s+rt fly tiOr 4�L \.. • {got f�'►fl �' •.*- �s9-_s PARKS & RECREATION Neighborhood park in Coral Gables contracted under Miscellaneous Services for the City of Coral Gables. Savino & Miller Design LEUCADENDRA PARK Studio is currently in the Schematic Design Phase for the project. Location: Coral Gables, Florida Client: City of Coral Gables Contact: Brook Dannemiller: 305-460-5130 BDannemiller@coralgables.com Service: Master Plan, Schematics - Construction Docs / Construction Administration. Date: 2018 savinanitter Qualifications of Proposing Firm ,, .,fr' f ;. • w. . • . . • ,. •` = ilk 1 - , ' ,i: hal w.. mss, �• e .Ic _..„ M �Ca.• is 3 ... •,`�+if ..w mow I •V « - g:. 111.114 0 11 iima ,..., . ,_ _.. , , : ,,. PARKS & RECREATION Neighborhood park in Miami Beach ddressing concerns of sea level rise. Park features include community center, playground MUSS PARK and open play field. Savino & Miller Design Studio was the lead landscape architect on the project. Location: Miami Beach, Florida Client: City of Coral Gables Contact: Douglas Wood: 305-461-3450 dwood@douglaswood.biz Service: Master Plan, Schematics - Construction Docs / Construction Administration. Date: 2018 savinanitter Tab 3 Qualifications of the Proposer Team Team Resumes Team Project Experience 1 *-)0.4 , � • f .f, "'T rif . 04( 'fir #. 34; i'f \ A I_ y"? ' 'r !""" ,{ i:a.044 111 =. 11 y' J Jfillt � 4 1 = ■C +, I R � < b i,_ rte..••.. " �, ls ` � '�.► � savinomiller City of Miami Beach • Savino & Miller Design Studio Landscape Architect North Miami, FL Barry R. Miller, ASLA, PLA Principal, Landscape Architect • • • • • • • • Adriana Savino, AIA John Sharon, LEED AP Kelly Hitzing, PLA Xiaoyuan Du Principal, Architect Design Associate Landscape Architect Design Associate savinanitter Resume °` BARRY MILLER Principal, ASLA, PLA EDUCATION Master of Urban and Regional Planning, University of Florida, 1984 Bachelor of Landscape Architecture, University of Florida, June 1979 RECENT PROFESSIONAL EXPERIENCE Parks • Marriott Hotel, South Beach, FL • City of Miami Beach Future Community Park, Miami • The Ritz Carlton Hotel, Miami Beach, FL Beach, FL • SLS South Beach Hotel, Miami Beach, FL • Sunrise Park, Coral Gables, FL • Loews Convention Center Hotel, Miami Beach, FL • Leucadendra Park, Coral Gables, FL • Royal Palm Crown Plaza Hotel, Miami Beach, FL • Muss Park, Miami Beach, FL • Gateway Park, Sunny Isles Beach, FL Urban Design Master Plan • Museum Park, Miami, FL • Miami Baywalk-Riverwalk Design Guidelines, Miami, FL • Homestead Bayfront Park Master Plan, Homestead, FL • Homestead Bayfront Park Master Plan & Guidelines • South Pointe Park, Miami Beach, FL Report, Homestead, FL • Belle Isle Park, Miami Beach, FL • Brickell Avenue Streetscape Guidelines, Miami, FL • Design District Landscape Master Plan, Miami, FL Institutional • University of Miami Medical School, Miami, FL Streetscapes • Surfside Community Center, Surfside, FL • West Avenue (Phases 1-4), Miami Beach, FL • Miami Beach Multi-Modal Center, Miami Beach, FL • Venetian Isles Neighborhood, Miami Beach, FL • Fisher Island Town Center, Fisher Island, FL • Nautilus Neighborhood, Miami Beach, FL • Sunny Isles City Hall, Sunny Isles, FL • La Gorce Neighborhood, Miami Beach, FL • Aventura City Hall,Aventura, FL • Biscayne Pointe Neighborhood, Miami Beach, FL • Washington Ave./Streetscape Beautification Plan, Miami Commercial & Mixed-Use Projects Beach, FL • River Landing, Miami, FL • 41st Street Middle Beach Beautification Project, Miami • Turnberry Tower,Aventura, FL Beach, FL • G40 Wynwood, Miami, FL • Drexel-Espanola Way Streetscape, Miami Beach, FL • Triton Center, Miami, FL • Brickell Avenue Median Streetscape, Miami, FL • Aventura Optima Office Building,Aventura, FL • Alton/Chase Bayshore Golf Course, Miami Beach, FL Hotels &Condominiums Residential • Sweetbird North/Design District, Miami, FL • Nurmi Island Residence, Ft. Lauderdale, FL • Fontainebleau, Miami Beach, FL • Cisneros Fesidence, Coral Gables, FL • Shelborne Hotel, Miami Beach, FL • Schloss Residence, Golden Beach • Haddon Hall, Miami Beach, FL • Sanchez Residence, Miami Beach, FL • Freehand Hotel, Miami Beach, FL • Camargo Penthouse, Key Biscayne, FL • Monarch Hotel, Bay Harbor Islands, FL • La Casa de Korge, Pinecrest, FL • Fisher Island Beach Club, Fisher Island, FL • Hirt/Fletcher Residence, Miami, FL • Costa D'Este Hotel, Vero Beach, FL • Subotnick Residence, Palm Beach, FL Barry Miller Project Experience Muss Park Miami Beach, FL Park master plan from schematic design to construction administration Date: 2018 Client: City of Miami Beach Contact: Douglas Wood - 305-461-3450 // dwood@douglaswood.biz Leucadendra Park Coral Gables, FL Park master plan from schematic design to construction administration Date: Ongoing Client: City of Coral Gables Contact: Brook Dannemiller- 305-460-5130 // BDannemiller@coralgables.com Gateway Park Sunny Isles, FL Park master plan from schematic design to construction adminstration Date: 2018 Client: City of Sunny Isles Contact: Joseph Milton -josephmilton@j-milton.com // 305.460.6300 savinaniller Resume itwi ADRIANA SAVINO r,.,~ Principal, AIA MArch EDUCATION Master of Architecture, Graduate School of Fine Arts, University of Pennsylvania, 1982 Certificate of Urban Design, Graduate School of Fine Arts, University of Pennsylvania, 1982 Architecture, Facultad de Arquitectura y Urbanismo; Universidad Central de Venezuela RECENT PROFESSIONAL EXPERIENCE Streetscape Master Plans Residential Open Space Architecture • N.E. 125th st. Master Plan & Sidewalk Design, N. • Zinn Residence, Golden Beach, FL Miami, FL Tamiami Canal Bridge, Miami, FL • Levy Residence, Golden Beach, FL • 41st Street Middle Beach Beautification Project, Miami • Schloss Residence, Golden Beach, FL Beach, FL • Cisneros Residence, Coral Gables, FL • Washington Avenue/Streetscape Master Plan, Miami • Sanchez Residence, Miami Beach,FL Beach, FL • Korge Residence, Miami, FL • North Miami Beach City Hall Complex and Police Facility, NMB, FL Residential Architecture • Brickell Village Design Guidelines, Miami, FL • Naman Residence, Miami Beach, FL • La Gorce Neighborhood, Miami Beach, FL • Beatriz Savino, Condominium Unit Renovation, Brickell, • Nautilus Neighborhood, Miami Beach, FL FL • Venetian Islands Neighborhood, Miami Beach, FL • Carlos De Cordoba Townhouse, Key Biscayne, FL • Biscayne Point Neighborhood Landscape, Miami • Schloss Residence Facades, Golden Beach, FL Beach, FL • McDonough Residence, Miami Beach, FL • Coconut Grove Planning Study, Miami, FL Institutional Architecture & Design Master Plans • Village of Biscayne Park Entry Signs at intersections, • City of Miami Beach Future Community Park, Miami Biscayne Park, FL Beach, FL • 41st Street Bridge over Biscayne Waterway& Indian • Sunrise Park, Hallandale Beach, FL Creek, Miami Beach, FL • Miami Baywalk-Riverwalk Design Guidelines, Miami, • Village of Biscayne Park Main Entry sign, Village of FL Biscayne Park, FL • Matheson Plantation Village, Key Biscayne, FL • Key Biscayne Civic Center Park, Key Biscayne, FL • Homestead Bayfront Park Master Plan & Design Guidelines Report • Museum Park, Miami, FL • Costa D'Este Hotel Master Site Master Plan, Vero Beach, FL • Belle Isle Park, Miami Beach, FL savinonilter Adriana Savino Project Experience Biscayne Park Signage Biscayne Park, FL Village signage Date: Ongoing Client: Village of Biscayne Park Contact: Krishan Manners - 305-899-8000 // villagemanager@biscayneparkfl.gov City of Miami Beach Future Community Park Miami Beach Beach, FL Park master plan from schematic design to construction administration Date: Ongoing Client: City of Miami Beach Contact: Mina Samadi - 305-673-7071 ext 2581 // minasamadi@miamibeachfl.gov LGBT Crosswalk Miami Beach, FL Iconic Ocean Drive crosswalk design honoring LGBT community of Miami Beach Date: 2016 Client: City of Miami Beach Contact: Josiel Ferrer-Diaz - 305-673-7000 Ext. 6831 //josielferrer@miamibeachfl.gov savinaniller t ` Resume 40 ;= �. r a � �`"� KELLY HITZING Landscape Architect EDUCATION University of Virginia, Master of Landscape Architecture, 2012 University of Tennessee, Bachelor of Fine Art, 2000 RECENT PROFESSIONAL EXPERIENCE Parks Hotel & Resort • City of Miami Beach Future Community Park, Miami • Sawgrass Marriott Resort and Beach Club, Ponte Beach, FL Vedra Beach, Florida • Sunrise Park, Hallandale Beach, FL • Transbay Transit Center, San Francisco, California Commercial • Glenstone Sculpture Garden and Museum, Potomac, • Forum Aventura,Aventura, FL Maryland • Forte Dei Marmi, South Beach, Miami, FL • Prominence, Jacksonville, Florida Master Plans • Bal Harbour Shops, Bal Harbour, Florida • Las Olas Boulevard Corridor Improvements, Fort Lauderdale, Florida • Bimini Land Use Plan and Design Guidelines, Bahamas Residential • Wheaton Way, Long Island, New York • 91 Leonard, New York, New York • 76 11th Avenue, New York, New York • Grobman Residence, Golden Beach, FL • 27 Star Island, Miami, FL • Puerto Madero Residences, SLS Lux, Buenos Aires, Argentina • L'Acqua, Jumby Bay,Antigua • Rancho el Jacal, Valle de Bravo • Jade Signature, Sunny Isles, Florida • Sunset Island Residence, Miami Beach, Florida savinanilter Kelly Hitzing Project Experience City of Miami Beach Future Community Park Miami Beach, FL Park master plan from schematic design to construction administration Date: Ongoing Client: City of Miami Beach Contact: Mina Samadi - 305-673-7071 ext 2581 // minasamadi@miamibeachfl.gov Forum Park Aventura, FL Mixed Use Condo/ Office Building: streetscape, ground level & rooftop gardens Date: 2017 Client: CK Prive Group Contact: Javier Rabinovich, 786-558-1078 Las Olas Blvd Corridor Improvements Fort Lauderdale, FL Urban design: Large beachfront public park and festival streetscape. Parking garage, pedestrian prom- enade and green space on the Intracoastal waterfront Date: 2013 Client: City of Fort Lauderdale CRA Contact: Donald Morris — 954-828-4526 // DMorris@fortlauderdale.gov savinomiller