Loading...
Agreement with Miller Legg & Associates Inc oc AGREEMENT BETWEEN CITY OF MIAMI BEACH AND MILLER LEGG &ASSOCIATES INC FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2018-141-ND DISCIPLINE: ARCHITECTURE- LANDSCAPE ENGINEERING - CIVIL RESOLUTION NO. 2018-30534 i 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 18 ARTICLE 6. REIMBURSABLE EXPENSES 19 ARTICLE 7. COMPENSATION FOR SERVICES 20 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 21 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 24 ARTICLE 14. LIMITATION OF LIABILITY 25 ARTICLE 15. NOTICE 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 26 2 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 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND MILLER LEGG &ASSOCIATES INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this 42 day of GY/4 ( ` , 20 ( 7 , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal cor oration 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 Miller Legg &" Associates Inc., a Florida corporation having its principal office at 5747 N Andrew Way, Ft. Lauderdale, FL. 33309 (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 Miller Legg &Associates Inc., 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 4 • 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 excuse Consultant's obligations to ensure the Construction Documents are constructible, in 5 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/6y 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. 6 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 . agreement and shall not be cause for any claim by the Consultant for extra compensation, 7 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 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. 8 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 Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it 9 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 Contractfor 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 (orany 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, without negatively impacting concurrent work by others. The Consultant shall coordinate 10 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, Cdntractor, 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 11 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 project's; 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, i,n 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. 12 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. • 13 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 14 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). 15 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, Consultantshall 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. 4.2.1. At completion of the conceptual design (at such stage of completion of the 16 • 4 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 (+/-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 writingfor 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 17 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). 5.2 Additional Services include the following: 18 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 19 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 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 20 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 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 makeavailable 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. 21 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. J 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 22 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, 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 fo'r 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% ofthe limit of liability. 23 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. 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 bythe 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 24 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. 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. k 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 25 All written notices given to the Consultant from the City shall be addressed to: Miller Legg &Associates Inc. 5747 N Andrews Way Ft. Lauderdale, FL. 33309 Tel: (954) 436-7000 Fax: N/A Email: mkrollmillerleqq.com Attn: Michael Kroll 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 26 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, 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. 27 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. 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 bby 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. 28 ) • 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 �A ,r.,• ACH: Z kz, 111111111w - CITY OeRfK MAYOR Attest IL. - - e &Ac•SOCI `ES INC.. Signatur ecretary Signature/President OA AN tifff-4 walike 1) . V--vvi c.,/P 1A Print.Nam'e' Print Name • Vj APPROVED AS TO -7 r ' r ' �1 ( ^ �. < So FORM &LANGUAGE &FOR EXECUTION }'' r r p ORATED: \ ; c C City Attorney Kfte Date . 29 • SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND Miller Legg &Associates Inc. CONSULTANT SERVICE ORDER Service Order No. _for Consulting Services. TO: Miller Legg &Associates Inc. 5747 N Andrew Way Ft. Lauderdale, FL. 33309 PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN 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 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). 30 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $X)000000( Design Services* $XXX)0000( Bidding and Award Services $)0 )00000( Construction Administration ** $)0000000( Reimbursable Allowance*** $) XX)0000( Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXX)00(, 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. 31 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 LandscapeDesigner $ 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 viw/ 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) 32 SCHEDULE D APPROVED SUBCONSULTANTS • 33 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. 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. 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 S J 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, LLG, 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. ! t i 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 aider 2018. ti ATTEST: • LQ�3Qily RAF a(:-.a.„..,......._ EL E. GRANADO, CITY CLE -c 0- DAN GELBER, MAYOR -n fes-. • F:1PURCISolicitations1201812018-141-ND 0�''N• b lirteI r.1+4s110-Award1RESO2018-141-ND.doc `/`�4..: _ y�,r..... y APPROVED AS TO FORM &LANGUAGE + �' -""' l &FOR EXECUTION t' * IN'013x' 'iiCR TED: ' 4j(,) - 16-- -ils ,....- El '6\ ... t . • cr. i n n p_ ......1,,,;..., ,F J26,,,, r` City Attorney Ip Date 1c Resolutions-C7 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, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, PA, 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 1p, 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&Baruzzini, Inc. Savino&Miller Design Studio, P.A. Schindler Architects, Inc. Schwebke-Shiskin&Associates, Inc. Sal-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. Vitalini.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 & Baruzzini, Inc. submitted the attached fetter 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., Viitalini Corazzni, P.A., for the discipline of General Architecture. Savino & Miller Design Studio, P.A., Keith and Schnars, PA, 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 4 Resolution Page 440 of 1637 ATTACHM ENT A ARCHITECTURE-GENERAL W07D4.1114iD PROFESSIONAL ' --�- 1 AAGHDEGTUMLAND ENGINEERING c m m i m LOyAlvarex Pilar Cootie Elizabeth Estevez c Francisco Garcia c Low 1 c SER1'iCES FOR CAPITAL RENEWAL AND Y Y y REPLACEMENrPROJECTS i 0 m C Aggregate ' Qualitative Quantitative I Subtotal Qualitative I Quantitative Subtotal -otacc rt l Qualitative 0[ Totals ;� j Qualitative Quantitative Subtotal I Qualltative Quantilativa Subtotal William B.Medellin Architect i • 1 _ — - ---'-i- P.A. 98 0 96 1 95 0 95 4 92 0 92 3 100 0 100 11 9 1 CSA Central,Inc. _..- 96 0 96 1• 98 0 98 1 91 0 91 4 98 0 ___98 5 11 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, ' -'-- '•-'-' Irlccrporated 95 0 95 6 93 0 93 6 94 _ 9 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 Sol-ARCH.Inc. 1 95 0 95 6 98 0 98 1 86 0 86 7 98 098 5 19 6_ William Lane 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 B 29 9 AlleguezArchitecture.Inc. 96 0 86 .1 89 _ 0 B9 9 80 0 80 11 04 0 94 9 30 9 R.J.Heisenbotle Architects, • - ' . P A. 0 _ 94 10 91 • 0 91 7___86 n 0 88 6 94 0 94 9 32 10 Vitalini Corazzini,P.A. 94 0 94 •10 82 0 82 12 82 0 82 10 93 0 I 98 5 37 .1 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 80 0 --t80 ,13 79 0 79 12 79 0 79 13 51 13 UCI Design.Inc. __88__ 0 88 141 69 ... 0 1 _ 69 _j 14 78 I 0 78 13 78 0 76 14 55 I14 .. . ..._. .. ,...rpeyn . - _. Prep.. I v .an'.Pe a. a: LAU Ou.cerh. . NyadaPado MM.Gura,Nt. 0 0 aywAnMvaue.1.. - o j o aaOm ...um*w O,q Iayaaa 0 • CUM Wm 0 0 GSA Cerra Sc .._ 0 0 MI.Na.anwe and Maio G•a..Me. —.'_u �.�a a 0.lScceAIo....VIOL PA 0 0 - SC/0Mbhu.au.nw 0 0 MAO Oeuot Camp.IMot0lre0 0 0 — • UOEgnWng,IM DMA UCloaten•IM. 0 0 YfWiiCauranyPA 0 0 rrlfana R.o.nin NCMRYPa M 0 --_ 0 -- z wraw u.Nrnnax VC 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • • Page 441 of 1637 • ATTACHMENT A ARCHITECTURE-LANDSCAPE Rr0101E•141410 PR0SEsSO ML I ARCHMECTURALAR9ERWt®i1NG Y°i c ea e L01/71-; SERVICES FOR CAP1rALRENEWALaKD Lily Alvarez Phar Caurin iY Elizabeth Estevez Y Francisco Garcia REPLACEMENT PROJECT* 'Q91 _ 11—__ _ _ i c .c Aggregat® t J Totals t1U Qualitative 09antiYe Subtotal 1 Qualitative Quantitative JSubtotal Qualitative _Quantitative Subtotal � iQualitative Quantitative.l. Subtotal 1 Savino&Miller Design Studio. I P A 97 0 97 1 . 95 0 95 4 94 0 94 1 100 0 100 1 7 1 Keith and Schnars.P.A. —• 96 — 0 96 -- 3 97 0 97 2 92 0 92 2 10U�----•0 100 •1 _8 2 CPH;Ina. 96 0 96 3; 97 0 97 2 66 0 86 6 I00 0 � 100 1 1?—9- ' Curtis&Rogers Design Studio. •— •— Inc. _ 86 _ 0 _ 96 3 •98 0 98 1 87 0_ _ 87 5 98 D 98 6 14 •4 ' ChenM • oore Associates 97 0 _ 97 1' 91 0 91 8 90 0 -_ 90 4 98 0 I 98 .6_ 16 i 5 Millet.Legg&Associates.Inc. 95 0 95 6 _, 88 0 88 7 91 0 91 3 100 0 1 100 .1 j17 i 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 93 •8 . •83 . 0 .83 6 80 0 _ 80 8 96 0 96 7 j 31 •8 r.opoa.r V.en.Pants t.leOana.w. CKA abdam AA..P,t,K o o ._ cnanMmrvNroeN9s __. 0 0 ' CPM.K. o._ e Gas a nap,MK,.srwo.Ac 0 5 _ • KI/..rid ee....PA. e 0 1.000.7.00E LLC 0 0 wua wog 0Aa000a.SO o 0 s8+waan be�m.soP.A. 0' o . 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • • • Page 442 of 1637 _ ATTACHMENT A ENGINEERING-CIVIL - : - 8FQ a tt.lL 1D tNti1FE551fNrat - — ._..-..-_.__. — _ -_,—..— o e _ e c low ARCHIECSERVICES FORT CANT � aAL AND xg Lily Alvarez a Pilar Gamin Tr Elizabeth Estevez Jr I Francisco Garcia REPLACEMENT PROJECTS e c Aggregate — _..•_ 12 12_ i-----------•--... I� Totals 2 OuailtaUve Quantitative Subtotal Qualitative ; Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal , Schvreblce-Sniskin 8 '—'--.....---._ I ._._. ..._i • Assoctales,Inc. 95 0 95 5 97 0 97 3• 95 0 95 1 100 0 100 2 11 1 CESConsultants,Inc. 97 0 97 • 2 95 0 95 4• 92 0 92 5 100 0 100 2 13 2 Chop-Moore Associates _97 _0 _100 1 84 5 89 8 87 87 2 91 0 91 7. 93 0 93 3 100 0 100 2 14 3 _LL 305 Consulting Engineers. _ 5_ 95 -•,_ I 5 92 5 98 5 103 1 15 4 McBer,Legg S Associates.inc- 95 0 95 5 94 •• _ 0 94_ 5: ,•.53 - 0 93 3 100 0 100 2 r 15 4 SRS Engineering.Inc. 95 0 95 5 •• 98 0 •98 1_ B4 0 94 2 98 0 98 '7 _ 15 4 CPH.Inc. 94 0 94 -8M-98 Q 98 _ 1 910 91 7 100 0 _ 100 2 18 7 T Y.Lin International 97 0 97 "2- 92 0 •92 6 90 _ 0 90 6 96 0 98 7 23 •e 1 P.000.•• ve.re.tPciaa 1 T0011e..01240. 006 Cemb%G9iKeet LLC 0 t S CESCunwu.We 0 I 0 GArNave M..04. 0 a _ CPK.< a 0 ..030,10096N4.00..be 0 0 , 0400e-Slnala IMaanm lac p p tas raetae..q.< n o _ `TX ci,emrmW 0 e 1 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • - • • Page 443 of 1637 ATTACHMENT A _ ENGINEERING-ENVIRONMENTAL SERVICES AND TESTING .. ....... __. • ___• ..._..• Y IWO Za141414DPeofESSIONAL -•••- ARCtaTEC URL AND ENWNEERPIG m �° m Lily Alvarez c' Pilara Low 2' SERVICES FORCA1Yrot arecivALAND s ,� Elizabeth Estevez Francisco Garcia 86 4C66ENTP80JECT6 ; .-_ e Aggregate e i _ ¢ j Totals a Qualitative QuanlhaUvo Subtotal Qualitative Quantitative Subtotal Qualitative • Quantitative Subtotal Qualitative QUOnlltative Subtotal I E Sciences.Inc. 98 0 96 1 95 0 95 12 95 0•_• -88 1 100 0 100 1 1 --_—9 -1. Terracon Censullanls,Inc 96 _ 0 96 1 95 0 95 ,2 88 088 1 100 0 100 1 7 2 EBS Engineering,Inc. • 95 0 95 4 96 0" 98 I 1 92 0 - - ---92 2 100 0 100 1 a ' '3' CSA Central.Inc. 96 0 96 1 a9 "0 89 14 87_ 0 87 4 100 0 100 1 10 4 - Florida Technical Consultants, .-, „ LLC - 94 - 0 94 5 82 0 82 :5 82 0 . „-__ 82 5 94 0 94 5 20 5 Fbrvss. Velma)rants UN00.5MM CSACens4•bc 0 0 E Somas.00 0 I O FILVFIq,0000.0 a I 0 run.rewwC.210 n.tie 0 0 •I'mwan cvvm...rc 0 I 0 _ FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. c • • • • Page 444 of 1637 • • ATTACHMENT A ENGINEERING-MECHANICAL,ELECTRICAL,AND PLUMBING aW min.talant PROFESSIONAL ARCHITECTURAL AENOINEERLNG p1 w Q+ 0 in c NO SERNCTSFOR CADrtALRENEWAL AND Lily Alvarez ` Pilar Caurin Y Elizabeth EStevez Francisco GarciaC Low REPLACEMENT PROJECTS A c c c Aggregate e • ¢ _ 2 Totals g. Qualitative Quantitative Subtotal Qualitative I Quantitative Subtotal Qualitative I quantitative Subtotal Qualitative quantita_tive ' Subtotal _ ICSA Central.Inc. 95 0 95 1 96 0 96 1 89 0 _89 2 ' 100 0 100 1 5 • 1 • Ross 8 Baruzzinl.Inc. 95 0 95 1 95 0 95 2__ 92 _0 �.� 92 1 100 0 100 1 5 _ f -3FM Engineering.Inc. 90 0 90 3 94 0 _ 94 3 88 0 ^e8 '3 98 0 I 98 4 I 13 _ :3 jUCI Engineering.Inc. 90 0 90 3 90 0 9D 4 85 _ 0 86 4 99 0 _I 99 3 I 14 . 4 • Proposer Wenn POPOP TDI.IOwNYIM 3r4 EMnsenry Po • D e • \ apff a Be..4C D ti e vta E'T”ta.irc a 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • Page 445 of 1637 • ATTACHMENT A ENGINEERING-STRUCTURAL - • RFO 1D16ld1.ND PROFESSIONAL _ -� —" .. .• ---- • ua ARdlCF.$:ri1RAL NM�tlnttlFFNNrO Lily Alvarez a Ptlar CaurIn ° Elizabeth Estevez a Francisco Garcia 5 Law c SEMIKESFORCAPITAL RENEWAL AND Y x Y REPlACEYENTPIFO]ECTs u t m C e Aggregate c ce ._..__.___ .cc .. K _... . .. .� Totals a _. _.... quaGtative Quantitative Subtotal Qnallfatfve gwrnaative --Subtotal Qualitative I Quantitative Subtotal qualitative Quantitative Subtotal 305 Consulting Engineers,LLC 95 5 100 1 • 88 5 931 79 5 84 5 100 5 105 1 • 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 3 870 87 3 100 0 100 .2 10 3 Master Consulting Engineers. –.. --_ _, ._.-- Inc. 95 0 95 3 84 - 0 84 5 89 0 89 2 i BB 0 98 .4 14 4 I UCi Engineering,Inc. --94 . 0 __ 94 5 91 0 91 3! 87 0 87 3 94 0 94 5 i 16 5.: Diaz.Carreno.Scott 8 --- - Partners,Inc. 92 0 92 6 81 0 __81 - 6• 75 0 75 ! 6 92 I 0 _ __ 92 a 24 '8 1 Afton,. Vree.M1PtW, Ta IOPinIWu.. 300 CP.iuNg Equi..LLC s I a CCS Caeefin f.M. a , 0 1 nw.c.a....a...ma Prune.b- 0 0 e fyrwn,gfny,faynr 6 auns R 9 unfapremq Irc ---_�- . MuCoery t.,g.nCn.In - - ...• 0 a I . Mu,. w • 1 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • i Page 446 of 1637 ATTACHMENT A INTERIOR DESIGN 1 SPACE PLANNING •RFC zato-ut•NDPRUEsslala -•----._-••• ARCHflECTURALANOFl1GINEERWG mi -.^-.._......• a a a Lily Alvarez Pilar Caurin 'C Elizabeth Estevez Francisco Garcia = I.OW SEMMES rpt CAPITAL RENEWAL,AND Y .a re ate REPLACEMENT PROJECTS A99 9 c ..---.._........ .._. ...... ._.._.._._.._ '•6 �C _ K .._. .. q Totals qualitatAre QuanGtaCrre Subtotal , Qualitative quentilative 1 Subtotal i Qvatir Quantitative Subtotal Qualitative i Quangtative f Subtotal TSAO Design Group, — __. -- —_ _ _ Incorporated 95 0 95 I 93-_-•• 0 93 1 930 93 1 100 0 100 1 a 1 .._.. .----"-•------8-. - -' -- - MC Designers,Inc. j 93• 0 93 ,2 87 0 _•_ 87 2 89 0 89 2 98 0 90 _ �2 1 8 2 q.pr Y.n sPelnt. TWI CurVta. .+C ngpnva,ue• D P \ TSFOOv.n C/04Ys00MN 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • Page 447 of 1637 • ATTACHMENT A SURVEYING RFC 2015141.140 PRCFESSICNAL ARCHITECTURAL AICENGINEERING a' to e� Lily Alvarez Pilar Caurin ElizabethEstevez E Francisco Garcia Low e aERVICES FORCAPRAL RENEWAL AND �e REPLACEIIENTPRWECTB • a Aggregate c, 1 a I c• ¢ Totals g Qualitative Quantitative Subtotal Qualitatlu. _Quantttatie Subtotal Qualitative Quantitative Subtotal _ Qualitative Quantitative Subtotal Schwebke-Shiskin - Associulest Inc. _ 95 0 95 1 98 0 98 1 95 0 95 1 100 0 100 .I 4 _ I 1 1 w(ypo..r YabnRs PWnt TWlComm LtM ygvP�i¢..c Acswnas.�c o 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • Page 448 of 1637 Ross&Baruzzini 7200 NW 19'h 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 to 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 l - ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) &ADDENDUMS 35 MI /� /� 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 pool of 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 reason(s)for not submitting a proposal. Sin -ly, lex,,�is Pro ment Director RFQ No.2018-141-ND Addendum#7 4/18/2018 1 MIA /� I B E /` C H Procurement Department IVC !'1 1755 Meridian Ave,3rd Floor, 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 Director • RFQ No.2018-141-ND Addendum#6 4/16/2018 t V 11/ \/ Y 1 I B EACH • 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. RFQ No.2018-141-ND Addendum#5 4/13/2018 MI /� I B EAC El Procurement Department /�� V t 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? AS: 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 M1n Procurement Department I /�t R V��� 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 04 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 MI /� /1I B EAC L� Procurement Department /�/ �/ 4 r� 1755 Meridian Ave,3rd Floor,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 Q16 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 anew 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 • M I An I B EAC Procurement Department 1755 Meridian , , 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 f /� IAM I B E,6,C H Procurement Department V 1 Vn 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 Iwo 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(ies)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,Asbestos/Lead 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. RFQ No.2018-141-ND Addendum#5 4/13/2018 • V I ` V I B E ` C H Procurement Department 1755 Meridian , ,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 time. 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 nataliadelgadoaaamiamibeachfl.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 Engineering—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 M � E1CProcurement Department I�r �I/�1 1 u I 1755 Meridian Ave,3rd Floor, 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 • V I M I B ElCH Procurement Department 1755 Meridian , ,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 projects relevant 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 xD- .curement Director • RFQ No.2018-141-ND ' Addendum#5 4/13/2018 n IAI [ E/\ H Procurement Department 1755 Meridian , ,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 J 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 I Minimum Requirements • • 2.1 Minimum Qualifications Requirements. Submit verifiable information documenting compliance withthe minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications, including a) Architect /. 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 • MIAMI BEACH TAB 3 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 scope to 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 339 (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 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 RFQ 2018-141-ND • • MIAMI BEACH from D&B at: https://supplierportal.dnb.com/webapp/wcslstores/servlet/SupplierPortal?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 • Procurement Department MIAIV�I BEACH . 1755 Meridian Ave,3�d 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 i _ l C1. 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 I 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 sustainabillty 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:l/fp.state.fl.us/docs/DMSAEFeeGuidedefin ition.asp RFQ 2018-141—ND 28 v ,� /� I /�/� \i\ 1 D EAC u Procurement Department / f 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, 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 Pros ective Bidders"questionnaire with the reason(s)for not submitting a proposal. ' c ly, • )(Des rocu ent Director • RFQ No.2018-141-ND Addendum#3 , 4/11/2018 11f . :, „ , , MI /�Tln /� Procurement Department/ V t 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, 3`d 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@miamibeachifl.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 �Z: `u�.r is ,'.r.,0 urement Director RFQ No.2018-141-ND Addendum#3 , 3/28/2018 • Procurement Department • 1 V 1 I/tel Y 1 I EAC1700 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. ' a•rely, Ale •nnis Prop ement Director . i RFQ No.2018-141-ND Addendum#2 3/6/2018 /\/\ 1AM fProcurement Department I 1700 Convention Center Drive, Miami Beach, Florida 33139 www,miamibeachfl.gov • • Exhibit A • Pre-Proposal Meeting Sign-In Sheet • RFQ No.2018-141-ND Addendum#2 3/6/2018 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 Maiatekkail fete,IAK tstm',:komqszi:,:;fatit.:41 L w1 • Natalia Delgado Procurement-CMB 305-673-7000 nataliadelgado@miamibeachfl.gov Ext.6263 sos-t, 7Doo s 11^-:` ..94 X 2- Vali; vFectricit, tte,atft 7,4 &1(>2. riW Vedryio. / • • Gaye( d 3q5b 342. •.4 act •b 3 2-DO - DS- -Pct-e bbatirisavini. corn-- bougon-- 52.S1 V.X4. I 0 C-M6 6-ERV R . . f-,glle 64404 R t6 GA gatAiRCW1_00A tlit) \A Qua C eANL.Ws4.-1 3° qq-- RIK 51A'RAIV M Vivi/ CPA I Cri-7 ICIPO ikAINAY"• *0 570 (-44"- CW-veZe.— -Pr autp.cjs cp Ga,re.,Cc-e ...-La_cA A 26eg &;// n y 3 0 a • .4.4ro o P34 ffe•-neo./9•71,10 P7Y4/;/,co tr7 6 vaett Tutao e•saskeyf\ er\sly,s2sivin3 Liv039 PC'..",,SNeVC e .c 15-e-19% 1 _ _ _ MIAMB L 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 e.W�`*" .� 1 '- � �'„Y a w + lw w$� f �"� yP� F ¢ ! +� fame ti t a �# il,� A i r fit` s ' ��I ��� '��411-,I tit , £i#fli1 h. }kkiN ,, Dg g ENG-WEE/es AND kecttrrars .1-)141Ztut,rl s,DDtaZvE 55 17-111 SZOUQ.T3g-ewa.cotu 7.86"441-si zo b2 13 ErtlirttLIES colt AirAcAleas ddi1 iqm,,94- �4rnl �(d AB-E,06 3'�(,-441-.l1�D e gi° c (0- /vti��CZ. orf MooW 4 A)loch t _ F khgre •c uertN6 -,.1‘tv�7Ls 9.S`h ztU-7g4 fia.A,(S.Z aoce d.McG2.J6tr1 PZ325.curt �C --.°r N4cabanA;azQ130,11.(1tnAenu;Ts/.coM 305'....L `� ` J C brv\ -V+az- UnfIA;A �^aEAU:ty 4}ra„d ies. , FMoIYP.�na tslkl AAW1 &rrutfe.{-}61.(tom (19019079 73 1-6.1 ,rte r- \AAA-41'r Mcar. -: s,ad .. 4-i6Yrt -'avid l d.t�trle-CO n-+ bt3)?�laZ6�67 ill. ' (AIM-ENE-2— 'V C) DES1c,N (pecuP 3056-7900(0. 53E--DBE 6r--a80 6e0'19 ,rnAf1P2 Q'TSAiaspeziciv.COM. SoL-AACtd , ►Nc SoL-P4-r4, loc.. 305'140 0113 3os740o7'I8' be SOL-o.P-cN•e.OM -' -319-a35z (/µyy.� .....- Std 7` ', f?" ... d 4. JJ e()-(6 • -,V?'�Ia , Vic '50 -?y?- i.--61..61,,_ 3 2 -- eo wt. 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 yt 94'14' ‘•7"VAR015:40`' Z.t1,4,‘ 'T.„ ' '1, Wvi44 • pzepevui,*,t)' . r . inv't V4t; 1 'tkelk.NiPpOt Avg w'MlkutP:TA*ItilgS:ROI," 4: ti,V1t,iP,vc.A74 75,04, . C._\Q"...? 1c.xv,-0 booryl..z 6) vrkt-',No-- 365.4,43 77 q. G 3o5 963 r ojLS 4 L 6i a 1,0e. otrol°40 cot„,, SOS-Z!5-ye?3 - 14 : i1.-g,Yin '/ CA4kiv& OCI pkyv, -AvjA,11- 305-VD(o• 0\11am ee, I .‘otittlavie, VIA 3 7 19 I&O 3br6A JA3 kc Sa*Da_ssi-,LILL 5D5/-'tlo. • 4. Aye);ck.c)n\th-cbc,N)-1-16.0.4.c.ort\ CA-79" 11,cCtiC. Sod Optra._ D1P---12. icL4i s)c10 3165 et41-0•9‘,CEAR-c-cHrEcTs 1 L.Kev. CF 3052.14405 3062311607 i ozu n@c4-)hco rpscoPA Luc-Ft 6-7634) /-kir..A5.`gACeIDS•cf1 ..eit.A-roki,(6,..„S-17 0143 C,A tLfe..e).: 5 co-H-i,iror-Ikcys 11-LP&A 37 CA ialLE ciolen / VCS r-2 e.Com CI 'go•-•6 0 I • (41° )e3. ckA6'etve'l 34----A '5 0 Oren mei-I-AI tr.3,5 t2 chin hri'94e4 enoZfOrivnentil.Com 107-8.5 goi3 NVL otial 1-he c,f-wre qii-evinrigvoti4'00scem, €rtr,) A-/54-6ff fizrf ,3 • • 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 !;riVi111M;":a.449: ‘`\ 4,;:!ts.,4* twogiti Ikd CAI fic.A II • 19(•/442*, • cidal,q-,@ °teat/000d4,DA k000 ttz A .. 0(,)icot-i-t .30s-66-7- ,5rinorm- 51:-.)rowoo..) -e•r\-itt-6\4>soct-estc..alicqi q 624 e. Dj5 Day.i 5 fiku-ttokkv 9k, ILsaft Q,Ctavis-DAviWnikaAki42-(cm. 186-Zq.5-/St?ci -5c5-7(19-(5 eg LOv‘-/ItA b tilt,e)11116.4L }4,4huo .305-0134-Wiz. A,S o Ed 00,\ii-ir__.e(1 exlzr\c/AdV_Loy`‘' coach.11 ey--corn OtaLt17A KS,fallintilar,A.fiL-Fach 265 -6412.*B9q& 0-rego HA KS Kamb Re cicak/ '14? Ccms,--c-tfr--14 aCJ' ,C14 214ce ‘,J cavtgati_a_,,as toco_eoet.u23:14A&vg ,L68-1-gt.6-2,g's7 --- Rteartt? titisitt(-fop) 6,4,e,../././e/:1) Co. 3e2s-3/0 /45 ,'p4 ctuvr+ ref s pczt_ci9") TD012.-vobo • 305 14/14,105-1-1 • A0,-sc„ "-JARA-tvel4,t-C, c 103 Lori 57)5'2°9-13/1" OW /t/055 '1-, -11 re IJ moss-0,rch, em 305-7'11-6677-- 1(4655 A-24,4A\IR-i- g..vja -PoW-11104-1G -3=6-Vb31 LtAk34, CiDg1/4- \ULINN?-.50.-AcacchrW- 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 SFr '� i + . r °e;,4 ti .! ,.-4.1,,t.:%71..,1 a' �.a k ta»'�"w ti'" a t� '1' ,ter �'''s' , . u: (1rL Q,�SPwP,lZ(Zgl') „ '��� � 19xs a. �a ���,''a{tit'.. s�,�g� � � t:',.,� �, t� �i �� .tart:;, s.: +fy ,¢fit v ,.Y.u. ,h '� .-..�, Lxa.?cY.. .hM-s ,.F" :tirr.�. uY.+i.! J£,rc: dq 'ir.i..e:E:' 3Dp \i0 ` I v►`lD and rvt►tlea2. • s \. p apd -(i-lik a.)1e-S, mac,. 14e011,01{1 ,� �' \41111 Q1 1Q.,d.4-l1,r' \�t�'IliQm + �eu1,t(1n N14-e,Q* `-P.k - _ \am,SSU ,JcAs1lZ (`�4,1 P. f j Qai 2 ._ :n (--c h t 4-e..e,k-s, '.A . (0 . . 1\10v0 Consui-k:no gun se.hm Q0-1-1.6.022_ k le..,G��e_u i . LE-_,,.f:74 tm etclatovue37. GrA (D319,-)9 q .e0.\0\ r- ._2-,Lbot k_o_41-2.,),-,ri 2 -- MIAtOti 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 0,4 REPLACEMENTvttIat71k.11$k40;', vw.,rtSs4PROJECTS 110o,‘ #iw 0Ia4 „,re k•v‘tA,,.,,,,,,.i.„,4s1.4.'fl 6,,4,4`.,l1.t„,,1,.,.-,,,,,-,,,:.,. ? or ORCircooja) e),.. =A c...... . .:\e-Sat Cot tu v-2_ (49,,t3 .12q) C—, .fa.13-__L, ,_,. . . 1 L.Calik'S dkceih I e .k-S i cndi 0 0Y11-€.0 it2-k 429.i ‘42.2_110 Cr\ lei-Z_ Gi2.< op. 1 ,ikoil-N st f)A1 ,e1 b-f2P-x\ co-a 1 C, ( ; I 3 • _ :). A /M 1 /� /� 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. (deletion 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: 1112614 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. •• 1lye / ex De, rocur- r ent Director . i RFQ No.2018-141-ND Addendum#1 2/26/2018 REQUEST FOR QUALIFICATIONS ( RFQ ) PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES EOR_CAPLTAL_RENEWAL_AND_REP_LACEMEN_T_P_ROJEC_T_S RFQ 2018-141-ND RFQ ISSUANCE DATE: FEBRUARY 15, 2018 RESPONSES DUE:APRIL 2, 2018 a@ 3:00 PM ISSUED BY: NATALIA DELGADO � J MIAMIBEACH PROCUREMENT DEPARTMENT 1755 ;Meridian. Avenue, 3,a° Floor.; Miami :Beach,, FL, 33,139 305.673.74901 www.miamibeachfl.gov r ' MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 _ a 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 I 29 APPENDIX E SAMPLE CONTRACT 31 APPENDIX F STANDARD FORM 330 62 { Ii RFQ ,2018-141—ND 2 1 J 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[sj")if this REQ results in an award. T_he-City-utilizes-P-ublkP-urchase-(www.publicuurchase.com)-for-automatic_notification_af_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 REQ 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 20.18 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: RafaelGranadoc miamibeachfl.aov ; 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)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 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 sitel 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 means other 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 thedate 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 _ I RFQ 2018-141—ND I !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: htto://www.miamibeachfl.Qovlcity-halliorocurementlprocurement-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 workas a contractor, supplier, sub-contractor, or consultant under a contract with a public 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 shall be 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 itsresponse 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 20,18-141-ND 5 MIAMI BEACH language interpreters(five(5)days inadvance 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 to postpone 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 BidProtest_Ordinance shallbe_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,experienceand 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 mayalso,at its option,reject the City Manager's recommendationand 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 alsounderstood and acknowledged by Proposers that no property, contractor legal rights of any kind shall be createdat any timeuntil and unless an Agreement has been agreed to;approved by the City;and executed by the parties. RFQ 2.018-1.41-ND 6 1 F - ; F ' 0 F6 I OM BEAC 6 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 REQ. 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 proposalafter 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_lgnorance_of-8uch_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,andshallnot 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 proposers 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 relative to this RFQ. Failure to do so will be at the Proposer's risk and mayresult 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,employees,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 contractfollowing 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-Proposerfrom-the-Cit0-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 its officers,;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 discrimination by reasonof race, color, national origin, religion, sex, intersexuality, gender identity, 'sexual orientation,marital andfamilial status,and age or disability. _ P may considerany 34'. DEMONSTRATION OF COMPETENCY. The.city evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (exerience) in making an awardthat isin,the best interest of the City,including:. A.Pre-award inspection of the Proposer's_ facility may be madecontract prior to the award of 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 recordof 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 I S 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 manufactureror 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 tobe 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 with 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 contractor 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 inresponse 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,andshall 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 protectionrequired 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 itsofficers, employees, agents and instrumentalities,as herein provided.Theabove 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 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 • agencyin_order to_performthe_services;44provide_the_public witt>_access_to_public_records_oa#he_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,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. 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 itssole and absolute discretion, may accept or reject any or 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 andlor condition of the RFQ to which Proposer took exception to (as said term andlor 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_r-equire_additional_itemslo_be_added_to_the_Contract_which_are_required_to_complete_the-work Whert 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-brreceived 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`':"` - 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 andlandscape architecture shall submit one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape. ° TAB 2,• '.. Minimum Requirements 1.3 Minimum Qualifications Requirements.Submit verifiable information documenting compliance with the minimum i. qualifications reuirements established in Appendix C Minimum Requirements and,Specifications,including a) Architect./ Enaineerina Firm. Provide copies of that thefirm 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 copiesof architect/engineer license for all licensed firm employees. TAB 2 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 MIAMBEACH 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 planninglstudies 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 shallrequest the SQR report from D&B at: httos:/lsuooliemortal.dnb.com/webaDolwcs/stores/servlet/SuoolierPortal?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 submitits latest audited financial statements which must be dated December 31,2014 or later. . TAB 3 : : Ex•erience&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 in scope 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. . I RFQ 2018-141-ND • 13 MIAMIBEACH 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). • RFC) 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 will score 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-onl}_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 evaluation of 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. 'Step 1,-Qualitative Criteria `` 'tir` '� Maximum Points , Experience of the Proposing Firm 50 Experience of the Team 50 < . - .TOTALAVAILABLE STEP,1 POINTS 100 c • I { 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. Step 2-Quantitative Criteria: Maximum.Points • tom; .... ._ , Veterans Preference .. . 5 ' ." TOTAL AVAILABLE STEP 2.POINTS ". .' 5' { RFQ .2018-141—ND 15 . - I (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 - • - ' A B C Step 1 Points 82 76 80 Committee ;' Step 2 Points 22 15 12 Member 'y Total 104 91 92 'f.,;.'•''!:..,!,,',� ., ,r. -, r;:Rank.•. :; ;11-: ..,,,, ..3s .,.,.;t.. .',..:24 Step 1 Points 79 85 72 ',Committee ,` Step 2 Points 22 15 12 ;,"'Menibe%;2,. Total 101 100 84 -Rank -S F -,---, ,;:4.- 24' ,r.-- ;3? Step 1 Points 80 74 66 •Committee,." Step 2 Points 22 15 12 Member 2` Total 102 89 78 ','..D..:.., Rank 1;: ;N2, :0-1,:;,-.,,,:<1;:,2:,,,::',„'--,,';,..,',3; Low Aggregate Score 7+ i . 3. - 7 8 'nf ' y FinalRanking"i . ,, t: , 2 - 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. i RFQ 20.18-141-ND 16 APPENDIX A /V\ IAMIE 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 1 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 NATALIADELGADOOMIAMIBEACHFL.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 ProposalsinoTdeuthat certain portions of responsiveness, responsibility and otherrd-etermining 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'inforination,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 Proposer claimin veteran owned business status? YES 1 a I 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 J 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 2490 of the City Code. Proposers shall besolely 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 httoJhwww.miamibeachfl.aov/city-hall/procurement/ RFQ 2018-141—ND 19 - b • 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 awarding1competitively 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 toany benefits to employees with spouses or to spouses of employees? YES 11111 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? 111111 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. BENEFIT Firm Provides for Firm Provides for Firm does not. Employees with Employees with Provide Benefit Spouses Domestic Partners Health l 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)ittoalwww.miamibeachfl.aovkitv-halliorocuremenNorocurement-related-ordinance-and- proceduresl 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-No1016=3990;the City-shall not enterinto-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 anemployer, 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 provideadditional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City'se-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 Confine Initial to Confine. 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 2.1 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 inmaking 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, in-aiding financiarand-disclosure-data,, relating to-the Staa Ment-of Qualificahons and-the applicant including;with—mrl mitation, 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 inforhiation 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 Cityany liability arising'out of this solicitation,or any response thereto, or any action or inaction by the City with respectthereto, 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 anyy of the other provisions of this Disclosure and Disclaimer whichimposes no liability on the City. In the noftydifeencianeis Disclosure and Disclaimer and the balance ofthe solicitation,it is understood that the provisions of Disclosure aDisclaimer eenll always g 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 i • 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_Rublic_Records_Laws;__alLresponses,_data_andinformation_containecLin_this_proposal_inclus'tve_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: 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 • • MAW\ I BEACH • " No Bid " Form • RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND • ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT.DEPARTMENT 1,755 Meridian Avenue, 3rd Floor. Miami Beach, Florida 33139' Note:. It's Important ifor those vendors who have received notification of this•solitTtdtiari.bdt have decided net respond!, to complete and submit ; ithealtadhed'!rStateMent of,,No.-.,Bid" the, Staternent of Nb Bid:" provides the Qty vifith,: infbrmation.•on how to improve the solicitation process. : failure to titam.it,a !:Staternent of No,gia. may result in, not being notified ,of fdture solicitaitions by the 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 t _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#20.18-141-ND 1755 Meridian.Avenue, 3"'Floor MIAMI BEACH,FL 33139 ' E RFQ 2018-141-ND 25 APPENDIX C MIAMI BEACH Minimum Requirements & Specifications RFQ No.- 2018-141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL c RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miarni Beath, 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 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—Structural •Engineering—Structural •Interior Design 1 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. . I _ 1 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 • Coded;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 Oversee and 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 fora 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:/Ifp.state.tl.us/docs/DMSAEFeeGuidedefinition.asp RFQ 2018-141—ND 28 APPENDIX D MIAMI BEACH . 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 ' I RFQ 2018-141-ND 29 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain througrout 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. XX-X--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 1 II 1 w { APPENDIX E /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, FlOrid'a 33139 RFQ 2018-141-ND - 31 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND xxxxxxxxxxxxxxxxxxxxxxxx FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXXX 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. • • 1 • { RFQ 2018.-141-ND 31 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 - i - i RFQ 2018-141-ND 34 • SCHEDULES: SCHEDULE A 58 SCHEDULE B 59 SCHEDULE C. 61 ATTACHMENTS: ATTACHMENT B Error! Bookmark not defined. ATTACHMENT C Error! Bookmark not defined. - 1 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. Thedefinitions 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" 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 performin 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 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 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, .designand 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 'anyother 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" meansconcise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to preparea 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 andconceptual 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'1.00% 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 areconstructible, 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 pe 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 approved modifications 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 tothe 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 arty), 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 Sched`u'le. 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 performedpursuant 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 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 andservices 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 . I 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 theCity that if 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 representsthat 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 describedin 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 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, 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 unduedelays 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 havingjurisdiction tunsdiction 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 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 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 fromreviewers,, 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 "ttimely""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 I 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, requiresia 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 orCoortant 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 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 anysuch work and/or services by Consultant without the prior written consent of the Project Administrator 'shall be undertaken,at Consultant's solerisk 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 RFQ 2018-141-ND 48 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 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. 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 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 IJ payment of the Services.. . i RFQ 2018-141-ND 44 } 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 hasproperly remitted paymentdue 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- conformancewith 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 whereotherwise 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). 3.62 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: RFC) 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. Consultantshall 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 addresssuch 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 may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost whichmust 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 (+1-10%) 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 noticethereof 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 (+/-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 withoutany 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 witnessin connection:with any state or federalcourt 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 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, includingany 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. i f 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 Consultant and its Subconsultants). Costs for reproduction and preparation of graphics forcommunity 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 theinvoice, 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 ofAdditional '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"j), 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. Consultantshall 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 exclusivelicense 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 Projector 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 beobligated 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 defaultnotice). 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. ' I 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 assembleall 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 1 • 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. r � I 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 thatall 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 onall 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 - I ' I 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 tha-thCity shall not be liable to Cos tant 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 reducedby 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 _ 1 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 areemployed 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. 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, areexempt 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 '1n 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. J I 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 REQ 2018-141-ND 5.6 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 Signature/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: $ i 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 Planning Services* $XXXXXXXX Design Services* $XXXXXXXX Bidding_ancLAward_Services $XXXXXXXX Construction Administration** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX . i Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month,for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must beapproved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. { 1 i RFQ 2018-141-ND 59 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 MechanicalEngineer -$116-1-5 -GIS-Specialist. _$-8Fr25 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) - f RFQ 2018-141-ND 60 SCHEDULE C APPROVED SUBCONSULTANTS RFQ 2018-141-ND 61 APPENDIX F MIAMI BEACH STANDARD FORM 330 RFQ No. 2018- 14-17ND 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 62 ARCHITECT-ENGINEER QUALIFICATIONS OMB Control Number: 9000-0157 Expiration Date: 11/30/2017 Paperwork Reduction Act Statement-Thls 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(MIV108),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 moat 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. - i 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 request for this contract. 1. An A-E firm may submit Part II to the appropriate central, • • 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 11 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 proposedJoLa_specific.contract.and..submittedwith-Patt..- .-----or--joint--venture--that--the-agency can--contact-for-addltictral --• i. if a firm has'branch offices,submit a separate Part iI 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,812016)PAGE 1 OF INSTRUCTIONS ' • Prescribed by GSA-FAR(48 CFR)53.238-2(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 . contractor or Joint venture partners first. If a firm has branch person worked on other projects that were more relevant than 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 Pfesent 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 In this 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) I 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 E on current relevant professional registration(s)in a State or 24. Brief Description of Project and Relevance to this possession Columbic the United States,t 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. • • 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 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.8/2016) PAGE 3 OF INSTRUCTIONS 1 i 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). i I • 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 • 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 . ! , 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 1 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 i industry Classification System(NAICS)code in the public the firm or branch office for performing that type of work. A 1 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 the.internet website for the NAICS codes appear in FAR part 19. Contact therequesting agency for any questions. Contact your 11. Annual Average Professional Services Revenues of Firm lace'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 I.1 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 I 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. 1 8a-8c. Former Firm Names. Indicate any other previous 12. Authorized Representative. An authorized 1 names for the firm(or branch office)during the last six years. representative of the firm or branch office must sign and date the 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 used to review past performance on Federal contracts. representative who signed the form. i • STANDARD FORM 330(REV.812016) PAGE 4 OF INSTRUCTIONS J • 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 1 13 Communications Engineer - 44 Oceanographer 14 Computer Programmer 45 Photo Interpreter 15 Construction Inspector 46 Photogrammetrist 16 Construction Manager 47 Planner: Urban/Reglonal I 17 Corrosion Engineer 48 Project Manager 18 Cost Engineer/Estimator 49 Remote Sensing Specialist I 19 Ecologist 50 Risk Assessor I 20 Economist 51 Safety/Occupational Health Engineer j 21 Electrical Engineer 52 Sanitary Engineer 1 22 _ Electronics Engineer 53 Scheduler 23 Environmental Engineer 54 Security Specialist 24 • Environmental Scientist 55 Soils Engineer 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 • 1 1 . STANDARD FORM 330(REV.812016) • PAGE 5 OF INSTRUCTIONS . 1 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 El0 Environmental and Natural Resource Al0 Asbestos Abatement Mapping All Auditoriums&Theaters Ell Environmental Planning Al2 Automation;Controls; Instrumentation E12 Environmental Remediation • E13 Environmental:Testing and Analysis B01 Barracks;Dormitories F01 Fallout shelters;Blast-Resistant Design B02 Bridges { F02 Field Houses;Gyms;Stadiums C01 Cartography . F03 Fire Protection i CO2 Cemeteries(Planning&Relocation) F04 Fisheries;Fish ladders F05 Forensic Engineering CO3 Charting:Nautical and Aeronautical F06 Forestry&Forest products C04 Chemical Processing&Storage C05 Child Care/Development Facilities 001 Garages;Vehicle Maintenance Facilities; • C06 Churches;ChapelsParking Decks C07 Coastal Engineering G02 Gas Systems(Propane;Natural,Etc.) CO8 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 . 005 Geospatial Data Conversion:Scanning, C12 Communications Systems;TV;Microwave Digitizing,Compilation,Attributing,Scribing, •. 013 Computer Facilities;Computer Service Drafting C14 Conservation and Resource Management G06 Graphic Design • • 015 Construction ManagementH01 Harbors;Jetties;Piers,Ship Terminal ' C16 Construction Surveying Facilities ' C17 Corrosion Control;Cathodic Protection;Electrolysis H02 Hazardous Materials Handling and Storage , C18 Cost Estimating;Cost Engineering and 1-103 Hazardous,Toxic,Radioactive Waste i Analysis;Parametric Costing;Forecasting Remediation C19 Cryogenic Facilities 1-104 Heating;Ventilating;Air Conditioning I H05 Health Systems Planning D01 Dams(Concrete;Arch) H06 Highrise;Air-Rights-Type Buildings D02 Dams(Earth;Rock);Dikes; Levees H07 Highways; Streets;Airfield Pavirig; 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 1110 Hotels;Motels D06 Digital Orthophotography 1-111 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.8/2016) PAGE 6 OF INSTRUCTIONS • • 1 List of Experience Categories (Profile Codes continued) . i • 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 R01 Radar;Sonar;Radio&Radar Telescopes J01 Judicial and Courtroom Facilities R02 Radio Frequency Systems&Shieldings L01 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 L06 Lighting(Exteriors;Streets; Memorials; R08 Research Facilities Athletic Fields, Etc.) R09 Resources Recovery;Recycling M01 Mapping Location/Addressing Systems RIO Risk Analysis M02 Materials Handling Systems; Conveyors;Sorters R11 Rivers;Canals;Waterways;Flood Control M03 Metallurgy R12 Roofing M04 Microclimatology;Tropical Engineering S01 Safety Engineering;Accident Studies;OSHA M05 Military Design Standards Studies M06 Mining&Mineralogy SO2 Security Systems; Intruder&Smoke Detection • M07 Missile Facilities(Silos;.Fuels;Transport) S03 Seismic Designs&Studies ' M08 Modular Systems Design; Pre-Fabricated Structures or SO4 Sewage Collection,Treatment and Disposal Components i S05 Solis&Geologic Studies;Foundations S06 Solar Energy Utilization N01 .Naval Architecture;Off-Shore Platforms S07 Solid Wastes;Incineration; Landfill NO2 Navigation Structures; Locks ' SO8 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 SiI Sustainable Design S12 'Swimming Pools P01 Petroleum Exploration;Refining. . 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 105 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 W01 Warehouses.&Depots W02 Water Resources;Hydrology;Ground Water 1 i W03 Water Supply;Treatment and Distribution W04 Wind Tunnels; Research/Testing Facilities Design Z01 Zoning; Land Use Studies • • • • i • I • I� • STANDARD FORM 330(REV.812016) PAGE 8 OF INSTRUCTIONS • I 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) 111 Z� z o° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT a 'acas a. ❑CHECK IF BRANCH OFFICE . • b. ❑CHECK IF BRANCH OFFICE • C. ❑CHECK IF BRANCH OFFICE Ii • d. • 0 CHECK IF BRANCH OFFICE G. • I ❑CHECK IF BRANCH OFFICE - I • s f. ❑CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM 0 (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016) . • 1 • f 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) • • 18. 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 0 Check if project performed with current firm • a. (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 Check If project performed with current firm b, • • • (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 ROLECheck if project performed with current firm ' C. ' I (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • PROFESSIONAL SERVICES CONSTRUCTION(If applicable) d,(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check If project performed with current firm 1 • (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 Ei Check if project performed with current firm e. STANDARD FORM 330(REV.8/2016).PAGE 2 . I • 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 c.POINT OF CONTACT TELEPHONE NUMBER 24.-BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope.size,and cost) • • • - I . I - i • I 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE . a. I (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • • C. ] (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 I . G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS • 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE.PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. (From Section E,Block 12) (From Section E,Block 13) Place`7C"under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 T •• • r I i I • r 1 I I I • I • I • i • I , i . • I 1 I 29. EXAMPLE PROJECTS KEY i NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 6 i 2 7 3 8 1 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 1 The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 33. NAME AND TITLE STANDARD FORM 330(REV.8/2016)PAGE 5 1 • 1. SOLICITATION NUMBER army) ' 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 . I • 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS • a.Function c.Number of Employees a.Profile c.Revenue Index Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Number (see below) • • • • • Other Employees Total 11. ANNUAL AVERAGE PROFESSIONALPROFESSIONAL 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 b.Non-Federal Work 4. $500,000 to less than$1 million 9. $25 million to less than$50 million 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 12. AUTHORIZED REPRESENTATIVE• The foregoing is a statement of facts. a.SIGNATURE b.DATE c.NAME AND TITLE • STANDARD FORM 330(REV.8/2016)PAGE 6 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 36 Detail by FEI/EIN Number Page 1 of 3 • Florida Department of State DIVISION OF CORPORATIONS r)IYMJ!`I JJ z.org c).•PDP frisOlsf ; a') iIf7 bS! !E1$(f F!urkla Y''/+}it Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail_-by-FEI/EIN Number— -- - -------- • Florida Profit Corporation MILLER, LEGG&ASSOCIATES, INC. Filing Information Document Number P95000021117 FEI/EIN Number 65-0563467 Date Filed 03/15/1995 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 06/25/2003 Event Effective Date NONE Principal Address 5747 N ANDREWS WAY FORT LAUDERDALE, FL 33309 Changed:03/04/2011 Mailing Address 5747 N ANDREWS WAY FORT LAUDERDALE, FL 33309 Changed:03/04/2011 Registered Agent Name&Address KROLL, MICHAEL D 5747 NORTH ANDREWS WAY FORT LAUDERDALE, FL 33309 Name Changed: 10/07/2015 Address Changed:01/11/2012 Officer/Director Detail Name&Address Title President, Director KROLL, MICHAEL D 1297 TERRYSTONE COURT WESTON, FL 33326 • http://search.sunbiz.org/Inquiry/corporationsearch/S earchResultDetail?inquir... 1/4/2019 Detail by FEI/EIN Number Page 2 of 3 Title CFO,Treasurer, Director HERNANDEZ, LESLIE D 2337 NW 187 AVENUE PEMBROKE PINES, FL 33029 Title Assistant Treasurer Rossi, Martin P. 922 NORTH 16th AVENUE HOLLYWOOD, EL_33020 -- - -_--_ --- - -----_--- -- -- Title Secretary, Director LARSON, DYLAN 40 NW 76TH AVENUE #203-1 PLANTATION, FL 33324 Title Assistant Secretary MOJICA,JOAQUIN A 2400 NE 65 STREET #702 • FORT LAUDERDALE, FL 33308 Annual Reports Report Year Filed Date 2017 02/28/2017 2017 07/11/2017 2018 01/22/2018 Document Images 01/22/2018—ANNUAL REPORT View image in PDF format 07/11/2017—AMENDED ANNUAL REPORT View image in PDF format 02/28/2017—ANNUAL REPORT View image in PDF format 08/17/2016—AMENDED ANNUAL REPORT View image in PDF format 07/28/2016—AMENDED ANNUAL REPORT View image in PDF format, 04/14/2016—ANNUAL REPORT View image in PDF format 10/07/2015—AMENDED ANNUAL REPORT View image In PDF format 05/06/2015—AMENDED ANNUAL REPORT View image in.PDF format 04/30/2015-AMENDED ANNUAL REPORT View image in PDF format 03/12/2015—ANNUAL REPORT View image in PDF format 04/29/2014—ANNUAL REPORT View image in PDF format 02/01/2013—ANNUAL REPORT View image in PDF format 01/11/2012—ANNUAL REPORT View image in PDF format • 03/04/2011—ANNUAL REPORT View image in PDF format 02/16/2010—ANNUAL REPORT View image In PDF format 04/29/2009—ANNUAL REPORT View image in PDF format 1 http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquir... 1/4/2019 Detail by FEI/EIN Number Page 3 of 3 04/24/2008—ANNUAL REPORT View image in PDF format 11/16/2007—ANNUAL REPORT View image in PDF format • 03/19/2007—ANNUAL REPORT View image in PDF format 03/16/2006—ANNUAL REPORT View image in PDF format 03/28/2005—ANNUAL REPORT View image in PDF format 03/12/2004—ANNUAL REPORT View image in PDF format 07/30/2003—ANNUAL REPORT View image in PDF format 06/25/2003—Amendment View image in PDF format 04/24/2002—ANNUAL REPORT View image in PDF format 04/14/2001—ANNUAL REPORT View image in PDF format 10/12/2000=Amendment — — -View image in PDF format 05/16/2000—ANNUAL REPORT View image in PDF format 04/19/2000—ANNUAL REPORT View image in PDF format 07/19/1999—ANNUAL REPORT View image in PDF format 04/15/1999—ANNUAL REPORT View image in PDF format 09/14/1998—ANNUAL REPORT View image in PDF format 06/25/1998—Merger View image in PDF format 04/22/1998—ANNUAL REPORT View image in PDF format 09/26/1997—AMENDMENT View image in PDF format 02/04/1997—ANNUAL REPORT View image in PDF format 05/01/1996—ANNUAL REPORT View image in PDF format 03/15/1995—DOCUMENTS PRIOR TO 1997 View image in PDF format Florida Department of State,Division of Corporations • http://search.sunb iz.org/Inquiry/corporationsearch/S earchResultDetail?inquir... 1/4/2019 V ,rtilsitiiiiii j.ki•44-‘.619 , AL'._ Tee ti 1 il j 4 ilk:? ! i J----",3 V jr ,# j -_. - -4 lial 711: 1 _3 '- .. ' . F : h+ °.4 < 1" "'" fJ • .'r. d.ph,.... .k, �.''~ ...0...,,,4;44�� !•.o 'YALr. + y� -.t.LIAti%.�_ ,.-._vrm► . r .. .- . 2.• .-Aarw:3dii ..no , • .F.-.r•,- MILLER LEGG ORIGINAL IMPROVING COMMUNITIES CREATING ENVIRONMENTS PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS , architecture- landscape architecture CITY OF MIAMI BEACH RFQ 2018-141-ND April 23, 2018 18-P0078 <,-,1-fc ' .„- ft- icy - ,: :Y ,% •• ,- .. -- 1. t ii,..„1„` \.,, 'v _ , -4 f. t ./.1./.1.,-i% A/i. I. . L:4, L Lim,' -1,:- ' ,- i ,---,......eil.,, . . , --- '`1! 44,—..04, , . III 1 , t Is TABLE OF CONTENTS TAB 1: COVER LETTER 1.1 Cover Letter 1.2 Appendix A TAB 2 : MINIMUM REQUIREMENTS 2.1 Business and Individual Licenses TAB 3 : EXPERIENCE AND QUALIFICATIONS OF THE FIRM 3.1 Qualifications of Proposing Firm TAB 4: EXPERIENCE AND QUALIFICATIONS OF THE TEAM 4.1 Organizational Chart 4.1.1 Team Resumes TAB 5 : REQUIRED FORMS 5.1 330 Forms 5.2 Organizational Chart *N/'MILLERLEGG May 4, 2018 • Ms. Natalia Delgado Procurement , City of Miami Beach 1755 Meridian Avenue, 3rd Floor • Miami Beach, FL 4,04411i Re: REQUEST FOR QUALIFICATIONS 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES e v'—=� - FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS ARCHITECTURE- LANDSCAPE Dear Selection Committee: We are pleased to submit our qualifications for this Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects under the Architecture— Landscape Category of Work. Miller Legg is a 53-year- old company with 50 professionals to serve you, including registered landscape architects, landscape and irrigation designers, landscape inspectors, Certified Arborists, GIS coordinators, biologists and environmental specialists, planners, engineers and surveyors. This Contract will be directed from our Miami-Dade Office and I will serve as Principal-in-Charge and Project Manager. Our Team is currently working with the City of Miami Beach on multiple projects including the Miami Beach 20th Street Pocket Park project, providing landscape architecture / surveying services and Flamingo and Collins Historical District surveying services. THE RIGHT TEAM Miller Legg understands the importance of your key concerns for this Architecture — Landscape Contract: communication, responsiveness, quality, availability and adherence to time and budget. We are the Team to deliver successful projects to the City of Miami Beach under this Contract. Miller Legg has extensive similar experience in the planning and design of parks, open spaces, recreation, urban revitalization, complete streets and neighborhood utility improvements. We pay critical attention to placemaking, demonstrating the important value of creating unique and inviting experiences in public spaces. In addition to our landscape architecture services, Miller Legg also provides civil engineering, surveying / SUE, and environmental services. This full-service design Team approach allows us to respond to the needs of the City to effectively get the job done,from concept design through construction. DESIGN EXCELLENCE Miller Legg has been responsible for numerous award-winning landscape architectural and urban revitalization projects for public sector clients throughout South Florida including the City of Miami Beach, Miami, Homestead, South Miami, Miramar, Fort Lauderdale, Coral Springs, Lauderhill, Coconut Creek, Boca Raton, and West Palm Beach to name a few. PROJECT MANAGEMENT EXCELLENCE Miller Legg has made a corporate commitment to project management excellence which enables our project managers to consistently perform services on or ahead of schedule and within budget. Because of this commitment, IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. Miami-Dade Office: 7743 NW 48th Street • Suite 140• Miami,Florida 33166-5407 (305)599-6381 • Fax: (305)599-2797 EOE/DFW www.millerlegg.com Miller Legg can demonstrate numerous projects on which we have managed multi-disciplinary teams of in-house staff and subconsultants toward the successful completion of complex projects. DESIGN TEAM Miller Legg's multi-disciplinary Team approach to design projects provides the City with a consultant that will develop sustainable Miller Legg has worked on other City aesthetic designs that respond to your needs, revitalize existing projects under a continuing services neighborhoods, improve recreational and open space, create a sense contract and has been providing landscape of place, and respect the project's budgets and schedules. architecture, civil engineering,surveying, permitting and construction administration As Principal-in-Charge and Project Manager, I will be responsible to services. My experience with the Miller ensure that the City has the staff and resources to serve as a Legg team throughout the Baywalk project seamless extension of your staff to carry out the design, has been very rewarding and the work coordination and administrative services for this Contract. product has exceeded my expectations. Their staff expertise and professionalism We look forward to working with the City of Miami Beach and have been remarkable and 1 am extremely continuing to provide you with responsive service, our team of satisfied with the result. I am happy to provide a reference for this firm and look talented designers, and unique solutions to small municipal projects. forward to working with them on other City If you have any questions, please e-mail me at projects for which they may be selected in mkroll@millerleu.com or call me at(305)599-6381. the future." Sincerely, - John De Pazos 0. , Sr. Project Manager City of Miami Michael D. Kroll, RLA, FASLA Principal-in-Charge/Project Manager ``r. 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 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: Miller Legg NO.OF YEARS IN BUSINESS: 53 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 53 50 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: n/a FIRM PRIMARY ADDRESS(HEADQUARTERS): 5747 N Andrews Way CITY: Fort Lauderdale STATE: FL ZIP CODE: 33309 TELEPHONE NO.: 954-436-7000 TOLL FREE NO.: n/a FAX NO.: 954-493-6539 FIRM LOCAL ADDRESS. 7743 NW 48th Street,Suite 140 CITY: Doral STATE: FL ZIP CODE: 33166 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Michael Kroll,RLA,FASLA ACCOUNT REP TELEPHONE NO.: 305-599-6381 ACCOUNT REP TOLL FREE NO.: n/a ACCOUNT REP EMAIL: mkroll@millerlegg.com FEDERAL TAX IDENTIFICATION NO.: 65-0563467 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 x 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 x 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 http://www.miamibeachfl.gov/city-hall/procurement/ RFQ 2018-141—ND 19 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no Icsc than $11.62 per hour with benefits- benefits. benefits- Using the Consumer Price Index for all Urban Consumers (CPI U) Miami/Ft. Lauderdale, issued by the U.S. Department of to implement same(in a particular year). 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? x 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 x 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. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health x x Sick Leave x x Family Medical Leave x x Bereavement Leave x x 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://www.miamibeachfl.00v/city-hall/procurement/orocurement-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 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 MDK Addendum 1 MDK Addendum 6 Addendum 11 MDK Addendum 2 MDK Addendum 7 Addendum 12 MDK Addendum 3 Addendum 8 Addendum 13 MDK Addendum 4 Addendum 9 Addendum 14 • MDK Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-141—ND 21 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. RFQ 2018-141—ND 22 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 Representativ— Title of Proposer's Authorized Representative: Michael Kroll,RLA,FASLA Principal-in-Charge/Project Manager Si n tur o •'ropo . ;Aui sized 'e resentative: Date: 5/4/2018 State of FLORIDA ) On this 4 day of May ,2018,personally appeared before me Michael Kroll,RLA,FAs10 County of Broward ) stated that (s)he is the President,Principal-in-Charge of Miller Legg , 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 Beff; e me: L�'l/='" / 1 Notary Public for the State of Florida My Commission Expires: September 9,2018 . RFQ 2018-141—ND 23 TAB2 2.1 MINIMUM QUALIFICATIONS REQUIREMENTS State of Florida Local Business Tax Receipt Department of State Miami-Dade County,State of Florida B 1 -TAWS NOT ASAL_Op NOT o 7188889 I certify nom the records of this office tint MILLER,LEGG&ASSOCIATES. MILLER LEGG 8 ASSOCIATES INC RENEWAL EXPIRES INC.is a corporan on organized under the laws of the State of Flonda ARCHITECT On -LANDSCAPE ARITECT BUSINESS 747ooas SEPTEMBER 30,2018 March 15,1995 7]43 4e ST 1411 re arra*w plow of burnous DORM.743NW43165 ua rum..Ar teCoIS amps M-An.9•IS The document number of this corpaelt n i9 P9500002111' Orormn PIC.Vora or•U•Orgus•. I further certiry'tha mid CRperarton has paid ad fees due this office thrccah MILLER LUTE•ASSOCIATES INC 212 P A.LC011PPARTNETSIOPLF W11 t its moi regent amuletrte nit rm business rt wt Io L03000337 December 31,±9I8,that M�•r e�4•• 1o eanuemets) 89400 08/x7!301] was filed on Rummy±2,N18,end that its An is aVve. EC/MOT-17-'96121 rl 19m`iw 19.9.rSr9r."n"'.a.,�r.�e.�re.11.•.1..L.�..� I further ceniry tet maid caporetion hes not filed Articles ofDiswlileion. y�+" ..."�int*.�gm.9....•••.r NA I■09•9Aa r..s r w irlw.•s M*al,•1*-rA•••-e.4.ons.so 11•4a rs—nlrao*.r.A eseaa.mr .sAnewe sr. EMs maks•,,Amid aede STATE OF FLORIDA n 'FarsORR DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION __ilr r,7Mi�,,,,�eb, • BOARD OF LANDSCAPE ARCHITECTURE +AI' :elm LICENSE 90U919E111 2#Iii lir r CIX W377 i`l ; r The LANDSCAPE ARCHITECT BUSINESS M iiklAi V_ 1/��aNamed below HAS REGISTERED M� � Under the provislons of Chapter 481 FS. N � Expiration date.NOV 30,2019 ‘:,,,,<,,...,-,;,„"0,- 1:1',..,,•,-. ae 4, Secretary of State ❑B 'e -.CI hWINITembm C0r�79 - MILLER LEGG&ASSOCIATES INC _��_�_,4 TsWiemueeee eert■d•,we e.rmmee Acme,me vow.ream 5747 NANDREWS WAY t r wren Irma syr, FORT LAUDERDALE 9.33388 ME.:,A.b.neliury}'i1Y...W.......uC,,,.xG...—I= a, �l:t • • ISSUED: 11/132017 DISPLAY AS REQUIRED BY LAW SEG A L17111500012e9 STATE OF FLORIDA STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE f'' ',, BOARD OF LANDSCAPE ARCHITECTURE i LAWef]]e I.'~ It• I * tAemerlM Na LANDSCAPE ARCHITECT - NanbelowHLANDSCAPE ARCHITECT Named below HAS s of Chapter .` Named Cepeo HAS REGISTERED UnERprationdeIn the iNOV3O 2019 Upraise, FS r1 Urprrttuese,pr0ei9 NOV02019rts of Chapter 481 FS Exp,ratbndale NOV 30.2019 ExpnOon date NOV 30.2019 +may KROLL MICHAEL 0 1:1...-4! CI JUNCAL.CASIO MIGUEL '❑ y I 1297 TERRY STONE COURT f 20A L0 SW 93RD AVE. (. �r�, -Y CUTLER BAY FL 33188 7 WESTON FL 33328 ..: eMIMM„. Y/.�, _ •k a. a STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION m BOARD OF LANDSCAPE ARCHITECTURE A It • ' �8T1 Umee>]M 1 e The LANDSCAPE ARCHITECT Named Dhow HAS REGISTERED % . d Uncle'ol er e promerons el Chapter 481 FS r.S ExpMllon date:NOV 30.2019 ■ RUIZ,VANESSA �� 105 ROYAL PARK DRIVE APT 4E • {f OAKLAND PARK FL 33309 El.. -rl . ``I ``` MILLER LEGG Florida International University (FIU) Felsberg Veterans Plaza Miami, Florida Miller Legg provided site engineering, •'' ' , /...' f landscape architecture,irrigation and c .% ',4 construction phase services for the Felsberg 7 =i - Veterans Memorial project.The Memorial ",:; ``e• 4+,'.-', ,..4... .tor honors former Florida International - y �� '(. University(FIU)alumnus Michael Felsberg, t. ar -, • ` t.: _ x ti a Marine Lieutenant who died in the line of .. t K' - doe s duty in 2003.The Memorial structure is /.y - 4" hi'74`? ,y - X located south of Parkview I on FIU's . -' +- s ., a ..� 4 a " Modesto Madique campus. The project �.`,.. A t -•-,,f,-.• was designed and constructed under a very _ f '4 s, r" a.: ' aggressive schedule,completing design and ` �•'t • -7. T.,!-,..-.. construction within three(3)months.This Y.".' - ,,,, i `-,.t..,-- ,•,. .457.----;a -F-',1,_:.-4.." :": project falls under Miller Legg's Civil i� .-s ,,.,: t R' -. • r' -r RM -: : . MI Engineering Continuing Services contract. .t- �^-+ + _"• Client(s)and Contact Information: "'� '`«', Florida International University(FIU) i 4+ -?�` � r �" ; . , • Patrick Meagher 1. k'"'aF . , = '. *R� Director of Facilities Construction �� ' '. n • (305)348-2000 -' ® .wY :� t.. •ice •Patrick.meagher@fiu.edu "�;� ''.'. Contract Amount: - a 1::.+— $39,100 iimmimomimmilmV Contract Year: 2017 7 . V I%V il - -' It ertHrli r'', . IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. wwwmiIlerlegg.com ' ‘ MILLER LEGG City of Miami Hadley Park Synthetic Turf and Park Improvements Miami,Florida e: Under Miller Legg's professional service µ` ::a' agreement with the City of Miami for landscape architectural services,the firm has been retained to provide civil . ' engineering,landscape architecture, .,. permitting and limited construction ` observation services for the Hadley Park 411 synthetic turf and park improvements \ project. Miller Legg is to provide or ` underground utility designation services in �"=�t.� +�'d► '' '-� f �, i order to prepare an existing utility map. r" ,. 1.� i t I Schematic design documents for the -- -- �• proposed improvements are beingi II - provided,to include client meetings and -I— • —�, preliminary Opinion of Probable Cost.Final construction documents will be developed for chosen field layout,fencing,pedestrian * walkways,grading,site amenities,ADA- accessible ramp,sodding and irrigation. Permit coordination will be coordinated _ with the City, Miami-Dade DERM and _ SFWMD.Construction administration services will be delivered,culminating with a statement of work completion and as- built submittal. Client(s)and Contact Information: • z City of Miami City of Miami Department of Capital Improvements Program Jose Caldeira Project Manager Capital Improvements (305)416-1290 1. jcaldeira@miamigov.com Contract Amount: • $89,464.82 - 1 r P Contract Year: IL- . 2017-current I— • M �I IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com \\/". MILLER LEGG Miami-Dade County Parks Misc. Landscape Architecture Support Services Miami,Florida Miller Legg is providing in-house landscape architecture design support services for Capital Improvements to the Parks& ,' , Recreation Department for a variety of County park projects. Most recently,the re..m;••e .-, firm has provided playground design for ;r", Serena Lakes Park,Trust for Public Lands •''pk A" r'-G• : (TPL)Fitness Zone Design for Amelia Earhart - �. Park,and playground design for Debbie ,• 4 n � , Y ,s� Curtin Park. Landscape Architecture id%'' '',"` "• _ T • ., ` ' �.�•t ?O services include landscape architecture, ..' % "' '�` � hardscape and irrigation design. This work •r,. r, ov # • r �_ It .. :e..,> ' , is being performed under the County's M `",, i Y ` `' Equitable Distribution Program Continuous •,..,„„),.,,...4q 't-.•'.'-j • A, "�,t,�,i . .'S• 0t "y Professional Services Agreement. - .• •t'l _ ! ..icrr..;'!ism " -- , +' Client(s)and Contact Information: y--_•� �+ — Miami-Dade County Parks and Recreation °� Michael Houle,RLA . Landscape Architect .: ;` ' tt'' (305)755-7800 *1.:- mhoule@miamidade.gov - Contract Amount: 'a' $36,343.90 .: F : :::: Contrail Year: r fA� `` " '.X 2016-2017 r-�''n" ? lyPf YF� .,P c". : :; ► F ` A IINAM al Ito 1• _• \ .' _ 4 1 .•..r g' .. _ •moi " 1 14 .... .„._ _ , • ____ ... dip ,.... .... _ . lift**- ... -4" IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com */". MILLER LEGG City of Miami Baywalk Phase 3 Miami,Florida Miller Legg provided landscape , architecture,civil engineering, �,�,, ?� �\' lighting/electrical engineering,surveying yr//,;; •"' I' and permitting services for the Miami � j- �i� Baywalk Phase 3 Project. Permitting for - S`{�� ' : t ' project improvements was provided �• - ' through the City of Miami,Miami-Dade "' I 1' County and South Florida Water Management District.The project is a 1/4 I •�t +f•,, - , mile pedestrian-oriented urban waterfront , .a1. I park and promenade on Biscayne Bay, ..,,,i, ,` "h located adjacent to the east coast \--::,1,1'17. greenway.It provides a unique open space ' '' .� ". that links the American Airlines Arena, ,q " Biscayne Boulevard,and Museum Park.The • t tiff-.,. Baywalk design includes custom native stone benches,extensive paver pedestrian spaces,salt tolerant tropical plantings,as -i 0--c. t F - - Atik well as themed lighting and site amenities. 3 4- 1 t -., Due to historic maritime activities in the j •J project area,soil conditions were addressed through the design of unique drainage facilities that minimized potential groundwater impacts.The Baywalk design - _ ; ' solution also improved visibility and lighting in the area to discourage vagrancy issues that existed.The planting design not only — enhanced aesthetics,but also buffered unsightly adjacent parking and utility areas and minimized exposed surfaces that had been subject to graffiti. .4.1,14 Client(s)and Contact Information: :a.' City of Miami Department of Capital M• �A;:_.«� Improvements Program t�. rj+ $ '.1 i` + " John De Pazos � Sr.Project Manager a ►! ' ,170I ' • (305)416-1094 4 • 7 b I jdeoazost miamiaov.com j Contract Amount: i. 'A;41 j A.- $182,478 ' ' ' 'rr� Contract Year: . r - 2015-current -_ IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. wwwmillerlegg.com */°' MILLER LEGG City of Miami Morningside Park Tennis Center Miami,Florida The City of Miami Morningside park created -_2_7--___ an expanded and improved tennis facility at - j � the park.The project included -- -" --..�..8- .,_, �'� 's- -- j7. improvements to an existing seven(7) =-. '- -" courts that had experienced degradation - -- due to drainage and soil stabilization issues. i fi .--r. " ' _ *1 V 0 _ _ A new court layout was developed to i iNI 1 i r = 1 increase the facility to eight(8)lighted 11 _ ;- courtsand a warm-up training wall amenity. I`1 [II.; I - --•other tennis improvements included I 1, , sa._� upgraded lighting,fencing ad shaded bench - - Y- ` '- `I"--••• area.A central courtyard was also !-- • - '/1 0developed as a key element of the project - �'. = * ®= design.This courtyard creates an inviting - , i�. •, _ area for players and spectators to gather _ `• —1 r" Ir�Y�•�.�, before and after matches.A themes paver . i —j ' -7,1. _- -- field with lush landscaping that embraces , , , ' large existing ficus trees creates a pleasant :F 5- �` �" Iti, - .------...7..---;-7„,.-7•---.2:------77 gathering space not previously found at 1 ii a i I f Morningside Park,and helps establish it as a �„ i INr premier public tennis destination in the City _ L of Miami. Services include civil engineering, I .4 �, 7�c0;00%** landscape architecture,permitting and `, 1 * * 0 limited construction administration to assist MILLER�\LEGG the City in the bidding,observation and "�"`'�=�� —-__ certification of the project improvements. Apart from the City,other agencies with jurisdiction include Miami-Dade County ' 1' ,a I '+' of • : , .{j M PARK TENNI$COVRn it Department of Environmental Resources i n I— 1.1 13 Air, Department c (DERM)and South Florida Water hl ) f SITE P AN 1-.I i" 11 Management District(SFWMD). Client(s)and Contact Information: __ 4 li' City of Miami Department of Capital :kTa •,:i. ,:t.r art Improvements Program .,.:„..„:14,-,,,,;t.-.;--.,,,,,,,,*_ `` .. . , `� r' arr' Jose Caldeira , ,,,, T., v r • . '40 .r; r x Project Manager Capital Improvements 41'r i 4-, ..-,-.7--' '"�` •. . (305)416-1290 .�` jcaldeira@miamigov.com r�. r. �y44‘;.__..4.0..... I N Contract Amount: , / _ - - - $77,403.56 _ ., .�,�=-.i.W • +a� y Av.;'..`- • Contract Year: .+rx .. 2015-2017 ...7•'' IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com 11 /1" MILLER LEGG City of South Miami Parks and Recreation Master Plan South Miami,Florida 1 MASTER PLAN'MPROVEMENTS. Miller Legg prepared the first City of South PROPOSED P8PI(SITES Miami Parks and Recreation Master Plan. >asNF +ccAVE oPSOUTH ,RCPOSEDSCHOOL OPEN The professional services for this Master 11RMNFAPAPA ; iwA ami SPACE Plan included comprehensive planning 0.15M7F5 S'Wgr•STREET;BWDM)a0 PROPOSED PARK / A� PROPOSED PASALES recreation planning,significant / f I PROPOSED PEDESTRAN, maintenance planning,landscape .7 5 BICYCLE ENHANCEMENTS architecture,and public outreach services. * PROPOSED BWEWAY ACCESS To develop programming,budget,and operational needs for a 10-year horizon,our 9 PROPOSED BWEWAY team researched existing facilities and _ 1 "" CONNECTION ENHANCEMENT WEST g EATAPU PAX recreation opportunities,and needs f a�"°� analyses specific to South Miami demographics.Public outreach services included a public online survey,multiple LEVY 1C-ESS public presentations and workshops. SOOOL OAOACF8 SA 56n4$TRCT EAUHE RDAJ WEERCPAt*EAPWc �C - - 125&WS 3 Client(s)and Contact Information: E ae • '—,5� S City of South Miami s�a 1mNnEs i6 3 / MAPDEE fYE9ff:.SSE NiFA PNM Quentin Pough 2 99 ACRES; e 1 �_ Director of Parks and Recreation .4/0.2s.. (305)663-338 ! ;SN Wm STAEEI;PgiDEE awe qpough@southmiamifl.gov pESTM3W�YNAYAACCESS " MOW&UEWAY Contract Amount: ASJA AEs ' ;AcPperillirY $129,450 =WA ELEMENTARY SCHOOL.19ACAESOU4'AES 7DoST E-T 1 SJESET Elm Contract Year: \_il17 1"" LEGEND ,1.17 A[,ES 2015-2017 4 -EJOSTINO PARKS -FUTURE TRAILS BY OTHERS , �` MOPS®s� .... CITY UMTS opAaEs ii-e. 4 P Air"` z 01110ttuf ‘1";f7,- ;,,i ` t;ii laillt#' Ems,___ 4r, OM. .,�.`. _ dill{ +k;rR'.-.._ IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com ' ''\ MILLER LEGG City of Miramar Roads Landscape Improvements Miramar,Florida The City of Miramar desired landscape improvements to be performed on sections of Miramar Parkway,Miramar Boulevard and Red Road in addition to some smaller roadway locations.As a subconsultant to RJ3.- .. ,_ Behar on this streetscape project,Miller Legg provided sustainable landscape architecture services as follows:data e * collection,site and tree inventories, �► .jr " conceptual planting and irrigation design, +. final planting and irrigation plans,tree , . �. permitting and coordination,opinion of Jf probable cost,coordination meetings with - '� the City of Miramar and with the affected . -� -• ••+ �� r_-- -,� ,� community,construction administration and field reviews. ,. Client(s)and Contact Information: w 'r... t . City of Miramar +• RJ Behar&Company Inc. 0'7:4.-- -!fir..„... - - •' "_ Juan Vasquez ,., ' � �wr' Project Manager .w,s-i A -3,, _ 3 •'''•;" r-„.... . • A.(954)680-7771 *76 low. P jvasquez@rjbehar.com } „..- Contract Amount: i� � �';,,,.• *:Aki� `,ityr�', l $62,160 „ Y 7104111r,, _ • i r.# 00 ,t.?• ,• , _Jr ..1..N. Contract Year: ,>:die�. c .'iti . 2014-2016 : 4: � . • " 1 • t �� „� of h v ea•6 4 _,2 w-,,b ;tom.` r .: � aro ;,i d IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. wwwmillerlegg.com ". MILLER LEGG Broward College (BC) Bailey Hall Civil & Landscape Architecture Improvements Davie,Florida raM '\'''. T r ` ,- e /_�— �r ''♦ Miller Legg was responsible for civil , 't' t` ' _~ { ' �. • � k ��` engineering and landscape architecture J •-• n {, f A ; .r. services associated with the revitalization of 1•,.. '. « • tt O, '.r '�Y '„1 the pedestrian and landscape areas located +'~' `'.tJ * �` �.- f adjacent to Broward College Davie Campus v �.....•• Armor f Buildings 3,4,5&6.Building 4 is Bailey _..4... ,'r "s” I.•I, ' 1 ' i' ' Hall,where the high-profile October 2014 - �� /� ,� Florida gubernatorial debate was held.The T- ' / project consisted of the demolition of the �— 4 w ` existing concrete courtyard area and the _ `‘ , ` '.'4 ! , 1F installation of pavers between Buildings 3 '`--.:17... r ` °—_ V r i1 I� w and 4.The existing concrete courtyard - contained several areas that did not meet �� . ` ) R ADA code.The installation of pavers - ' +* {rQ? w _ �: � ': -- addressed the ADA code compliance and •'`` r;e ;, s.. •••••.v-.0,4 . - enhanced the appearance of the courtyard. Landscaping was also being installed in and around those buildings to create an . aesthetically pleasing walking environment which further improves the entire courtyard area.Pedestrian walkways were repaved .- and and paver landings for ADA compliant picnic r. tables created which allows for students to - relax and study between classes.Civil ♦ - engineering services provided include M" ��: '�"'.�� r' - '� demolition,paving,grading and permitting. •,...' --..../ ',N,•1;,„ t" ` Landscape architecture services consist of >Y I ... .'- e - - '"'�.� hardscape,landscape and irrigation.This > �: '- work was conducted under the firm's e_- 4,. ` --� • �f+ continuing • services contract with Broward '•, 7.:11,1. e College. -"'-'''-s, t'Y- ='r A Client(s)and Contact Information: ilkp _ . Wm„? Broward College(BC) ., __ , • '' �`•1* ^ ,:t Sean Devaney —_ :FA'' ` r Director of Facilities Collegewide • -' I Maintenance ' 1:. ' . 1 e r f (954)201-6974 • f- r-" '� sdevaney@broward.edu 1 ' "! �. 1 _ • •'. ,r Contract Amount: F« i)'ir + r f K rlef^ y $36,085 .-- -..',.•t -4,,,- .: ' .. . � ..A. } �TTT4���«; r ,r,`� ''� -' T - 1 Contract Year: �% a � 2014 y . . .1`� 'za . IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com */". MILLER LEGG Broward College South Campus Automotive Facility Pembroke Pines,Florida At the South Campus Automotive Facility, Miller Legg addressed surface water/storm „ _..._ �M water management related impact ,...� requirements,as well as updates/modifications to the Surface Water ' Management System/Stormwater Master „. ----` ' 40410* Plan and permits modifications currently -. _ 1 being processed for the overall Campus .."--_ _ through the South Florida Water I -y� Management District(SFWMD)and South J Broward Drainage District(SBDD). Engineering services included the 0 j preparation of paving,grading and drainage , JP plans,details,sections,drainage • /:! - - ., �- . calculations,etc.as necessary to address =w<. ' + ;- the proposed project's site/civil design, s ° _ permitting and construction requirements. tit d ” �' Furthermore,the firm provided landscape x .. architecture conceptual planting plans, �`F'r. ,, �.; including tree location,planting design,as ! �` ': i'A AIM well as construction administration. .- '"',*.' "+";. y`- -' ,i-4610,-**.t : - h Client(s)and Contact Information: .` ''4. Broward College(BC) • " .\; 4 -. .4, Synalovski Romanik&Saye(SRS) _` v i Robbert Bellot '..� :wp-- South Campus Construction PM . _ (954)201-8706 a ,,,.4.1.', •-.. ..),1, • ;ti,.- s-is rbellot@broward.edu Y. , tit., CO > Contract Amount: r " iito $59,665 1 Contract Year: \ 2016-2017 _ 1: 7 ' r. 41.„..„ IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com ". MILLER LEGG City of Miramar Forzano Park Improvements Phase Miramar,Florida ' Lt The City of Miramar improved an existing 4'-`.'- —_ i/ { 13-acre active park to convert sport usage and improve operating conditions.The . existing baseball clay infields,outfield and t; , - . ,.' i•r-- :a._ , ' football field grass were removed and i ,; modified to provide additional , ` , n=om . ,, I" football/soccer field space.Park amenities _T b . ; , ilk:, ry" '•r •• � included volleyball courts and a community Y • • • • —_ center.As a subconsultant to R.J.Behar, = ,d r _ 4,0, Miller Legg provided planning,landscape si , ' ii rr ! x;'40 , architecture,irrigation design and /. ' • . ': topographic survey. _ — — City of Miramar _ ° "j ��'r` a.� • RJ Behar&Company Inc. 7) Y" 7 • 41 Juan Vasquez r` ` O3 L Project Manager s _ _ , maws 1 D ,e j ._ • • . ( (954)680-7771 ,2 - 1 % _ • vas uez r behar.com ,2 °s "nni x"xs 1•'� 1 q @ 1 �:_a rex / r Contract Amount: '- -- • • $20,089 ks. Q ;• • ' • • Contract Year: 74.'4�� ,,'• i t 2013-2016 • lJ I &- q nth - 0 • .� — ,A__--0-- j _.Q -_ ....i; i 31\\ILL , M r y1:.,„, ‘ Pir srn�. .! •. 8: IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com �`� MILLER ' LEGG Memorial Hospital West Graduate Medical Education Building Pembroke Pines,Florida The Memorial Hospital West Graduate ,. f Medical Education building is a new 30,000 ,. SF 2-story medical education facility that Nii"�r p • r$ , incorporates teaching facilities ander' •,y' f " * .. associated support services for graduate g+ � - _'- * R w medical residents. The new facility is f integrated into the east patient tower of f the hospital to provide enhanced entry and _� o dining facilities in addition to resident and ~ - educational facilities. Miller Legg provided 4 Its site planning,survey,subsurface utility coordination,civil engineering,landscape As I. architecture,lighting design and , i:+w ..3 yi ,, construction administration services on the s`:> s •project. Prior to design work,topographic •:,;,,'.A�`, �r V. • survey and campus utility infrastructure ..,`� y$ ' was mapped and coordinated with the ! — (� '� owner and architectural design team for ! " I •1 �1 7 this expansion project and the enabling ` II ! II I . infrastructure improvements for thisfri x' x i Pembroke Pines campus project. f : — . , Client(s)and Contact Information: _ - Memorial Healthcare System �� Mark Greenspan "'' v,. (954)265-8674 p mgreenspan@mhs.net AV Contract Amount: $127,739 . 11111111111P— - di Contract Year: 2015-2017 • P' 3 ■ ■ ■ 11('' f , 1 , '� altr /,. .____....... 110 _4 ' i oiir.,, , _11. "I( 0,1 .-411 ILI•w -, 1:""..i.''': 7' .1:* 17,,,,,..„..„1:, i IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com 1 ' .711. MILLER LEGG Nicklaus Children's Hospital (NCH) Tomotherapy Building Site Design Miami,Florida 37:Among the services being rendered by ,.r::;--sig.:*i •v!S'� ,s . • •a�'�'_-r �,- Miller Legg for the Nicklaus Children's I' `, - "re' ,% " i t ,• Hospital(NCH)main campus new •' 4 t •t , , , 'i Tomotherapy building are site plan _•v f coordination,landscape 4 , A‘.,--..• -••-- � .0 architecture/irrigation and civil engineering :, -- -:*:Lt. -.4%44., a ..... .: 0„,,,,,,,,..., site design.The landscape VII ' I' ;�. - ✓� architecture/irrigation services include I -.- _ -; ... � \ C y.. ,% ' °, construction document preparation, bidding and pre-construction assistance, + �— :f : and construction administration.On the "--"I'-'�1 '' I a� -j '-E.a " 3 >• N ,g.,' 1 Ilk at civil side,the firm is handling site civil and - ,a 1 " , . :. a.. - ._,,......--..n„iii. . , utility infrastructure construction document - '�. ' � %-'-' " preparation and agency permitting,site civil - i'� �!(~ bidding assistance,as well as pre- "� z�0 Sti\ 62rid hU'- 1i' ' P s /}'It-� ...ti construction services and construction �ke"' '{ - y s administration.Permitting is coordinated '. '_ i 8‘....,..- ` _ �' ,,n► with Miami-Dade WASD,Public Works, -i - 1" .4` • ; t � _ .If ',,,;,- ",;,� DERM,Fire and Health Departments. Tree , '': t. I , . r^-"'—,,. s , % pt mitigation services involve the creation of a } 04" d ,•• " . ii , 'T> � tree inventory plan and preparation of a _ - �- tree removal permit application.Miller Legg ti i 1 4 ri'_~ a.-. „i, +�'` . -= is performing these services as part of the }J ' . Pozo Architect's team. T `- ' ' �"�)''Ali _A,.' iiiii Client(s): i`a, III r. ". ...tlir. ;, :4A/t),', Miami Children's Hospital/Nicklaus �' , ..+ - . Children's Hospital :— ` • . 4 +.i , '� • -.,,,,,,V.-•� � � _:s Pozo Architects,PA )+ a :. ..`:••• -'m Y -.. • . q'' ,; .,'� •r r -+ yl r ti 1Cb Eduardo Pozo,PA On , ,.is - (786)200-7711 -`c 6Goog a --, eposo@epozo.com ::...�� m' ' b — Contract Amount: t b $46,450 - z _ Contract Year: .'• :.•- ,1 ` + i 2016-current °� �,a ., ',..;,,,,y,*lit . o;,".. llit ,, ';� .rr j ,, �` . . �"`'_ te'-I 1 •�` mew a ..'.*� 1 _._ rte.. 'y' . r .-.^,... illii ar. IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. wwwmillerlegg.com 1 ''' MILLER LEGG City of Oakland Park Parks Master Plan Update Oakland Park Florida e` .pis�llt6 6 Having prepared the original Recreation and Ae - 4,, Parks Master Plan for the City of Oakland RECREATION&PARKS MASTER PLAN-PHASE THREE ! Park in 2009,Miller Legg was retained by 2025-2035!MPLEMENTATION PIAN ZFyo `�r : y i,, Ochi \\I)I \kh the City in 2015 to update this Plan.The . ., scope of services involved site analyses of a Efiil"GCTY'FA6 ... ; ;s ::,::_ 144:107 .CFO:.Dia SAA2 NDill each park and community center,a A urwau.xK�aix recreational programming needs 'I" Ell •tt r}' /r assessment based upon the current and uc+w'Du;mwMurarr s 11 j,"-, v‘ anticipated City population,a proposed 0 CVWit 5 3-T11P-A2 ' ` : #1.1 implementationplan with i �' !• P D;tuwA.:� :aTu: , 1, } recommendations for recreational , :uul.P�uku'' �''�" ?4'�_ •40057;LM THS PM/ .ou,.�- , I ,,.a - 1. la, improvements including cost estimates,and tai,urw.D NV MAST31.4( the application of updated census data to a T i h r=7. V14.-• �, map and exhibits format for comparison %.1,,,,,�� — t 0.;-..,14,4 ,.:,,,I, "' " with the original Master Plan. r- , ' as - tr Client(s): �.aa .=jF`'? .1 ' t � _ ,.+ f , Cityof Oakland Park '. `'`' rr -*=+,' i i,r -•z/�'.'�c &,• 7 Heidi Bernett 11-,,CH*�>� 'lit•'` i t ., ,t { Director of Parks and Leisure ServicePt s �! (954)630-4510 Lifli<NSN NI U.S. - I ,..- heidib@oaklandparkfl.gov �'„ ,,� .x. � � Contract Amount: =MAC "' AssI _ate4 E.: i ,' $38,550 — '� � iiii„.... ,,,,t-f.:.....,.,, T, ..:,.i:n n 1,:4:,,,4-: _ ,..r } t. Contract Year: 2015-2017 • -_ - 1. r:• I} M _ A :9lN,YP11K 34.A'CPU, 4... as wYWrr. ' KA"',HP OTT li .—• .. ,'OLIN Mg \\'/, rr i t. ' :,WMICIISODDP�X.pLDN:t Y,l]' MILLER'/ LEGG F r -retr. lt, • ''4 Kt.r . ..,+P.q ro' „ `1� "ti; GFX C �y.41 ML. �F 1 _ 7y.. ags a a .. a. IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com ORGANIZATIONAL CHART MIAMI BEACH iviiCHAEL KROLL, RIA, FASLI Principal-in-Charge / Project Manager LANDSCAPE ARCHITECTURE C. MIGUEL JUNCAL, RLA Landscape Architect VANESSA RUIZ, RLA Landscape Architect, Planner Y RAUL NEVAREZ GAVELA Landscape Designer ANDREW PEREDA Landscape Designer ADDITIONAL SUPPORT SERVICES Civil Engineering Surveying Team Leader Team Leader Environmental Team Leader Michael Kroll, RLA, FASLA w„ i• fillPrincipal-in-Charge /Project Manager � . ' i X Professional Experience: The planting design not only enhanced aesthetics, but also buffered unsightly . Mr. Kroll, President of Miller Legg, has adjacent parking and utility areas and been actively involved in projects ranging minimized exposed surfaces that had T from large scale habitat restoration to been subject to graffiti. international urban redevelopment projects. His 30+-year career has City of Miami Hadley Park Years of Experience:32 concentrated on planning, infrastructure, Synthetic Turf and Park open space,transportation and Improvements- Under Miller Legg's Registrations&Certifications: redevelopment, principally in South professional service agreement with the Registered Landscape Architer4 FL, 1989 Florida. City of Miami for landscape architectural Registered Landscape Architec4 TX,2009 services,the firm has been retained to fellow American Society of Landscape Architects,2014 Mr. Kroll's diverse professional provide civil engineering, landscape experience has led to projects that architecture, permitting and limited Education: successfully integrate environmental, construction observation services for the Bachelor of and cape Architecture Landscape Architecture planning and landscape architectural Hadley Park synthetic turf and park University of Florida, 1986 services. Under his leadership, Miller improvements project. Miller Legg is to Graduate Studies,Urban and Regional Planning Legg develops project solutions that provide underground utility designation Florida State University, 1989 respond to the natural environment, services in order to prepare an existing respect the social fabric and create utility map. Schematic design documents Publications&Presentations: sustainable aesthetic spaces. for the proposed improvements are American Society of Landscape Architects,Broward Section, being provided, to include client HabitatRestoraoon,October 1995 Relevant Project Experience: meetings and preliminary Opinion of Builders Association of South Florida,Environmental Issues 8 Probable Cost. Final construction Development, 1999,Lecturer City of Miami Baywalk Phase 3 - documents will be developed for chosen Florida Educational Facilities Planners'Association,Inc, Miller Legg provided landscape field layout,fencing, pedestrian walkways, Making Connections Benefice of On-Campus Mass Transit architecture, civil engineering, grading, site amenities,ADA-accessible Elementc July 2014,Presenter/Speaker lighting/electrical engineering,surveying ramp, sodding and irrigation. Permit .;.a Engineering Society,Environmental Design 8 Habitat and permitting services for the Miami coordination will be coordinated with 'estoraoon,April 1995,Lecturer Baywalk Phase 3 Project. Permitting for the City, Miami-Dade DERM and on,a Planning and Zoning Association,Public Private ro ect improvements wasprovided Partnerships,June 2007,Presenter/Speaker p 1 p SFVVMD. Construction administration through the City of Miami, Miami-Dade services will be delivered, culminating University of Florida School of Architecture, Where the Countyand South Florida Water Water Mem the land,September 1996,Guest Lecturer with a statement of work completion Management District.The project is a and as-built submittal. Professional&Civic Activities: 1/4 mile pedestrian-oriented urban waterfront park and promenade on City of Miami Morningside Park !el/ow,American Society of Landscape Architects Biscayne Bay, located adjacentto the Past Member,American Society of Landscape Architects, Tennis Center-The City of Miami Florida Executive Committee east coast greenway. It provides a unique Morningside park created an expanded Vice Chair,Broward County Bicycle&Pedestrian Advisory open space that links the American and improved tennis facility at the park. Committee Airlines Arena, Biscayne Boulevard,and The project included improvements to Member;Broward Section,American Planning Association Museum Park.The Baywalk design an existing seven (7) courts that had Past Chair,Broward Section,American Society of Landscape includes custom native stone benches, experienced degradation due to drainage Architects extensive paver pedestrian spaces,salt- and soil stabilization issues.A new court Member.Florida Board of Landscape Architecture,2013-2016 tolerant tropical plantings,as well as layout was developed to increase the Member;Florida Earth Foundation,Engineering Advisory themed lighting and site amenities. Due facility to eight(8) lighted courts and a Committee,2004-present to historic maritime activities in the warm-up training wall amenity. other Member.Florida Recreation and Park Association project area,soil conditions were tennis improvements included upgraded Member.Florida Redevelopment Association addressed through the design of unique lighting,fencing ad shaded bench area.A ienr.OF Distinguished Landscape Architect Alumnus drainage facilities that minimized central courtyard was also developed as ward,2013 potentialgroundwater impacts.The • tier.Urban Land Institute p a key element of the project design.This Baywalk design solution also improved courtyard creates an inviting area for visibility and lighting in the area to players and spectators to gather before `�� discourage vagrancy issues that existed. and after matches.A themes paver field MILLER EGG Michael D. Kroll, RLA, FASLA with lush landscaping that embraces large constructed under a very aggressive preparation of materials and existing ficus trees creates a pleasant schedule,completing design and construction specifications and bidding gathering space not previously found at construction within three (3) months. assistance services. Morningside Park, and helps establish it This project falls under Miller Legg's Civil as a premier public tennis destination in Engineering Continuing Services City of Miramar Forzano Park the City of Miami. Services include civil contract. Improvements Phase I -The City of engineering, landscape architecture, Miramar improved an existing I3-acre permitting and limited construction City of Coral Gables War Memorial active park to convert sport usage and administration to assist the City in the Youth Center Landscape & improve operating conditions.The bidding,observation and certification of Engineering-This City of Coral existing baseball clay infields, outfield and the project improvements.Apart from Gables 7-acre War Memorial Youth football field grass were removed and the City, other agencies with jurisdiction Center in Miami Dade County stands as modified to provide additional include Miami-Dade County Department a living memorial to the veterans of football/soccer field space. Park of Environmental Resources (DERM) and Coral Gables who risked their lives for amenities included volleyball courts and a South Florida Water Management the American way of life.The project community center.As a subconsultant to District(SFWMD). includes improvements to multi-purpose R.J. Behar, Miller Legg provided planning, athletic fields and the Civic Plaza. Miller landscape architecture, irrigation design Florida International University Legg was responsible for the landscape and topographic survey. (FIU) Student Academic Success architecture, civil engineering design and Center- Under the Florida permitting of the improvement program. City of Miramar Roads Landscape International University(FIU) Facilities Specific improvements included athletic Improvements-The City of Miramar Program, a 4-story, 80,000 sf Student field drainage, re-sodding with Bermuda desired landscape improvements to be Academic Success Center was "Celebration"turf and irrigation design. performed on sections of Miramar constructed on the Modesto A. Maidique The irrigation system ties into a non- Parkway, Miramar Boulevard and Red campus.The Center was designed to potable well system. Drainage Road in addition to some smaller update and centralize essential student improvements consist of subsurface field roadway locations.As a subconsultant to support services including admissions, improvements that integrate with the RJ Behar on this streetscape project, advising,financial aid, tutoring, study existing exfiltration and subsurface Miller Legg provided sustainable rooms and counseling.The SASC is the drainage systems.The Youth Center landscape architecture services as first experience for incoming students, Plaza's redesign integrates new canopy follows:data collection, site and tree providing a beautiful and welcoming tree species within the plaza and inventories,conceptual planting and landscape during campus orientation and restoration of the plaza paving for the irrigation design,final planting and class scheduling. It offers informal pedestrian use areas.Tree removal irrigation plans,tree permitting and gathering study spaces for students and permitting was coordinated through the coordination, opinion of probable cost, is a major pedestrian corridor from City of Coral Gables and Miami Dade coordination meetings with the City of parking areas and garages to the campus County DERM.Additional services Miramar and with the affected core.The initial design concept provided include: design development, community, construction administration contemplated art displays, enhancing an final construction documents,tree and field reviews. already inviting on open space for removal permitting, and construction students and faculty alike. Miller Legg administration. Miller Legg collaborated City of South Miami Parks and provided landscape architecture services with MC Harry Associates on this Recreation Master Plan - Miller Legg including design development, irrigation project. prepared the first City of South Miami and construction administration as part Parks and Recreation Master Plan.The of the Balfour Beatty City of Lauderhill Sports Park-The professional services for this Master Plan Construction/Gould Evans team. City of Lauderhill is improving the included comprehensive planning, amenities at the 12-acre Lauderhill recreation planning, significant Florida International University Sports Park, including the proposed maintenance planning, landscape (FIU) Felsberg Veterans Plaza- replacement of natural grass with architecture, and public outreach Miller Legg provided site engineering, synthetic turf on the baseball field and services.To develop programming, landscape architecture, irrigation and cricket pitch,conversion of the budget,and operational needs for a 10- construction phase services for the playground area wood chip surface to year horizon, our team researched Felsberg Veterans Memorial project.The synthetic turf, playground shade and existing facilities and recreation Memorial honors former Florida football scoreboard replacement, opportunities, and needs analyses specific International University(FIU) alumnus modifications to portions of the fitness to South Miami demographics. Public Michael Felsberg, a Marine Lieutenant trail and the addition of new fitness trail outreach services included a public who died in the line of duty in 2003.The exercise equipment. Miller Legg is online survey, multiple public Memorial structure is located south of providing civil engineering design, presentations and workshops. Parkview I on FIU's Modesto Madique stormwater permitting, landscape campus. The project was designed and architecture, irrigation design, 6 ` C. Miguel Juncal, RLA, CA u Landscape Architect ,t jp _ professional service agreement with the the American way of life.The project City of Miami for landscape architectural includes improvements to multi-purpose .., services,the firm has been retained to athletic fields and the Civic Plaza. Miller •• provide civil engineering, landscape Legg was responsible for the landscape .. �-�'' architecture, permitting and limited architecture, civil engineering design and construction observation services for the permitting of the improvement program. Hadley Park synthetic turf and park The Youth Center Plaza's redesign 1\i6 improvements project. Miller Legg is to integrates new canopy tree species Iprovide underground utility designation within the plaza and restoration of the j services in order to prepare an existing plaza paving for the pedestrian use areas. Years of Experience: 14 utility map.Schematic design documents Additional services provided include: for the proposed improvements are design development,final construction Registrations&Certifications being provided,to include client documents,tree removal permitting,and meetings and preliminary Opinion of construction administration. Miller Legg Registered landscape Arrhiteq FL 2014 Probable Cost. Final construction collaborated with MC Harry Associates Caviled Arhonrt FL 2018 documents will be developed for chosen on this project. 1 1-BOT/ntemtediate Maintenance of Traffic,FL, 2014 field layout,fencing, pedestrian walkways, Education: grading,site amenities, ADA-accessible Broward College (BC) Bailey Hall ramp,sodding and irrigation. Permit Civil & Landscape Architecture Bachelor ollandrape Architecture,Minor in Environmental coordination will be coordinated with Improvements- Miller Legg was 1 Sciences the City, Miami-Dade DERM and responsible for civil engineering and University of Florida,2004 SFWMD.Construction administration landscape architecture services Continuing Education: services will be delivered, culminating associated with the revitalization of the 1 with a statement of work completion pedestrian and landscape areas. Building j FOOT Specifications Package Preparation Training Certificate, and as-built submittal. 4 is Bailey Hall,where a high-profile 2011 October 2014 Florida gubernatorial l — Florida International University debate was held.The project began with (FIU) Felsberg Veterans Plaza- the demolition of the existing concrete Miller Legg provided site engineering, courtyard area and the installation of Professional Experience: landscape architecture, irrigation and pavers between Buildings 3 and 4.The Mr.Juncal is a Landscape Architect and construction phase services for the existing concrete courtyard contained Certified Arborist focused on a variety Felsberg Veterans Memorial project.The several areas that did not meet ADA Memorial honors former Florida code.The installation of pavers of public and private landscape architecture projects including roadway International University(FIU) alumnus addressed the ADA code compliance landscaping and irrigation,active and Michael Felsberg, a Marine Lieutenant and enhanced the appearance of the who died in the line of duty in 2003.The courtyard. Landscaping was also installed passive park landscape design, higher educational facilities as well as residential Memorial structure is located south of in and around those buildings to create and commercial projects. Certified Parkview I on FIU's Modesto Madique an aesthetically pleasing walking Arborist services include:tree species campus. The project was designed and environment which further improves the identification and inventories, tree constructed under a very aggressive entire courtyard area. Pedestrian schedule,completing design and walkways were repaved and paver surveys and canopy mapping, destroyed/damaged tree assessments, construction within three (3) months. landings for ADA compliant picnic tables tree value estimates,tree grading, tree This project falls under Miller Legg's Civil created which allows for students to Engineering Continuing Services relax and study between classes. Civil species selection for planting, mangrove contract. engineering services provided include trimming oversight and tree permitting. demolition, paving,grading and Relevant Project Experience: City of Coral Gables War Memorial permitting. Landscape architecture Youth Center Landscape & services consisted of hardscape, City of Miami Hadley Park Engineering-This City of Coral landscape and irrigation.This work was Gables 7-acre War Memorial Youth conducted under the firm's continuing Synthetic Turf and Park s Center in Miami Dade County stands as services contract with Broward College. Improvements- Under Miller Legg a living memorial to the veterans of 1\/..°EGG Coral Gables who risked their lives for MILLER Vanessa Ruiz, RLA Landscape Architect Florida Department of Street to Allison Road-As part of an kW -- Transportation (FDOT) District 6 FDOT District 6 roadway ' s In-House Landscape Architecture reconstruction project along this Support Services- Miller Legg is segment of Alton Road, Miller Legg . providing in-house landscape served as landscape architecture :iita'} xrli ..,s architecture support services to assist subconsultant to HW Lochner.The the District Landscape Architect.This initial phase of the project is complete Years of Experience:6 work is provided through the firm's with Miller Legg responsible for planting, multi-year Districtwide Landscape irrigation and hardscape plans, as well as Architecture Contract. a GPS tree inventory of approximately Registrations&Certifications: 800 trees performed by a Certified [DOT Intermediate Maintenance of Traffic, FL, 2015 City of South Miami Parks and Arborist, and outdoor advertising Registered Landscape Architect FL,2017 Recreation Master Plan- Miller Legg (ODA). Due to the water table level and prepared the first City of South Miami need for drainage adjustments along this Education: Parks and Recreation Master Plan.The stretch,the reconstructed road must be Bachelor of Arts, English professional services for this Master Plan elevated,causing several changes to the University of South Florida,2008 included comprehensive planning, plans which in turn impacted the Master of Landscape Architecture, Minor in Urban & Regional recreation planning, significant landscape architecture considerations for Planning maintenance planning, landscape this project Public outreach to the local University of Florida, 2012 architecture, and public outreach businesses and residents was services.To develop programming, instrumental in the development of the Publications& Presentations: budget, and operational needs for a 10- project's design solutions. Florida Landscapes e-Brief Newsletter- May 2014 year horizon,our team researched existing facilities and recreation Florida International University Professional&Civic Activities: opportunities,and needs analyses specific (FIU)Student Academic Success Member Association of Eminent Domain Professionals to South Miami demographics. Public Center- Under the Florida (AEDP), 2014 outreach services included a public International University(FIU) Facilities Member City of Oakland Park Art and Culture Board,2011- online survey, multiple public Program,a 4-story,80,000 sf Student current presentations and workshops. Academic Success Center was Recipient Innovation Hub Design Competition Winning constructed on the Modesto A. Maidique Design, 2011 City of Miramar Roads Landscape campus.The Center was designed to Recipient Jodi Raab Scholarship Award for"Excellence in Improvements-The City of Miramar update and centralize essential student Detailed Design", 2011 desired landscape improvements to be support services including admissions, Member National Hemophilia foundation, 1998-present performed on sections of Miramar advising,financial aid,tutoring, study Parkway, Miramar Boulevard and Red rooms and counseling.The SASC is the Road in addition to some smaller first experience for incoming students, roadway locations.As a subconsultant to providing a beautiful and welcoming Professional Experience: RJ Behar on this streetscape project, landscape during campus orientation and Miller Legg provided sustainable class scheduling. It offers informal Ms. Ruiz is a Registered Landscape landscape architecture services as gathering study spaces for students and Architect responsible for a variety of follows:data collection, site and tree is a major pedestrian corridor from public and private landscape architectural inventories,conceptual planting and parking areas and garages to the campus design and planning projects including irrigation design,final planting and core.The initial design concept roadway landscaping and irrigation, irrigation plans,tree permitting and contemplated art displays,enhancing an active and passive park landscape design, coordination, opinion of probable cost, already inviting on open space for residential and commercial projects,as coordination meetings with the City of students and faculty alike. Miller Legg well as master planning projects.She also Miramar and with the affected provided landscape architecture services has an extensive background in GIS data community, construction administration including design development, irrigation collection and conversion services. and field reviews. and construction administration as part of the Balfour Beatty Relevant Project Experience: Florida Department of Construction/Gould Evans team. Transportation (FDOT) District 6 SR 907 Alton Road from 43rd MILLER LEGG F Raul Nevarez Gavela Landscape Designer Miami-Dade County Parks Misc. and improved tennis facility at the park. 4 f }µ'„ a. Landscape Architecture Support The project included improvements to T.'. Services- Miller Legg is providing in- an existing seven (7) courts that had " � house landscape architecture design experienced degradation due to drainage . _... support services for Capital and soil stabilization issues.A new court MI lli "` Improvements to the Parks& Recreation layout was developed to increase the Years of Experience:5 Department for a variety of County park facility to eight(8) lighted courts and a projects. Most recently,the firm has warm-up training wall amenity.Other provided playground design for Serena tennis improvements included upgraded Education: Lakes Park,Trust for Public Lands (TPL) lighting,fencing ad shaded bench area.A Master oflandscape Architecture Fitness Zone Design for Amelia Earhart central courtyard was also developed as Florida International University,2012 Park, and playground design for Debbie a key element of the project design.This Associates Degree,Architecture Curtin Park. Landscape Architecture courtyard creates an inviting area for Broward College,2009 services include landscape architecture, players and spectators to gather before hardscape and irrigation design. This and after matches.A themes paver field work is being performed under the with lush landscaping that embraces large County's Equitable Distribution Program existing ficus trees creates a pleasant Professional Experience: Continuous Professional Services gathering space not previously found at Agreement. Morningside Park,and helps establish it Mr. Nevarez Gavela is a Landscape as a premier public tennis destination in Designer with public and private sector City of Miami Baywalk Phase 3 - the City of Miami. Services include civil experience in highway and roadway Miller Legg provided landscape engineering, landscape architecture, landscaping and irrigation, urban parks architecture, civil engineering, permitting and limited construction and public spaces, as well as commercial lighting/electrical engineering, surveying administration to assist the City in the and residential landscape design projects. and permitting services for the Miami bidding, observation and certification of He has technical expertise in AutoCAD, Baywalk Phase 3 Project. Permitting for the project improvements.Apart from Microstation, LandFX. project improvements was provided the City,other agencies with jurisdiction through the City of Miami, Miami-Dade include Miami-Dade County Department Relevant Project Experience: County and South Florida Water of Environmental Resources (DERM) and Management District.The project is a South Florida Water Management City of Lauderhill Sports Park-The 1/4 mile pedestrian-oriented urban District(SFWMD). City of Lauderhill is improving the waterfront park and promenade on amenities at the I 2-acre Lauderhill Biscayne Bay, located adjacent to the Florida International University Sports Park, including the proposed east coast greenway. It provides a unique (FIU) Felsberg Veterans Plaza- replacement of natural grass with open space that links the American Miller Legg provided site engineering, synthetic turf on the baseball field and Airlines Arena, Biscayne Boulevard,and landscape architecture, irrigation and cricket pitch, conversion of the Museum Park. The Baywalk design construction phase services for the playground area wood chip surface to includes custom native stone benches, Felsberg Veterans Memorial project.The synthetic turf, playground shade and extensive paver pedestrian spaces, salt- Memorial honors former Florida football scoreboard replacement, tolerant tropical plantings, as well as International University(FIU) alumnus modifications to portions of the fitness themed lighting and site amenities..The Michael Felsberg,a Marine Lieutenant trail and the addition of new fitness trail Baywalk design solution also improved who died in the line of duty in 2003.The exercise equipment. Miller Legg is visibility and lighting in the area to Memorial structure is located south of providing civil engineering design, discourage vagrancy issues that existed. Parkview I on FIU's Modesto Madique stormwater permitting, landscape The planting design not only enhanced campus. The project was designed and architecture, irrigation design, aesthetics, but also buffered unsightly constructed under a very aggressive preparation of materials and adjacent parking and utility areas and schedule,completing design and construction specifications and bidding minimized exposed surfaces that had construction within three(3) months. assistance services. been subject to graffiti. This project falls under Miller Legg's Civil Engineering Continuing Services City of Miami Morningside Park contract. Tennis Center-The City of Miami ‘� MILLER LEGG Morningside park created an expanded Andrew Pereda „ *.:4;:1,.... ,.1.4 Landscape Designer 4a ' ". ` _ synthetic turf, playground shade and Florida International University ,' '''''4‘4. football scoreboard replacement, (FIU) Felsberg Veterans Plaza- = modifications to portions of the fitness Miller Legg provided site engineering, trail and the addition of new fitness trail landscape architecture, irrigation and exercise equipment. Miller Legg is construction phase services for the providing civil engineering design, Felsberg Veterans Memorial project.The Years of Experience:3 stormwater permitting, landscape Memorial honors former Florida architecture, irrigation design, International University(FIU) alumnus preparation of materials and Michael Felsberg,a Marine Lieutenant Education: construction specifications and bidding who died in the line of duty in 2003.The Maher o/Landscape Architecture assistance services. Memorial structure is located south of Florida International University, 2015 Parkview I on FIU's Modesto Madique Associate in Arts Miami-Dade County Parks Misc. campus. The project was designed and Miami Dade College,2012 Landscape Architecture Support constructed under a very aggressive Services- Miller Legg is providing in- schedule,completing design and house landscape architecture design construction within three (3) months. support services for Capital This project falls under Miller Legg's Civil Improvements to the Parks& Recreation Engineering Continuing Services Professional Experience: Department for a variety of County park contract. projects. Most recently,the firm has Mr. Pereda is a Landscape Designer provided playground design for Serena Florida International University responsible for public and private Lakes Park,Trust for Public Lands (TPL) (FIU) Felsberg Veterans Plaza- landscape architectural design projects Fitness Zone Design for Amelia Earhart Miller Legg provided site engineering, including active and passive park Park, and playground design for Debbie landscape architecture, irrigation and landscape design and roadway Curtin Park. Landscape Architecture construction phase services for the landscaping and irrigation projects. Prior services include landscape architecture, Felsberg Veterans Memorial project.The to joining Miller Legg, he was with a local hardscape and irrigation design. This Memorial honors former Florida landscape architectural firm for one year work is being performed under the International University(FIU) alumnus as a Landscape Designer. County's Equitable Distribution Program Michael Felsberg, a Marine Lieutenant Relevant Project Experience: Continuous Professional Services who died in the line of duty in 2003.The Agreement. Memorial structure is located south of Florida Department of Parkview I on FIU's Modesto Madique Transportation(FDOT) District 6 Florida Department of campus. The project was designed and Florida Keys Post Hurricane Irma Transportation (FDOT) District 6 constructed under a very aggressive Landscape Assessments- For this Districtwide Landscape schedule, completing design and task under the firm's District id For Architectural Services- Miller Legg construction within three (3) months. e Landscape Design contract landscape currently has a multi-year districtwide This project falls under Miller Legg's Civil staff performed data collection,field landscape architecture contract Engineering Continuing Services providing design services for stand-alone contract. assessments and office support for post landscape projects and support for in- Hurricane Irma landscape impacts along house projects. Under this contract,we Florida Department of US I/Overseas Highway throughout the are providing miscellaneous design Transportation (FDOT) District 4 Florida Keys from Key West to Key support services including planting D/VV Mobility Projects in Largo. design, irrigation design, hardscape Hollywood/ Hallandale - 14th design and arborist services as well as Avenue from Atlantic Shores Blvd. City of Lauderhill Sports Park-The City of Lauderhill is improving the minor engineering design and to Sheridan Street- For this 3-mile amenities at the 12-acre Lauderhill surveying/SUE services to support in- segment along 14th Avenue in the Cities Sports Park, including the proposed house landscape projects. In addition, of Hallandale Beach and Hollywood,we we are currently providing in-house are providing miscellaneous landscape replacement of natural grass with synthetic turf on the baseball field and support services assisting the District architecture services for improvements cricket pitch, conversion of the Landscape Architect. along this off-system roadway. Miller Legg is a subconsultant to Propel playground area wg9chi surface to Engineering. MILLER`` EGG ARCHITECT - ENGINEER QUALIFICATIONS PART I-CONTRACT SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) City of Miami Beach Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 2/15/2018 RFQ 2018-141-ND B.ARCHITECT—ENGINEER POINT OF CONTACT 4. NAME AND TITLE Michael Kroll, Principal-in-Charge/Project Manager 5. NAME OF FIRM Miller Legg 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS (305)599-6381 (305)599-2797 mkroll@millerlegg.com C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) Lu Lu O° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT U Q a aDct Miller Legg 7743 NW 48th Street, Suite 140 Landscape Architecture a. X Miami, FL 33166-5407 [X]CHECK IF BRANCH OFFICE Miller Legg 5747 N Andrews Way Ft. Lauderdale, FL 33309-2364 b. X Landscape Architecture [ ]CHECK IF BRANCH OFFICE C. CHECK IF BRANCH OFFICE d. CHECK IF BRANCH OFFICE e. CHECK IF BRANCH OFFICE f. CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM [X](Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004)PAGE 1 MANDATORY USE DATE OF FORM 6/2004 1. SOLICITATION NUMBER(If 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 Miller Legg 2006 038700035 2b. STREET 5.OWNERSHIP 7743 NW 48th Street, Suite 140 a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE Corporate Miami FL 33166-5407 b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE Yes Michael Kroll, Principal-in-Charge, Project Manager 7.NAME OF FIRM(If block 2a is a branch office) Miller Legg 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (305)599-6381 mkroll@millerlegg.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 I c.Revenue Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Index Number (see below) 02 Administrative 13 0 CO2 Cemeteries(Planning&Relocation) 0 07 _ Biologist 3 0 CO6 Churches;Chapels 0 08 CADD Technician 3 0 C10 Commercial Building;(low rise);Shopping 0 12 Civil Engineers 8 2 C14 Conservation and Resource Management 0 14 Computer Programmer 1 0 E01 Ecological&Archeological Investigations 0 16 Construction Manager 0 0 E02 Educational Facilities;Classrooms 4 19 Ecologists 1 0 H07 Highways;Streets;Airfield Paving;Parking 3 21 Electrical Engineers 0 0 H09 Hospitals&Medical Facilities 2 23 Environmental Engineer 0 0 H11 Housing(Residential,Multifamily, 0 50 Environmental Risk Assessor 0 0 106 _ Irrigation;Drainage 0 24 Environmental Scientist 1 0 LO1 Laboratories;Medical Research Facilites 0 29 GIS Specialist 0 0 L03 Landscape Architecture 0 39b Irrigation Designer 0 0 PO4 _ Pipelines(Cross-country--Liquid&Gas) 0 38 Land Surveyor 2 0 P05 Planning(Community;Regional;Areawide& 0 38a Survey Crew Members 10 4 P06 Planning(Site,Installation and Project) 0 39 Landscape Architects 4 1 R04 Recreational Facilities(Parks;Marinas;ect.) 0 39a _ Landscape Designers 3 0 SO4 Sewage Collection,Treatment&Disposal 0 47 Planners:Urban/Regional 1 0 S13 Stormwater Handling&Facilities 0 51 Safety/Occupational Health 0 0 S10 _ Surveying;Platting;Mapping;Flood Plain 6 60 Transportation Engineers 0 0 T03 Traffic&Transportation Engineering 0 Other Employees 1 1 UO2 Urban Renewals;Community Development 0 Total 51 8 W03 Water Supply;Treatment and Distribution 0 11 ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER 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 4 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 6 5. $1 million to less than$2 million 10.$50 million or greater c.Total Work A 0 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. 1171:72i4, 0 b DATE b. /4/18 c. NAME AND TITLE Michael Kroll, RLA, FASLA AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004)PAGE 6 MANDATORY USE DATE OF FORM 5/1/2004 1. SOLICITATION NUMBER(If 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 5. DUNS NUMBER Miller Legg 1965 038700035 2b. STREET 5.OWNERSHIP 5747 N Andrews Way a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE Corporate Ft. Lauderdale FL 33309-2364 b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE Yes Michael Kroll, Principal-in-Charge, Project Manager 7.NAME OF FIRM(If block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (954)628-3651 mkroll@millerlegg.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER 10.PROFILE OF FIRM'S EXPERIENCE AND 9. EMPLOYEES BY DISCIPLINE ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees a.Profile c.Revenue Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Index Number (see below) 02 Administrative 13 12 CO2 Cemeteries(Planning&Relocation) 5 07 Biologist 3 3 C06 Churches;Chapels 2 08 CADD Technician 3 3 C10 Commercial Building;(low rise);Shopping 2 12 Civil Engineers 8 4 C14 Conservation and Resource Management 4 14 Computer Programmer 1 1 E01 Ecological&Archeological Investigations 4 16 Construction Manager 0 0 E02 Educational Facilities;Classrooms 4 19 Ecologists 1 1 H07 Highways;Streets;Airfield Paving;Parking 2 21 Electrical Engineers 0 0 H09 Hospitals&Medical Facilities 3 23 Environmental Engineer 0 0 H11 Housing(Residential,Multifamily, 6 50 Environmental Risk Assessor 0 0 106 Irrigation;Drainage 2 24 Environmental Scientist 1 1 L01 Laboratories; Medical Research Facilites 2 29 GIS Specialist 0 0 L03 Landscape Architecture 5 39b Irrigation Designer 0 0 PO4 Pipelines(Cross-country--Liquid&Gas) 2 38 Land Surveyor 2 2 P05 Planning(Community;Regional;Areawide& 3 38a _Survey Crew Members 10 5 P06 Planning(Site,Installation and Project) 3 39 Landscape Architects 4 3 R04 Recreational Facilities(Parks; Marinas;ect.) 4 39a Landscape Designers 3 3 SO4 Sewage Collection,Treatment&Disposal 5 47 Planners: Urban/Regional 1 1 S13 Stormwater Handling&Facilities 5 _ 51 Safety/Occupational Health 0 0 S10 Surveying; Platting; Mapping;Flood Plain 2 60 Transportation Engineers 0 0 T03 Traffic&Transportation Engineering 2 Other Employees 1 0 UO2 Urban Renewals;Community Development 4 Total 51 39 W03 Water Supply;Treatment and Distribution 4 11.ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER 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 4 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 6 5. $1 million to less than$2 million 10.$50 million or greater c.Total Work 6 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. 5 TA s , c. DATE 5/4/18 c. NAME AND TITLE Michael Kroll, RLA, FASLA AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004)PAGE 6 MANDATORY USE DATE OF FORM 5/1/2004 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 Michael Kroll, RLA, FASLA Principal-in-Charge, Project Manager a. TOTAL b. WITH CURRENT FIRM 32 30 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Ft. Lauderdale, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Landscape Architecture/Landscape Architecture FL/Registered Landscape Architect Graduate Studies/Urban and Regional Planning TX/Registered Landscape Architect Fellow American Society of Landscape Architects 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Kroll,President of Miller Legg,has been actively involved in projects ranging from large scale habitat restoration to international urban redevelopment projects.His 30+-year career has concentrated on planning,infrastructure,open space,transportation and redevelopment,principally in South Florida.Mr.Kroll's diverse professional experience has led to projects that successfully integrate environmental,planning and landscape architectural services. Under his leadership,Miller Legg develops project solutions that respond to the natural environment,respect the social fabric and create sustainable aesthetic spaces. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Baywalk Phase 3, Miami, FL PROFESSIONAL SERVICES ' CONSTRUCTION(If Applicable) 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-In-Charge/Project Manager-Miller Legg provided landscape architecture,civil engineering,lighting/electrical engineering,surveying and permitting a. services for the Miami Baywalk Phase 3 Project. Permitting for project improvements was provided through the City of Miami,Miami-Dade County and South Florida Water Management District.The project is a 1/4 mile pedestrian-oriented urban waterfront park and promenade on Biscayne Bay,located adjacent to the east coast greenway.It provides a unique open space that links the American Airlines Arena,Biscayne Boulevard,and Museum Park.The Baywalk design includes custom native stone benches,extensive paver pedestrian spaces,salt-tolerant tropical plantings,as well as themed lighting and site amenities.Due to historic maritime activities in the project area,soil conditions were addressed through the design of unique drainage facilities that minimized potential groundwater impacts. The Baywalk design solution also improved visibility and lighting in the area to discourage vagrancy issues that existed.The planting design not only enhanced aesthetics,but also buffered unsightly adjacent parking and utility areas and minimized exposed surfaces that had been subject to graffiti. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Hadley Park Synthetic Turf and Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami, FL 2017 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Principal-In-Charge/Project Manager-Under Miller Legg's professional service agreement with the City of Miami for landscape architectural services,the firm has been retained to provide civil engineering,landscape architecture,permitting and limited construction observation services for the Hadley Park synthetic turf and park improvements project.Miller Legg is to provide underground utility designation services in order to prepare an existing utility map.Schematic design documents for the proposed improvements are being provided,to include client meetings and preliminary Opinion of Probable Cost.Final construction documents will be developed for chosen field layout,fencing,pedestrian walkways,grading,site amenities,ADA-accessible ramp,sodding and irrigation.Permit coordination will be coordinated with the City,Miami-Dade DERM and SFWMD.Construction administration services will be delivered,culminating with a statement of work completion and as-built submittal. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Morningside Park Tennis Center PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami, FL 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-In-Charge/Project Manager-The City of Miami Morningside park created an expanded and improved tennis facility at the park.The project included C. improvements to an existing seven(7)courts that had experienced degradation due to drainage and soil stabilization issues.A new court layout was developed to increase the facility to eight(8)lighted courts and a warm-up training wall amenity.other tennis improvements included upgraded lighting,fencing ad shaded bench area.A central courtyard was also developed as a key element of the project design.This courtyard creates an inviting area for players and spectators to gather before and after matches.A themes paver field with lush landscaping that embraces large existing Ficus trees creates a pleasant gathering space not previously found at Morningside Park,and helps establish it as a premier public tennis destination in the City of Miami. Services include civil engineering,landscape architecture,permitting and limited construction administration to assist the City in the bidding,observation and certification of the project improvements.Apart from the City,other agencies with jurisdiction include Miami-Dade County Department of Environmental Resources(DERM)and South Florida Water Management District(SFWMD). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida International University(FIU)Student Academic Success Center PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami, FL 2016 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d Principal-In-Charge-Under the Florida International University(FIU)Facilities Program,a 4-story,80,000 sf Student Academic Success Center was constructed on the Modesto A.Maidique campus.The Center was designed to update and centralize essential student support services including admissions,advising,financial aid,tutoring,study rooms and counseling.The SASC is the first experience for incoming students,providing a beautiful and welcoming landscape during campus orientation and class scheduling.It offers informal gathering study spaces for students and is a major pedestrian corridor from parking areas and garages to the campus core.The initial design concept contemplated art displays,enhancing an already inviting on open space for students and faculty alike.Miller Legg provided landscape architecture services including design development,irrigation and construction administration as part of the Balfour Beatty Construction/Gould Evans team. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Department of Transportation (FDOT) District 6 SR Al A/Collins PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Avenue from 4700 to 5800 Block Safety Project, Miami Beach, FL 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Principal-In-Charge-This FDOT Safety Project had the objective of increasing safety along this City of Miami Beach municipal corridor.Miller Legg provided Certified Arborist and landscape architecture analysis and design,as well as lighting analysis and design as a subconsultant to CH Perez&Associates,Inc. STANDARD FORM 330(1/2004)PAGE 2 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 C. Miguel Juncal, RLA Landscape Architect a. TOTAL b. WITH CURRENT FIRM 14 9 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Miami, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Landscape Architecture/Minor in Environmental FL/Registered Landscape Architect Sciences FL/Certified Arborist FL/FDOT Intermediate Maintenance of Traffic 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Juncal is a Landscape Architect and Certified Arborist focused on a variety of public and private landscape architecture projects including roadway landscaping and irrigation,active and passive park landscape design,higher educational facilities as well as residential and commercial projects.Certified Arborist services include:tree species identification and inventories,tree surveys and canopy mapping,destroyed/damaged tree assessments,tree value estimates,tree grading,tree species selection for planting,mangrove trimming oversight and tree permitting. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Hadley Park Synthetic Turf and Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami, FL 2017 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm a Landscape Architect-Under Miller Legg's professional service agreement with the City of Miami for landscape architectural services,the firm has been retained to provide civil engineering,landscape architecture,permitting and limited construction observation services for the Hadley Park synthetic turf and park improvements project.Miller Legg is to provide underground utility designation services in order to prepare an existing utility map.Schematic design documents for the proposed improvements are being provided,to include client meetings and preliminary Opinion of Probable Cost.Final construction documents will be developed for chosen field layout,fencing,pedestrian walkways,grading,site amenities,ADA-accessible ramp,sodding and irrigation.Permit coordination will be coordinated with the City,Miami-Dade DERM and SFWMD.Construction administration services will be delivered,culminating with a statement of work completion and as-built submittal. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Coral Gables War Memorial Youth Center Landscape& PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Engineering, Coral Gables, FL 2017 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-This City of Coral Gables 7-acre War Memorial Youth Center in Miami Dade County stands as a living memorial to the veterans of Coral b. Gables who risked their lives for the American way of life.The project includes improvements to multi-purpose athletic fields and the Civic Plaza.Miller Legg was responsible for the landscape architecture,civil engineering design and permitting of the improvement program.Specific improvements included athletic field drainage,re-sodding with Bermuda"Celebration"turf and irrigation design.The irrigation system ties into a non-potable well system.Drainage improvements consist of subsurface field improvements that integrate with the existing exfiltration and subsurface drainage systems.The Youth Center Plaza's redesign integrates new canopy tree species within the plaza and restoration of the plaza paving for the pedestrian use areas.Tree removal permitting was coordinated through the City of Coral Gables and Miami Dade County DERM.Additional services provided include:design development,final construction documents,tree removal permitting, and construction administration.Miller Legg collaborated with MC Harry Associates on this project. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Baywalk Phase 3, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-Miller Legg provided landscape architecture,civil engineering,lighting/electrical engineering,surveying and permitting services for the Miami C. Baywalk Phase 3 Project. Permitting for project improvements was provided through the City of Miami,Miami-Dade County and South Florida Water Management District.The project is a 1/4 mile pedestrian-oriented urban waterfront park and promenade on Biscayne Bay,located adjacent to the east coast greenway.It provides a unique open space that links the American Airlines Arena,Biscayne Boulevard,and Museum Park.The Baywalk design includes custom native stone benches,extensive paver pedestrian spaces,salt-tolerant tropical plantings,as well as themed lighting and site amenities.Due to historic maritime activities in the project area,soil conditions were addressed through the design of unique drainage facilities that minimized potential groundwater impacts.The Baywalk design solution also improved visibility and lighting in the area to discourage vagrancy issues that existed.The planting design not only enhanced aesthetics,but also buffered unsightly adjacent parking and utility areas and minimized exposed surfaces that had been subject to graffiti. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Morningside Park Tennis Center, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-The City of Miami Morningside park created an expanded and improved tennis facility at the park.The project included improvements to an existing seven(7)courts that had experienced degradation due to drainage and soil stabilization issues.A new court layout was developed to increase the facility to d. eight(8)lighted courts and a warm-up training wall amenity.other tennis improvements included upgraded lighting,fencing ad shaded bench area.A central courtyard was also developed as a key element of the project design.This courtyard creates an inviting area for players and spectators to gather before and after matches.A themes paver field with lush landscaping that embraces large existing ficus trees creates a pleasant gathering space not previously found at Morningside Park,and helps establish it as a premier public tennis destination in the City of Miami. Services include civil engineering,landscape architecture, permitting and limited construction administration to assist the City in the bidding,observation and certification of the project improvements.Apart from the City, other agencies with jurisdiction include Miami-Dade County Department of Environmental Resources(DERM)and South Florida Water Management District (SFWMD). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miramar Forzano Park Improvements Phase I PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miramar, FL 2014 • e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-The City of Miramar improved an existing 13-acre active park to convert sport usage and improve operating conditions.The existing baseball clay infields,outfield and football field grass were removed and modified to provide additional football/soccer field space.Park amenities included volleyball courts and a community center.As a subconsultant to R.J.Behar,Miller Legg provided planning,landscape architecture,irrigation design and topographic survey. STANDARD FORM 330(1/2004)PAGE 2 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 Vanessa Ruiz, RLA Landscape Architect ' a. TOTAL b. WITH CURRENT FIRM 6 4 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Ft. Lauderdale, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Arts/English FL/FDOT Intermediate Maintenance of Traffic Master of Landscape Architecture/Minor in Urban&Regional FL/Registered Landscape Architect Planning 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc) Ms.Ruiz is a Registered Landscape Architect responsible for a variety of public and private landscape architectural design and planning projects including roadway landscaping and irrigation,active and passive park landscape design,residential and commercial projects,as well as master planning projects.She also has an extensive background in GIS data collection and conversion services. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Department of Transportation (FDOT)District 6 In-House PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Landscape Architecture Support Services 2017 Districtwide, FL a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Designer-Miller Legg is providing in-house landscape architecture support services to assist the District Landscape Architect.This work is provided through the firm's multi-year Districtwide Landscape Architecture Contract. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of South Miami Parks and Recreation Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) South Miami, FL 2017 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Landscape Designer-Miller Legg prepared the first City of South Miami Parks and Recreation Master Plan.The professional services for this Master Plan included comprehensive planning,recreation planning,significant maintenance planning,landscape architecture,and public outreach services.To develop programming,budget,and operational needs for a 10-year horizon,our team researched existing facilities and recreation opportunities,and needs analyses specific to South Miami demographics.Public outreach services included a public online survey, multiple public presentations and workshops. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miramar Roads Landscape Improvements PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miramar, FL 2016 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Landscape Designer-The City of Miramar desired landscape improvements to be performed on sections of Miramar Parkway, Miramar Boulevard and Red Road in addition to some smaller roadway locations.As a subconsultant to RJ Behar on this streetscape project,Miller Legg provided sustainable landscape architecture services as follows:data collection,site and tree inventories,conceptual planting and irrigation design,final planting and irrigation plans,tree permitting and coordination,opinion of probable cost,coordination meetings with the City of Miramar and with the affected community,construction administration and field reviews. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Department of Transportation (FDOT) District 6 SR 907 Alton PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Road from 43rd Street to Allison Road, Miami Beach, FL 2016 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Landscape Designer-As part of an FDOT District 6 roadway reconstruction project along this segment of Alton Road,Miller Legg served as landscape architecture subconsultant to HW Lochner.The initial phase of the project is complete with Miller Legg responsible for planting, irrigation and hardscape plans,as well as a GPS tree inventory of approximately 800 trees performed by a Certified Arborist,and outdoor advertising(ODA). Due to the water table level and need for drainage adjustments along this stretch,the reconstructed road must be elevated, causing several changes to the plans which in turn impacted the landscape architecture considerations for this project.Public outreach to the local businesses and residents was instrumental in the development of the project's design solutions. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida International University(FIU)Student Academic Success Center PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami, FL 2016 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Designer-Under the Florida International University(FIU)Facilities Program,a 4-story,80,000 sf Student Academic Success e. Center was constructed on the Modesto A.Maidique campus.The Center was designed to update and centralize essential student support services including admissions,advising,financial aid,tutoring,study rooms and counseling.The SASC is the first experience for incoming students,providing a beautiful and welcoming landscape during campus orientation and class scheduling. It offers informal gathering study spaces for students and is a major pedestrian corridor from parking areas and garages to the campus core.The initial design concept contemplated art displays,enhancing an already inviting on open space for students and faculty alike.Miller Legg provided landscape architecture services including design development,irrigation and construction administration as part of the Balfour Beatty Construction/Gould Evans team. STANDARD FORM 330(1/2004)PAGE 2 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 Raul Nevarez Gavela Landscape Designer a. TOTAL b. WITH CURRENT FIRM 5 2 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Ft. Lauderdale, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Master of Landscape Architecture/ Associates Degree/Architecture 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Nevarez Gavela is a Landscape Designer with public and private sector experience in highway and roadway landscaping and irrigation, urban parks and public spaces, as well as commercial and residential landscape design projects. He has technical expertise in AutoCAD, Microstation, LandFX. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Lauderhill Sports Park, Lauderhill, FL PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2017 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Landscape Designer-The City of Lauderhill is improving the amenities at the 12-acre Lauderhill Sports Park,including the proposed replacement of natural grass with synthetic turf on the baseball field and cricket pitch,conversion of the playground area wood chip surface to synthetic turf,playground shade and football scoreboard replacement,modifications to portions of the fitness trail and the addition of new fitness trail exercise equipment.Miller Legg is providing civil engineering design,stormwater permitting,landscape architecture,irrigation design,preparation of materials and construction specifications and bidding assistance services. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade County Parks Misc. Landscape Architecture Support PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Services, Miami, FL 2016 b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Designer-Miller Legg is providing in-house landscape architecture design support services for Capital Improvements to the Parks&Recreation Department for a variety of County park projects. Most recently,the firm has provided playground design for Serena Lakes Park,Trust for Public Lands(TPL) Fitness Zone Design for Amelia Earhart Park,and playground design for Debbie Curtin Park. Landscape Architecture services include landscape architecture, hardscape and irrigation design. This work is being performed under the County's Equitable Distribution Program Continuous Professional Services Agreement. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Baywalk Phase 3, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Designer-Miller Legg provided landscape architecture,civil engineering,lighting/electrical engineering,surveying and permitting services for the Miami c. Baywalk Phase 3 Project. Permitting for project improvements was provided through the City of Miami,Miami-Dade County and South Florida Water Management District.The project is a 1/4 mile pedestrian-oriented urban waterfront park and promenade on Biscayne Bay,located adjacent to the east coast greenway.It provides a unique open space that links the American Airlines Arena,Biscayne Boulevard,and Museum Park.The Baywalk design includes custom native stone benches,extensive paver pedestrian spaces,salt-tolerant tropical plantings,as well as themed lighting and site amenities.Due to historic maritime activities in the project area,soil conditions were addressed through the design of unique drainage facilities that minimized potential groundwater impacts.The Baywalk design solution also improved visibility and lighting in the area to discourage vagrancy issues that existed.The planting design not only enhanced aesthetics,but also buffered unsightly adjacent parking and utility areas and minimized exposed surfaces that had been subject to graffiti. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Morningside Park Tennis Center, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm, Landscape Designer-The City of Miami Morningside park created an expanded and improved tennis facility at the park.The project included improvements to an d existing seven(7)courts that had experienced degradation due to drainage and soil stabilization issues.A new court layout was developed to increase the facility to eight(8)lighted courts and a warm-up training wall amenity.Other tennis improvements included upgraded lighting,fencing ad shaded bench area.A central courtyard was also developed as a key element of the project design.This courtyard creates an inviting area for players and spectators to gather before and after matches.A themes paver field with lush landscaping that embraces large existing ficus trees creates a pleasant gathering space not previously found at Morningside Park,and helps establish it as a premier public tennis destination in the City of Miami. Services include civil engineering,landscape architecture, permitting and limited construction administration to assist the City in the bidding,observation and certification of the project improvements.Apart from the City, other agencies with jurisdiction include Miami-Dade County Department of Environmental Resources(DERM)and South Florida Water Management District (SFWMD). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Department of Transportation (FDOT) District 6 BOLD Corridors PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami under Pushbutton Contract 2013 Districtwide, FL e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Designer-Miller Legg was a supporting contractor to Manuel Diaz Farms under a District 6 Districtwide Pushbutton contract for which the firm performed landscape architecture design,landscape inspections,and as-builts during construction for BOLD gateways at three project locations: Okeechobee Road Turnpike to Palmetto,SR 826/Palmetto Sunset to Bird,and SR 826/Palmetto US 1 to Sunset.The FDOT BOLD vision focuses on achieving continuity along major transit corridors through designing beautification projects which use many large palms and trees and few,if any,shrubs to produce the highest visual impact and distinctive sense of place at the lowest design,construction and maintenance cost. STANDARD FORM 330(1/2004)PAGE 2 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 Andrew Pereda Landscape Designer a. TOTAL b. WITH CURRENT FIRM 3 2 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Ft. Lauderdale, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Master of Landscape Architecture/ Associate in Arts/ 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Pereda is a Landscape Designer responsible for public and private landscape architectural design projects including active and passive park landscape design and roadway landscaping and irrigation projects. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Department of Transportation (FDOT)District 6 Florida Keys PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Post Hurricane Irma Landscape Assessments 2017 a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Designer-For this task under the firm's Districtwide Landscape Design contract, landscape staff performed data collection, field assessments and office support for post Hurricane Irma landscape impacts along US 1/Overseas Highway throughout the Florida Keys from Key West to Key Largo. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Lauderhill Sports Park PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Lauderhill, FL 2017 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Landscape Designer-The City of Lauderhill is improving the amenities at the 12-acre Lauderhill Sports Park, including the proposed replacement of natural grass with synthetic turf on the baseball field and cricket pitch, conversion of the playground area wood chip surface to synthetic turf, playground shade and football scoreboard replacement, modifications to portions of the fitness trail and the addition of new fitness trail exercise equipment. Miller Legg is providing civil engineering design, stormwater permitting, landscape architecture, irrigation design, preparation of materials and construction specifications and bidding assistance services. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade County Parks Misc. Landscape Architecture Support PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Services, Miami, FL 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Landscape Designer-Miller Legg is providing in-house landscape architecture design support services for Capital Improvements to the Parks &Recreation Department for a variety of County park projects. Most recently,the firm has provided playground design for Serena Lakes Park, Trust for Public Lands(TPL)Fitness Zone Design for Amelia Earhart Park,and playground design for Debbie Curtin Park. Landscape Architecture services include landscape architecture,hardscape and irrigation design. This work is being performed under the County's Equitable Distribution Program Continuous Professional Services Agreement. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Department of Transportation(FDOT)District 6 Districtwide PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Landscape Architectural Services 2017 Districtwide, FL (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Landscape Designer Miller Legg currently has a multi-year districtwide landscape architecture contract providing design services for stand-alone landscape projects and support for in-house projects. Under this contract,we are providing miscellaneous design support services including planting design, irrigation design, hardscape design and arborist services as well as minor engineering design and surveying/SUE services to support in-house landscape projects. In addition,we are currently providing in-house support services assisting the District Landscape Architect. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida International University(FIU) Felsberg Veterans Plaza PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami, FL 2017 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Landscape Designer-Miller Legg provided site engineering,landscape architecture,irrigation and construction phase services for the Felsberg Veterans Memorial project.The Memorial honors former Florida International University(FIU)alumnus Michael Felsberg,a Marine Lieutenant who died in the line of duty in 2003.The Memorial structure is located south of Parkview I on FIU's Modesto Madique campus. The project was designed and constructed under a very aggressive schedule,completing design and construction within three(3)months.This project falls under Miller Legg's Civil Engineering Continuing Services contract. STANDARD FORM 330(1/2004)PAGE 2 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26.NAMES OF KEY 27.ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing (From Section E, (From Section E, 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 Michael Kroll, RLA, FASLA Principal-in-Charge/Project x x x x x x x x x x Manager C. Miguel Juncal Landscape Architect x x x x x x x x Vanessa Ruiz Landscape Architect x x x x x x Raul Nevarez Gavela Landscape Designer x x x x x x Andrew Pereda Landscape Designer x x x x x x 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Florida International University(FIU)Felsberg Veterans 6 City of South Miami Parks and Recreation Master Plan Plaza 2 City of Miami Hadley Park Synthetic Turf and Park 7 City of Miramar Roads Landscape Improvements Improvements _ 3 Miami-Dade County Parks Misc. Landscape 8 Florida Department of Transportation (FDOT) District 6 Architecture Support Services In-House Landscape Architecture Support Services 4 City of Miami Baywalk Phase 3 9 Florida Department of Transportation(FDOT) District 6 BOLD Corridors Miami under Pushbutton Contract 5 City of Miami Morningside Park Tennis Center 10 Miami Dade Aviation Authority Kendall-Tamiami Executive Airport Buffer STANDARD FORM 330(1/2004)PAGE 4 H.ADDITIONAL INFORMATION 30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. Miller Legg is a statewide award-winning consulting firm that brings together the elements of landscape architecture, planning, engineering, surveying, environmental wetlands consulting, and geographic information systems services. Miller Legg works successfully to improve communities and create environments for a variety of clients. Client sectors include transportation, municipal and county government, healthcare, education, federal and international. This offers our clients a firm of seasoned professionals who are leaders in the Florida consulting industry. Miller Legg, established in 1965, employs a staff of approximately 50 professionals and technicians and is wholly owned by its employees. The firm has locations in Miami, Ft. Lauderdale, and Port St. Lucie. The firm's landscape architecture services include: planting, hardscape, irrigation, urban design, complete street design, recreational and commercial planning, project theming, signage design, graphic design, contract administration, construction observation services, plan review, horticultural consulting and arboriculture. In addition, the firm has inventoried more than 40,000 trees ranging from 28 to 20,000 trees per project. The firm has completed numerous municipal, county, state and federal projects ranging from neighborhood improvement and redevelopment projects, educational facilities site planning, cemeteries, neighborhood parks, and golf course designs to aviation facilities, regional water and sewer utilities, streetscapes, and streets and highways. Additionally, the firm has successfully completed several thousand private-sector projects including residential developments from two to 7,000 acres, industrial and office sites, hotels and theme park facilities, hospitals and medical office complexes, commercial properties, retail shopping centers and franchise properties. The firm has been involved with more than 100,000 acres of project design development in Florida. Our approach to each project is best characterized by a "partnering relationship." We dedicate ourselves to learning the culture of our clients, their specific concerns, desires and needs, much like an extension of their own offices. We consistently strive to maintain time schedules and to provide factual and frequent communication. Miller Legg prides itself on its team approach to the interdisciplinary needs unique to the project and client. We provide responsive, personalized, quality service to value-conscious private clients and select government agencies, who desire the very best in planning and design. I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 0 32. DATE .� , 5/4/2018 33. NAME AND TITLE Michael Kroll, RLA, FASLA, Principal-in-Charge, Project Manager STANDARD FORM 330(1/2004)PAGE 5 From: Leslie Hernandez Sent: Tuesday,April 3, 2018 12:21 PM To: Kristen Lawlor Cc: Kathie Brennan; Cara Pasquale;Val Di Piero Subject: RE: 18-P0078 City of Miami Beach- Dun and Bradstreet Report Attachments: DNB Supplier Qualification Receipt 2018 04 03.pdf Kristen, Attached is the receipt for the report. It was sent directly to Natalia Delgado. MILLER N EG G Leslie N.Hernandez Chief Financial Officer/SFO Office Extension 1642 Direct DialJ9541628-3642 Cell j9541632-3969 From: Kristen Lawlor Sent: Tuesday, April 03, 2018 11:45 AM To: Leslie Hernandez Cc: Kathie Brennan; Cara Pasquale; Val Di Piero Subject: RE: 18-P0078 City of Miami Beach - Dun and Bradstreet Report Thank you! There are two contacts listed in the RFP rafaelgranadol@miamibeachfl.gov 305-673-7000 nataliadelgadoCa�miamibeachfLgov 305-673-7000 ext 6263 Kristen Lawlor Business Development From: Leslie Hernandez Sent:Tuesday,April 3, 2018 11:45 AM To: Kristen Lawlor Cc: Kathie Brennan; Cara Pasquale; Val Di Piero Subject: RE: 18-P0078 City of Miami Beach - Dun and Bradstreet Report Kristen, Can you send me the name and email address of the Procurement Contact for this proposal? The report has to be sent directly from D&B to them. Thanks, MI LLER\ EG G yr a:w::wr.�w:•:n.:. :�: a.�a aM a.a>N�::. file:///sfo-mktg/...rafts/Tab%205/RE%2018-P0078%20City%20oP/020Miami%20Beach%20%20Dun%20and%20Bradstreet%20Report.htm[4/18/2018 10:52:47 AM] • Leslie N.Hernandez Chief Financial Officer/SFO Office Extension 15242 Direct Dial_(954)628-3642 Cell j9541632-3969 From: Kristen Lawlor Sent: Thursday, March 29, 2018 10:22 AM To: Val Di Piero Cc: Leslie Hernandez; Kathie Brennan; Cara Pasquale Subject: RE: 18-P0078 City of Miami Beach - Dun and Bradstreet Report Thanks Val. Kristen Lawlor Business Development From: Val Di Piero Sent: Thursday, March 29, 2018 9:57 AM To: Kristen Lawlor Cc: Leslie Hernandez; Kathie Brennan; Cara Pasquale Subject: RE: 18-P0078 City of Miami Beach - Dun and Bradstreet Report Kristen, Leslie will be back next Monday and she's the one who gets the D&B report for Marketing, and I am afraid I could get the wrong one. Please remind her on Monday to request the report. Val Di Piero Controller Ext. 1244 From: Kristen Lawlor Sent: Thursday, March 29, 2018 9:43 AM To: Val Di Piero Cc: Leslie Hernandez; Kathie Brennan; Cara Pasquale Subject: 18-P0078 City of Miami Beach - Dun and Bradstreet Report Good morning, For our submittal for the above referenced RFQ, we need to submit a Dun and Bradstreet report.This is due April 13. Can you kindly provide? tile:///sfo-mktg/...rafts/Tab%205/RE%2018-P0078%20City%20ot%20Miami%20Beach%20-%20Dun%20and%20Bradstreet%20Report.htm[4/18/2018 10:52:47 AM] 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:.isupplierportal.dnb.comlwebapp,wcsistoresise'vletlSuppl!erPortal?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, 2014 or later. Kristen Lawlor Business Development MILLER .EGG Improving Communities. Creating Environments. 5747 N.Andrews Way, Fort Lauderdale.Florida 33309 d 1(954)628-3602 0 (954)436-7000 c l(954)804-0259 f it in www.millerlegg.com file:///sfo-mktg/...rafts/Tab4Nb205/BE%2018-P0078%20City%20oN20Miami%20Beach4'o20-%20Dun%20and%20Bradstreet%20Report.htm[4/18/2018 10:52:47 AM] Order Summary Page 1 of 1 Help I Home dun$,Bradstreet Dun & Bradstreet Government Solutions Contractor Management Portal r View Registration Status I Find four Company D&B Supplier Certification Receipt Date Time Company D-U-N-S Product Cost 04- 12:12:51 MILLER, 038700035 Supplier Sub $91.95 03- LEGG& Portal Total 2018 ASSOCIATES, Registration INC. Product- Yearly • Tax $0.00 Total Cost $91.95 For further information or clarification Please contact our Customer Resource Group by clicking on the Customer Support link at the bottom of the page. Print Back To progress through the portal,use Powered by Customer Support Privacy Policy Help the available navigation buttons.Do & not use the back or forward buttons on your browser window https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SpRegistrationReceiptView?langl... 4/3/2018 TABLE OF CONTENTS TAB 1: COVER LETTER 1.1 Cover Letter 1.2 Appendix A TAB 2 : MINIMUM REQUIREMENTS 2.1 Business and Individual Licenses TAB 3: EXPERIENCE AND QUALIFICATIONS OF THE FIRM 3.1 Qualifications of Proposing Firm TAB 4: EXPERIENCE AND QUALIFICATIONS OF THE TEAM 4.1 Organizational Chart 4.1.1 Team Resumes TAB 5 : REQUIRED FORMS 5.1 330 Forms 5.2 Organizational Chart MILLER LEGG May 7, 2018 Ms. Natalia Delgado Procurement City of Miami Beach - � 1755 Meridian Avenue, 3`d Floor • Miami Beach, FL 33139 ,fat; Re: REQUEST FOR QUALIFICATIONS 2018-141-ND 11 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS-- ENGINEERING: CIVIL ' " °' Dear Selection Committee: We are pleased to submit our qualifications for this Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects under the Engineering—Civil Category of Work. Miller Legg is a 53- year-old company with 50 professionals to serve you, including registered professional engineers, project engineers, designers, CAD designers, engineering inspectors, landscape architects, biologists and environmental specialists, planners and surveyors. This Contract will be directed from our Miami-Dade Office and I will serve as Principal-in-Charge. Miller Legg is currently working with the City of Miami Beach on multiple projects including the Miami Beach 20th Street Pocket Park project, and Flamingo Park and Collins Waterfront Historical Districts. THE RIGHT TEAM Miller Legg understands the importance of your key concerns for this Engineering — Civil Contract: communication, responsiveness, quality, availability and adherence to time and budget. We are the Team to deliver successful projects to the City of Miami Beach under this Contract. Miller Legg has extensive similar experience in the design of streetscapes, neighborhood improvement projects, utilities, as well as parks, open spaces and recreational facilities. We pay critical attention to placemaking, demonstrating the important value of creating unique and inviting experiences in public spaces. In addition to our civil engineering services, Miller Legg also provides landscape architecture, surveying / SUE, and environmental services. This full-service design Team approach allows us to respond to the needs of the City,from concept design through construction,to effectively get the job done. DESIGN EXCELLENCE Miller Legg has been responsible for numerous award-winning urban revitalization and landscape architectural projects for public sector clients throughout South Florida including the City of Miami Beach, Miami, Homestead, South Miami, Miramar, Fort Lauderdale, Coral Springs, Lauderhill, Coconut Creek, Boca Raton, and West Palm Beach to name a few. PROJECT MANAGEMENT EXCELLENCE Miller Legg has made a corporate commitment to project management excellence which enables our project managers to consistently perform services on or ahead of schedule and within budget. Because of this commitment, Miller Legg can demonstrate numerous projects on which we have managed multi-disciplinary teams of in-house staff and subconsultants toward the successful completion of complex projects. IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. Miami-Dade Office: P43 NW 48th Street • Suite 140• Miami,Florida 33166-5407 (305)599-6381 • Fax: (305)599-2797 EOE I DFW www.millerlegg.com DESIGN TEAM Miller Legg's multi-disciplinary Team approach to design projects provides the City with a consultant that will develop sustainable Miller Legg has worked on other City projects under a continuing services aesthetic designs that respond to your needs, revitalize existing contract and has been providing landscape neighborhoods, improve recreational and open space, create a architecture, civil engineering,surveying, sense of place, and respect the project's budgets and schedules. permitting and construction administration services. My experience with the Miller As Principal-in-Charge, I will be responsible to ensure that the City Legg team throughout the Baywalk project has the staff and resources to serve as a seamless extension of has been very rewarding and the work your staff to carry out the design, coordination and product has exceeded my expectations. administrative services for this Contract. Their staff expertise and professionalism have been remarkable and I am extremely We look forward to working with the City of Miami Beach and satisfied with the result. I am happy to provide a reference for this firm and look continuing to provide you with responsive service, our team of forward to working with them on other City talented designers, and unique solutions to small municipal projects for which they may be selected in projects. If you have any questions, please e-mail me at the future." mkrollPmillerlegg.com or call me at(304) 599-6381. - John De Pazos Sincerely, Sr. Project Manager , City of Miami Michael D. Kroll, RLA, FASLA President \/° APPENDIX A MIAMI BEAC 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 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 an,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: Miller Legg NO.OF YEARS IN BUSINESS: 53 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 53 50 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: n/a FIRM PRIMARY ADDRESS(HEADQUARTERS): 5747 N Andrews Way CITY: Fort Lauderdale STATE: FL ZIP CODE: 33309 TELEPHONE NO.: 954-436-7000 TOLL FREE NO.: n/a FAX NO.: 954-493-6539 FIRM LOCAL ADDRESS: 7743 NW 48th Street,Suite 140 CITY: Doral STATE: ZIP CODE: FL 33166 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Michael Kroll,RLA,FASLA ACCOUNT REP TELEPHONE NO.: 305-599-6381 ACCOUNT REP TOLL FREE NO.: n/a ACCOUNT REP EMAIL: mkroll@millerlegg.com FEDERAL TAX IDENTIFICATION NO.: 65-0563467 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 x 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 x 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 http://www.miamibeachfl.gov/city-hall/procurement/ RFQ 2018-141—ND 19 • 7. • -•-• -- ''_ •- - _•- _eet, -- - .. - • benefits, -• •- •-• •-- •-. • .. . • a . .. e.'e1 . t3eer�efltrJ: .. • .. , ... - •- - . e: •.. .. •.. • .. ' . . e. • .. 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? x 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 x 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. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health x x Sick Leave x x Family Medical Leave x x Bereavement Leave x x 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://www.miamibeachfl.gov/city-halVprocurement/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 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 MDK Addendum 1 MDK Addendum 6 Addendum 11 MDK Addendum 2 MDK Addendum 7 Addendum 12 MDK Addendum 3 Addendum 8 Addendum 13 MDK Addendum 4 Addendum 9 Addendum 14 MDK Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-141—ND 21 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. RFQ 2018-141—ND 22 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 Representativ- Title of Proposer's Authorized Representative: Michael Kroll,RLA,FASLA Principal-in-Charge/Project Manager Si n-tur o •ropo ; Au a -. "e!resentative: Date: 5!4!2018 State of FLORIDA ) On this 4 day of May ,2018, personally appeared before me Michael Kroll,RLA,FASO County of Broward ) stated that (s)he is the President,Principal-in-Charge of Miller Legg , 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 Bef e me: Notary Public for the State of Florida My Commission Expires: September 9,2018 RFQ 2018-141—ND 23 TAB2 2.1 MINIMUM QUALIFICATIONS REQUIREMENTS State of Florida Local Business Tax Receipt Department of State Miami-Dade County,State of Florida L B T /188884 \ J I certify from the monis of this office that MILLER,LEGG&ASSOCIATES, MILLER LEGG a ASSOCIATES INC RENENIAL EXPIRES INC.is a corporation organized under the laws of the State of Florida filed on -ENGINEERING BUSINESS 7470004 Mon SE Pn 3,'I. a30,co of d2018 utur March 15,1995, 7793 NW 98 ST STE 190 ,m DORM.FL 33166 Ch..,«r-AO 9&10 The document number of this corporation is P95000021117. ovessen !MC. PE OF I further certify that said corporation has paid all fees due this office tbrcngh MILLER LEGG a ASSOCIATES INC 2 I'�,0000,PARTNE0sEIP.FInM December 31,2918,that ire most recent annual reunif business to E97318 105 00..A`7'MOn Pte/ Pon Emeloteetsl 1n. 59500 09/27/2017 was filed on January 22,2018,sad that its status is active. ECNECc--17-196171 A.La fbAnyys a._.,=.,x a«..I..e a I0.«.. I further certify that said cespawion has not fried Articles of Dissolution. «F^�'s« w, "'e""..L^F.'°^^i:^+p'..I°.+..^'.�'.I marl. Give.gamier."Med r the G+.6.66fore 51afte eFlertle r Tailliassee,rte COR0.7,I6 Sr Tr.e.b-.errd Jre f..tm...r. MIS State. Q�t,,Flori a e,. Board of Professional Engineers Sc - - Attests that ori ,, Secretary of State Millar gg&Associates�� ` Inc. �FBPE r aNwmer ccvsanmx '.. .6 M IlJ5 LCb4. .,.'.°'� To k.et0iarrma.,rlt the I.....acenter..number.and Awn ,1 ,.m,am,6066 I.authorized ander the prorieionaof Section t7111 Stacucea,to offer engineering services P"gar.I....rte.eAyru.La:cerw4,uas.u,nc.nsk.una..cLai. i to the public through s Professional Engineer,d�6 p f�eb tinder Chapter 471,Florida Statutes. Expiration: 2/28/2019 ,; 1• . . CA tic.No: Audit No: 228201908929 NC �° 7318 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Joaquin Alejandro Mojica,P.E. Norma Teresa Alvarez,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/21/2019 EE.Lk.No: Expiration:'/28/20n9 P.E.Lie,No: Audit No: 22/1201929669 R 90488 Audit No: 228201917635 R 70612 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Arrests that Enrique Gomez,P.E. Christopher Thomas Andreoni,P.E l i Do not dtnr J.s d,e.m a is am form. .•. Du ve,Iter thio dae.lmr.t.n oma Irma Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Espindon:2/28/2019 P.E.Lk.No: Expiration:2/28/2019 P.E.Inc.No: Audit No: 228201936369 1 ,,.y,,,,,, ..,0..,ter, ,,,r.,.....� 84670 Audit No: 220201935990 I A i ,,,„,w,,,,..,...,.„,,..,,,,,,..... 4x... 84184 00.1.. Ir.me.l�ls,e.. .r.I foe n ,rI.rn.,,1r L....,..to um 01. hi.*arm, Tr uanx.to..,w::,Ifor,:.'......11A.!kcal.,n,.ne iho d,e,mrnt. / MILLER LEGG Florida International University (FIU) 117th Avenue Entry Sign Miami, Florida Miller Legg provided civil engineering grading design services for this project. These services were necessary to assist FIU with signage installation on the south side of its 17th St/117th Avenue entryway on the Modesto Madique campus.Final engineering plans and supporting documents/specifications for on-site • demolition and grading were prepared in addition to permitting documents. e, Client(s)and Contact Information: t • 4 Mr.Manuel Hernandez,PE - -,. 111 (Il / SGM Engineering ' 935 Lake Baldwin Lane - -1+! I Orlando,FL 32814 • " '(407)767 5188 l , manuel@sgmengineering.com Fr' Construction Costs: . •�I* ,11 4040 $150,000 _ `'' Contract Amount: a` , --'' 'I _ 1' $3,600 - Contract Completion Year: 2017 • IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. wwwmill erlegg.com *\,- MILLER LEGG Broward College (BC) North Campus Pavers and Shade Davie, Florida Miller Legg provided landscape •, .:a. ! , architectural and engineering services for A •W development of a hardscape design - " .'.:„ including incorporation of existing features, " �* ' _,,,..,t1 the addition of shade structures and r- .rte ,, campus linear sculpture at Broward College 7' North Campus Student Services Building. ••• _ ' y �" Elements include providing schematic designs,preparation of plans and `i construction documents,and assistance —�� _ with bidding,construction observation and t •. iNiiii- t--- required permitting. Additionally,Miller �,–� Legg provided designs for hardscape, - j' rim pedestrian experience,permitting,pavers, and walkways. IC 14 k. + - MI% Client(s)and Contact Information: 7 Mr.Robert Bellot ` I( tilt illippv Broward College 'I ,,k....•1,, _a. 41( � � 3501 SW Davie Road ', f� Davie,FL 33314 " 954-201-8706 rbellot@broward.edu '. Construction Costs: ... f $278,749 ,\ Contract Amount: •; , • $32,600 ,, --- Contract Completion Year: �" 2017 -.-*:-:' - r' ..,' `' 1/I(�:a�[ ° 4_f in:" ,�,.. A. IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www millerlegg.com ". MILLER LEGG City of Fort Lauderdale Bayview Drive Stormwater & Drainage Improvement Fort Lauderdale, Florida The 2625 NE 11th Court Stormwater 1 .,,NII. `. 1' ' 4' g i i 10 I Improvement project encompassed the '4 •1." , ,' roadway along NE 11 Court,between �' R �. 0 '..,••.0�•" Bayview Drive and Seminole Drive in Fort '� . . "', Lauderdale.The project included modeling �, �yis , ,;�fi�1' and calculations for the design of a new • c y,'' t�l0 ,'' Z, 1 ,, ,.� L t stormwater drainage system to address r' •'f • • street flooding issues along the site. Miller 1j' •• Legg furnished modeling,civil design,tidal ,��;i r 4 ;. ,� i, , ' flap gate,utility conflict,permitting and ' ' `• � .I t• ...• I,,,, t ",,1, construction services support.This project ,,a,• t $ • ,4., 4' r , is part of the City's Stormwater Master ,�r y / x •, Plan,and was carried out under the firm's •; r Art continuing services contract with the City of ,;,.• 4 Al, �4 4 ',' Fort Lauderdale. y �,. ' .E Client(s)and Contact Information: c,° •v jilia.A Mr.Elkin Diaz , City of Fort Lauderdale 1,1 �? fic `VW A' 1'` �/ �'-; e 1.1940' 44 100 North Andrews Avenue Fort Lauderdale,FL 33301 s • '- yr" . ,1- (954)828-6539 • ediazi fortlauderdale.Rov d 1'1,• t it ••••Construction Costs: E " =! ;• ' x C y�' ..1 ""'~� $150,000 s ;t ,l r 1 .�i }:iW • r, ', r Contract Amount: w - y $38,455 ;:41.!‘. Y "- Y Contract Completion Year: � � '' �" 2017 IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com */". MILLER LEGG City of Coral Springs Forest Hills Boulevard Pedestrian Lighting Coral Springs, Florida Miller Legg provided pedestrian lighting • analysis and design plans for the Forest Hills Boulevard roadway loop starting and ending at NW 27th Street in the City of + . et Coral Springs.A right-of-way survey was ° 4 .;r also performed.This segment of Forest Hills y{, • ]G elial .tea r j ' "-; ri r T Blvd.is approximately 1.5 miles in length. ,, .f __ star '! _� Lic ,lir i��, I, taltada3,0 Client(s)and Contact Information: ' =-r"' Mr.Glenn Gordon ....b................--.....r= _ t' #:A . City of Coral Springs ; ;; v 'ti 1, � ' �1Jt- 9551West Sample Road '=a ••fi"�Al �_ � } i•' Coral Springs,FL 33065 t, `� if + ;,;s t, t j,--.4. ; `k ' ., f_ + (954)345-2219 v"'� J +t': ' cordon@coralsprings.or>; . _y� ti ¢ $ �1` 1 11 �I _ t#"z•r . 1 w1 , •P r ` i Construction Costs: '•_ ) -� 4 +1 ' w -- $160,612 «-- ......�. -�.,.. J. Professional Fees: �i ' $40,960 Contract Completion Year: 2016 h. Y i r w .v y R. . ' fa I I _ _ .....4 t IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. wwwmillerlegg.com "'" MILLER LEGG City of Miami Baywalk Phase 3 Miami,Florida `"T' �.lIm ` .. `ti. "'// �� ��1 Miller Legg provided landscape , %'y , \, > architecture,civil engineering, - II ii lighting/electrical engineering,surveying r j'', ,,, , J1 ,," and permitting services for the Miami Baywalk Phase 3 Project. Permitting for ,�" t ''i project improvements was provided <$ through the City of Miami,Miami-Dade 1 County and South Florida Water I I I ••: Management District.The project is a 1/4 .,,,t..1 'Iq , _ `, mile pedestrian-oriented urban waterfront - I •park and promenade on Biscayne Bay, '..,;,,�, .., "4.1 �, located adjacent to the east coast .. ,s I fa greenway.It provides a unique open space °�r that links the American Airlines Arena, F` '7a� Biscayne Boulevard,and Museum Park.The Baywalk design includes custom native i , "' 4 stone benches,extensive paver pedestrian - spaces,salt-tolerant tropical plantings,as »gy_ well as themed lighting and site amenities. Due to historic maritime activities in the _ rY1 $41.01 project area,soil conditions were addressed 1 through the design of unique drainage facilities that minimized potential ' ' groundwater impacts.The Baywalk design ". , solution also improved visibility and lighting in the area to discourage vagrancy issues .. ---— that existed.The planting design not only enhanced aesthetics,but also buffered t . "" µ _ , unsightly adjacent parking and utility areas and minimized exposed surfaces that had been subject to graffiti. Client(s)and Contact Information: �•1t At f City of Miami Department of Capital °4 ,. '...iii ____,......mor— - City Program �' �y'. , John De Pazos .- •1 . Sr.Project Manager w,� i - (305)416-1094 ` '1 t , ,' -1 jdepazos@miamigov.com Contract Amount: I y t. .d1�i5 .' i S182,478 . 1 _ . Contract Year: — i ,4 2015-current ` , --� t.71 IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com *‘ ' MILLER LEGG City of Miami Hadley Park Synthetic Turf and Park Improvements Miami,Florida r z''',+' : Under Miller Legg's professional service ,;•. agreement with the City of Miami for •"F landscape architectural services,the firm has been retained to provide civil ( 'i fi: •• • engineering,landscape architecture, l,. 0 : permitting and limited construction observation services for the Hadley Park y - >, • �,Y'ti,.,.t '` ` synthetic turf and park improvements y v-r, project.Miller Legg is to provide _ _ r •y underground utility designation services in *� + "' .-- -- �" order to prepare an existing utility map. I.ki,. `f.� . _ .. Schematic design documents for the __ - - proposed improvements are being -- provided,to include client meetings and preliminary Opinion of Probable Cost.Final - construction documents will be developed for chosen field layout,fencing,pedestrian walkways,grading,site amenities,ADA- accessible ramp,sodding and irrigation. - Permit coordination will be coordinated with the City,Miami-Dade DERM and t• . SFWMD.Construction administration services will be delivered,culminating with •Y a statement of work completion and as- built submittal. --• a. Client(s)and Contact Information: . ''� City of Miami City of Miami Department of Capital f x ;! Improvements Program " " ., .r-,: ,,,, � • Jose Caldeira '"' ----1",,,f, „ �^ . ` . Project Manager Capital Improvements t i (305)416-1290 ,`.. v" , 1 jcaldeira@miamigov.com " Contract Amount:$89,464.82 Contract Year: 2017-current I`'%• . Wim:_ . i .-t I IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com ``` MILLER LEGG City of Miami Morningside Park Tennis Center Miami,Florida The City of Miami Morningside park created an expanded and improved tennis facility at •' Ssa ""°,ac = _'''..---7-.7.—.7...=.,4--:111F--_ -- the park.The project included meg_- - "' '46 , -- improvements to an existing seven(7) _ 11 _--i-�t,i .-1 `'r - i courts that had experienced degradation -=�-"" -•"' f due to drainage and soil stabilization issues. ,• �A ' •t? •- A new court layout was developed to `` ! ; �� —= '. increase the facility to eight(8)lighted I; ;� ' 111,-. -- • courts and a warm-up training wall amenity. mor--- . .v: other tennis improvements included . til ®� I F ;; _--- upgraded lighting,fencing ad shaded bench i' - = ; L area.A central courtyard was also .1i _e^�' L. - • I, - f• developed as a key element of the project i' . • G'-• fi design.This courtyard creates an inviting area for players and spectators to gather �., j I'�' ---_ f-i c before and after matches.A themes paver µ . `� I l field with lush landscaping that embraces r IN' ; "' ` iv _ .t-r:7-.7". -'_-- I large existing ficus trees creates a pleasant �' r •7g___.r- I gathering space not previously found at _.. 1 ' gm 1 i I i iiml. Morningside Park,and helps establish it as al,�1 premier public tennis destination in the City ' - - .J j I I !! of Miami. Services include civil engineering, r-l� �— lbsOp landscape architecture,permitting and '„4+'� ti v"' limited construction administration to assist '"` MILLER�� LEGG the City in the bidding,observation and x Rz "� certification of the project improvements. Apart from the City,other agencies with jurisdiction include Miami-Dade County I I V.I i il� 9 MMNIN(:SInr PARK TFNNIS COURTS i.f 3 • Department of Environmental Resources n I . 1 t —.---_---_ iti Q -*r'` N i i st TE PL.aN .,!, 1 ��' (DERM)and South Florida Water -% Management District(SFWMD). y .__. Client(s)and Contact Information: ti `-t W f,. City of Miami Department of Capital ,: " 'M+ 1 Improvements Program ''',-'.:4,0,1,.' Jose Caldeira 'n 1 _ Project Manager Capital Improvements r r • -, ";. (305)416-1290 ar :. +r t • jcaldeira@miamigov.com 14 r4 Contract Amount: , I _ ...- $77,403.56 ,......+wA11s-..- Contract Year: ._ = 2015 2017 �' .r .... ..z . • .e: t rJ IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com e's MILLER LEGG Florida International University (FIU) Felsberg Veterans Plaza Miami, Florida `.. Miller Legg provided site engineering, a tom, }'" r landscape architecture,irrigation and _� construction phase services for the Felsberg `;•,;?t\ $ . Veterans Memorial project.The Memorial (a:, , j y,? ' '• ,f,.. , honors former Florida International i r , University(FIU)alumnus Michael Felsberg, , '• / - ••;J�: - t 4 �-�..:- — ,, a Marine Lieutenant who died in the line of s .° " '. '- i. r duty in 2003.The Memorial structure is y� R u , ,+��'� i , ,HC - 's v s '" j *011 Alllocated south of Parkview I on FIU's � '.. ModestoMadiquecampus. The project * a ;. _ was designed and constructed under a very • 1 •oto �; ,.,.ii*...�. x' * . a aggressive schedule,completing design and - = ' '��V r' ` Lc .x 4 construction within three(3)months.This ,`-- •A• ct3•i'<': 4' t project falls under Miller Legg's Civil i ;= w •` '>�14. ,fir Engineering Continuing Services contract. w -, 1-' ... '> , _ • ar � '"-:.T,„• w ' Client(s)and Contact Information: a �; •y.�';sw '` r p'*. :'., , Florida International University(FIU) � - r ,'. .' gib ,..6,._!...,../ • !7 '. ,'fie¢ Patrick Meagher --• - N '� Director of Facilities Construction ' rs; .3. (305)348-2000 :2 ?t. " I ., .,,-„ Patrick.meagher@fiu.edu .„,„*..v.., . :;' ,$. , . .. Contract Amount: _ ,, Mt $39,100 -" ' MIIMMIMMIMIMMI Contract Year: 2017 . _,4 '3,16:,„ s . • ! " ■ ° VAN 1 { fey, /� 9 ♦+gyt, •, , 3 • • . IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com ". MILLER LEGG Broward College (BC) Bailey Hall Civil & Landscape Architecture Improvements Davie,Florida Miller Legg was responsible for civil l � di"'+' ip) r+ A/ • , 1x. ' engineering and landscape architecture s.i ., s..40'..,..•• f+. r r services associated with the revitalization of 1 Nit-' '�I•• Os 1.4• �` the pedestrian and landscape areas located �' "�' • te-Allit klisktio 'al- 44' adjacent to Broward College Davie Campus ...Ma• moi. Buildings 3,4,5&6.Building 4 is Bailey 7-1_ 4-w ' v4101' e i Hall,where the high-profile October 2014 i.;, u— - )' • Florida gubernatorial debate was held.The i , . r - project consisted of the demolition of the ...��: = �t mi ::. i 1 :` existing concrete courtyard area and the ,�� s rp � �� ' •j r installation of pavers between Buildings 3 .�_ r r• and 4.The existing concrete courtyard I contained several areas that did not meet s 6 I rif,•, ADA code.The installation of pavers addressed the ADA code compliance and - h i �`+,ra ":. , enhanced the appearance of the courtyard. - Landscaping was also being installed in and ".`�• around those buildings to create an aesthetically pleasing walking environment which further improves the entire courtyard area.Pedestrian walkways were repaved and paver landings for ADA compliant picnic ,,,p.. , tables created which allows for students to ..‘ • relax and study between classes.Civil .,:w.",, .. '.��r engineering services provided include _Ai '�`.06 4 �,+,1♦ demolition,paving,grading and permitting. !' $ -N., Landscape architecture services consist of ;' -• • 7 � ,' a '.I, . -� hardsca a landscape and irrigation.This ,,.. /-' ', i` a • work was conducted under the firm'sJ ��i. fry ` -,r * continuing services contract with Broward * `-w •\ 2,.•i► ,,;�-r..,*'•• 'i, College. , "' , ::... - -'.- ! -i J-/ All. '*t'- Client(s)and Contact Information: - t Broward College(BC) ilk �" , 164.04 � a\r '• ' w Sean Devaney - � #h ` s ' ,�f, Director of Facilities College-wide fi Maintenance •,"xOK r '� (954)201-6974 ' r•.., . .. . ••. sdevaney@broward.edu , 'l_ 1•e - ' „ Contract Amount: • 4• .: .* I '1 { • :41.1k: , r Y„ $36,085 .- ,<' `- ' •�' • �* .+•r •� "q5 II '. Contract Year: , -.- • ' °' ?19! / r Ai•1 • 2014 y. t V t t ii Mt1 IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www millerlegg.com */". MILLER LEGG Broward College South Campus Automotive Facility Pembroke Pines,Florida At the South Campus Automotive Facility, _ Miller Legg addressed surface water/storm water management related impact 4x requirements,as well as :-.w. _ - _ updates/modifications to the Surface Water Management System/Stormwater Master t Plan and permits modifications currently being processed for the overall Campus --_, through the South Florida Water ► Management District(SFWMD)and South 'j Broward Drainage District(SBDD). """*--�_ j Engineering services included the 1�. preparation of paving,grading and drainage ' ' / j plans,details,sections,drainage .0 JP calculations,etc.as necessary to address y J ; the proposed project's site/civil design, r ""`"- permitting and construction requirements. .4 T .( w' Furthermore,the firm provided landscape ..- /-, architecture conceptual planting plans, ,rf including tree location,planting design,as itc` r • '� w • •well as construction administration. %" .' *,Aii. Client(s)and Contact Information: -` Broward College(BC) " m , -` o. •c: �yL 741bla' Synalovski Romanik&Saye(SRS) „ ,, Robert Bellot " v r41, South Campus Construction PM ! `'.. (954)201-8706 • ` f eIti ; x • .4,-,4'..*- „ •w: _ ' rbellot@broward.edufil t , , ''. -0 ' • ' lift 2:7,,,,-..,„: .-.1.' ,..J.- ' -,,..,.... .. - - . Contract Amount: i aIINn' '4i $59,665 Contract Year: ` 2016-2017 ate'+ .. , 61404.1 . . _ t.-, w A , _a F IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com `'*` MILLER LEGG Memorial Hospital West Graduate Medical Education Building Pembroke Pines,Florida The Memorial Hospital West Graduates ' Medical Education building is a new 30,000 SF 2-story medical education facility that incorporates teaching facilities and . ,� associated support services for graduate MR, , medical residents. The new facility is % it "" integrated into the east patient tower of C ►az% . the hospital to provide enhanced entry and -� p 4 dining facilities in addition to resident and f ` ` educational facilities. Miller Legg provided ■1 site planning,survey,subsurface utility . -VII coordination,civil engineering,landscape ■■ architecture,lighting design and V-1:-,,,''...,:1,-' ,construction administration services on the ,. » , project. Prior to design work,topographic �k' ,, _=.r survey and campus utility infrastructure 't 4 4:;,,, was mapped and coordinated with the :'v ,. 'y 4 I 1 1 owner and architectural design team for 4,6'. y�+s1 this expansion project and the enabling r� 11. C infrastructure improvements for this '` ;;_ ' II i II r t Pembroke Pines campus project. -- Client(s)and Contact Information: -ar{ _ -��y Memorial Healthcare System ' Mark Greenspan A-4,-,... �� (954)265-8674 mgreenspan@mhs.net a Contract Amount: ,R 1 $127,739 it Contract Year: 2015-2017 � - ,. . ?:, - - 44414,---.IL - mi• ! i` A t I .:.. ' I it a il 1 -., 1 0 IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com \\7" MILLER LEGG Nicklaus Children's Hospital (NCH) Tomotherapy Building Site Design Miami,Florida Among the services being rendered by .., ---.f '. i.. T , •44-� Miller Legg for the Nicklaus Children's . •, , ' _ — „ *' �` Hospital(NCH)main campus new i+ti_l� .. _ E ` ' K - k; G Llki°' ' Tomotherapy building are site plan (' q iE I !` r: _ + coordination,landscape architecture/ '. ' ' '+ ,,, �••_ e --'fi _w irrigation and civil engineering site design. � ^+r•,+� .'+� �• �•�;,.� ,• The landscape architecture/irrigation I) I+ '- ! }'', `` j } '4 services include construction document ,4,,,_.-, ,-`:- i- 4 ;y 4'' ` : " �'y . '�•°.:4,..- preparation, � preparation,bidding and pre-construction `" - �: + ` assistance,and construction administration. t -- n , • -, On the civil side,the firm is handling site r ,_ . __ + '�` a�, 3 civil and utility infrastructure construction '.`" 7' '"� ...so, F �',' ` document preparation and agency _ may 4. 11. .- 21 '� � '` .s ; a•µ�� y1 .F.` - _.-it �"_— �� permitting,site civil bidding assistance,as A_ .� y T.. 3 '0 4. well as pre construction services and , 1�,s`�'^�? ! - "t` y construction administration.Permitting is • ,- -' _ '-= r.,,,, .a.' .. it _ I coordinated with Miami-Dade WASD,Public ,�. '•. . .,rc ' }a ''` E-- 5:, ..i" ` ' , + Works,DERM,Fire and Health r�' . -- L _ e 11 ^' r W .,�- A,,,. Departments. Tree mitigation services \ a-4 Pi � • `"'w - z `; a` ,("• involve the creation of a tree inventory plan �+. 1* + ,,,„_;., + Att. and preparation of a tree removal permit _ . ''Azief: �' �. _ - t -.....7-4„�. application.Miller Legg is performing these 1.,,,".t u,*s ` "j' ---- • sw r .- r services as part of the Pozo Architect's w `� � '''rs ""' �"' - _ . r t team. € �! 4 1�, Miami Children's Hospital/NicklausI.m, + - - • Children's Hospital ' .- , -1 4/ 0 . Pozo Architects,PA 1 `- � -, Eduardo Pozo,PA -# ,a 'y 'r - NM' s . (786)200-7711 s F'- - .. t° eposo@epozo.com _ Contract Amount: t 4 LS- ' $46,450 • ,n • Contract Year: a,„ ' b Ti : - y 2016-current r . 1to r ,. _ - Ai..,. 1_ 11 iniiiiim.. 4, . , IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. www.millerlegg.com ORGANIZATIONAL CHART MIAMI BEACH Principal-in-Charge Project Manager CIVIL ENGINEERING NORMA ALVAREZ, PE Senior Project Engineer ENRIQUE GOMEZ, PE Project Engineer CHRISTOPHER ANDREONI, PE Project Engineer PETER GODOY Senior Designer JESSICA SPICER CAD Designer ADDITIONAL SUPPORT SERVICES Landscape Architecture Surveying Team Leader Team Leader Environmental Team Leader Michael Kroll, RLA, FASLA Principal-in-Charge ' le ':i .1..—,•; Professional Experience: prepared in addition to permitting documents. Mr. Kroll, President of Miller Legg, has been actively involved in projects ranging City of Miami Baywalk Phase 3 - from large scale habitat restoration to Miller Legg provided landscape international urban redevelopment architecture, civil engineering, projects. His 30+-year career has lighting/electrical engineering, surveying Years of Experience:32 concentrated onlannin , infrastructure, P g and permitting services for the Miami open space,transportation and Baywalk Phase 3 Project. Permitting for Registrations&Certifications: redevelopment, principally in South project improvements was provided Registered Landscape Architect FL 1989 Florida. Mr. Kroll's diverse professional through the City of Miami, Miami-Dade Registered Landscape Architect TA, 2009 experience has led to projects that County and South Florida Water fellow Amenan Society of Landscape Architects 2014 successfully integrate environmental, Management District.The project is a planning and landscape architectural 1/4 mile pedestrian-oriented urban Education: services. Under his leadership, Miller waterfront park and promenade on Bachelor ofLandscape ArchitectureLandscape Architecture Legg develops project solutions that Biscayne Bay. Due to historic maritime University of Florida, 1986 respond to the natural environment, activities in the project area, soil Graduate!iodises, Urban and Regional Planning respect the social fabric and create conditions were addressed through the Florida State University, 1989 sustainable aesthetic spaces. design of unique drainage facilities that minimized potential groundwater Relevant Project Experience: impacts. The Baywalk design solution Publications&Presentations: also improved visibility and lighting in the American Society of Landscape Architects, Broward Section, Florida International University area to discourage vagrancy issues that Habitat Restoration, October 1995 (FIU) Felsberg Veterans Plaza- existed.The planting design not only Builders Association of South Florida, Environmental Issues B Miller Legg provided site engineering, enhanced aesthetics, but also buffered Development 1999, Lecturer landscape architecture, irrigation and unsightly adjacent parking and utility Florida Educational Facilities Planners'Association, Inc, construction phase services for the areas and minimized exposed surfaces Making Connections Benefits of On-Campus Mars Transit Felsberg Veterans Memorial project.The that had been subject to graffiti. Element(July 2014, Presenter/Speaker Memorial honors former Florida Florida Engineering Society, Environmental Design B Habitat International University(FIU) alumnus City of Miami Hadley Park Restoration,April 1995, Lecturer Michael Felsberg, a Marine Lieutenant ,Florida Planning and Zoning Association, Public Private g Synthetic Turf and Park darts Planning neishpJune 2001, Presenter/Speaker who died in the line of duty in 2003.The Improvements- Under Miller Legg's Memorial structure is located south of professional service agreement with the University of Florida School of Architecture, Where the g Parkview I on FIU's Modesto Madique Cityof Miami,the firm is providingcivil Water Meets the Land September 1996, Guest Lecturer campus. The project was designed and engineering, landscape architecture, Professional&Civic Activities: constructed under a very aggressive permitting and limited construction fellow,American Society of Landscape Architects schedule, completing design and observation services for the Hadley Park construction within three (3) months. synthetic turf andpark improvements past Member American Society of Landscape Architects, Y P Florida Executive Committee This project falls under Miller Legg's Civil project. Miller Legg is providing Yice Chan Broward County Bicycle 8 Pedestrian Advisory Engineering Continuing Services underground utility designation services Committee contract. in order to prepare an existing utility Member, Broward Section,American Planning Association map. Schematic design documents for Part Chair, Broward Section,American Society of Landscape Florida International University the proposed improvements are being Architects (FIU) 117th Ave. Entry Sign - Miller provided, to include client meetings and Member, Florida Board of Landscape Architecture, 2013-2016 Legg provided civil engineering grading preliminary Opinion of Probable Cost. Member Florida Earth Foundation, Engineering Advisory design services for this project.These Final construction documents will be Committee, 2004-present services were necessary to assist FIU developed for chosen field layout, Member Florida Recreation and Park Association with signage installation on the south fencing, pedestrian walkways,grading, Member, Florida Redevelopment Association side of its 17th St/117th Avenue site amenities,ADA-accessible ramp, Recipient UF Distinguished Landscape Architect Alumnus entrywayon the Modesto Madi Award, 2013 que sodding and irrigation. Permit Member Urban Land Institute campus. Final engineering plans and coordination will be also be provided. supporting documents/specifications for MILLER�� LEGG on-site demolition and grading were Joaquin A. Mojiea, PE Project Manager Relevant Project Experience: permitting and limited construction administration to assist the City in the City of Miami Baywalk Phase 3 - bidding, observation and certification of Miller Legg provided landscape the project improvements. architecture, civil engineering, lighting/electrical engineering, surveying City of Fort Lauderdale Bayview Years of Experience 19 and permitting services for the Miami Drive Stormwater& Drainage Baywalk Phase 3 Project. Permitting for Improvement-The 2625 NE I I th project improvements was provided Court Stormwater Improvement project Registrations&Certifications: through the City of Miami, Miami-Dade encompassed the roadway along NE I I Regutered Professional Engineer, Fl, 2010 County and South Florida Water Court, between Bayview Drive and Management District.The project is a Seminole Drive in Fort Lauderdale.The Education: I/4 mile pedestrian-oriented urban project included modeling and Bachelor o/Joence,Civil Engineering waterfront park and promenade on calculations for the design of a new University of Central Florida, 1997 Biscayne Bay. Due to historic maritime stormwater drainage system to address activities in the project area,soil street flooding issues along the site. Professional&Civic Activities: conditions were addressed through the Miller Legg furnished modeling, civil Member,American Society of Civil Engineers design of unique drainage facilities that design,tidal flap gate, utility conflict, Member,Commercial Real Estate Development Institute minimized potential groundwater permitting and construction services Member, Florida Engineering Society impacts.The Baywalk design solution support.This project is part of the City's Member, International Council of Shopping Centers also improved visibility and lighting in the Stormwater Master Plan,and was carried Member, Urban Land Institute area to discourage vagrancy issues that out under the firm's continuing services existed.The planting design not only contract with the City of Fort enhanced aesthetics, but also buffered Lauderdale. unsightly adjacent parking and utility Professional Experience: areas and minimized exposed surfaces City of Doral Glades Park that had been subject to graffiti. Boardwalk and Wetland Preserve- Mr. Mojica has extensive project design Doral Glades Park is a 25-acre and permitting experience in Florida, City of Miami Morningside Park recreational facility for which passive and Puerto Rico and the Caribbean. He has Tennis Center-The City of Miami active elements are planned, including provided civil engineering design and Morningside Park created an expanded playing fields,community and nature management services to both private and and improved tennis facility at the park. pavilions,fishing pier,walking trail and public sector clients.As Regional The project included improvements to wetland boardwalk. Miller Legg is Engineering Manager, Mr. Mojica's an existing seven (7) courts that had involved in the design and construction responsibilities include preparation of experienced degradation due to drainage of the wetlands and boardwalk, using GIS proposals, negotiation of engineering and soil stabilization issues.A new court and surface water management support. contracts, client relations, project layout was developed to increase the Coordination includes value engineering reporting, scheduling, budgeting, facility to eight(8) lighted courts and a and design for the boardwalk(s)and management of technical staff and warm-up training wall amenity.Other pier(s). subconsultants, design, and permitting. tennis improvements included upgraded He is highly skilled in CAD/Civil 3D, lighting,fencing ad shaded bench area.A City of West Palm Beach General ICPR and PONDS software. central courtyard was also developed as Engineering Services- Miller Legg a key element of the project design.This holds a multi-year continuing contract courtyard creates an inviting area for for general engineering consulting players and spectators to gather before services with the City of West Palm and after matches.A themes paver field Beach under which the firm is contracted with lush landscaping that embraces large to render civil, roadway,stormwater and existing ficus trees creates a pleasant wastewater, environmental and surveying gathering space not previously found at services for City projects. Morningside Park,and helps establish it as a premier public tennis destination in the City of Miami. Services include civil MILLER LEGG engineering, landscape architecture, ice►; ., -�,.�.,R,. Norma Alvarez, PE r �., !. .,• '' Senior Project Engineer } Relevant Project Experience: contract with the City of Fort Lauderdale. 10:-M p4.42.1 A Florida International University (FIU) Felsberg Veterans Plaza- City of Miami Baywalk Phase 3 - ,: Miller Legg provided site engineering, Miller Legg provided landscape landscape architecture, irrigation and architecture, civil engineering, construction phase services for the lighting/electrical engineering, surveying Years of Experience 32 Felsberg Veterans Memorial project.The and permitting services for the Miami Memorial honors former Florida Baywalk Phase 3 Project. Permitting for International University(FIU)alumnus project improvements was provided Registrations&Certifications: Michael Felsberg,a Marine Lieutenant through the City of Miami, Miami-Dade Registered Prolessiona/Engineer, FL 2010 who died in the line of duty in 2003.The County and South Florida Water Memorial structure is located south of Management District.The project is a Education: Parkview I on FIU's Modesto Madique I/4 mile pedestrian-oriented urban Bachelor a/tuenre, Civil Engineering campus. The project was designed and waterfront park and promenade on Universidad Central de Venezuela 1984 constructed under a very aggressive Biscayne Bay. Due to historic maritime Graduate Studies: Hydraulics Resources Planning schedule, completing design and activities in the project area, soil Universidad Simon Bolivar, 1989 construction within three(3) months. conditions were addressed through the This project falls under Miller Legg's Civil design of unique drainage facilities that Engineering Continuing Services minimized potential groundwater contract. impacts.The Baywalk design solution Professional Experience: also improved visibility and lighting in the Florida International University area to discourage vagrancy issues that Ms.Alvarez has three decades of (FIU) I 17th Ave. Entry Sign - Miller existed. The planting design not only experience in the fields of civil Legg provided civil engineering grading enhanced aesthetics, but also buffered engineering, project management, design, design services for this project.These unsightly adjacent parking and utility and computer-aided design. Her services were necessary to assist FIU areas and minimized exposed surfaces experience includes environmental with signage installation on the south that had been subject to graffiti. permitting, earthworks, roads systems, side of its 17th St/1 17th Avenue hydrological and hydraulics studies, entryway on the Modesto Madique City of Coral Gables War Memorial water/wastewater facilities and sewage campus. Final engineering plans and Youth Center Landscape & system projects, stormwater/drainage, supporting documents/specifications for Engineering—This City of Coral oil-contaminated water projects,site on-site demolition and grading were Gables 7-acre War Memorial Youth audits,feasibility studies, and proposal prepared in addition to permitting Center in Miami-Dade County stands as preparation. Ms.Alvarez has used her documents. a living memorial to the veterans of talents on many projects, coordinating Coral Gables who risked their lives for technical issues, planning, performing City of Fort Lauderdale Bayview the American way of life. The project quality assurance, and working with Drive Stormwater& Drainage improvements were to multi-purpose suppliers and local authorities. Her Improvement-The 2625 NE 1 1 th athletic fields and the Civic Plaza.As a assignments have required a great deal of Court Stormwater Improvement project subconsultant to MC Harry Associates, knowledge in the detailed permitting encompassed the roadway along NE I I Miller Legg was responsible for the requirements of city, county, state, and Court, between Bayview Drive and landscape architecture, civil engineering, federal agencies. Seminole Drive in Fort Lauderdale.The design development,final construction project included modeling and documents, construction administration calculations for the design of a new and permitting of the improvement stormwater drainage system to address program. Improvements included athletic street flooding issues along the site. field drainage, re-sodding and irrigation Miller Legg furnished modeling, civil design. design, tidal flap gate, utility conflict, permitting and construction services support.This project is part of the City's Stormwater Master Plan, and was carried MILLER LEGG out under the firm's continuing services • v o#`- . Enrique Gomez, PE Project Engineer - Relevant Project Experience: This project falls under Miller Legg's Civil Engineering Continuing Services ;-.1.. , ix is City of Fort Lauderdale Bayview contract. - --.Ii.a- .4s i' Drive Stormwater& Drainage II. == .. ; .4 Christopher Andreoni, PE irk!► , • Project Engineer t''!5 9j Relevant Project Experience: Town of Lauderdale-By-the-Sea Poinciana/Bougainvillea Roadway ',, , v, ;1 City of Coral Springs Forest Hills and Parking Improvements- Under Boulevard Pedestrian Lighting- the firm's Continuing Services Contract, Miller Legg provided pedestrian lighting Miller Legg is providing design and analysis and design plans for the Forest permitting services for parking, roadway Years of Experience 6 Hills Boulevard roadway loop starting and landscape architectural and ending at NW 27th Street in the improvements for the Poinciana Street City of Coral Springs.A right-of-way and Bougainvillea Drive area north of Education: survey was also performed.This segment Commercial Blvd.to alleviate congestion Bachelor of fame, Civil Engineering of Forest Hills Blvd. is approximately 1.5 along the parallel corridor of SR AlA in University of Central Florida,2012 miles in length. the Town. Services include: roadway and parking area design, lighting, utility Professional&Civic Activities: City of Fort Lauderdale Sailboat coordination, permitting, landscape, Member American Society of Civil Engineer Bend Traffic Calming hardscape and irrigation,and pre-and Member,Construction Association of South Florida Improvements-This project was post-construction observation services. I completed under the firm's traffic and transportation engineering continuing City of Miami Baywalk Phase 3 - contract. Miller Legg developed traffic Miller Legg provided landscape Professional Experience: calming plans for the Sailboat Bend architecture,civil engineering, residential historic district.The scope of lighting/electrical engineering, surveying Mr.Andreoni is a Project Engineer services entailed preparation of and permitting services for the Miami working for a variety of clients such as preliminary documentation and Baywalk Phase 3 Project. Permitting for municipalities, higher education and the conceptual drawings drawn from project improvements was provided private sector. His experience includes research and data collected including through the City, Miami-Dade County civil engineering services specifically in traffic control device placement and SFWMD.The project is a 1/4 mile the preparation of site plans, paving, locations;generation of draft roadway pedestrian-oriented urban waterfront grading,and drainage plans,signing and and traffic calming design,specifications park and promenade on Biscayne Bay. marking plans,water and sewer plans, and quantity tabulation, leading to The Baywalk design solution also stormwater pollution prevention plans, preparation of final traffic calming plans improved visibility and lighting in the area and permitting. Prior to joining Miller based on comments and input from the to discourage vagrancy issues that Legg, he worked as a Project City, maintaining agency and the existed.The planting design not only Manager/Engineer and Staff Engineer contractor. enhanced aesthetics, but also buffered at materials testing and inspection firms unsightly adjacent parking and utility in South Florida. City of Lauderhill NW Quadrant areas and minimized exposed surfaces Improvements- Miller Legg is that had been subject to graffiti. providing to the City of Lauderhill site civil engineering, preparation of City of Doral Glades Park materials, construction specifications on Boardwalk and Wetland Preserve- engineering plans, editing City front end Doral Glades Park is a 25-acre documents and bidding assistance for the recreational facility for which passive and proposed construction of a drainage active elements are planned, including culvert connecting City Canals 28 and 37 playing fields, community and nature crossing 50th Street,and construction of pavilions,fishing pier,walking trail and a positive drainage system trunk system wetland boardwalk. Miller Legg is on 82nd Avenue with branches on 44th involved in the design and construction Court through 47th Court discharging of the wetlands and boardwalk, using GIS into City Canal 27. The firm is and surface water management support. performing this project under our Coordination includes value engineering continuing services contract with the and design for the boardwalk(s) and City. pier(s). MILLER" LEGG ARCHITECT— ENGINEER QUALIFICATIONS PART I-CONTRACT SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) City of Miami Beach Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 2/15/2018 RFQ 2018-141-ND B.ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE Michael Kroll,Principal-in-Charge 5. NAME OF FIRM Miller Legg 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS (305)599-6381 (305) 599-2797 mkroll@millerlegg.com C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) CC 11. ROLE IN THIS 2 >F o 9. FIRM NAME 10.ADDRESS CONTRACT Ci-cn Miller Legg 7743 NW 48th Street,Suite 140 Civil Engineering a. X Miami,FL 33166-5407 [X]CHECK IF BRANCH OFFICE Miller Legg 5747 N Andrews Way Civil Engineering b. X Ft.Lauderdale, FL 33309-2364 [ ] CHECK IF BRANCH OFFICE C. CHECK IF BRANCH OFFICE d. CHECK IF BRANCH OFFICE e. CHECK IF BRANCH OFFICE f. CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM [X](Attached) STANDARD FORM 330(1/2004)PAGE 1 MILLER e LEGG ORGANIZATIONAL CHART MIAMI BEACH Principal-in-Charge Ji-ort%.,tv I Iv +vlvJLrt, r Project Manager CIVIL ENGINEERING NORMA ALVAREZ, PE Senior Project Engineer ENRIQUE GOMEZ, PE Project Engineer CHRISTOPHER ANDREONI, PE Project Engineer PETER GODOY Senior Designer JESSICA SPICER CAD Designer ADDITIONAL SUPPORT SERVICES Landscape Architecture Surveying Team Leader Team Leader Environmental Team Leader ``> 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 Michael Kroll Principal-In-Charge a. TOTAL b. WITHCURRENTFIRM 32 30 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Ft. Lauderdale, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Landscape Architecture/Landscape Architecture FL/Registered Landscape Architect Graduate Studies/Urban and Regional Planning TX/Registered Landscape Architect fellow American Society of Landscape Architects 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Kroll,President of Miller Legg,has been actively involved in projects ranging from large scale habitat restoration to international urban redevelopment projects.His 30+-year career has concentrated on planning, infrastructure,open space,transportation and redevelopment,principally in South Florida.Mr.Kroll's diverse professional experience has led to projects that successfully integrate environmental,planning and landscape architectural services. Under his leadership,Miller Legg develops project solutions that respond to the natural environment,respect the social fabnc and create sustainable aesthetic spaces. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Baywalk Phase 3 PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami, FL (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Pnncipal-In-Charge/Project Manager. Miller Legg provided landscape architecture, civil engineering,lighting/electrical engineering, surveying and permitting services for the Miami Baywalk a. Phase 3 Project. Permitting for project improvements was provided through the City of Miami, Miami-Dade County and South Florida Water Management District.The project is a 1/4 mile pedestrian-oriented urban waterfront park and promenade on Biscayne Bay, located adjacent to the east coast greenway. It provides a unique open space that links the American Airlines Arena,Biscayne Boulevard,and Museum Park.The Baywalk design includes custom native stone benches,extensive paver pedestrian spaces,salt-tolerant tropical plantings,as well as themed lighting and site amenities. Due to historic maritime activities in the project area, soil conditions were addressed through the design of unique drainage facilities that minimized potential groundwater impacts.The Baywalk design solution also improved visibility and lighting in the area to discourage vagrancy issues that existed.The planting design not only enhanced aesthetics,but also buffered unsightly adjacent parking and utility areas and minimized exposed surfaces that had been subject to graffiti. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Hadley Park Synthetic Turf and Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Principal-In-Charge/Project Manager. Under Miller Legg's professional service agreement with the City of Miami for landscape architectural services,the firm has been retained to provide civil engineering, landscape architecture, permitting and limited construction observation services for the Hadley Park synthetic turf and park improvements project Miller Legg is to provide underground utility designation services in order to prepare an existing utility map. Schematic design documents for the proposed improvements are being provided,to indude dient meetings and preliminary Opinion of Probable Cost Final construction documents will be developed for chosen field layout,fencing, pedestrian walkways,grading,site amenities, ADA-accessible ramp, sodding and irrigation. Permit coordination will be coordinated with the City, Miami-Dade DERM and SFWMD. Construction administration services will be delivered. culminating with a statement of work completion and as-built submittal. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Morningside Park Tennis Center PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL 2017 Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Principal-In-Charge/Project Manager. The City of Miami Morningside park created an expanded and improved tennis facility at the park.The project induded improvements to an existing seven (7)courts that had experienced degradation due to drainage and soil stabilization issues.A new court layout was developed to increase the facility to eight(8) lighted courts and a warm-up training wall amenity. other tennis improvements induded upgraded lighting,fencing ad shaded bench area.A central courtyard was also developed as a key element of the project design.This courtyard creates an inviting area for players and spectators to gather before and after matches.A themes paver field with lush landscaping that embraces large existing Ficus trees creates a pleasant gathering space not previously found at Morningside Park,and helps establish it as a premier public tennis destination in the City of Miami. Services indude civil engineering, landscape architecture,permitting and limited construction administration to assist the City in the bidding,observation and certification of the project improvements. Apart from the City,other agencies with jurisdiction include Miami-Dade County BERM and SFWMD. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida International University (FIU) Felsberg Veterans Plaza PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL 2017 Applicable) d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-In-Charge: Miller Legg provided site engineering, landscape architecture,irrigation and construction phase services for the Felsberg Veterans Memorial project The Memonal honors former Florida International University (FIU) alumnus Michael Felsberg,a Marine Lieutenant who died in the line of duty in 2003. The Memonal structure is located south of Parkview I on FIU's Modesto Madique campus. The project was designed and constructed under a very aggressive schedule, completing design and construction within three (3) months. This project falls under Miller Legg's Civil Engineering Continuing Services contract (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida International University(FIU) I 17th Ave. Entry Sign PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL 2017 Applicable) e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-In-Charge/Project Manager. Miller Legg provided civil engineering grading design services for this project.These services were necessary to assist FIU with signage installation on the south side of its 11th St/111th Avenue entryway on the Modesto Madique campus. final engineering plans and supporting documents/specifications for on-site demolition and grading were prepared in addition to permitting documents.This project was completed under the firm's Civil Engineering Continuing Contract STANDARD FORM 330(1/2004)PAGE 2 MILLER LEGG 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 Joaquin Mojica, PE Project Manager a. TOTAL b. WITH CURRENT FIRM 19 2 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Ft. Lauderdale, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science,Civil Engineering FL Registered Professional Engineer 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Mofica has extensive project design and permitting experience in Florida,Puerto Rico and the Caribbean.He has provided civil engineering design and management services to both private and public sector clients. As Regional Engineering Manager, Mr.Mojica's responsibilities include preparation of proposals,negotiation of engineering contracts,client relations,project reporting,scheduling,budgeting,management of technical staff and subconsultants,design,and permitting.He is highly skilled in CAD/Civil 3D,ICPR and PONDS software. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Baywalk Phase 3 PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami, FL a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer. Miller Legg is providing landscape architecture,civil engineenng, lighting/electrical engineering,surveying, permitting and construction administration services for the Miami Baywalk Phase 3 Project. The Project is a % mile pedestrian-oriented urban waterfront promenade on Biscayne Bay. The Project is generally located between the American Airlines Arena and the turning basin in downtown Miami located adjacent to the east coast greenway, and runs approximately 1,200 feet along the southern bulkhead of the turning basin and is 30— 50 feet in width. Permitting of the project improvements will be provided through the City of Miami,Miami-Dade County and South Florida Water Management District Miller Legg secured this project under the firm's Continuing Services Agreement with the City of Miami. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Morningside Park Tennis Center PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL • 2017 Applicable) b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer. The City of Miami has contracted with Miller Legg to prepare construction documents for the Miami Morningside Park Tennis Courts project. The scope indudes rebuilding six(6) tennis courts,reconstruction of all walkways between the courts,including an ADA-accessible route from the existing main park building. Services include civil engineering, landscape architecture, permitting and limited construction administration Apart from the City,other agencies with jurisdiction indude Miami-Dade County BERM and SFWMD Miller Legg secured this project under the firm's Continuing Services Agreement with the City of Miami. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Fort Lauderdale Bayview Drive Stormwater& Drainage PROFESSIONAL SERVICES CONSTRUCTION(If Improvement 2017 Applicable) Fort Lauderdale, FL c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer. The 2625 NE I Ith Court Stormwater Improvement project encompassed the roadway along NE I I Court,between Bayview Drive and Seminole Drive in Fort Lauderdale. The project induded modeling and calculations for the design of a new stormwater drainage system to address street flooding issues along the site. Miller Legg furnished modeling,civil design,tidal flap gate,utility conflict, permitting and construction services support. This project is part of the City's Stormwater Master Plan,and was carried out under the firm's continuing services contract with the City of Fort Lauderdale. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED School Board of Broward County(SBBC) Stranahan HS Track PROFESSIONAL SERVICES CONSTRUCTION(If Improvements 2018 Applicable) Fort Lauderdale, FL d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager.The School Board of Broward County(SBBC) plans to add a sixth lane to the 5-lane existing running track at Stranahan High School.As SBBC's continuing services contract Civil engineering firm, Miller Legg is providing surveying and civil engineering services for design plans and permitting to enable the running track improvements to be installed for this project Specific services being provided by the firm include topographic surveying,construction documents,government agency permitting approvals, construction staking and as- built surveys. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Doral Glades Park Boardwalk and Wetland Preserve PROFESSIONAL SERVICES CONSTRUCTION(If Doral, FL Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Project Engineer. Doral Glades Park is a 25-acre recreational facility for which passive and active elements are planned,including playing fields,community and nature pavilions, fishing pier,walking trail and wetland boardwalk. Miller Legg is involved in the design and construction of the wetlands and boardwalk,using GIS and surface water management support. This Coordination with the City on permit compliance,exotic species removal, native species and maintenance programs;value engineering and design for the boardwalk(s) and pier(s). Developed a Wetland Mitigation Plan including GIS maps and habitat evaluation for placement of the boardwalks in ideal locations within the wetland. Finally,the firm is responsible for the preparation of environmental resource permit(ERP)modification applications for boardwalk and planting in wetland areas. STANDARD FORM 330(1/2004)PAGE 2 • •• MILLER LEGG 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 Norma Alvarez, PE Senior Project Engineer a. TOTAL ' b. WITH CURRENT FIRM 32 4 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Miami, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Graduate Studies,Hydraulics Resources Planning FL Registered Professional Engineer Bachelor of Science,Civil Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms.Alvarez has three decades of experience in the fields of civil engineering,project management,design,and computer-aided design. Ms.Alvarez has used her talents on many projects,coordinating technical issues, planning,performing quality assurance,and working with suppliers and local authorities.Her assignments have required a great deal of knowledge in the detailed permitting requirements of city,county,state,and federal agencies.In recent years,Ms.Alvarez has been involved extensively in environmental permitting at all levels of government agencies 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Coral Gables War Memorial Youth Center Landscape& PROFESSIONAL SERVICES CONSTRUCTION(If Engineering 2017 Applicable) Coral Gables, FL a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Senior Project Engineer.This City of Coral Gables 7-acre War Memorial Youth Center in Miami Dade County stands as a living memorial to the veterans of Coral Gables who risked their lives for the American way of life.The project improvements were to multi-purpose athletic fields and the Civic Plaza.As a subconsultant to MC Harry Associates, Miller Legg was responsible for the landscape architecture,civil engineering, design development,final construction documents,construction administration and permitting of the improvement program. Improvements induded athletic field drainage, re-sodding and irrigation design. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Fort Lauderdale Bayview Drive Stormwater& Drainage PROFESSIONAL SERVICES CONSTRUCTION(If Improvement 2017 Applicable) Fort Lauderdale, FL b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer.The 2625 NE I Ith Court Stormwater Improvement project encompassed the roadway along NE 11 Court,between Bayview Drive and Seminole Drive in Fort Lauderdale. The project induded modeling and calculations for the design of a new stormwater drainage system to address street flooding issues along the site. Miller Legg furnished modeling,civil design,tidal flap gate, utility conflict, permitting and construction services support.This project is part of the City's Stormwater Master Plan,and was carried out under the firm's continuing services contract with the City of Fort Lauderdale. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Baywalk Phase 3 PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL Applicable) c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer. Miller Legg is providing landscape architecture, civil engineering, lighting/electrical engineering,surveying, permitting and construction administration services for the Miami Baywalk Phase 3 Project. The Project is a ''A mile pedestrian-oriented urban waterfront promenade on Biscayne Bay. The Project is generally located between the American Airlines Arena and the turning basin in downtown Miami located adjacent to the east coast greenway,and runs approximately 1,200 feet along the southern bulkhead of the turning basin and is 30—50 feet in width. Permitting of the project improvements will be provided through the City of Miami,Miami-Dade County and South Florida Water Management District. Miller Legg secured this project under the firm's Continuing Services Agreement with the City of Miami. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Morningside Park Tennis Center PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL 2017 Applicable) d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer The City of Miami has contracted with Miller Legg to prepare construction documents for the Miami Morningside Park Tennis Courts project. The scope includes rebuilding six (6) tennis courts, reconstruction of all walkways between the courts,including an ADA-accessible route from the existing main park building.Services indude civil engineering, landscape architecture,permitting and limited construction administration Apart from the City,other agencies with jurisdiction include Miami-Dade County DERM and SFWMD. Miller Legg secured this project under the firm's Continuing Services Agreement with the City of Miami. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida International University(FIU) 117th Ave. Entry Sign PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL 2017 Applicable) e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer Miller Legg provided civil engineering grading design services for this project.These services were necessary to assist FIU with signage installation on the south side of its 17th St/I17th Avenue entryway on the Modesto Madique campus. Final engineering plans and supporting documents/specifications for on-site demolition and grading were prepared in addition to permitting documents. STANDARD FORM 330(1/2004)PAGE 2 MILLER 1 LEGG 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 Enrique Gomez, PE Project Engineer a. TOTAL b. WITH CURRENT FIRM 9 7 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Miami, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science,Civil Engineering FL Registered Professional Engineer Bachelor of Science,Geomatics FL FDOT Asphaltic Concrete Plant Inspection FL FDOT CTQP Asphalt Paving Technician Level I FL FOOT Intermediate Maintenance of Traffic FL Survey Intern 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Gomez has worked as a Project Engineer for a variety of clients such as municipalities,higher education and the private sector.His experience includes civil engineering services specifically in the preparation of site plans,paving,grading,and drainage plans,signing and marking plans,water and sewer plans,stormwater pollution prevention plans,and permitting. Mr.Gomez is also a Surveyor in Training and has a working knowledge of boundary surveys,ALTA surveys and as-built surveys. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Baywalk Phase 3 PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL Applicable) (3) BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Project Engineer. Miller Legg is providing landscape architecture, civil engineering,lighting/electrical engineering,surveying,permitting and construction administration services for the Miami Baywalk Phase 3 Project. The Project is a 'Y mile pedestrian-oriented urban waterfront promenade on Bisayne Bay. The Project is generally located between the American Airlines Arena and the turning basin in downtown Miami located adjacent to the east coast greenway,and runs approximately 1,200 feet along the southern bulkhead of the turning basin and is 30— 50 feet in width. Permitting of the project improvements will be provided through the City of Miami,Miami-Dade County and SFWMD. Miller Legg secured this project under the firm's Continuing Services Agreement with the City of Miami. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Coral Gables War Memorial Youth Center Landscape& PROFESSIONAL SERVICES CONSTRUCTION(If Engineering 2017 Applicable) Coral Gables, FL b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer.This City of Coral Gables 7-acre War Memorial Youth Center in Miami Dade County stands as a living memorial to the veterans of Coral Gables who risked their lives for the American way of life.The project improvements were to multi-purpose athletic fields and the Civic Plaza.As a subconsultant to MC Harry Associates, Miller Legg was responsible for the landscape architecture,civil engineering, design development,final construction documents,construction administration and permitting of the improvement program.Improvements included athletic field drainage, re-sodding and irrigation design. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Homestead Campbell Drive/SW 3 12th Street&SW 144 PROFESSIONAL SERVICES CONSTRUCTION(If Avenue Crossing C-103-N Canal End 2017 Applicable) Homestead, FL c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager. Miller Legg is providing a specific purpose topographic survey and civil engineering design services to the City for emergency repairs of a guardrail located on the east side of the north parapet of FDOT Bridge No. 874353.The bridge is located on Campbell Drive/SW 312th Street and crosses the C-103-N Canal. This project is through the Cry's Library of Consultants for Architectural and Engineering services. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Hallandale Beach Roundabout Conceptual Design PROFESSIONAL SERVICES CONSTRUCTION(If Hallandale Beach, FL 2012 Applicable) d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer. Miller Legg prepared schematic conceptual exhibits and provided initial coordination with government agencies for the placement of roundabouts at Three Islands Blvd. and Atlantic Shores Blvd. in the City of Hallandale Beach. In addition, the firm performed a roadway improvement project,the redesign of Three Islands Blvd. from Parkview Drive South to the existing bridge. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Fort Lauderdale Sailboat Bend Traffic Calming Improvements PROFESSIONAL SERVICES CONSTRUCTION(If Fort Lauderdale, FL 2017 Appikawe) e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer.This project was conducted under the firm's traffic and transportation engineering continuing services contract with the City of Fort Lauderdale. Miller Legg developed traffic calming plans for the Sailboat Bend residential historic district.The scope of services entailed preparation of preliminary documentation and conceptual drawings drawn from research and data collected including traffic control device placement locations;generation of draft roadway and traffic calming design,specifications and quantity tabulation,leading to preparation of final traffic calming plans based on comments and input from the City, maintaining agency and the contractor. STANDARD FORM 330(1/2004)PAGE 2 MILLER LEGG 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 Chris Andreoni, PE Project Engineer a. TOTAL b. WITH CURRENT FIRM 5 1 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Ft. Lauderdale, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science,Civil Engineering FL,Registered Professional Engineer 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Andreoni is a Project Engineer working for a variety of clients such as municipalities,higher education and the private sector.His experience includes civil engineering services specifically in the preparation of site plans,paving,grading,and drainage plans,signing and marking plans,water and sewer plans,stonnwater pollution prevention plans,and permitting. Prior to joining Miller Legg,he worked as a Project Manager/Engineer and Staff Engineer at materials testing and inspection firms in South Florida. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Coral Springs Forest Hills Boulevard Pedestrian Lighting PROFESSIONAL SERVICES CONSTRUCTION(If Coral Springs, FL 2016 Applicable) a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE N Check if project performed with current firm Project Engineer. Miller Legg provided pedestrian lighting analysis and design plans for the Forest Hills Boulevard roadway loop starting and ending at NW 27th Street in the City of Coral Springs.A right-of-way survey was also performed.This segment of Forest Hills Blvd. is approximately 1.5 miles in length. (1) TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED City of Fort Lauderdale Sailboat Bend Traffic Calming Improvements PROFESSIONAL SERVICES CONSTRUCTION(If Fort Lauderdale, FL 2017 Applicable) b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer.This project was conducted under the firm's traffic and transportation engineering continuing services contract with the City of Fort Lauderdale. Miller Legg developed traffic calming plans for the Sailboat Bend residential historic district.The scope of services entailed preparation of preliminary documentation and conceptual drawings drawn from research and data collected including traffic control device placement locations;generation of draft roadway and traffic calming design,specifications and quantity tabulation,leading to preparation of final traffic calming plans based on comments and input from the City,maintaining agency and the contractor. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Lauderhill NW Quadrant Improvements PROFESSIONAL SERVICES CONSTRUCTION(If Lauderhill, FL Applicable) c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer. Miller Legg is providing to the City of Lauderhill site civil engineering,preparation of materials,construction specifications on engineering plans,editing City front end documents and bidding assistance for the proposed construction of a drainage culvert connecting City Canals 28 and 37 crossing 50th Street,and construction of a positive drainage system trunk system on 82nd Avenue with branches on 44th Court through 47th Court discharging into City Canal 27. The firm is performing this project under our continuing services contract with the City. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Baywalk Phase 3 PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE N Check if project performed with current firm d. Project Engineer. Miller Legg is providing landscape architecture,civil engineering,lighting/electrical engineering,surveying, permitting and construction administration services for the Miami Baywalk Phase 3 Project. The Project is a % mile pedestrian-oriented urban waterfront promenade on Biscayne Bay.The Project is generally located between the American Airlines Arena and the tuming basin in downtown Miami located adjacent to the east coast greenway,and runs approximately 1,200 feet along the southern bulkhead of the turning basin and is 30— 50 feet in width. Permitting of the project improvements will be provided through the City of Miami,Miami-Dade County and SFWMD. Miller Legg secured this project under the firm's Continuing Services Agreement with the City of Miami. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Doral Glades Park Boardwalk and Wetland Preserve PROFESSIONAL SERVICES CONSTRUCTION(If Doral, FL Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE N Check if project performed with current firm e. ProjectEngineer. Doral Glades Park is a 25-acre recreational facility for which passive and active elements are planned,induding playing fields, community and nature pavilions, fishing pier,walking trail and wetland boardwalk. Miller Legg is involved in the design and construction of the wetlands and boardwalk,using GIS and surface water management support This Coordination with the City on permit compliance,exotic species removal, native species and maintenance programs;value engineering and design for the boardwalk(s)and pier(s). Developed a Wetland Mitigation Plan including GIS maps and habitat evaluation for placement of the boardwalk in ideal locations within the wetland.Finally, the firm is responsible for the preparation of environmental resource permit(ERP)modification applications for boardwalk and planting in wetland areas. STANDARD FORM 330(1/2004)PAGE 2 MILLER LEGG 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 Peter Godoy Senior Designer a. TOTAL b. WITH CURRENT FIRM 19 12 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Ft. Lauderdale, FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science,Criminal Justice 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Godoy is a Senior CAD Designer who works on a variety of public and private engineering and landscape architecture projects including engineenng design plans,master plans,landscaping and irrigation plans, roadways,active and passive park design,as well as residential and commercial projects. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Coral Springs Forest Hills Boulevard Pedestrian Lighting PROFESSIONAL SERVICES CONSTRUCTION(If Coral Springs, FL 2016 Applicable) a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm CADD Manager. Miller Legg provided pedestrian lighting analysis and design plans for the forest Hills Boulevard roadway loop starting and ending at NW 27th Street in the City of Coral Springs.A right-of-way survey was also performed. This segment of Forest Hills Blvd. is approximately 1.5 miles in length. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Lauderdale Lakes C-13 Western Greenway PROFESSIONAL SERVICES CONSTRUCTION(If Lauderdale Lakes, FL 2010 Applicable) b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm CAD Designer.This project is generally described as the design of an FDOT LAP-funded one-mile greenway along the southern C-13 canal bank from SR 1 to the Florida Turnpike. The Project is part of the overall Greenway Trail System for Broward County induding two municipalities;the larger portion of which is in the City of Lauderdale Lakes, the remaining portion of which, is in the City of Oakland Park. The Greenway connects to a pedestrian bridge linking the proposed Greenway to an existing City Park,City Hall and the Park Lakes Elementary School. Services included landscape architecture, surveying, environmental permitting,SFWMD Canal ROW permitting,and engineering services. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Baywalk Phase 3 PROFESSIONAL SERVICES CONSTRUCTION(If Miami, FL Applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm c. CAD Designer. Miller Legg is providing landscape architecture,civil engineering, lighting/electrical engineering,surveying, permitting and construction administration services for the Miami Baywalk Phase 3 Project The Project is a % mile pedestrian-oriented urban waterfront promenade on Biscayne Bay. The Project is generally located between the American Airlines Arena and the turning basin in downtown Miami located adjacent to the east coast greenway,and runs approximately 1,200 feet along the southern bulkhead of the turning basin and is 30— 50 feet in width. Permitting of the project improvements will be provided through the City of Miami,Miami-Dade County and SFWMD. Miller Legg secured this project under the firm's Continuing Services Agreement with the City of Miami. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Sunny Isles Beach Pelican Community Park PROFESSIONAL SERVICES CONSTRUCTION(If Sunny Isles Beach, FL 2008 Applicable) 2008 d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm CAD Technician:A three-acre active park site,for which Miller Legg managed landscape architecture,irrigation,engineering,surveying and architecture designs for a baseball field, recreation building,playground structure,gymnasium, related site amenities and secured a Florida Recreational Development Assistance Program (FRDAP)grant for$200,000. The Miller Legg Team received recognition from the City for their involvement in the design completion. Award:Award of Ment,American Society of Landscape Architects, Florida Chapter, 2009 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Broward College (BC) South Campus Science Building Drainage PROFESSIONAL SERVICES CONSTRUCTION(If Construction Observation 2017 Applicable) Pembroke Pines, FL e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Senior CAD Designer. Following Miller Legg's engineering services for Broward College's South Campus Science Building in Pembroke Pines, the firm was retained to provide construction observation for permitted drainage retention areas I and 2.The service schedule extends from the preconstnsction phase through civil construction observation and doseout phases. Agency regulatory submittals are required to be processed with South Broward Drainage Distnct and the South Florida Water Management District. STANDARD FORM 330(1/2004)PAGE 2 MILLER LEGG 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 Jessica Spicer CAD Designer a.TOTAL b. WITH CURRENT FIRM 22 3 15. FIRM NAME AND LOCATION(City and State) Miller Legg, Ft. Lauderdale, FL 16. EDUCATION(DEGREE AND SPECIALIZA TION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Associates Degree,Advanced AutoCAD 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms.Spicer has more than 20 years of professional CAD design experience in both public and private projects in South Florida.She has extensive knowledge of AutoCAD,Civil 3D,Microstation and AutoTum.Prior to joining Miller Legg,she worked for two other multi-disciplined engineering consulting firms in South Florida. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Baywalk Phase 3 PROFESSIONAL SERVICES CONSTRUCTION(II Applicable) Miami, FL (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. CAD Designer. Miller Legg is providing landscape architecture,cavil engineering, lighting/electrical engineering,surveying, permitting and construction administration services for the Miami Baywalk Phase 3 Project. The Project is a V. mile pedestrian-oriented urban waterfront promenade on Biscayne Bay.The Project is generally located between the American Airlines Arena and the turning basin in downtown Miami located adjacent to the east coast greenway,and runs approximately 1,200 feet along the southern bulkhead of the turning basin and is 30— 50 feet in width. Permitting of the project improvements will be provided through the City of Miami, Miami-Dade County and SFWMD. Miller Legg secured this project under the firm's Continuing Services Agreement with the City of Miami. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED _ City of West Palm Beach Congress Avenue Water Main Relocation PROFESSIONAL SERVICES CONSTRUCTION(If West Palm Beach, FL 2017 Applicable) b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm CAD Designer. Miller Legg provided civil engineering,construction administration and surveying services for the City of West Palm Beach for the design and general contractor assistance of a water main relocation project on Congress Avenue at the City's"F"Canal. Relocation of the existing 10"water main was required to accommodate a Palm Beach County(County) Roadway Improvement project,which indudes replacement of the existing Congress Avenue"F"Canal Bridge with a double 66" RCP culvert system. The existing 10"water main is attached to the underside of the existing bridge that will be demolished. This project was completed under the firm's multi-year General Engineering Services contract. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Broward College (BC) South Campus Science Building Drainage PROFESSIONAL SERVICES CONSTRUCTION(If Construction Observation 2016 Applicable) Pembroke Pines, FL c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm CAD Designer. Following Miller Legg's engineering services for Broward College's South Campus Science Building in Pembroke Pines, the firm was retained to provide construction observation for permitted drainage retention areas I and 2.The service schedule extends from the preconstruction phase through owl construction observation and doseaut phases. Agency regulatory submittals are required to be processed with South Broward Drainage District and the South Honda Water Management District. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Florida Atlantic University(FAU) Tradition Plaza Storm Drain PROFESSIONAL SERVICES CONSTRUCTION or Boca Raton, FL 2017 Applicable) d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm CAD Designer. Miller Legg was engaged to find drainage solutions to a high pedestrian area(Traditions Plaza)located on the FAU Boa Raton Campus that is prone to flooding. The firm obtained topographic survey information to aid in the identification of drainage and grading issues. Subsequently, the conceptual design for the drainage improvements was conducted. This induded regrading,adding yard drains,direct roof drain connections, rerouting and connection to existing engineering drainage structures. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED School Board Broward County (SBBC) Oakland Pk Elementary School PROFESSIONAL SERVICES CONSTRUCTION(If (ES) Trench Drain 2016 Applicable) Oakland Park, FL e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm CAD Designer.Since the sidewalk adjacent to one of the school building entrances was sloped inwards, the SBBC desired a trench drain to intercept sheet flow drainage during heavy rainstorms. Miller Legg provided civil engineering and survey services required for design plans,permitting and surveying to enable the trench drain installation.The scope of work induded a topographic survey of the project area, construction documents and governmental agency approvals.This project was performed under the firm's continuing services contract STANDARD FORM 330(1/2004)PAGE 2 MILLER • LEGG F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many p projects,if not specified. 1 of) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Hadley Park Synthetic Turf and Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami,FL 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Department of Capital Jose Caldeira (305)416-1290 Improvements Program 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT • Lily: Under Miller Legg's professional service agreement with the City of Miami for Y. landscape architectural services,the firm has been retained to provide civil t ' I r ,, .• -' engineering,landscape architecture,permitting and limited construction � � ..n..� s •+ • observation services for the Hadley Park synthetic turf and park improvements project.Miller Legg is to provide underground utility designation services in order to _ j 'Jd1r,k:.It +1"" prepare an existing utility map.Schematic design documents for the proposed Y� i `� •.; j improvements are being provided,to include client meetings and preliminary ,� `• ` fi1 ix Opinion of Probable Cost.Final construction documents will be developed for — i - { chosen field layout,fencing,pedestrian walkways,grading,site amenities,ADA- accessible ramp,sodding and irrigation.Permit coordination will be coordinated with the City,Miami-Dade DERM and SFWMD.Construction administration services will be delivered,culminating with a statement of work completion and as- ': Ver,, -41), built submittal. r 7P' ri34,1„,. ,......„ 1rrc 4 , I- -- _:V TAM 7 -1r- r ` ' �I, ,I; r 1 1t rr=• ori 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE a. Miller Legg Miami,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. Miller Legg Ft.Lauderdale,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. STANDARD FORM 330(1/2004) • /" MILLER LEGG F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER I ;went as a., d age,:_, N , or lu , ,,,: a ,rs. ,, ,../.., ,nied. 2 (',,.,_`°' --, c'--`--Ffor ea-'oroject) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Baywalk Phase 3 PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami,FL 23.PROJECT OWNER'S INFORMATION d. PROJECT OWNER e. POINT OF CONTACT NAME f. POINT OF CONTACT TELEPHONE NUMBER City of Miami Department of Capital John De Pazos (305)416-1094 Improvements Program 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT * ' : it 1,, Miller Legg provided landscape architecture,civil engineering,lighting/electrical G, engineering,surveying and permitting services for the Miami Baywalk Phase 3 j�" "1)(4,' Project. Permitting for project improvements was provided through the City of \ Miami,Miami-Dade County and South Florida Water Management District.The project is a 1/4 mile pedestrian oriented urban waterfront park and promenade on " •-T. - Biscayne Bay,located adjacent to the east coast greenway.It provides a unique .w� open space that links the American Airlines Arena,Biscayne Boulevard,and ' Museum Park.The Baywalk design includes custom native stone benches, 4. ` ' extensive paver pedestrian spaces,salt-tolerant tropical plantings,as well as themed lighting and site amenities.Due to historic maritime activities in the project area,soil conditions were addressed through the design of unique drainage facilities that minimized potential groundwater impacts.The Baywalk design dli1' 4 s. solution also improved visibility and lighting in the area to discourage vagrancy "iiii411,,ilat -__- issues that existed.The planting design not only enhanced aesthetics,but also buffered unsightly adjacent parking and utility areas and minimized exposed � 111surfaces that had been subject to graffiti. �,, Aft ,4 , , ' „kr_ M� T ' r',+ i I I, 04 -max ,< ' " EIFF'A --" 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE a. Miller Legg Miami,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. Miller Legg Ft.Lauderdale,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. STANDARD FORM 330(1/2004) MILLERLEGG F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER , , ,este,.. .,; rile _y, or R.. ,,,. _, it no, _. 3 _. ^,ne SP,-±,-,,n F for 09,_7h orc ch) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Momingside Park Tennis Center PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami,FL 2017 23.PROJECT OWNER'S INFORMATION g. PROJECT OWNER h. POINT OF CONTACT NAME i. POINT OF CONTACT TELEPHONE NUMBER City of Miami Department of Capital Jose Caldeira (305)416-1290 Improvements Program 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT `4 1 The City of Miami Momingside park created an expanded and improved tennis __ _ facility at the park.The project included improvements to an existing seven(7) .16 •_+$ w _ courts that had experienced degradation due to drainage and soil stabilization ` • s • issues.A new court layout was developed to increase the facility to eight(8)lighted tP.�a . courts and a warm-up training wall amenity.other tennis improvements included . •- upgraded lighting,fencing ad shaded bench area.A central courtyard was also " ' ,R^ developed as a key element of the project design.This courtyard creates an ,' inviting area for players and spectators to gather before and after matches.A '•'�' .'X:: - • 1 e'-a themes paver field with lush landscaping that embraces large existing ficus trees z_... . .. ' creates a pleasant gathering space not previously found at Momingside Park,and �' f J 7 helps establish it as a premier public tennis destination in the City of Miami. '; . _ �: --.tom— Services include civil engineering,landscape architecture,permitting and limited - A "-. construction administration to assist the City in the bidding,observation and _ • certification of the project improvements.Apart from the City,other agencies with _ ------ . jurisdiction include Miami-Dade County Department of Environmental Resources - `-- ••*•• ` (DERM)and South Florida Water Management District(SFWMD). III. * •••�••e MILLEREGG II 141 1 %tt; • :i t 2 � , ;u, ,ice � 'rr =c • • rels %'y , 7-7.; ... .mow 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE a. Miller Legg Miami,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. Miller Legg Ft.Lauderdale,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. STANDARD FORM 330(1/2004) MILLERLEGG F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER _ ojects try the agency. or 10 :. :... _ 4 Complete one Section F for each project) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Coral Gables War Memorial Youth Center Landscape& PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Engineering 2017 Coral Gables,FL 23.PROJECT OWNER'S INFORMATION j. PROJECT OWNER k. POINT OF CONTACT NAME I. POINT OF CONTACT TELEPHONE NUMBER City of Coral Gables Brook Dannemiller (305)460-5130 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT This City of Coral Gables 7-acre War Memorial Youth Center in Miami Dade County stands as a living memorial to the veterans of Coral Gables who risked their lives for the American way of life.The project includes improvements to multi- purpose athletic fields and the Civic Plaza.Miller Legg was responsible for the landscape architecture,civil engineering design and permitting of the improvement program.Specific improvements included athletic field drainage,re-sodding with Bermuda"Celebration"turf and irrigation design.The irrigation system ties into a non-potable well system.Drainage improvements consist of subsurface field improvements that integrate with the existing exfiltration and subsurface drainage systems.The Youth Center Plaza's redesign integrates new canopy tree species within the plaza and restoration of the plaza paving for the pedestrian use areas. _. -- • — Tree removal permitting was coordinated through the City of Coral Gables and Miami Dade County DERM.Additional services provided include:design development,final construction documents,tree removal permitting,and construction administration.Miller Legg collaborated with MC Harry Associates on this project. , ll��ff Y • • `.. , ?t• . > 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE a. Miller Legg Miami,FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. Miller Legg Ft.Lauderdale,FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. STANDARD FORM 330(1/2004) MILLERLEGG F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER as _;f the ayc 5 Complete one Section F for 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Homestead Campbell Drive/SW 312th Street&SW 144 Avenue PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Crossing C-103-N Canal End Homestead,FL 2017 23.PROJECT OWNER'S INFORMATION m. PROJECT OWNER n. POINT OF CONTACT NAME o. POINT OF CONTACT TELEPHONE NUMBER City of Homestead Maria Pineda(now with Village of Palmetto (305)259-1250 Bay) 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Miller Legg provided a specific purpose topographic survey and civil engineering design services to the City for emergency repairs of a guardrail located on the east side of the north parapet of FOOT Bridge No.874353.The bridge is located on • Campbell Drive/SW 312th Street and crosses the C-103-N Canal. This project was � . - • 7r, �. through the City's Library of Consultants for Architectural and Engineering - a. services. - b.. i 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE a. Miller Legg Miami,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. Miller Legg Ft.Lauderdale,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. STANDARD FORM 330(1/2004) MILLERLEGG F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present a,. .,,p,.„,-....._,ao reque i . i� , , _. ;:ot s,..,_,,ied. 6 Complete one Seg*^^ = e,3*' 1 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Doral Glades Park Boardwalk and Wetland Preserve PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Doral,FL 23.PROJECT OWNER'S INFORMATION p. PROJECT OWNER q. POINT OF CONTACT NAME r. POINT OF CONTACT TELEPHONE NUMBER CPZ Architects,Inc. Chris Zimmerman 954.792.8525 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT The City of Doral is in the process of developing Doral Glades Park,a 25-acre recreational facility in the northeast of the City.Both passive and active elements are planned,including playing fields,community and nature pavilions,fishing pier, walking trail and wetland boardwalk.Miller Legg is involved in the design and construction of the wetlands and boardwalk,using GIS and surface water . . IN management support.This effort includes coordination with the City on permit "110 - hll compliance,exotic species removal,native species and maintenance programs; " x ddb 1.1 I■I value engineering and design for the boardwalk(s)and pier(s).Miller Legg has .ir -- N ■ii illi' developed a Wetland Mitigation Plan including GIS maps and habitat evaluation for 4..` "* - t .®*�, :^. .^ placement of the boardwalks in ideal locations within the wetland.These Plans - ' :pal N,�, � ? capture data from the original permits issued by environmental agencies DERM, •`"%i","""'. SFWMD and USACOE.Further,Miller Legg prepared construction drawings for the '' iii--- -4-446 upland boardwalk,pavilion,wetland boardwalk and fishing pier.Finally,the firm is }' t ; "_!� '`� .�Y • responsible for the preparation of environmental resource permit(ERP) 40K:.,,,,, _ : --- -- ' modification applications for boardwalk and planting in wetland areas. •N. `, r , �1�' err ' -c ___i•;. l le, ... .... ..... • s Limi 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE a. Miller Legg Miami,FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. Miller Legg Ft.Lauderdale,FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. STANDARD FORM 330(1/2004) % MILLER LEGG F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER prole ao rcy_._;__.. . ,J projoctS.,f i r S �Gf(ed. 7 Compre,- ..' for each project) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Fort Lauderdale Bayview Drive Stormwater&Drainage PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Improvement Fort Lauderdale,FL 2017 23.PROJECT OWNER'S INFORMATION s. PROJECT OWNER t. POINT OF CONTACT NAME u. POINT OF CONTACT TELEPHONE NUMBER City of Fort Lauderdale Elkin Diaz (954)828-6539 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT ,< . „ rr Y The 2625 NE 11th Court Stormwater Improvement project encompassed the 't ; t. �i *ti ••4 ' • roadway along NE 11 Court,between Bayview Drive and Seminole Drive in Fort ,4' ,' - Lauderdale.The project included modeling and calculations for the design of a new stormwater drainage system to address street flooding issues along the site.Miller v Legg fumished modeling,civil design,tidal flap gate,utility conflict,permitting and r construction services support.This project is part of the City's Stormwater Master 4 ' %� ; Plan,and was carried out under the firm's continuing services contract with the City ---• ,..' ' A f . of Fort Lauderdale. ��,� • IL"f ' '3• .- -sresus%i Com— 'i LtJ• Q4r« tx Y. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE a. Miller Legg Miami,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. Miller Legg Ft.Lauderdale,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. STANDARD FORM 330(1/2004) '�� MILLER LEGG F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER i.-:-oSBnt as..._:..,r _,_ _._ _ _ - c age,-_., or ;v 1..r.,,.;«.it„•/. c.....AdCJ. 6 C�,mpleta one Section F for each proient? 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Coral Springs Forest Hills Boulevard Pedestrian Lighting PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Coral Springs,FL 2016 23.PROJECT OWNER'S INFORMATION v. PROJECT OWNER w. POINT OF CONTACT NAME x. POINT OF CONTACT TELEPHONE NUMBER City of Coral Springs Glenn Gordon (954)345-2219 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Miller Legg provided pedestrian lighting analysis and design plans for the Forest Hills Boulevard roadway loop starting and ending at NW 27th Street in the City of ' . Coral Springs.A right-of-way survey was also performed.This segment of Forest .31, y • % ,..•,•. 9P.,=- Hills Blvd.is approximately 1.5 miles in length. Miller Legg completed this project ...4..•••_1.. -' - , f : << under the firm's Continuing Services Contract. - --_ j• _ • . 1 •J .. • 10 7•,..:.:,!,. • vi,-*. V — ' IS V 1 _._.,_ } / ,, 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE a. Miller Legg Miami,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. Miller Legg Ft.Lauderdale,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. STANDARD FORM 330(1/2004) � MILLER LEGG F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER H este. .y theor 10 pr:.;�:L3.if no:�N� ...._. 9 ^ne Section F f.nr h cro;a^y, 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Florida International University(FIU)117th Ave.Entry Sign PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami,FL 2017 23.PROJECT OWNER'S INFORMATION y. PROJECT OWNER z. POINT OF CONTACT NAME aa. POINT OF CONTACT TELEPHONE NUMBER SGM Engineering Manuel Hemandez (407)767 5188 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Miller Legg provided civil engineering grading design services for this project under the firm's Civil Engineering Continuing Services contract.These services were necessary to assist FIU with signage installation on the south side of its 17th St/117th Avenue entryway on the Modesto Madique campus.Final engineering I Ftp plans and supporting documents/specifications for on-site demolition and grading were prepared in addition to permitting documents. 111/ fir• 7 16:i 4.2. ; .I Ate. a r5,. f •,—. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE a. Miller Legg Miami,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. Miller Legg Ft.Lauderdale,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. STANDARD FORM 330(1/2004) % MILLER LEGG F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER _,vjec:., iey„=-- ,.y_ ,_ ,y, _j or 1.,r, 10 Complete one Sectio^F for each projec” 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Florida International University(FIU)Feisberg Veterans Plaza PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Miami,FL 2017 23.PROJECT OWNER'S INFORMATION bb. PROJECT OWNER cc. POINT OF CONTACT NAME dd. POINT OF CONTACT TELEPHONE NUMBER Florida International University(FIU) Patrick Meagher 305-348-407 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT EXISTING SIDE Miller Legg provided site engineering,landscape architecture,irrigation and MEMORIAL construction phase services for the Felsberg Veterans Memorial project.The SCULPTURE Memorial honors former Florida International University(FIU)alumnus Michael — is�m.'on _ Felsberg,a Marine Lieutenant who died in the line of duty in 2003.The Memorial ?' ,� , 7fW7ff ` V structure is located south of Parkview I on FIU's Modesto Madique campus. The / ' • 14 At ,S project was designed and constructed under a very aggressive schedule, POLE J S •completing design and construction within three(3)months.This project falls under "alWa ,/Miller Legg's Civil Engineering Continuing Services contract. / t\ a#401' ` +, PLANTER -' 41.0N, ��I Vi SEAT WALL—• l�aO- fENS i yt• t, PLA1 * j 12-x24"BLUE GLASS RECYCLED PAVERS A - PLAZA CONCE r _ r ♦.max,,,,;. �, ,• i v A t 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (3) ROLE a. Miller Legg Miami,FL Prime (1) FIRM NAME (2) FIRM LOCATION ' (3) ROLE b. Miller Legg Ft.Lauderdale,FL Prime (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. STANDARD FORM 330(1/2004) S MILLER LEGG G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26.NAMES OF KEY 27.ROLE IN THIS 28.EXAMPLE PROJECTS LISTED IN SECTION F CONTRACT (Fill in"Example Projects Key"section below before completing PERSONNEL (From ection E, (From Section E, table.Place"X"under project key number for participation in same or similar role.) Block 12) Block 13) 1 2 3 4 5 6 7 8 9 10 Michael Kroll,RLA,FASLA Principal-In-Charge X X X X X X X X Joaquin Mojica,PE Project Manager X X X X Norma Alvarez,PE Senior Project Engineer X X X X X Enrique Gomez,PE Project Engineer X X X X X X X Chris Andreoni,PE Project Engineer X X X Peter Godoy Senior Designer X X X Jessica Spicer CAD Designer X X X 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 City of Miami Hadley Park Synthetic Turf and Park 6 Doral Glades Park Boardwalk and Wetland Preserve Improvements 2 City of Miami Baywalk Phase 3 7 City of Fort Lauderdale Bayview Drive Stormwater& Drainage Improvement • 3 City of Miami Morningside Park Tennis Center 8 City of Coral Springs Forest Hills Boulevard Pedestrian Lighting • 4 City of Coral Gables War Memorial Youth Center 9 Florida International University(FIU) 117th Ave.Entry Sign Landscape&Engineering 5 City of Homestead Campbell Drive/SW 312th Street&SW 10 Florida International University(HU)Felsberg Veterans Plaza 144 Avenue Crossing C-103-N Canal End 1 STANDARD FORM 330(1/2004)PAGE 4 MILLER , LEGG H.ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. Miller Legg is a statewide award-winning consulting firm that brings together the elements of landscape architecture,planning, engineering,surveying, environmental wetlands consulting,and geographic information systems services. Miller Legg works successfully to improve communities and create environments for a variety of clients. Client sectors include transportation, municipal and county government, healthcare,education,federal and international. This offers our clients a firm of seasoned professionals who are leaders in the Florida consulting industry. Miller Legg,established in 1965,employs a staff of approximately 50 professionals and technicians and is wholly owned by its employees.The firm has locations in Ft. Lauderdale, Miami and Port St. Lucie. The firm's landscape architecture services include:planting, hardscape, irrigation, urban design,complete street design, recreational and commercial planning, project theming,signage design,graphic design,contract administration,construction observation services,plan review, horticultural consulting and arboriculture. In addition,the firm has inventoried more than 40,000 trees ranging from 28 to 20,000 trees per project. The firm has completed numerous municipal, county, state and federal projects ranging from neighborhood improvement and redevelopment projects, educational facilities site planning,cemeteries,neighborhood parks,and golf course designs to aviation facilities, regional water and sewer utilities,streetscapes,and streets and highways. Additionally,the firm has successfully completed several thousand private-sector projects including residential developments from two to 7,000 acres, industrial and office sites, hotels and theme park facilities, hospitals and medical office complexes, commercial properties, retail shopping centers and franchise properties.The firm has been involved with more than 100,000 acres of project design development in Florida. Our approach to each project is best characterized by a"partnering relationship."We dedicate ourselves to learning the culture of our clients,their specific concerns,desires and needs, much like an extension of their own offices.We consistently strive to maintain time schedules and to provide factual and frequent communication. Miller Legg prides itself on its team approach to the interdisciplinary needs unique to the project and client.We provide responsive, personalized, quality service to value-conscious private clients and select government agencies,who desire the very best in planning and design. I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE AN040 5/4/18 33. NAME AND TITLE Michael Kroll, RLA,FASLA STANDARD FORM 330(1/2004)PAGE 5 MILLER LEGG 1. SOLICITATION NUMBER(If 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 Miller Legg 2006 038700035 2b. STREET 5.OWNERSHIP 7743 NW 48th Street,Suite 140 a.TYPE 2c. CITY 2d. STATE 2e.ZIP CODE Corporate Miami FL 33166-5407 b.SMALL BUSINESS STATUS Yes 6a. POINT OF CONTACT NAME AND TITLE Michael Kroll,President 7.NAME OF FIRM(If block 2a is a branch office) Miller Legg 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (305)599-6381 mkroll©millerlegg.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER 10.PROFILE OF FIRM'S EXPERIENCE AND 9.EMPLOYEES BY DISCIPLINE ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees a.Profile C.Revenue Index Code b.Discipline (1)FIRM (2)BRANCH Code b.Experience Number (see below) 02 Administrative 13 0 CO2 Cemeteries(Planning&Relocation) 0 07 Biologist 3 0 C06 Churches;Chapels 0 08 CADD Technician 3 0 C10 Commercial Building;(low rise); 0 12 Civil Engineers 8 2 C14 Conservation and Resource 0 14 Computer Programmer 1 0 E01 Ecological&Archeological 0 16 Construction Manager 0 _ 0 E02 Educational Facilities;Classrooms 4 19 Ecologists 1 0 H07 Highways;Streets;Airfield Paving; 3 21 Electrical Engineers 0 _ 0 H09 Hospitals&Medical Facilities 2 23 Environmental Engineer 0 0 H11 Housing(Residential,Multifamily, 0 50 Environmental Risk Assessor 0 0 106 Irrigation;Drainage 0 24 Environmental Scientist 1 0 L01 Laboratories;Medical Research 0 29 GIS Specialist 0 0 L03 Landscape Architecture 0 39b Irrigation Designer 0 0 PO4 Pipelines(Cross-country—Liquid& 0 38 Land Surveyor 2 0 P05 Planning(Community;Regional; 0 38a Survey Crew Members 10 4 P06 Planning(Site,Installation and 0 39 Landscape Architects 4 1 R04 Recreational Facilities(Parks; 0 39a Landscape Designers 3 0 SO4 Sewage Collection,Treatment& 0 47 Planners:Urban/Regional 1 0 S13 Stormwater Handling&Facilities 0 51 Safety/Occupational Health 0 0 S10 Surveying;Platting;Mapping;Flood 6 60 Transportation Engineers 0 0 T03 Traffic&Transportation Engineering 0 Other Employees 1 1 UO2 Urban Renewals;Community 0 Total 51 8 W03 Water Supply;Treatment and 0 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 4 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b.Non-Federal Work i 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work i 5. $1 million to less than$2 million 10.$50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b. DATE 1010 `2RE5/4/2018 c. NAME AND TITLE Michael Kroll,RLA,FASLA,President STANDARD FORM 330(1/2004)PAGE 6 MILLER r 'EGG • 1. SOLICITATION NUMBER(If 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 Miller Legg 1965 038700035 2b. STREET 5.OWNERSHIP 5747 N Andrews Way a.TYPE 2c. CITY 2d.STATE 2e.ZIP CODE Corporate Ft Lauderdale FL 33309-2364 b.SMALL BUSINESS STATUS Yes 6a. POINT OF CONTACT NAME AND TITLE Michael Kroll,President 7.NAME OF FIRM(If block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (954)628-3651 mkroll©millerleg.com 8a.FORMER FIRM NAME(S)Of 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 (1)FIRM (2)BRANCH Code b.Experience Number (see below) 02 Administrative 13 12 CO2 Cemeteries(Planning&Relocation) 5 07 Biologist 3 3 CO6 Churches;Chapels 2 08 CADD Technician 3 3 C10 Commercial Building;(low rise); 2 12 Civil Engineers 8 4 C14 Conservation and Resource 4 14 Computer Programmer 1 1 E01 Ecological&Archeological 4 16 Construction Manager 0 0 E02 Educational Facilities;Classrooms 4 19 Ecologists 1 1 H07 Highways;Streets;Airfield Paving; 2 21 Electrical Engineers 0 0 H09 Hospitals&Medical Facilities 3 23 Enviroronmental Engineer 0 0 H11 Housing(Residential,Multifamily, 6 50 Environmental Risk Assessor 0 0 106 Irrigation;Drainage 2 24 Environmental Scientist 1 1 L01 Laboratories;Medical Research 2 29 GIS Specialist 0 0 L03 Landscape Architecture 5 39b Irrigation Designer 0 0 PO4 Pipelines(Cross-country—Liquid& 2 38 Land Surveyor 2 2 P05 Planning(Community;Regional; 3 38a Survey Crew Members 10 5 P06 Planning(Site,Installation and 3 39 Landscape Architects 4 3 R04 Recreational Facilities(Parks; 4 39a Landscape Designers 3 3 SO4 Sewage Collection,Treatment& 5 47 Planners:Urban/Regional 1 1 S13 Stormwater Handling&Facilities 5 51 Safety/Occupational Health 0 0 S10 Surveying;Platting;Mapping;Flood 2 60 Transportation Engineers 0 0 T03 Traffic&Transportation Engineering 2 Other Employees 1 0 UO2 Urban Renewals;Community 4 Total 51 39 W03 Water Supply;Treatment and 4 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 4 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b.Non-Federal Work 6 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 6 5. $1 million to less than$2 million 10.$50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b. DATE liV 2(75/4/18 c. NAME AND TITLE Michael Kroll,RIA,FASLA STANDARD FORM 330(1/2004)PAGE 6 MILLER a LEGG Order Summary Page 1 of 1 Help I Home dun$ZbradstreeE Dun & Bradstreet Government Solutions Contractor Management Portal I View Registration Status I Find Your Company D&B Supplier Certification Receipt Date Time Company D-U-N-S Product Cost 04- 12:12:51 MILLER, 038700035 Supplier Sub $91.95 03- LEGG& Portal Total 2018 ASSOCIATES, Registration INC. Product- Yearly Tax $0.00 Total Cost $91.95 For further information or clarification Please contact our Customer Resource Group by clicking on the Customer Support link at the bottom of the page. Print Back To progress through the portal,use Powered by Customer Support Privacy Policy Help the available navigation buttons.Do not use the back or forward buttons on your browser window https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SpRegistrationReceiptV iew?IangI... 4/3/2018