Agreement with R.J. Heisenbottle Architects PA AGREEMENT BETWEEN
CITY OF MIAMI BEACH
AND
R.J. HEISENBOTTLE ARCHITECTS PA
FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL
RENEWAL AND REPLACEMENT PROJECTS PURSUANT TO REQUEST FOR
QUALIFICATIONS NO. 2018-141-ND
DISCIPLINE:
ARCHITECTURE -GENERAL
RESOLUTION NO. 2018-30534
TABLE OF CONTENTS
DESCRIPTION PAGE
ARTICLE 1. DEFINITIONS 1
ARTICLE 2. BASIC SERVICES a 6
ARTICLE 3. THE CITY'S RESPONSIBILITIES 11
ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 13
ARTICLE 5. ADDITIONAL SERVICES 15
ARTICLE 6. REIMBURSABLE EXPENSES 16
ARTICLE 7. COMPENSATION FOR SERVICES 17
ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 18
ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 18
ARTICLE 10. TERMINATION OF AGREEMENT 19
ARTICLE 11. INSURANCE 20
ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 21
ARTICLE 13. ERRORS AND OMISSIONS 21
ARTICLE 14. LIMITATION OF LIABILITY 22
ARTICLE 15. NOTICE 22
ARTICLE 16. MISCELLANEOUS PROVISIONS 23
SCHEDULES:
SCHEDULE A Consultant Service Order 30
SCHEDULE B Consultant Compensation 31
SCHEDULE C Hourly Billing Rate Schedule 32
SCHEDULE D Approved Subconsultants 33
ATTACHMENTS:
ATTACHMENT A Resolution & Commission Memorandum 34
ATTACHMENT B Request for Quailifications &Addendums 35
ATTACHMENT C Consultant's Response to the RFQ 36
ii
•
AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH
AND
R.J. HEISENBOTTLE ARCHITECTS PA.
FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED
CATEGORIES ON AN "AS-NEEDED-BASIS"
This Agreement made and entered into this 5- day of Februav , 20 !q ,
(Effective Date), by and between the CITY OF MIAMI BEACH, a municipal co try
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 R.J. Heisenbottle
Architects PA., a Florida corporation having its principal office at 2199 Ponce de Leon Blvd,
Suite 400, Coral Gables, FL. 33134(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 R.J. Heisenbottle
Architects PA., and, if successful, execute an agreement with the Consultant pursuant to the
RFQ; and
WHEREAS, City and the Consultant have negotiated the following agreement pursuant
to the RFQ; and
NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and
agreement herein contained, agree as follows:
ARTICLE 1. DEFINITIONS
1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions
used in this Agreement. Additional terms may be defined in other Contract Documents. The
following terms shall have the meanings specified herein unless otherwise stated herein:
ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the
Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order,
which the Consultant shall perform, at the City's option, and which must be duly authorized, in
writing, by the Department Head, prior to commencement of same.
APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not
limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of
governmental authorities having jurisdiction over the Project, the Project Site or the Parties.
BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents
recommended by the Consultant (and approved by the City) as being within the Construction
Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates.
BASIC SERVICES: "Basic Services" shall include those services which Consultant shall
perform in accordance with the terms of the Agreement, as described in Article 2 and the
Consultant Service Order. Any Services not specifically enumerated as Additional Services (as
defined herein) shall also be considered Basic Services.
CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal
corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida,
33139. In all respects hereunder, City's obligations and performance is pursuant to City's
position as the owner of the Project acting in its proprietary capacity. In the event City exercises
its regulatory authority as a governmental body including, but not limited to, its regulatory
authority for code inspections and issuance of Building Department permits, Public Works
Department permits, or other applicable permits within its jurisdiction, the exercise of such
regulatory authority and the enforcement of any Applicable Laws shall be deemed to have
occurred pursuant to City's regulatory authority as a governmental body and shall not be
attributable in any manner to City as a Party to this Agreement.
CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the
City.
CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City.
The City Manager shall also be construed to include any duly authorized representatives
designated by the City Manager in writing, including the Project Administrator, with respect to
any specific matter(s) concerning the Services and/or this Agreement (exclusive of those
authorizations reserved to the City Commission under this Agreement, or to regulatory or
administrative bodies having jurisdiction over the Project).
CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount
budgeted and established by the City to provide for the cost of construction of the Work for the
Project ("Construction Cost"), as set forth in the Consultant Service Order.
CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100%
completed) plans, technical specifications, drawings, schematics, documents, and diagrams
prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements
for the construction of the Project. The Construction Documents shall set forth in full all details
necessary to complete the construction of the Project in accordance with the Contract
Documents. Construction Documents shall not be part of the Contract Documents, until (a) the
Consultant has submitted completed Construction Documents to the City and (b) they have
been reviewed and approved by the City and any agencies having jurisdiction in accordance
with the procedures as otherwise provided by the Contract Documents. However, approval by
the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or
excuse Consultant's obligations to ensure the Construction Documents are constructible, in
compliance with all Applicable Laws and in accordance with the Contract Documents.
2
CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall
mean the qualified and properly professionally licensed design professional in the State of
Florida and as otherwise required by any entities, agencies, boards, governmental authorities
and/or any other professional organizations with jurisdiction governing the professional practice
area for which the design professional has been engaged by City and who will perform (or
cause to be performed through Subconsultants acceptable to the City) all architectural, design
and engineering services required under this Agreement and/or Consultant Service Order and
will serve as the "architect of record" and/or "engineer of record" for the Project. When the term
"Consultant" is used in this Agreement it shall also be deemed to include any officers,
employees, or agents of Consultants, and any other person or entity acting under the
supervision, direction, or control of Consultant to provide any architectural, design, engineering
or similar professional services with respect to a Project ("Subconsultants"). The Consultant
shall not be replaced by any other entity, except as otherwise permitted in this Agreement.
Further, any Subconsultant that may perform services on behalf of the Consultant shall be a
qualified and properly professionally licensed design professional in the State of Florida and as
otherwise required by any entities, agencies, boards, governmental authorities and/or any other
professional organizations with jurisdiction governing the professional practice area for which
the Subconsultant has been engaged by Consultant to perform professional design services in
connection with the Project. The Subconsultants in Schedule "D", attached hereto, are hereby
approved by the City Manager for the Project.
CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued
by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically
describes and delineates the particular Services (Basic Services and/or Additional Services)
which will be required of Consultant for the Project.
CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the
Agreement approved by the City (as specified below) and executed between City and
Consultant, covering changes, additions, or reductions in the terms of this Agreement including,
without limitation, authorizing a change in the Project, or the method and manner of
performance thereof, or an adjustment in the fee and/or completion dates.
Contract Amendments shall be approved by the City Commission if they exceed fifty thousand
dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or
less (or other such threshold contract amount as may be specified by the City of Miami Beach
Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of
the City Commission for approval of any such Contract Amendment.
CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with
all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and
all Design Documents and Construction Documents. The Contract Documents shall also
include, without limitation (together with all exhibits, addenda, and written amendments issued
thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria
Package (if any), the Contract for Construction, surety payment and performance bonds,
Conditions of the Contract for Construction (General, Supplementary, and other Conditions),
Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change
Directive(s), and/or approved written order(s)for a minor change in the Work.
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
3
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,
unless Additional Services are required and approved pursuant to Article 5 hereof.
4
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).
Prosect 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.
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
5
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
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
6
Consultant to City that the Project, if constructed as required by the Contract Documents, will be
fully functional, suitable and sufficient for its intended purposes.
2.5 The Consultant's Basic Services may consist of various tasks, including planning,
design, bidding/award, preparation of a DCP, studies, construction administration, and
Additional Services (as may be approved), all as further described in the Consultant Service
Order; and shall also include any and all of Consultant's responsibilities and obligations with
respect to the Project, as set forth in the General Conditions of the Contract for Construction.
2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City
shall waive or excuse Consultant's obligations under the Agreement and/or other Contract
Documents and that Consultant shall remain fully liable for all work performed by Consultant
including, without limitation, any design errors or omissions. Written decisions and/or approvals
issued by the City shall not constitute nor be deemed a release of the responsibility and liability
of the Consultant (or any Subconsultants), for the accuracy and competency of the Design
Documents and Construction Documents, nor shall any City approval and/or decisions be
deemed to be an assumption of such responsibility by the City for a defect, error or omission in
the Design Documents and the Construction Documents. Moreover, neither the City's
inspection, review, approval or acceptance of, nor payment for, any Services required under the
Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations
and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights
under the Agreement, or of any cause of action arising out of the performance of the
Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable
Laws for all damages to City caused by any failure of the Consultant or to comply with the terms
and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent
acts, errors or omissions in the performance of the Agreement.
2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in
this respect, the parties agree as follows:
2.7.1 Term: The term of this Agreement shall commence upon execution by the City
and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall
be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options,
to be exercised at the sole discretion of the City Manager (Initial Term and any renewals
shall be collectively referred to as the "Term"). Notwithstanding the preceding Term,
Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the
Consultant Service Order, including the time for completion of the work and/or services
for such Project(as set forth in the particular Consultant Service Order).
2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with
the standard of professional skill and care required by this Agreement, and the orderly
progress of the Work.
2.7.3 Recognizing that the construction of other projects within the City may affect
scheduling of the construction for the Project, the Consultant shall diligently coordinate
performance of the Services with the City (through the Project Administrator) in order to
provide for the safe, expeditious, economical and efficient completion of the Project,
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).
7
2.7.4 The Services shall be performed in a manner that shall conform to the Consultant
Service Order. The Consultant may submit requests for an adjustment to the Consultant
Service Order completion time, if made necessary because of undue delays resulting
from untimely review taken by the City(or authorities having jurisdiction over the Project)
to approve the Consultant's submissions, or any other portion of the Services requiring
approval by the City (or other,governmental authorities having jurisdiction over the
Project). Consultant shall immediately provide the Project Administrator with written
notice stating the reason for the particular delay; the requested adjustment (i.e.
extension) to the Project Schedule; and a revised anticipated schedule of completion.
Upon receipt and review of Consultant's request (and such other documentation as the
Project Administrator may require), the Project Administrator may grant a reasonable
extension of time for completion of the particular work involved, and authorize that the
appropriate adjustment be made to the Project Schedule. The Project Administrator's
approval (if granted) shall be in writing.
2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative
working relationship with the Project Administrator, Contractor, and any and all other individuals
and/or firms that have been contracted, or otherwise retained, to perform work on the Project.
2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant
Service Order, in a competent, timely and professional manner, and shall be responsible to the
City for any failure in its performance, except to the extent that acts or omissions by the City
make such performance impossible.
2.10 The Consultant is responsible for the professional quality, technical accuracy, •
completeness, performance and coordination of all Services required under the Agreement and
under the Consultant Service Order (including the services performed by Subconsultants),
within the specified time period and specified cost. The Consultant shall perform the Services
utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient
consulting with respect to the disciplines required for the performance of such Services in the
State of Florida. The Consultant is responsible for, and shall represent to City that the Services
conform to the City's requirements, the Contract Documents and all Applicable Laws. The
Consultant shall be and remain liable to the City for all damages to the City caused by the
Consultant's negligent acts or errors or omissions in the performance of the Services. In
addition to all other rights and remedies which the City may have, the Consultant shall, at its
expense, re-perform all or any portion of the Services to correct any deficiencies which result
from the Consultant's failure to perform in accordance with the above standards. The Consultant
shall also be liable for the replacement or repair of any defective materials and equipment and
re-performance of any non-conforming construction work resulting from such deficient Services
(i) for a period from the Effective Date of this Agreement, until twelve (12) months following final
acceptance of the Work, (ii) or for the period of design liability required by applicable law,
whichever is later. The Project Administrator shall notify the Consultant, in writing, of any
deficiencies and shall approve the method and timing of the corrections.
2.10.1 The Consultant shall be responsible for deficient, defective Services and any
resulting deficient, defective construction work re-performed within twelve (12) months
following final acceptance and shall be subject to further re-performance, repair and
replacement for twelve (12) months from the date of initial re-performance, not to exceed
twenty-four months (24)from final acceptance.
8
2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for
review to other consultants (engaged by the City at its expense) any or all parts of the Services
and the Consultant shall fully cooperate in such review(s). Whenever others are required to
verify, review, or consider any Services performed by Consultant (including, without limitation,
contractors, other design professionals, and/or other consultants retained by the City), the intent
of such requirement is to enable the Consultant to receive input from others' professional
expertise to identify any discrepancies, errors or omissions that are inconsistent with industry
standards for design or construction of comparable projects; or which are inconsistent with
Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by
the City under this Agreement. Consultant will use reasonable care and skill, in accordance and
consistent with customary professional standards, in responding to items identified by other
reviewers in accordance with this subsection. Consultant shall receive comments from
reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up
drawings and specifications. Consultant shall address comments forwarded to it in a timely
manner. The term "timely" shall be defined to mean as soon as possible under the
circumstances, taking into account the timelines of the Project schedule.
2.11.1 The Consultant is advised that a performance evaluation of the Services
rendered throughout this Agreement will be completed by the City and kept in the City's
files for evaluation of future solicitations.
2.12 Consultant agrees that when any portion of the Services relates to a professional service
which, under Florida Statutes, requires a license, certificate of authorization, or other form of
legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only
qualified duly licensed certified personnel to provide same.
2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a
fully executed Consultant Service Order, a qualified licensed professional to serve as its project
manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be
authorized and responsible to act on behalf of Consultant with respect to directing, coordinating
and administrating all aspects of the Services. Consultant's Project Manager (as well as any
replacement) shall be subject to the prior written approval of the City Manager or the Project
Administrator. Replacement (including reassignment) of an approved Project Manager shall not
be made without the prior written approval of the City Manager or his designee (i.e. the Project
Administrator).
2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice
from the City Manager or the Project Administrator (which notice shall state the cause
therefore), to promptly remove and replace a Project Manager, or any other personnel
employed or otherwise retained by Consultant for the Project ( including, without
limitation, any Subconsultants).
2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any
non-public information concerning the Services or the Project, without the prior written consent
of the City Manager or the Project Administrator, unless such disclosure is incident to the proper
performance of the Services; or the disclosure is required pursuant to Florida Public Records
laws; or, in the course of judicial proceedings, where such information has been properly
subpoenaed. Consultant shall also require Subconsultants to comply with this subsection.
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
9
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.
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
10
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
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,
11
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).
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
12
provided for in this Agreement. In his/her discretion, the City Manager may also consult
with the City Commission on such matters.
3.7.3 At the request of Consultant, the City Manager shall be authorized, but not
required, to reallocate monies already budgeted toward payment of the Consultant;
provided, however, that the Consultant's compensation (or other budgets established by
this Agreement) may not be increased without the prior approval of the City Commission,
which approval (if granted at all) shall be in its sole and reasonable discretion.
3.7.4 The City Manager may approve Contract Amendments which do not exceed the
sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by
the City of Miami Beach Purchasing Ordinance, as amended); provided that no such
amendments increase any of the budgets established by this Agreement.
3.7.5 The City Manager may, in his/her sole discretion, form a committee or
committees, or inquire of, or consult with, persons for the purpose of receiving advice
and recommendations relating to the exercise of the City's powers, duties, and
responsibilities under this Agreement or the Contract Documents.
3.7.6 The City Manager shall be the City Commission's authorized representative with
regard to acting on behalf of the City in the event of issuing any default notice(s) under
this Agreement, and, should such default remain uncured, in terminating the Agreement
(pursuant to and in accordance with Article 10 hereof).
3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf
of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction
the suitability of the Project, or portions thereof, detailed in such documents for the purposes
intended therefor by the City, and may not be relied upon in any way by the Consultant or any
other third party as a substantive review thereof.
ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST
4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the
Consultant Service Order. Consultant shall design the Project so that the Construction Cost
Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design
and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4,
making all revisions necessary to maintain the Construction Cost Budget. Consultant shall
attend meetings with the City to review and discuss cost estimates, cost-saving alternatives,
and implementation or revision of the Design Documents and Construction Documents to
address such items, as necessary to meet the established budget parameters set forth in the
City Construction Budget.
•
4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at
each stage of completion of the Design Documents and at completion of the Construction
Documents, unless otherwise specified in the Consultant Service Order or other written directive
of the Project Administrator.
4.2.1. At completion of the conceptual design (at such stage of completion of the
Design Documents as may be specified by the Project Administrator), Consultant shall provide
the City a Statement of Probable Construction Cost, which must include an estimated
Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the
13
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
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.
14
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:
15
5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of
existing facilities, and surveys or'inventories in connection with construction performed
by City.
5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which
arises from subsequent circumstances and causes which could not reasonably have
been foreseen at the time of the Consultant Service Order (excluding conditions
determined by all prior studies available to Consultant and excluding circumstances and
causes resulting from error, omission, inadvertence, or negligence of Consultant).
5.2.3. City-Requested Revisions to Construction Documents: Making revisions to
Construction Documents resulting in or from City-requested changes in Scope of Work
involving new program elements, when such revisions are inconsistent with written
approvals or instructions previously given by City and/or are due to causes beyond the
control of Consultant.
5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or
subpoena to appear and give testimony, preparing to serve or serving as an expert
witness in connection with any state or federal court action to which the Consultant is not
a party in its own name, that is not instituted by the Consultant or in which the
performance of the Consultant is not in issue.
5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re-
negotiating contracts (except for Contract Document revisions and re-bidding services
required under Section 4.4 hereof, which shall be provided at no additional cost to City).
5.2.6. Models: Preparing professional perspectives, models or renderings in addition to
those provided for in this Agreement except insofar as these are otherwise useful or
necessary to the Consultant in the provision of Basic Services.
5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold
inspection services and material testing/special inspection services, provided that
Consultant, as part of the Basic Services, shall report on the progress the Work,
including any defects and deficiencies that may be observed in the Work.
5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site
evaluations, provided, however, that surveys of the existing structure required to
complete as-built documentation are not additional services.
5.2:9 Geotechnical engineering. Providing geotechnical engineering services or site
surveys.
Except as specified herein, services that are required for completion of the Construction
Documents shall be part of Consultant's Basic Services.
ARTICLE 6. REIMBURSABLE EXPENSES
6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project
Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the
Project Administrator (along with any supporting receipts and other back-up material requested
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:
16
Cost of reproduction, courier, and postage and handling of drawings, plans,
specifications, and other Project documents (excluding reproductions for the office use
of the Consultant and its Subconsultants, and courier, postage and handling costs
between the Consultant and its Subconsultants).
Costs for reproduction and preparation of graphics for community workshops.
Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over
the Project (i.e. City permit fees).
ARTICLE 7. COMPENSATION FOR SERVICES
7.1 Consultant's "Lump Sum" or"Not to Exceed"fee for provision of the Services, or portions
thereof, as may be set forth and described in the Consultant Service Order issued for a
particular Project, shall be negotiated between the City and Consultant, and shall be set forth in
the Consultant Service Order.
7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and
approval of an acceptable invoice by the Project Administrator. Payments shall be made in
proportion to the Services satisfactorily performed, so that the payments for Services never
exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted
with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the
invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the
percentage of completion of the Project and the total estimated fee to completion.
7.3 All Services shall be compensated in accordance with the hourly rates set forth in
Schedule "C," attached hereto. Any request for payment of Additional Services shall be
included with a Consultant payment request. No mark-up shall be allowed on Additional
Services (whether sub-contracted or not).
7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up
to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto.
Any request for payment of Reimbursable Expenses shall also be included with Consultant's
payment request. No mark-up shall be allowed on Reimbursable Expenses.
7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the
agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an
adjustment to the preceding year's unit costs for the subsequent year. Only request for
increases based on a corresponding increase in the Consumer Price Index for All Urban
Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of
Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the
City, including (but not limited to) living wage increases, will be considered. In the event that the
City determines that the requested increase is unsubstantiated, the Consultant agrees to
perform all duties at the current cost terms.
7.6 No retainage shall be made from the Consultant's compensation on account of sums
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
17
identify the nature and extent of the work performed; the total hours of work performed by
employee category; and the respective hourly billing rate associated therewith. In the event
Subconsultant work is used, the percentage of completion shall be identified. Invoices shall
also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of
the written approval of the Project Administrator for the requested Additional Service(s) or
Reimbursable Expense(s) shall accompany the invoice.
7.7.1 If requested, Consultant shall provide back-up for past and current invoices that
records hours for all work (by employee category), and cost itemizations for
Reimbursable Expenses (by category).
ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS
8.1 All books, records (whether financial or otherwise), correspondence, technical
documents, and any other records or documents related to the Services and/or Project will be
available for examination and audit by the City Manager, or his/her authorized representatives,
at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary
business hours. All such records shall be kept at least for a period of three (3) years after
Consultant's completion of the Services. Incomplete or incorrect entries in such records and
accounts relating personnel services and expenses may be grounds for City's disallowance of
any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to
the requirements of this Article and ensure compliance therewith
ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS
9.1 All notes, correspondence, documents, plans and specifications, designs, drawings,
renderings, calculations, specifications, models, photographs, reports, surveys, investigations,
and any other documents (whether completed or partially completed) and copyrights thereto for
Services performed or produced in the performance of this Agreement, or related to the Project,
whether in its native electronic form, paper or other hard copy medium or in electronic medium,
except with respect to copyrighted standard details and designs owned by the Consultant or
owned by a third party and licensed to the Consultant for use and reproduction, shall become
the property of the City. Consultant shall deliver all such documents to the Project Administrator
in their native electronic form, as required in the Consultant Service Order within thirty (30) days
of completion of the Services (or within thirty (30) days of expiration or earlier termination of this
Agreement as the case may be). However, the City may grant an exclusive license of the
copyright to the Consultant for reusing and reproducing copyrighted materials or portions
thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant
shall not disclose, release, or make available any document to any third party without prior
written approval from the City Manager. The Consultant shall warrant to the City that it has
been granted a license to use and reproduce any standard details and designs owned by a third
party and used or reproduced by the Consultant in the performance of this Agreement. Nothing
contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes.
9.2 The Consultant is permitted to reproduce copyrighted material described above subject
to prior written approval of the City Manager.
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.
18
9.4 The City shall have the right to modify the Project or any components thereof without
permission from the Consultant or without any additional compensation to the Consultant. The
Consultant shall be released from any liability resulting from such modification.
9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use
of plans and specifications.
ARTICLE 10. TERMINATION OF AGREEMENT
10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is
subject to the appropriation of funds by its legislative body in an amount sufficient to allow
continuation of its performance in accordance with the terms and conditions of this Agreement.
In the event there is a lack of adequate funding either for the Services or the Project (or both),
the City may terminate this Agreement without further liability to the City.
10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this
Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1)
violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays
the performance of the Services or any portion thereof; or (3) does not perform the Services or
any portion thereof in a timely and satisfactory manner. In the case of termination for cause by
the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon
receipt of the initial written notice of default from the City).
10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its
sole option and discretion, may take over the remaining Services and complete them by
contracting with another consultant(s), or otherwise. The Consultant shall be liable to the
City for any additional cost(s) incurred by the City due to such termination. "Additional
Cost" is defined as the difference between the actual cost of completion of the Services,
and the cost of completion of such Services had the Agreement not been terminated.
10.2.2, In the event of termination for cause by the City, the City shall only be obligated
to pay Consultant for those Services satisfactorily performed and accepted prior to the
date of termination (as such date is set forth in, or can be calculated from, the City's
initial written default notice). Upon payment of any amount which may be due to
Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to
Consultant.
10.2.3 As a condition precedent to release of any payment which may be due to
Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver
to the Project Administrator any and all Project documents prepared (or caused to be
prepared) by Consultant(including, without limitation, those referenced in subsection 9.1
hereof). The City shall not be responsible for any cost incurred by Consultant for
assembly, copy, and/or delivery of Project documents pursuant to this subsection.
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
19
the City's written notice), and for Consultant's costs in assembly and delivery to the Project
Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment
of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall
have no further liability to Consultant.
10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement
for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully
violates any provisions of this Agreement or unreasonably delays payment of the Services or
any portion thereof. In the event of a termination for cause by Consultant, the City shall pay
Consultant for any Services satisfactorily performed and accepted up to the date of termination;
provided, however, that the City shall first be granted a thirty (30) day cure period (commencing
upon receipt of Consultant's initial written notice).
10.4.1 The Consultant shall have no right to terminate this Agreement for convenience.
10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for
cause or for convenience), the Consultant shall immediately, upon receipt of the City's written
notice of termination: (1) stop the performance of Services; (2) place no further orders or issue
any other subcontracts, except for those which may have already been approved, in writing, by
the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly
assemble all Project documents (for delivery to the Project Administrator).
ARTICLE 11. INSURANCE
11.1 At all times during the Term of this Agreement, Consultant shall maintain the following
required insurance coverage in full force and effect. The Consultant shall not commence any
work until satisfactory proof of all required insurance coverage has been furnished to the Project
Administrator:
(a) Workers' Compensation and Employer's Liability per the Statutory limits of the
State of Florida.
(b) Commercial General Liability on a comprehensive basis in an amount not less
than $1,000,000 combined single limit per occurrence for bodily injury and
property damage.
(c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles
used in connection with the work, in an amount not less than $500,000 combined
single limit per occurrence for bodily injury and property damage.
(d) Professional Liability Insurance in an amount not less than $1,000,000 with the
deductible per claim, if any, not to exceed 10% of the limit of liability.
11.2 The City must be named as and additional insured on the liability policies; and it must be
stated on the certificate.
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.
20
11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all
required insurance policies. The City reserves the right to require a certified copy of such
policies, upon written request to Consultant.
ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS
12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall
indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities,
from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys'
fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of
the Consultant and other persons employed or utilized by the Consultant in the performance of
this Agreement.
The Consultant shall pay all claims and losses in connection therewith and shall investigate and
defend all claims, suits, or actions of any kind or nature in the name of the City, where
applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's
fees which may issue thereon. Consultant expressly understands and agrees that any
insurance protection required by this Agreement or otherwise provided by Consultant shall in no
way limit its responsibility to indemnify, keep, and save harmless and defend the City or its
officers, employees, agents, and instrumentalities as herein provided.
12.2 The Consultant agrees and recognizes that the City shall not be held liable or
responsible for any claims which may result from any negligent, reckless, or intentionally
wrongful actions, errors or omissions of the Consultant in which the City participated either
through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting
any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes
or shares any responsibility or liability of the Consultant (including, without limitation its
Subconsultants and/or any registered professionals (architects and/or engineers) under this
Agreement).
ARTICLE 13. ERRORS AND OMISSIONS
13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes
categorized by the City as caused by an error, an omission, or any combination thereof in the
Contract Documents that were prepared by the Consultant will constitute an additional cost to
the City that would not have been incurred without the error. The damages to the City for
errors, omissions or any combinations thereof shall be calculated as the total cost of any
damages or incremental costs to the City resulting out of the errors or omissions by the
Consultant, including, without limitation, the direct, indirect and/or consequential damages
resulting from the Consultant's errors and/or omissions or any combination thereof.
Damages shall include delay damages caused by the error, omission, or any combination
thereof. Should the Consultant disagree that all or part of such damages are the result of
errors, omissions, or any combination thereof, the Consultant may appeal this determination, in
writing, to the applicable Assistant City Manager. 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
21
any party's right to proceed in a court of competent jurisdiction after the above administrative
remedies have been exhausted.
ARTICLE 14. LIMITATION OF LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on its
liability for any cause of action for money damages due to an alleged breach by the City of this
Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of
the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant
hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with
Consultant's recovery from the City for any damages for action for breach of contract to be
limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually
paid by the City to the Consultant hereunder.
Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant
hereby agrees that the City shall not be liable to Consultant for money damages due to an
alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed
amount" of Consultant's fees under this Agreement, which amount shall be reduced by any
amount(s) actually paid by the City to Consultant hereunder.
Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to
be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida
Statutes.
ARTICLE 15. NOTICE
All written notices given to City by Consultant shall be addressed to:
City Manager's Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Attn: Jimmy L. Morales, City Manager
With a copy to:
City Manager's Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Attn: Eric T. Carpenter, Assistant City Manager
All written notices given to the Consultant from the City shall be addressed to:
R.J. Heisenbottle Architects PA.
2199 Ponce de Leon Blvd, Suite 400
Coral Gables, FL. 3'3134
Tel: (305) 446-7799
Fax: N/A
Email: rjharjha.net
Attn: Kathia Green
22
All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified
mail, return receipt requested.
ARTICLE 16. MISCELLANEOUS PROVISIONS
16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the
laws of the State of Florida, both substantive and remedial, without regard to principles of
conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be
Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of
Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY
EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF
ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT.
16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not
discriminate against any employee or applicant for employment for work under this Agreement
because of race, color, national origin, religion, sex, gender identity, sexual orientation,
disability, marital or familial status, or age, and will take affirmative steps to ensure that
applicants are employed and employees are treated during employment without regard to race,
color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or
familial status, or age.
16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act
(Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been
placed on the convicted vendor list following a conviction for a public entity crime may not
submit a bid on a contract to provide any goods or services to the City, may not submit a bid on
a contract with the City for the construction or repair of a public building or public work, may not
bid on leases of real property to the City, may not be awarded or perform work as a contractor,
supplier, subcontractor, or subconsultant under a contract with the City, and may not transact
business with the City in excess of the threshold amount provided in Section 287.017, Florida
Statutes, for Category Two, for a period of 36 months from the date of being placed on the
convicted vendor list. For violation of this subsection by Consultant, City shall have the right to
terminate the Agreement without any liability to City, and pursue debarment of Consultant
16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for Consultant, to solicit or
secure this Agreement, and that it has not paid or agreed to pay any person, company,
corporation, individual or firm, other than a bona fide employee working solely for Consultant,
any fee, commission, percentage, gift, or other consideration contingent upon or resulting from
the award or making of this Agreement. For the breach or violation of this subsection, City shall
have the right to terminate the Agreement, without any liability or, at its discretion, to deduct
from the contract price (or otherwise recover) the full amount of such fee, commission,
percentage, gift, or consideration.
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;
23
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),
ands. 24(a), Article I of the State Constitution. Information made exempt by this
paragraph, with prior written approval from the City Manager, may be disclosed
to another entity to perform its duties and responsibilities; to a licensed architect,
engineer, or contractor who is performing work on or related to the Project; or
upon a showing of good cause before a court of competent jurisdiction. The
entities or persons receiving such information shall maintain the exempt status of
the information.
16.5.2.1 In addition to the requirements in this subsection 16.5.2, the
Consultant agrees to abide by all applicable Federal, State, and City
procedures, as may be amended from time to time, by which the
documents are handled, copied, and distributed which may include,
but is not limited to, each employee of Consultant and Subconsultants
that will be involved in the Project being required to sign an
agreement stating that they will not copy, duplicate, or distribute the
documents unless authorized by the City Manager, in writing.
16.5.2.2 The Consultant and its Subconsultants agree in writing that the
Project documents are to be kept and maintained in a secure location.
16.5.2.3 Each set of the Project documents are to be numbered and the
whereabouts of the documents shall be tracked at all times.
16.5.2.4 A log is developed to track each set of documents logging in the date,
time, and name of the individual(s) that work on or view the
documents.
16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without
added compensation, all necessary supplemental documents to correct errors, omissions,
and/or ambiguities which may exist in the Contract Documents prepared by Consultant,
including documents prepared by its Subconsultants. Compliance with this subsection shall not
be construed to relieve the Consultant from any liability resulting from any such errors,
omissions, and/or ambiguities in the Contract Documents and other documents or Services
related thereto.
16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to
any other person, firm, association or corporation, in whole or in part, without the prior written
consent of the City Commission, which consent, if given at all, shall be at the Commission's sole
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,
24
successors or other changes in the ownership structure and composition of the Consultant.
Failure to do so constitutes a breach of this Agreement by the Consultant.
16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance
of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all
salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as
necessary to complete said Services.
16.10 INTENT OF AGREEMENT:
16.10.1 The intent of the Agreement is for the Consultant to provide design and
other services, and to include all necessary items for the proper completion of such
services for a fully functional Project which, when constructed in accordance with the
design, will be able to be used by the City for its intended purpose. The Consultant shall
perform, as Basic Services, such incidental work which may not be specifically
referenced, as necessary to complete the Project.
16.10.2 This Agreement is for the benefit of the parties only and it does not grant
rights to a third party beneficiary, to any person, nor does it authorize anyone not a party
to the Agreement to maintain a suit for personal injuries, professional liability, or property
damage pursuant to the terms or provisions of the Agreement.
16.10.3 No acceptance, order, payment, or certificate of or by the City, or its
employees or agents, shall either stop the City from asserting any rights or operate as a
waiver of any provisions hereof or of any power or right herein reserved to the City or of
any rights to damages herein provided.
16.11 This document incorporates and includes all prior negotiations, correspondence,
conversations, agreements, or understandings applicable to the matters contained herein; and
the parties agree that there are no commitments, agreements, or understandings concerning
the subject matter of this Agreement that are not contained in this document. Accordingly, the
parties agree that no deviation from the terms hereof shall be predicated upon any prior
representations or agreements whether oral or written. It is further agreed that no modification,
amendment or alteration in the terms or conditions contained herein shall be effective unless
memorialized in written document approval and executed with the same formality and of equal
dignity herewith.
25
IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed
in their names by their duly authorized officers and principals, attested by their respective
witnesses and City Clerk on the day and year first hereinabove written.
Attest CITY OF MIAMI BEACH:
e
/ ill Z/c/ oi/le >
CITY CL _RK MAYOR V��
Attest R.J. SENBOTTLE A HITECTS PA.,tx/pf-41:el
i t Zor
Sig .ture/Sec •tary �� Signature/President
>y, ..1%%4,.. c-443647-0 Isola 1,D le
Print Name • " \ „ Cic- G, Name
•
,r.. •-• i
`� INCORP CRATED.'
\'f/' � */ s
r 11; 2 CQ \ dr APPROVED AS
%q�w����.�•4" FORM&LANGUATGE
&FOR EXECUTION
DW( el s('''' 1 — 1 g-tak
City Attorney
Date �
RA
26
SCHEDULE A
PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND
R.J. Heisenbottle Architects PA.
CONSULTANT SERVICE ORDER
Service Order No. _for Consulting,Services.
TO: R.J. Heisenbottle Architects PA.
2199 Ponce de Leon Blvd, Suite 400
Coral Gables, FL. 33134
PROJECT NAME: Project Name
DATE:
Pursuant to the agreement between the City of Miami Beach and Consultant for
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL
RENEWAL AND REPLACEMENT PROJECTS (RFQ 2018-141-ND) you are directed to provide
the following services:
SCOPE OF SERVICES:
Per attached proposal dated , to be considered part of this Agreement.
Estimated calendar days to complete this work: Days
Original Service Order Amount: $
Total From Previous Additional Service Orders:
Fee for this Service Order is Lump Sum/Not to Exceed amount
of:
Total Agreement to Date:
City's Project Date
Coordinator/Manager
Assistant Director Date Consultant. Date
Project Administrator-Director Date
1 Section 287.055, Florida Statutes,commonly known as the Consultant's Competitive Negotiation Act(CCNA),is applicable to the selection of professional
services consultants(architecture,professional engineering,landscape architecture,or registered surveying and mapping)by public agencies for projects valued
up to the amount established in Category 5, Section 287.017,Florida Statutes(currently$325,000 or as amended by law)or for a planning or study activity
valued up to the amount established in Category 2,Section 287.017,Florida Statutes(currently$35,000 or as amended by law).
27
• SCHEDULE B
CONSULTANT COMPENSATION
Schedule of Payments
Planning Services * $)00000 XX
Design Services* $)000000(
Bidding and Award Services $)000(000
Construction Administration ** $X)000000)
Reimbursable Allowance*** $)000000)
Note*: These services will be paid lump sum based on percentage complete of each
phase as identified in the individual tasks.
Note**: Construction Administration will be paid on a monthly basis upon
commencement of construction.
In the event that, through no fault of the Consultant, Construction Administration
services are required to be extended, which extension shall be subject to prior City
approval, and what shall be at the City's sole discretion, the Consultant agrees to extend
said services for$XXXXXX, per month, for the duration required to complete the Project.
Note***: The Reimbursable Allowance belongs to the City and must be approved in
writing, in advance, by the Project Administrator. Unused portions will not be paid to the
Consultant.
28
SCHEDULE C
HOURLY BILLING RATE SCHEDULE
Project Principal $172.50 Project Engineer(Coastal or $116.15
Other)
Project Manager $138.00 Sr. Field Services Professional $116.15
Senior Civil Engineer $138.00 Field Services Professional $ 80.50
Civil Engineer $116.15 Threshold Inspector $138.00
Senior Electrical Engineer $138.00 Structural Special Inspector $109.25
Electrical Engineer $116.15 Technical Editor $ 74.75
Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15
Mechanical Engineer $116.15 GIS Specialist $ 86.25
Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30
Structural Engineer $116.15 Landscape Designer $ 95.45
Senior Environmental Engineer $138.00 Planner $116.15
Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50
Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00
Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25
Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15
Project Scientist $120.75 Cost Estimator $ 74.75
Senior Surveyor $138.00 Specifications Writer $ 63.25
Surveyor $116.15 Construction Administrator/Manager $ 94.30
Surveyor Support Staff $ 69.00 Senior Project Manager $138.00
Senior Architect $138.00 MEP Project Engineer $138.00
Architect $116.15 Horticultural/maintenance Consultant $ 86.25
Senior Designer $138.00 Irrigation Engineer $ 94.30
Designer $ 95.45 Job Captain $ 92.00
Senior Urban Planner $138.00 Interior Designer $ 95.45
Senior CAD Technician $ 69.00 Principal/Director of Design $138.00
CAD Technician $ 63.25
Senior Landscape Architect $138.00
Landscape Architect $116.15
Clerical $ 40.25
Administrative Assistant $ 40.25
Survey Crew Party of2 $140.68
Survey Crew Party of 2 w/ GPS $168.51
Survey Crew Party of 3 $170.44
Survey Crew Party of 3 w/ GPS $197.01
Survey Crew Party of 4 $211.31
Survey Crew Party of 4 w/ GPS $250.13
Sr. Inspector(CEI) $103.50
Inspector(CEI, Field or
Construction) $ 94'88
29
SCHEDULE D
APPROVED SUBCONSULTANTS
30
ATTACHMENT A
RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM
34
•
RESOLUTION NO. 2018-30534
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY
MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO
REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL
ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND
REPLACEMENT PROJECTS;' AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA
CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP,
INCORPORATED, CPH, INC., SOL-ARCH, INC.,WILLIAM LANE ARCHITECT, INC.,
MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ
ARCHITECTURE, INC., R.J. 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, 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 t SPACE PLANNING; AUTHORIZING THE ADMINISTRATION
TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES,
INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH OF THE
RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL
NEGOTIATIONS BY THE ADMINISTRATION.
WHEREAS, on February 14, 2018, the City Commission approved the issuance of
Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and
Engineering Services for Capital Repair and Replacement Projects; and
WHEREAS, Request for Qualifications No. 2018-141-ND (the "RFQ") was released on
February 15, 2018; and
•
WHEREAS, a voluntary pre-proposal meeting was held on February 27, 2018; and
WHEREAS,on May 7, 2018, the City received thirty-seven (37) proposals; and
WHEREAS, on February 26, 2018 the City Manager via Letter to Commission (LTC) No.
105-2018, appointed an Evaluation Committee (the "Committee"), consisting of the following
individuals: Lily Alvarez, Construction Manager, Property Management Department, City of
Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City
of Miami Beach; Elizabeth Estevez, Parks and Capital Projects Manager, Parks and Recreation
Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property
Management Department, City of Miami Beach;and
WHEREAS, the Committee convened on August 6, 2018 to review and score the
remaining proposals; and
WHEREAS, the Committee was provided an overview of the project, information relative
to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information
on the scope of services, and a copy of each proposal; and
WHEREAS, the Committee was instructed to score and rank each proposal pursuant to
the evaluation criteria established in the RFQ; and
WHEREAS, the Committee's ranking for the discipline of General Architecture was as
follows: William B. Medellin Architect P.A., as the first ranked proposer; CSA Central, Inc., as
the second ranked proposer; Schindler Architects, Inc. and TSAO Design Group, Incorporated,
tied as the third ranked proposers; CPH, Inc., as the fifth ranked proposer; Sol-ARCH, Inc., as
the sixth ranked proposer; William Lane Architect, Inc., as the seventh ranked proposer; Moss
Architecture and Design Group, Inc., as the eighth ranked proposer; Alleguez Architecture, Inc.,
as the ninth ranked proposer; R.J. Heisenbottle Architects, and P.A.; as the tenth ranked
proposer; Vitalini Corazzini, P.A., as the eleventh ranked proposer; ArcBuilders and Group
Incorporated, as the twelfth ranked proposer; Alejandro Pardo Architecture, Inc., as the
thirteenth ranked proposer; and UCI Design, Inc., as the fourteenth ranked proposer; and
WHEREAS, the Committee's ranking for the discipline of Landscape Architecture was as
follows: Savino & Miller Design Studio, P.A., as the first ranked proposer; Keith and Schnars,
P.A., as the second ranked proposer; CPH, Inc., as the third ranked proposer; Curtis & Rogers
Design Studio, Inc:, as the fourth ranked proposer; Chen-Moore Associates, as the fifth ranked
proposer; Miller, Legg & Associates, Inc., as the sixth ranked proposer; Calvin, Giordano &
Associates, Inc., as the seventh ranked proposer; and Landscape DE, LLC, as the eighth
ranked proposer;and
WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as
follows: Schwebke-Shiskin & Associates, Inc., as'the first ranked proposer; CES Consultants,
Inc., as the second ranked proposer, Chen-Moore Associates, as the third ranked proposer, 305
Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., tied as
the fourth ranked proposers; CPH, Inc., as the seventh ranked proposer; and T.Y. Lin
International, as the eighth ranked proposer;and
WHEREAS, the Committee's ranking for the discipline of Environmental Services and
Testing Engineering was as follows: E Sciences, Inc., as the first ranked proposer; Terracon
Consultants, Inc., as the second ranked proposer; EBS Engineering, Inc., as the third ranked
proposer; CSA Central, Inc., as the fourth ranked proposer; and Florida Technical Consultants,
LLC, as the fifth ranked proposer; and
WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and
Plumbing Engineering was as follows: CSA Central, Inc. and Ross & Baruzzini, Inc., tied as the
• first ranked proposers; 3FM Engineering, Inc., as the third ranked proposer; and UCI
Engineering Inc., as the fourth ranked proposer; and
WHEREAS, subsequent to the evaluation of proposals, Ross &Baruzzini, Inc. submitted
the a letter indicating that without local MEP resources it no longer wished to be considered for
award; and
WHEREAS, the Committee's ranking for the discipline of Structural Engineering was as
follows: 305 Consulting Engineers, LLC and Eastern Engineering Group Company, tied as the
first ranked proposers; CES Consultants, Inc., as the third ranked proposer; Master Consulting
Engineers, Inc., as the fourth ranked proposer; UCI Engineering Inc., as the fifth ranked
proposer; and Diaz, Carreno, Scotti & Partners, Inc., as the sixth ranked proposer; and
WHEREAS, the Committee's ranking for the discipline of Interior Design 1 Space
Planning was as follows: TSAO Design Group, Incorporated, as the first ranked proposer; and
MC Designers, inc., as the second ranked proposer; and
WHEREAS, the Committee's ranking for the discipline of Surveying was follows: •
Schwebke-Shiskin &Associates, Inc., as the first ranked proposer;and
WHEREAS, after reviewing all the submissions and the results of the evaluation
process, the City Manager recommends that the Administration be authorized to enter. into
negotiations as follows:
William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO
Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc.,
Moss Architecture and Design Group, Inc. Alleguez Architecture, Inc., R.J. Heisenbottle
Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture.
Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis& Rogers
Design Studio, Inc., Chen-Moore Associates, and Miller, Legg &Associates, Inc., for the
discipline of Landscape Architecture.
Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates,
305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering,
Inc., for the discipline of Civil Engineering.
E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central,
Inc., for the discipline of Environmental Services and Testing Engineering.
CSA Central, Inc_, 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of
Mechanical, Electrical, and Plumbing Engineering.
305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES
Consultants, Inc., Master Consulting Engineers, Inc., UC1 Engineering Inc., and Diaz,
Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering.
TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior
Design/Space Planning.
Schwebke-Shiskin &Associates, Inc.for the discipline of Surveying.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission hereby accept the recommendation of the City Manager pertaining to the ranking
of proposals pursuant to Request for Qualifications (RFQ) No. 2018-141-ND for Professional
Architectural and Engineering Services for Capital Repair and Replacement Projects;
authorizing the administration to enter into negotiations with William B. Medellin Architect P.A.,
CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., SoI-
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 tidier 2018.
ATTEST:
14)3014' aC:7—:1----L________
RAF EL E. GRANADO, CITY CLE f ., _T DAN GELBER, MAYOR
F:IPURC1SoI1citations1201812018-141-ND IQs a�cAPrfitI/3r.~,4s110-Award\RESO 2018-141-ND.doc
•
4- • _ ‘0:�. •.'e APPROVED AS TO
FORM &LANGUAGE
tii_, f '' " - &FOR EXECUTION
!NCORPI 'ORATED= , .
Y'c ..• k I • i.&()I; - (-) 4 n (----- 16-- -q
.,,,,_,-.... 4," ....-rz,:.. cY-k-i -/
`:,I, jC, `! � ,fy-r City Attorney ��t'R Date
MIAMIBEACH Resolutions-C7 P
•
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 SAVING & MILLER DESIGN STUDIO, P.A., KEITH
AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC.,
CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR
THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-
SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE
ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG &
ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF
CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC.,
EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF
ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING
THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL,
INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE
DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING;
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH.
305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP
COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS,
INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS,
INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING
THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN
GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE
OF INTERIOR DESIGN I SPACE PLANNING; AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-
SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND
FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN
Page 436 of 1637
AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON
CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.
RECOMMENDATLON
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 f small projects, through this RFQ the City sought to
establish a pool of qualified architectural and engineering consultants interested in providing the City
with professional services for small projects. The categories of work are, as further defined in
Appendix C, Architecture — General, Architecture — Landscape Architecture, Engineering —
Environmental Services and Testing, and Engineering — Mechanical, Electrical & Plumbing,
Engineering—Structural.
RFQ PROCESS
On February 14, 2018,the City Commission approved to issue the Request for Qualifications (RFQ)
No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and
Replacement Projects. On February-15, 2018, the RFQ was issued. A voluntary pre-proposal
conference to provide information to proposers submitting a response was held on February 27,
2018. Seven addenda were issued. The Procurement Department issued bid notices to 275
companies utilizing www.publicpurchase.com website. 263 prospective bidders accessed the
advertised solicitation. RFQ responses were due and received on May 7, 2018.
The City received proposals in response to the RFQ from the following 37 firms for a variety of
categories as indicated in Attachment A:
305 Consulting Engineers, LLC
3FM Engineering, Inc.
Alejandro Pardo Architecture, Inc.
AlleguezArchitecture, Inc.
ArcBuilders and Group Incorporated
Page 437 of 1637
Calvin, Giordano&Associates, Inc.
CES Consultants, Inc.
Chen-Moore Associates
CPH, Inc.
CSA Central, Inc.
Curtis & Rogers Design Studio, Inc.
Diaz, Carreno, Scotti& Partners, Inc.
E Sciences, Inc.
Eastern Engineering Group Company
EBS Engineering, Inc.
Florida Technical Consultants, LLC
Keith and Schnars, P.A.
Landscape DE, LLC
Master Consulting Engineers, Inc.
MC Designers, Inc.
Miller, Legg&Associates, Inc.
Moss Architecture and Design Group, Inc.
R.J. Heisenbottle Architects, P.A.
Ross&Baruzzini, Inc.
Savino&Miller Design Studio, P.A.
Schindler Architects, Inc.
Schwebke-Shiskin&Associates, Inc.
Sol-ARCH, Inc.
SRS Engineering, Inc.
T.Y. Lin International
Terracon Consultants, Inc.
TSAO Design Group, Incorporated
UCI Engineering Inc. •
UCI Engineering, Inc. D/B/A UCI Design, Inc.
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 letter
indicating that without local MEP resources it no longer wished to be considered for award.
Due to the large number of responses, a summary of each top-ranked firm or the firm's proposal is
available upon request.
Page 438 of 1637
CONCLUSION
After reviewing all the submissions and the results of the evaluation process, I note that the City is
fortunate to have received a large number of responses to the RFQ. In determining the number of
firms to award in each category,staff has recommended the number of firms believed to be necessary
to complete the volume of work available for each category. Awarding too many firms in any given
category would not be in the City's best interest as,an insufficient volume of projects may cause, the
awarded firms to become disinterested and not provide the necessary level of service to the City.
Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the
Administration to enter into negotiations as follows:
William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design
Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and
Design Group, Inc., Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini
Corazzini, P.A., for the discipline of General Architecture.
Savino & Miller Design Studio, P.A., Keith and Schnars, P.A, CPH, Inc., Curtis & Rogers Design
Studio, Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the discipline of
Landscape Architecture.
Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305
Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the
discipline of Civil Engineering.
E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the
discipline of Environmental Services and Testing Engineering.
CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc.,for the discipline of Mechanical.
Electrical,and Plumbing Engineering.. .
305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc.,
Master Consulting Engineers, Inc., 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 Full Accountabilty
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
D Attachment A
❑ Ross and Barazzuni Letter
❑ Resolution
•
•
Page 440 of 1637
ATTACHMENT A
•
ARCHITECTURE-GENERAL
•
REO IOq•1111.ND PROFESSIONAL • - • . f i
ARCH9EGI1RtALAND ENGINEERNOco to t9 1 m
LllyAlvarez Pilar Gaud,' ElizabethEstevex E Francisco Garcia c I•p1V '
SERVtCES FOR CAPITAL REPLACEMENf PROJECTS AL AND I W b c c Aggregate
x C __ rY ,.. ._ tY Totals
Qualitative Quantitative I Subtotal Qualitative I Quantitative_l_ Subtotal I - Qua Eta Dot, Quantitative Subtotal i Qualitative Quantitative Subtotal
William 6.Mede9inArchitect i _ .. .__. -•-_-,_i—
P.A. 98 0 96' 1 95 _ 0 95 4 92 0 92 3 100 0 100- I 1 9 1
CSA Central,Inc. -_._. _ 96 0 96 1 98 0 98 1 91 0 91 4 98 0 98 5 11 2 •
SchaWler Architects,inc. 95 0 95 6 _ _..94 0 94 5 95 0 95 1 _ _-99 -. 0 • 99 3 15 3
TSAO Dasign Group,
Incorporated 95 0 95 6 93 0 93 6 94 _ 0 94 2 100 0 100 1 15 3
CPH,Inc. 96 0 96 1 97 0 97 3 84 0 64 9 99 0 99 3 16 5
Sol-ARCH,Inc. I 95 0 95 6 - 98 0 98 _ 1 86 0 86 7 98 0 1 98 519 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 r .
Group.inc. 95 0 95 .6 90 0 90 8 86 0 86 7 _97_ 0 97 8 29 9
Alleguez Architecture,Inc. 96 •• 0 86 1 89 0 89 9 80 0 83 11 940 94 9 30 -9'
. R.J.Heisenbattie Architects, ' _ -
P A. 94 0 94 10 91 0 91 7 _88 0 88 6 94 0 _ _ 94 9 32 10
Vitetini Corazzini,P.A. 94 0 94 •10 82 0 82 12 82 0 82 10 98 0 98 5 37 -',11
ArcBu9ders 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 _—i 80 ,13 79 0 79 12 79 0 79 13 51 13 -
UCIDesign,Inc. ._._88 0 88 14 69 0 I _.. 69 _i14 78 1 0 78 13 78 0 78 14 55 •14
Prepeew VMvan•r Pods ?r WM40,a,
Mla'dcPavubCMvCbra.a,C. 0 0
move 4,ot-two,..be 0 1 e
Ar.amr ac O,ae McaeparaM 0 0
CPM VV. 0 0
LSA Cerbal Int _0 0 _
-
Ye.NNaanuaemd 0e0,00 Cep,Me. 0 . 0 -
erMO•0sOAbAmrtoOr.PI, 0 0
&Mak/01.4 11 Pc 0 0
%PRISI,aiL ••• •• •••- 0 a
MAO OerV C.V.lK Mf6e0 0 0 - •
UCI EnOA W na.r05 MBIA UG10.005,Vc. 0 0
VNaki Caamn.PA 0 0
•
WIYan B 414006,A,rpn¢tPA • 0 0 -
!Warn lareauttglaeL Ira
•
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
Page 441 of 1637
•
ATTACHMENT A
ARCHITECTURE-LANDSCAPE
I
...RF0101i•Iq•ND PROFESSIONAL m •.m 1 w
MCMr1EG1UNALAND EN6111FHtINO Lily Alvarez •c P9ar Caurin c Elizabeth Estevez :c Low Tc
. SEMMES FOR CArrt&UNDO&VW s� ;Y Francisco Garcia
RFPIACEYENT YRAIEC78 c1 i° i c ' Aggregate Q
^_._ _—_—.._--. __ CC _ — _J 2 Totals K •
Qualitative Quantitative Subtotal 1 Qualitative Quantitative Subtotal 1 Qualitative Quantitative Subtotal—i Qualitative Quantitative i.. Subtotal I .
Savino&Miller Design Studio. I -'--'—'-- ' -' ----
P A _ 97 0 97 1 ' 95 0 95 4 94 0 94 1 l00 0 100 1 7 1
Keith and Schnars.P.A. 96 _— 0 •• 96 3 97 0 97' 2 92 0 92 2 _100T- - '0- 100 •1 8 2
CPR.Inc. 96 ' 0 96 • 3 97 • -•0 97 2 65 0 86 6 100 0 1 100 1 12—T
Curtis&Rogers Design Studio. - •— -
•
Inc. _ 96 _ 0 _ 96 3 98 0 98 1 87 0 87 5 98 0 98 6 14 •4
Chen•MDore Associates 97 J • 0 97 1 ' 91 0 91 8 90 0 90 4 98 0 1 98 •6_ 16 :5
•
Miller.Legg&Associates.Inc. 95 0 95 6, 88 ,0 88 7 91 0 91 3 100 0 ! 100 1 I 17 r 6
Calvin.Giordano&Associates. 66 0 88 6 96 - 0 96 .7 24 7— —- - - -
Inc. 95 0 95 6 92 0 92 _5 '
Landscape DE.LLC 93 0 97 8 83 . 0 83 6 80 0 _ 80 8 96 0 96 7 1 31 •81
�1
_:. ...Oeaaae.eleairi i;..il::e•:::::is i::'7:. .
•
Peopeaar *Wm.Mots TalaKim nv.
Cana Obdaa a Auto✓,•as 0 O
Cnn.afine aaeWiUp —•— 0 0
CPH,Us• 0 a
CUM a sage.Deaq.S4A..Ina a a
- .ca..0 Sawa PA 0 0
taCsC eDELL. 0 0
ao tofp4Ayp0pa.ft 0 0 ..
M
Sana At.Darin Doan P.A. 0 - 0Sales. ic!
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
•
•
Page 442 of 1637
•
ATTACHMENT A
" ENGINEERING-CIVIL -
•
RFQ 101614141OPROFESSIONAt —_,....._......_.—_.
rA
ARCIf1�TUR�IVID ENGINEERING Lily Alvarez E Pilar Gamin a Elizabeth Estevez E I Francisco Garcia a low E
SERVICES FOR CARTAL RENEWAL APIO
;ic 4 �r
RERACEMENT PROJECTS c c c
Aggregate tg
m
----- 12 i __, 2 Totals
Qualitative Quantitative Subtotal Quantaove ; Quantitative Subtotal Qualitative j quantitative Subtotal Qualitative 1 Quantitative Subtotal ,
St:lnnebke-Sniskin 8 ... „—' . '—i
Assoaates.Inc. 95 0 95 5 97 0 97 3• 95 0 95 1 100 0 100 2 11 1
CES Consultants.Inc. 97 0 97 2 95 0 95 4• 92 0 92 5 100 0 100 2 13 2
Chan-Moore Associates 97 0 97 2 91 0 91 7 i 93 0 93 3 100 0 100 2 14 3
3D5 Consulting En�meers_LLC 95 5 100 1 84 5 89 8 i 87 5 ___ 92 5 98 5 103 1 _ 15 4
bleier,Legg 8 Assactatess Int:, 95 0 95 5 94 • •• _ 0 94 5: 93 0 93 3 100 0 100 2 _• 15 4
SRS Engineenng,Inc. 95 0 95 5 98—„—_ 0__ 98 1 B4 0 94 2 98 _ 0 98 •7_ 15 4
•CPM.Inc. 94 0 94 _81 98 „_, o.---
98 _ 1 _ 91 0 91 7 100 0 _ 100 2 18 __ _7
T Y.Lin InternaUanal 97 0 97 292 •-0 •92 6• 90 0 90 0 96 0 98 7 23 •6-
_... .. .... •1 gr:rewvawa
I
r`.6e.e v onfa Paw Lb I Tra.r- -
]WCa4.r+9Cor S•LLC __5 1 S
CESC€.. 1 Yt 0 + 0
CnenNOve A+.ui4n 0 0
CR..re 0 0
44/Lap,6Mraesn.46 0 0
SOnmltShSbb&ANaum lrc p 0
GRS irgim.g re n _ 0
re re emem+l 0 0 ,
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. - ...
•
•
Page 443 of 1637
. •
ATTACHMENT A
- ENGINEERING-ENVIRONMENTAL SERVICES AND TESTING
co•. . .....
roew
RPC1 tatbutaDPRINESSIONAL
ARCHITECTURAL ANSE/13MM% 2
Lilv Alvarez E.. Pilar .9.Cautin Elizabeth Estevez — Francisco Garcia Low SERVICESPOReJPITALRENEviALAN0 x x
i
REPLACEMENT PROJECTS Fa 0 agg939
Cc ‘c2 c2 Totals c.2 - :
Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative • Quantitative Subtotal ' Qualitative Qua ntlutive Subtotal I
_. .. .
._ _86 "
E Sciences.Inc. 96 0 96 1 95 0 95 I 2 96 1 100 0 leo 1 5 .1.
Terracon Consultants,Inc 96 0 96 1 95 0 95 ,2 88 96 3 100 0 100 1 7 2
EBS Engineering,Inc. • 95 0 95 4 98 0 98 i 1 92 0 92 2 100 0 100 1 8 • •3
CSA Central.Inc. 96 0 96 1 89 0 89 I 4 , 87 ... 0 87 4 100 0 100 1 10 4
Florida Technical Consultants, -
LLC 94 0 94 5 82 0 82 ;5 82 p . ...._ 62 5 94 0 94 5 29 5_
1•.;,''''..';''.....-'.'7 j;q;Tdii.t.4ind;;.'" ;iiii;;;:',.4.**•.:".";s1F..;;..........I..• .
c^mpar.. Volvo,.000,10 Tolakluattlitn•
CSACeosal.lro 0 I •
E&onus na 0 ! 0
MR Fogonenir0 WC 0 1 0
EVA&reetncelCohodoma US n . o
.T.I.00n Cum...no 0 I 0
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
. .
. .
•
•
•
Page 444 of 1637 , •. ..
. , _
•
ATTACHMENT A ,
. ENGINEERING-MECHANICAL,ELECTRICAL,AND PLUMBING
Rat 2411.141441 PROFESSIONAL
ARCHTECTVRN.AND ENOINEEWNG e w a Low c
FOR CAPITAL RENEWAL Llly Alvarez Pilar Cawin Elizabeth Estevez a Francisco Garcia
SEANCES 11E%AC ENT PROJECTS AND m ic
` c c Aggregate c
-
yq Totals 2,
Qualitative Quantitative Subtotal Qualitative I Quantitative Subtotal Qualitative I Quantitative Subtotal Quaftative Quantitative • Subtotal
ICSA Central,Inc. 95 0 95 1 96 0 96 1 89 089 2 ' 100 0 100 1 5 • 1
Rosa&Baruzzini.Inc. 95 0 95 1 95 0 95 2 92 _0—_ .� 9T_ 1 _ 100 0 100 ' I 5 _
:3FM Engineering.Inc. 90 0 90 3 94 0 _ 94 --- —--88 88 V_ 0 ^88 3 98 0 ! 98 4 I 13 _ .3
[UCl Engineering,Inc. 90 0 90 3 90 0 90 4 86 0 86 4 _ 98 0 i 99 _3 I 14 4
' rropow V.arnn°RRIMS TOW oueeuuw
0
W,.t>.wmn 4c o
..ngv_q_a=_ a MEM
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
•
•
Page 445 of 1637
•
•
•
ATTACHMENT A
ENGINEERING-STRUCTURAL
RFO 2018.1414D PROFESSIONAL - -- . .. --— . ---
ARCID1FlTURALANOENGINEERING c e O0
5FAY10E5FOR CAPITAL RENEWAL AND Lily Alvarez Y PINK Caurin .5 •
Elizabeth Estevez r Francisco Garcia c Low e
REPLACE ffxreROIECTS a 1 m ,, n Aggregate
Quanta/hat Quantitative Subtotal •SE
_._ . .._Sub__.._ Totals 1
—,-- _-_—_�—_— i Qualitative Quantitative.. .. ..... . ....... . . ..
i OeatativI fttelive uaRtative� OuentitaYve Subtotal
305 Consulting Engineers,LLC 95 — 5 100 1' 88 5 1 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 87 0 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 9B 0 98 .4 14 4
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 _ 9 75 0 75 . 6 92 F 0 92 - 5 24 '6 1
.:4,iN1YdU'O/M:.
I.
I,epdY VMean.•9 M1 TatWGVNIYtee.
as Cae.aaai mt. 0 , 0 1 •
nw.Cane,Stau80en &.uc p 9 •
(slam Fngneneq ferup Cows/
in Fnptemp Irc
Msnt Cauwnp Cepxtn.be _ .. ..--p 0 1
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. -
1
•
Page 446 of 1637
ATTACHMENT A
INTERIOR DESIGN I SPACE PLANNING
RW 2019141.10 PROFESSIONAL mTOT--.�.—.. •
m m m1I
ARCNITECTURALAND ENGINEEMNG c c • c
e Lr g I'c I
Lily Alvarez c' PilarCaurin Elizabeth Estevez F'ranciSCO Garcia
SERVICES FOR CAPITAL RENEWAL AND r e Aggregate
REPLACEMENT PROJECTS a '
_._�.—..—.._... .._... ._.._----- i •'rc _ — .. Totals
Qualitative Quantitative Svblatal Qualitative quenttlutive I Subtotal i Qu$llative 000 MUM Subtotal Qualitative i Quantitative I Subtotal
TSA0 Design Group,
Incorporated 95 0 95 1 930 93 1 93 _._-• 0._..__-- 93 1 100 0 100 _ 1 . __ - 1
MC Designers.Inc. E-93 0 93 2 87 0 _ 97 2 89 0—__ _ 89 —, 2 98 0 88,. ;2 1 8 I2
.rE f;�y4:=;;i=:jii:rr,if!ipyNlpaA�tblb• -. ...
wgrwn vrutan'r PtIn Tg.MUaveaUo
+wocrvo,,ga. o 0
T..Deft.croia waosam o - 0
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
•
•
Page 447 of 1637
ATTACHMENT A
SURVEYING
RFCETIV111•NO PROFESSIONAL
ARCHITECTURAL ANO ENGINEERING �" t Low =
LIN Alvarez = - Pilaf Cowin � ElizabethEstevez Francisco Garcia
SERVICES FORCAPRAL RENEWAL AND x Se
REPLACEMENT PROJECTS w �,! I 5 Aggregate ;a
cc ! z _ _ _. —.a Totals ;gualI
Qualitative Quantitative Subtotal Qilativu QuantltaIHa Subtotal . Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal
Srhwebke-Shiskin$ ——
AssocialeE 95 0 95 1 98 r 0 98 1 95 0 95 1 100 0 100 1 4 _1 1 1
�,.,�,,,,,,� P`ap�r YMies ran.i TW14wuYew
�__s Kcwams.enc I (I t 0
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
•
•
•
•
Page 448 of 1637
-1 •
RossJ3aruzzini
7200 NW 19'Street,Suite 305
Miami,Florida 33126
305.477.8338
October 2,2018
Ms.Natalia Delgado
City of Miami Beach
Procurement Department -
1755 Meridian Avenue,3"Floor
Miami Beach,Florida 33139
RE: RFQ 2018-141-ND,Professional Architectural and Engineering Services for Capital Renewal and
Replacement Projects,Eng ineeri ng—Mechanical,Electrical&Plumbing
Dear Ms.Delgado and Members of the Selection Committee,
This letter is a follow-up to our submission submitted to the City of Miami Beach on May 7 relative to On-Call
Mechanical/Electrical/Plumbing (MEP) Engineering Services. We understand that Ross & Baruzzini is being
considered as a candidate for award of the On-Call Contract.
We wanted to inform the City of Miami Beach that our local resources have changed since we submitted our
Proposal:
• Our local office remains strong in the security,communications and technology disciplines and our firm
will continue to offer these services form our local office.
• We no longer have mechanical,electrical and plumbing(MEP)resources in our local office;but do have
these resources within our headquarters in St.Louis.
We remain interested in the contract relative to security,communications and technology focused projects;but
without local MEP resources it may be in your best interest to consider firms with local MEP resources for projects
that are MEP focused.
We thought it best to inform the City of Miami Beach of this change in local resources since our submission and
understand any ramifications relative to selection of firms for the contract.
Respectfully,
aelide61,444""..
Michael E.Shea,AIA
Senior Vice President,Government Market
M:314.378.6082;mshea@rossbar.com -
Cc:Susan Dimond,Bill Overturf
rossbar.com
Page 449 of 1637
ATTACHMENT B
REQUEST FOR QUALIFICATIONS (RFQ) &ADDENDUMS
35
MI�\/v\I �� Procurement Department
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 reasons)for not submitting a proposal.
Sin -ly,
lex � is
!V(4—•
Pro -ment Director
RFQ No.2018-141-ND
Addendum#7
4/18/2018
f�/� I,n /� I 'E /eProcurement Department
I Y 1 V 1 /"'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,
Asalex 11-•'
Procurement Director
•
RFQ No.2018-141-ND
Addendum#6
4/16/2018
V 1 I AI Y 1 I B EACHProcurement 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 A /, I B E ^ C� Procurement Department
V t /"l 1755 Meridian Ave,aro 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 REQ. 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 iridividual '.
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?
A8: 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
•
M1 /� f /� I B EIAC 11 Procurement Department
I /-1/ �/ ` J 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139
• www.miamibeachfl.gov
Q10: Insurance Requirements-Are we required to carry Workers'Comp,General Liability, and
Automobile Liability?We do carry the 1 M professional liability being an engineering firm.
A10: Yes, the Consultant will need to maintain the minimum levels of insurance indicated in
•
Appendix D, Insurance Requirements.
Q11: Could the City please clarify intent?"Teams"with the"Prime"being the discipline under which you
are submitting or Single-discipline proposals with no sub-consultants included?or will both types of
submittals be allowed in which case..is it up to the Proposer?
All: See response to item Q4 above.
Q12: Tab 2 Section 2.2 asks for client references,Tab 3 Section 3.1.1 also asks for client references, and
item 3 of the Response Certification, Questionnaire & Requirements Affidavit also asks for •
references,` Can these references be the same?
Al2: No, references requested under Appendix A and Tab 3 are for the firm. References
requested under Tab 4 are for the Proposer's individual team members (architects and
engineers). •
Q13: Can the proposer include references from City of Miami Beach staff?
A13: Yes,the proposer can include references from the City, providing they are specific to a
project.
Q14: Is there a preponderance of vertical or horizontal tasks anticipated from this contract? •
A14: The City anticipates there to be a preponderance of vertical tasks resulting from the
award of this solicitation.
Q15: While we understand that the industry is generally called Architectural/Engineering Services, Page
27 item C2 lists categories being sought grouped categorically as either "Architecture" or
"Engineering". In the case of, for example, "Architecture — Landscape", the fact that it is written
where landscape is appended to architecture it could be misunderstood to read_that a landscape
architectural firm must be a sub or part of architectural team because of the way it is written. Please •
clarify that it is not the intent of the City to force landscape architecture services to be solely provided
as a sub to an architectural prime, and instead landscape architectural services can be submitted
independently.
A15: See response to item Q4 above.
Q16: "Engineering — Structural" is listed twice. Can the City clarify if one of those was intended to be
"Engineering—Civil"
A16: Please refer to Exhibit B: Revised Appendix C, Minimum Requirements &
Specifications.
RFQ No.2018-141-ND
Addendum#5
4/13/2018
r
MI /\ n l B EAC H Procurement Department
/�/ �/ 1 U l 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 thatprovide
what would be sub-consultant services in a new Tab 2.4 to be included in Page 13. The City could
then clarify that as a project becomes available, it would be the City's responsibility to assemble the.
project team solely from those within the pool. If a prime has a stated working relationship with
another firm that is also in the pool, then the City could favorably select that second firm to be a part
of the team, or not. Ultimately,this will be in the City's best interest because(a)it will ensure that all
team-members have been properly vetted through the selection process, and (b) it will clarify the
process to those of us responding to this RFQ. .
RFQ No.2018-141-ND
Addendum#5 i
4/13/2018
M IAM I BEACu Procurement Department
1 1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139
www.miamibeachfl.gov
Given the above, please confirm if it is still the intent of the City to allow submittals to be
independently submitted as well as a part of a team.
A20: See response to item Q4 above.
Q21: We understood from the statements made during the Pre-Proposal Conference that, for ease and
facility of review, all submittals for each different service category should be submitted as separate
packages, independently. Therefore, 1 firm who submits for 3 different service categories will
provide 3 separate submittals. We certainly understand the effectiveness of this request; we simply •
want to confirm if our understanding is correct.
A21: The City confirms that for ease and facility of review all submittals for each different
service category must be submitted as separate packages, independently.
Q22: Appendix A.What tab does the questionnaire affidavit fall under. Should Appendix A be a tab unto
itself?
A22: See response to item Q5 above.
Q23: 2.3 Financial Capacity. Do we request D&B SQR after the bid opening upon notification from the City
or do we have D&B send the SQR to the City now?
A23: As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial
Capacity, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report
(SQR)within three (3)days of request by the City.
Q24: The numbering under the Submittal Instructions and Format seems to be off starting on page 12.Will
you be updating that?
A24: See response to item Q5 above.
Q25: Are you looking for teams or individual firms for each"category"?
A25: See response to item Q4 above.
Q26: Civil engineering is not listed but structural is listed twice. Please clarify.
A26: See response to item Q16 above.
Q27: Is the City of Miami Beach looking to award individual Agreements for each Discipline or only (1)
Agreement with a Prime and Sub-consultants. Also, if it will only be(1)Agreement,who shall be the
Prime?
A27: Sub-consultants are not being considered at this time. The City of Miami Beach is
looking to award individual agreements for each discipline. In the case were a firm is
awarded various disciplines, one agreement will be executed and will indicate the various
disciplines.
RFQ No.2018-141-ND
Addendum#5
4/13/2018 •
/v\ I /\/\
Procurement Department
I I B �A�H 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?
I '
A29: Yes, this RFQ is for professional architectural and engineering services for capital
renewal and replacement projects usually expected to cost less than$325,000.
Q30: Page 27 lists Engineering-Structural as a category two times. Is another category of engineering
required?
A30: See response to item Q16 above.
Q31: Please elaborate on the type of testing &inspection services required under the Master Agreement.
A31: No testing or inspection services are required.See response to item Q16 above.
Q32: Can a firm submit as a prime consultant&be a subconsuitant 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,AsbestoslLead Abatement,and indoor air monitoring services.
Q35: Please provide clarification as to what lab testing services are required under the Master Agreement.
A35: The category for lab testing services was deleted from Appendix C, Minimum
Requirements&Specifications.
RFQ No.2018-141-ND
Addendum#5
4/13/2018
MIA! V tI B C Fl Procurement Department
� „+ I 1 1755 Meridian Ave,3rd Floor,Miami Beach, Florida 33139
www.miamibeachfl.gov
Q36: Page 12,TAB 2 reads 1.3.Should this be part of TAB 1 or TAB 2?
A36: See response to item Q5 above.
Q37: Under "SECTION 0300/SUBMITTAL INSTRUCTIONS AND FORMAT", please clarify where
APPENDIX A, B, D&E are to be placed in RFQ Submittal package.
A37: See response to item Q22 above. Appendix B is to be submitted if the Proposer has
elected not to submit a proposal. Hence, it is not mentioned in Section 0300, Submittal
Instructions and Format. Appendix D and E are not to be included in the proposal. •
Q38: Section 2.2(Qualifications of Proposing Firm) ask to submit information regarding experience on
non-residential small projects, construction cost below 325,000. Is it possible to include private
offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical
like Deering Estate or Woman's Club at Coconut Grove?
A38: Yes, when submitting information regarding experience you can include private
offices, retail, restaurants, city projects such as certifications, zoning consulting and private
historical projects.
•
Q39: For section 3.1.1 it seems to duplicate section 2.2.Are we to provide small projects in both sections? '
and are the projects supposed to be individual experience, firm experience or subconsultant
experience?
A39: Tab 3, Section 3.1 Qualifications of Proposing Firm, requests firm's history and
relevant experience and proven track record of providing architecture or engineering •
•
. services, preferably to public sector agencies, for"non-residential small projects. Tab 4,
Section 4.1.1 Project Experience, requests the experience of the firm's individual team
memberson 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 nataliadelnadoanmiamibeachfl.qov.
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
V IA M I B E / C H Procurement Department
1755 Meridian , , Miami
Beach, Florida 33139
www.miamibeachfl.gov
Q43: Are there any subs which may be excluded from participating on teams, as they may be on existing
contracts with the City?
A43: See response to item Q36 above.
Q44: We understand that "testing," as it relates to geotechnical, laboratory services, and/or building,
materials testing, is included in the"Environmental—Environmental Services and Testing"category.
Is this correct?
If no,then what categories do each of the following services fall under?
• Lab Testing
• Soils&Geologic Studies, Foundations
• Roofing Assessments, Replacements
• Testing&Inspection Services
A44: See response to item Q33 above.
Q45: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams?
A45: See response to item Q32 above. •
Q46: Page 27 lists"Engineering—Structural"as a category two times. Is another category of engineering
required?
A46: See response to item Q16 above. •
Q47: Who are the incumbents?
A47: See response to item Q28 above.
Q48: Page 12: Please confirm that the hard copy submittal requires tab label of "0400" or if it can be
labeled as outlined in the Proposal format(Tab 1,Tab 2,etc.),
A48: It is strongly recommended that the Proposals be organized and tabbed in
accordance with Section 0300,Submittal Instructions and Format.
Q49: Page 13: Please clarify minimum required small projects of as minimum of three or five.
A49: See response to item Q5 above.
•
Q50: Page 13: Section 3.1.1. cites small projects as defined in 2.1. Please clarify that definition of small
projects is per Section 2.2.
A50: See response to item Q5 above.
Q51: Where should we include Appendix A?
A51: See response to item Q5 above.
RFQ No.2018-141-ND
Addendum#5
4/13/2018
h ;I A n I B E \ ( Procurement Department
1755 Meridian , Floor,
Miami Beach,Florida 33139
www.miamibeachfl.gov
Q52: Regarding the proposal format, noticed that you have Tab 2 twice. Should the second Tab 2 be
changed to Tab 3 and so on..
A52: See response to item Q5 above.
•
Q53: Could you please make clarification in reference to the requested structure of the response. On tab
2, section 2.1 is requesting the use of Standard Form 330. On this form, it is a requirement to show •
10 projects that show qualification of the firm and the key people involved (which is reflected in the
matrix section G of the SF330).
A53: See response to item Q5 above.
Q54: On the "Submittal Instructions and Format" proposed by Miami Beach, is the information to be
included in Tab 2#2.2"Qualifications of Proposing Firm"the Form 330 Section E or Section F from
Form 330? Section E lists 5 relevant projects to be entered in that section while we are required to
submit three (3) Section F "Example Projects" as per Tab 3 on the "Submittal Instructions and
Format"proposed by Miami Beach.
A54: Tab 3 Section 3.1 requests the Qualifications of the Proposing Firm. Form 330
Section E and F make reference to the key personnel and team.
Q55: Regarding Form 330 Section F, I understand we need to submit three (3) small 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 td submit a response to the RFQ are requested to complete and return the"Notice to
Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal.
Si rely, •
Al•x D-
+curement Director •
.
RFQ No.2018-141-ND
Addendum#5
4/13/2018
/V\ II BEAC/�J �f , n 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139
www.miamibeachfl.gov
Exhibit A
Revised Section 0300, Submittal Instructions and Format
•
RFQ No.2018-141-ND
Addendum#5
4/13/2018
1 T'
MIAMI BEACH
SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT.
1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque,
sealed envelope or container on or before the due date established for the receipt of proposals.Additionally,ten (10)
bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information •
should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation •
number, solicitation title, proposer name, proposer return address. Statement of Qualifications received
electronically, either through email or facsimile, are not acceptable and will be rejected.
2. LATE BIDS. Statement of Qualifications is to be received on or before the due date established herein for the
receipt of Bids.Any Bid received after the deadline established for receipt of Statement of Qualifications will
be considered late and not be accepted or will be returned to proposer unopened. The City does not accept •
responsibility for any delays, natural or otherwise.
3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability, facilitate the review process
and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that •
Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below.
Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references.
Electronic copies should also be tabbed and contain a table of contents with page references.
•
TAB 1 Cover Letter&Table of Content
1.1 Cover Letter.The cover letter must be signed by a principal or agent able to the bind the firm and contain the
following:
(a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative
for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ.
(b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted.
Categories of Work; include: Architecture — General; Architecture — Landscape; Engineering —
Environmental; Engineering—Mechanical,Electrical&Plumbing; Engineering—Structural.
Proposers shall submit separate proposals for each category of work for which a proposal is •
submitted. Example: a firm which provides general architecture and landscape architecture shall submit
one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape.
1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully
completed and executed.
TAB 2 Minimum Requirements
2.1 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the
minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications,
including
a) Architect I. Engineering Firm. Provide copies that the firm is certified by the Florida Department of
Business and Professional Regulation to do business in Florida.
b) Principle and Account Representatives. For the principle and account representative(s) submitted
under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business
and Professional Regulation to do business in Florida. Proposer should also submit copies of
architect/engineer license for all licensed firm employees.
RFQ 2018-141-ND
•
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 330(attached). No proposal •
will be considered without this required form. In addition to experience and qualifications considerations,the City
may use this information to consider the firm's previous and current workload. •
4. FINANCIAL CAPACITY.Within three (3) business days of request by the City, each Proposer shall arrange for
Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein.
No proposal will 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/wcs/stores/servietlSuppiierPortal?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
- - i
I AI R EAC H Procurement Department
1755 Meridian , , 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
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.
;
' s
RFQ 2018-141—ND 27
The selected consultant will be required to retain and be responsible for all sub-consultants
necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO,
The City may reject the use of any sub-consultant.
The services'authorized under the resulting Master Agreement, include(but are not limited to):
•• Acoustics,Noise Abatement • Fire Protection
• Air Pollution Control • Heating;Ventilating;Air Conditioning
• Auditoriums and Theaters • Interior Design;Space Planning
• Automation;Controls;Instrumentation • Irrigation;Drainage
• .Boundary Survey • Landscape Architecture
• Codes;Standards;Ordinances • Lighting(Interior,Display,Theater,etc.) •
• Communications Systems;TV;Microwave • Lighting(Exterior,Streets,Memorials,Athletic Fields,
• Conceptual Studies etc.)
• Construction Administration • Plumbing and Piping Design
• Cost Estimating • • Recreation Facilities(Parks,Marinas,etc.)
• Energy Conservation/Energy Sources , • Rehabilitation, Remodel, Renovate (Buildings,
• Electrical Structures,Facilities,etc.)
• General Environmental Services: • Safety Engineering;Accident Studies;OSHA Studies
o Environmental Assessments • Security Systems;Intruder&Smoke Detection
o Air and Water quality testing and • Soils&Geologic Studies;Foundations
monitoring . • Storage Tank Repair and Monitoring .
o Environmental sustainability planning • Structural Design;Special Structures
services • Surveying,Mapping,GIS,and other'services:
o Environmental •support services to • Platting;Mapping;Flood Plain Studies
achieve and maintain regulatory • Roofing Assessments,Replacements
compliance • Swimming Pools
• Contamination Assessment: • Topographical Survey
•
o Environmental Site Assessments • Urban Renewals;Community Development
o Oversee and coordinate remedlation • Value Analysis;Life-Cycling Costing
project • Any other professional services normally considered
o Preparation of sampling and remediation under the disciplines of architecture and engineering.
plans and other related documents • Improve Building Performance •
o Other associated tasks related to •
regulatory compliance
The selected architectural and/or engineering firms will be responsible for reviewing all existing City
of Miami Beach Zoning Ordinances and Building Codes, as well as any other applicable law or
regulation. The teams will be responsible for incorporating all the above data into complete
construction documents, including final working drawings, specifications, and bid documents
necessary for the bidding and construction of the project, and in some instances, for construction
management. The construction documents and drawings must comply with the City of Miami
Beach with all applicable local, state and federal regulations.
C3.Term of Contract: It is expected that any resulting agreement shall be valid for a term of three
(3) years from effective date. The City Manager may approve two (2) additional one (1) year
renewal periods based on satisfactory performance.
C4. Fee Standards:For determination of project fees the City will use the Design Professional Fee
Guidelines for "Basic" Architectural and Engineering Services available at
https://fp.state.fl.us/docs/DMSAEFeeGuidedefinition.asp
RFQ 2018-141—ND 28
M I i\ ' I BE1A1-I Procurement Department
�/ 1 1755 Meridian Ave,3rd Floor,Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO.4
REQUEST FOR QUALIFICATIONS NO. 2018-141-ND
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND
REPLACMENT PROJECTS (the RFQ)
April 11, 2018
This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or
other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions
are shown by strikethrough and additions are underlined).
1, RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday,
April 23,2018,at the following location:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 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, •
AxDes
rocu ent Director •
RFQ No.2018-141-ND
Addendum#3
4/11/2018
Is
M /�I /� f /� Procurement Department/ �/ 1 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.
• I
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl.gov
Contact: Telephone: )Email:
Natalia Delgado .305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission, Potential
proposers that have elected not to submit a response to the RFQ are requested to complete and return-the"Notice to
Prosp- ' : Bidders"questionnaire with the reason(s)for not submitting a proposal.
ori
T�'Z' RrIs
w ' o urement Director
RFQ No.2018-141-ND
Addendum#3
3/28/2018
,, .
, ,
I / I B EAC I Procurement Department
1700 Convention Center ,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
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
Bidders"questionnaire with the reason(s)for not submitting a proposal.
!Prospective
•rely,
Donis �s ement Director
i
i
•RFQ No.2018-141-ND
Addendum#2 •
3/6/2018
•
MIAMIBProcurement Department1700 Convention Center Drive, Miami Beach, Florida 33139
www.miamibeachfl.gov
•
Exhibit A •
Pre-Proposal Meeting Sign-1n Sheet
•
•
RFQ No.2018-141-ND
Addendum#2
3/6/2018
MIAMI[ EACH
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
" 5+&. k Pp���rlp W :41. }t 3 1,1,'*;:'�tnf5'�rr3-t' `'L�' � 11'1 "�F x r L ,yf. R .. 4 i ..' 1 " .
!ALE r�1�dt{ET4 t f t f ,7-�T .us zn d r}2 t t x d PmJ ' , }:a 9$g jj
( t -�'I 6 S�' Iu rt���4�¢�1�IL � +� � {�Lr� �. �'' ! 1 �1ClLL e<�� ,.1.
ti ��l tri+s1 PItIt'V'I' ' Jf N4ke1t 6§ tie. : a F `� S}- #.�
1-'11 1,.,. a 1 t ahl .._.'.i,,t, r:1# „;.1 lC IC�Tr 1 llRPsS ao., , 4 e„.id'� x zia
Natalia Delgado Procurement-CMB 305-673-7000
nataliadelgado@miamibeachfl.gov Ext.6263
30S-673
-70 C.,
ARES r6,.K4o �..
>v�3 dm.es.n:lxas:l�l9uu X Z9) ”,
ieui% (71002 (ilEd.
•
.Jo
fie� �o/e� �)et5 450e. -(~51.1.,„)I 3DS y61 —
. .o\ r a 11e1 .. 41e .b;2 3ySo X.f. 3oa
3 os-ZOO-
4 L@ bbaynigmi cowl..
-ara�h, 17ouc�oj-I� 52s 1
-Ex-I-. l o S
68016,GAR Qs.,Lom �f�. 3t =.��i1>,
p/� ova Co &s J .-.1 3°6 _ 95f—
Ski 1,►�.r .E N vvi 6e4. 1 s t w, 1 o Z7 W---7
fro, y VVL „3-. (�1�) 9 — rcir-
-1-�rncn,�.c�s cz,G�rc t c hit �zo � 2
&, /
// fin.'cio -T ! rz vev 3 0
C'rf sir r724*a.Ani da !%�/n,co/r7
Oro oP3G
G et&VevfN Er\s1h vty cywel
J
echS\evc e ( .czt-l'i 3DC
1
•
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
v.,[1:;$4;'k S `o:,4'° s i u* `a aEs ? � 3 i t C •i. �z;t•-E a
is rt x� S 1�AW. g.1 t ��3 W h GW-I,W ' 1- b:MAI''t M ',..7::°, lr 3 '
i.t :j. r 10,P tilt ARL p : 114044,,',v,-,„�3 jpy1 ,. .
+.'i•4 A' �, j,�:.. ;i it x,w,...x„4: ks„1,,,Ytiknrtn, „ci,.,+�a� , ,,,, 1 '.i4.. A9:. �'.vii• 'e v,:,.r`'1S`.*. ,„� ,
I>g$ ENGtNEyS hMb IFRLHtTBtS
Strtiwutrt stDDtcQvF SStv73tmoue'DS-ova.cam 7-S6-¢¢I-s►z_o
b2}3 Eruz ria.KS cid_/�tc�drec�{s
aic� �}mt7o46;0110°4-L D�B-E,06-eon '1-8,-441.-5/190
,
G-4- R`( Pvt 4DCZ C1\1 dtooi.e- ,pr//octgm-1
F 14i CJY`ttr6 tU 7 ' 92z(c1-7�, -1
p..&- Z AosSE d.MGGkIG.Lni-t- .cul.(
`( �of / L IA IN
3DS--
v `- �` CQ�Qfi�lR21D4llldlnpenUr�y•CoM .
Gabes ..V1 az- Vsni1A;r T,ne,,e5,4,7 Ara,''z �es, 30� '$'c`�
Rnott�tha >s tk� J r
•
Z i\► - Pte, VC4.4-' t`Ir q hE -, 'Qsuatl.
L-fsfrteveVD\i �tic-co.,-, L13)26n Oct
3\ 11E (S1MFVE2_ "(Y�CD DES1c>N C9eLvp 30557r;S , E-DBE
TS,,3 D65t 6”
68E--Da D_ 6 P , _vrner>az Q-CSAGSD StGiu.mtit
Du LCE GoniDe
sot,A2GFt . INc SOl-AR.L1-1, 10L.
305740 OIL 3. 3057400118
be sot_—SAP-L1I.C,oM
•-0.i(`c--Z ?q?a,'"';'-' tj10/}�oA-F Pi hot _
1$a'-31c1-2.35z r"-- .
j?abo,-Eepo ZacYr t.vAck .c-o,
fA
etZc 7 SAN t v9-�[o -'11. ,p9,--Gam`
< /���r�Yc E� ' y�l,'�/a(1• wwoT q
1
. ' '1'.4.2-6.14:?. F &,,,c,s11. 1.,,,0-o-e-.,-1-6,47,i,tp(.
c otn.
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
Yl ttjA IktS ''7jf14z�,i,�-,�'��' v f;S< z�.3 �y.���,i ahf r �ll � { 7, 'gal?
, ,q �,�4 l
''';7'
�Itc�L�1L��,t„\�T'bL,�,}q A ��� at mn�. ! t�5-.�i§ _���j�, b "P s�j$h1 t f �� 1'.r ,404.03.,,: §+i�,
��'ANA. ;t i°S�'^.+3.".Ad � I .�v..'h \.e l� >.'V`1441 k.y. 41. .,:C.� ';',1� Y ,..I w!
t } l- * M�• 9 i':',..:14';',1
re , VV„ '6•w'« G„ �4 `
G\0_,.V cvo, \-cx c_m kl e vv-i.r€wr- Gb w,o.,0mc.,cle ti-
E 305 4163Y'gii
3os 5,63/7 4,y-
305
otr LSO_Lueascc peIDE caw. 3oS-Z1S--ye?3 --__
k : II.✓a,w, c& :1). otv�� � 305-vpIQ.
t41lam ecft( awLlGtitile, cOVIA -7 7`'t.
Al varo G?- A j\akco L hMMc--,l LC, -q,loD
trC; ko)ngt-rb5a l'.ccr,\ noi79 -
Oct1` i1OD � NPL)4Z SCkio /323
TcA,, eSt4 T9 c€H tfc res.taw.
fLKI=R UZUN GP}1
0zutl@,cehcorr.coM 3052744005 305271150
Luc.tot5 TEg.z.A Lok1 C�gG�
Sa-61PcNgh--rig�� y363
LAsGA5•3RCenS.a -r - .
•
I4(1 J• Cvs24E'1,la1Pp Ow Cacztz.e- 5cv 14 �%r4kG�S �D�'ZSio
acanteno (PCS 19-2 e.eaxi, — gel 7/
C 1 cu-4 cUca,
�tcir� vel 8'=A ' o04-o,1 me-i4-cc-` 561 601 Coo})89G—
iC3.3 1822
cmanr s 9.ve4. (4.erid:rohn,en-1-4ij.49toa B5 l 9 OS
6.p„,-E-&00 NVLopr r+ec-fre 1-d.)- ,
N -VILLtf ., at�'eUt11�riettot oose�,�., c-2 94,5 _ _c____
H1- I
3 23D
3
•
MIAMIBEACH
CITY OF MIAMI BEACH
PRE-SUBMITTAL MEETING
• SIGN-IN SHEET
DATE: February 27,2018
TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR
�d CAPITAL RENEWAL AND REPLACEMENT PROJECTS
�I T' 31 #1�_ },•. ,�t e fir, A0,,, & i•• , t
?d kTr��4�► A `r ` �s � � p0
• ) x _r " r.A . .r 1c 4 ,i>.V• s�x �k ;�s'#p
14 C° -lk •
� � i51/¢ ,— ... 585,
0 , A
_ 2c. or � f r 00
/gbcoc\t S -3°S-- -
Seino 56.000,6) alb C4-1 q
64e. Dtiui5 • Da i5 {(mrz rMv, 365'15-5 Lf .
eAA f rt Ul i,ta {Otut
\ /` - } E. e,1')- �0.0 3o5-Cr34.22vz '3Os•- •15,-7345.,0
Ea no, i• 4 3oi t5 `rp5'a
L4PA P't$ E1KS Etteitiatzts,i d kacl-sa(swdsr r
"° " fie$ .6q8.B/110:
tJoTEYZO 10 WA�S.NST -19(0.229.20(0
4-"tv) KumbF,ol(ca✓ d1P c 5(41-a—.ks rile, zge
�7 hlewtgufbi-a.dlei
3 itc1Ru tiL- �`'8'-‘16-
2g1
t( 3 S`i�-2
RIfA+(() ri,e, NA 'f-risky-tow 1
305-3/8-ll28,
Meduvr+A r. Msltct_c;2^) core
bye:coN �C4�si l pAr 3pj 41 Q£ -•t-1 oss SA0.H, � u
�SISR\1\CF�T0�5'JuR-NOttE¢.S~-1•wN ' X -o-b
17 PO 1:0 v-=-Prez. F)—SCurtf„ ._nNEIN.- --rJel_�c ZS.2 93�� rl�l�
pio,55brei emass ,(Dm 305_7141-6677_
ThO55
WUA CJ�S lu t cOA �i�1 ' 1$31
4
MIAMI BEACH
t
CITY OF MIAMI BEACH
PRE-SUBMITTAL MEETING
SIGN-IN SHEET
DATE: o February 27,2018
TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR
CAPITAL RENEWAL AND REPLACEMENT PROJECTS
�Fx 4,, wiff d" -CItmi r d g +
+N ^ � � '4 4 tt x h� y0,,v,N; , 1 a a Ye oiAt 6 ) i4 +xu ,, ' t � t
� i$$maa -` mttai?t .#", oA., vA....5p ,J� to,rmidair � "i5 RY
bUp11a IsItr)DrIanfiskudIVI
ttteM7
.
0I P Qi'Cji, as. I. CA -S, s-r1C
�,t���' \4itttc�rrt f ,ds_.11.n
t4edli
\IIitltam fIII AQ611-gee - `-P-k - .
"�1:1�,SSa uc5z �,
1iz4i1‘ ----�
1_
a '` `'W 2 .:
.soaca, 1..L.wct() ,\t-f21- 4.-LQ.,
2
.voAl`Q ,_____,
INc h,{-e.,(9.-S, T.Q .
Oovc �1nsui-it.;-)G
m So-hm 1�4- Q . y
....
1.,Jel‘i3O
�c42 'fin,O,.1'ALso, 9 i (YIC1kM
(---)
delcP. ( 1 M��
S ikfl t 12e.4-s Gam) ' �
r.12c3,0 a s ap k_air'd-Li-i5
• 2
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
— dot �•ti,�t�y ar +w�. �:'� „�.-'�c"' k� � 'y�''vsla?qu�h'°.• ,� ^,, �y1-7 r� s Vat{`� M 1,'flit wi,---
!,0,..04,,.:,,,,7,,,,,,i,.0,:.104k r ni h, 'Y w a '"] Sty t
, A s �� A Ci r. J VHF n .. u c ) 1,9 #� s.M ,,. :
.3, a r, J1. ` � ;R rx, 1� tip° i+ lYi. [ ,.. , �" :" � !. V j : �"
r.>..a S%'a".`St+ 7 .3 f,( ,Sn �..?� sig .�.. .M ..t:5 F tAl) va a i. — -
Wc•au24- _!_n Q._. .
G ►s. ., e, .s
1 s • ocy-NsIJ+-k-cirtl
-s.
. d b . i's (--)
1 ..._____
112_Ju k s • Ce_ t- -S. _
• 5Z
. 0. 30 n 4\_ -iris-f s--1-Q -
, t- te�-r1az gip_, (_)(:).
()----
,2t 11eea-, c
p
( Q- Ca cA-te_s.
e_c:::.1, .
i
•
•
•
3
A /� � /\ J� ' Procurement Department
�/ , /`-'�/ �/ , 1700 Convention Center Drive, Miami Beach, Florida 33139
www.miamibeachfl.gov
•
ADDENDUM NO.-1
REQUEST FOR QUALIFICATIONS NO. 2018-141-ND
• PROFESSIONAL ARCHITECTURAL AND•ENGINEERING SERVICES FOR CAPITAL RENEWAL AND
REPLACMENT PROJECTS(the RFQ)
February 26,2018
This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or
other clarifications and revisions issued by the City.The RFQ is amended in the following particulars only.
1. REVISION: Section 0200— Instructions to Respondents &General Conditions, 5. Pre-Proposal Meeting or Site
•
Visit(s) on page 4 of the RFQ, is hereby amended as follows. (deletions are shown by strikethrough and
•
_ _. additions_are underlined).:__._._ _
Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled.
A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the
following address:
City of Miami Beach
Procurement Department
Conference Room
1755 Meridian Avenue,3rd Floor
Miami Beach,Florida 33139
Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not
mandatory. Proposers interested in participating.in the Pre-Proposal Submission Meeting via telephone must
follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America)
(2) Enter the MEETING NUMBER: 11126)14 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. ••
exDe' Pb12
rocur- ent Director
RFQ No.2018-141-ND
Addendum#1
2/26/2018
-
REQUEST FOR QUALIFICATIONS
( RFQ )
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES
FOR_CAPITAL_RENEWAL_AND REPLACEMENT PROJECTS
RFQ 2018-141-ND
1 '
RFQ ISSUANCE DATE:.FEBRUARY 15,2018
RESPONSES DUE: APRIL 2, 2018 @ 3:00 PM
ISSUED BY: NATALIA DELGADO
MIAMIBEACH
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3RD Floor, Miami Beach, FL, 33139
305.673.7490I www.miamibeachfl.gov
� r
MIAMI BEACH
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NOT UTILIZED , N/A
0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3
0300 SUBMITTAL INSTRUCTIONS& FORMAT... 12
- - 0400----EVAL-UA-TION-PROCESS 15---- - -
AIVENDICES: PAGE
APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17
APPENDIX B "NO BID" FORM 24
APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 26
APPENDIX D INSURANCE REQUIREMENTS 29
APPENDIX E SAMPLE CONTRACT 31
APPENDIX F STANDARD FORM 330 62
RFQ 2018-141-ND 2
MIAMIBEACH
SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS
1.GENERAL.This Request for Qualifications(RFQ)is issued by the City of Miami Beach, Florida(the"City"), as the
means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Proposals (the
"proposal") to the City for the City's consideration as an option in achieving the required scope of services and
requirements as noted herein. All documents released in connection with this solicitation, including all appendixes
and addenda, whether included herein or released under separate cover, comprise the solicitation, and are
complementary to one another and together establish the complete terms,conditions and obligations of the Proposer
and,subsequently,the successful proposer(s)(the"contractor[s]")if this RFQ results in an award.
_Th e-City-utilizes-PublicP_ur-chase-(www.oublicaurchase.com)_for-automatic_notification_of_competitive_soIicitation
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 oras amended by law) or for a
planning or study activity valued up to the amount established inCategory 2, Section 287.017, Florida Statutes
(currently$35,000 or as amended by law).THEREFORE,CCNA IS NOT APPLICABLE TO THIS RFQ.
In order to maximize the cost effectiveness of small projects, through this RFQ the City seeks to establish a pool of
qualified architectural and engineering consultants for those projects whose value is below the thresholds stipulated
in CCNA. The categories of work are, as further defined in Appendix C, Architecture - General, Architecture -
Landscape, Engineering - Environmental Services and Testing, Engineering - Mechanical, Electrical & Plumbing,
Engineering-Structural.
Because of the nature and size of the small projects being considered under this RFQ, the City desires to engage
firms with sufficient experience in small projects. 1
3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows:
Solicitation Issued FEBRUARY 15,2018
Pre-Submittal Meeting FEBRUARY 27,2018 @ 10:00AM EST
Deadline for Receipt of Questions MARCH 23,2018 @ 5:00 PM.EST
Responses Due APRIL 2,2018 @ 3:00 PM EST
Evaluation Committee Review TBD
RFQ 2018-141-ND 3
j I
it
MIAMI BEACH
Proposer Presentations(if deemed necessary) TBD
Tentative Commission Approval TBD
4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact named herein, in writing,with,a copy to the City Clerk's Office, Rafael E. Granado via e-mail:
RafaelGranado@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 receivedno 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 site visit(s). The City by means of Addenda will issue interpretations or written addenda
clarifications considered necessary by the City in response to questions. Only questions answered by written
addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through
PublicPurchase. Any prospective proposer who has received this RFQ by any 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 the date outlined in the Anticipated RFQ Timetable section.
7. CONE OF SILENCE. This RFQ.is subject to, and all proposers are expected to be or become familiar with, the
City's Cone of Silence Requirements, as codified in Section 2-486 of the City'Code. Proposers shalt,be solely
responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be
subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of
RFQ 2018-141—ND 4
MIAMI 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:aov/citv-hall/procurement/procurement-related-ordinance-and-oroceduresl
• CONE OF SILENCE CITY CODE SECTION 2-486
• PROTEST PROCEDURES CITY CODE SECTION 2-371
• DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3
• LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406
• CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487
•-CAMPAIGN CONTRIBUTIONS-BY-LOBBYISTS ON-PROCUREMENT-ISSUES CITY CODE-SECTION 2-488 --• REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR CITY CODE SECTION 2-373
DOMESTIC PARTNERS
• LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410
• PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374
VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS
ENTERPRISES
• FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300
• ACCEPTANCE OF GIFTS,FAVORS& CITY CODE SECTION 2-449
SERVICES
9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a
conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or
public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as
a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact
business with any publicentity 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 its response or within five (5)
days upon receipt of request. The Code shall, at a minimum, require the Proposer,.to comply with all applicable
governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of
the City of Miami Beach and Miami Dade County.
14. AMERICAN WITH DISABILITIES ACT(ADA). Call 305-673-7490 to request material in accessible format; sign
RFQ 20,18-141-ND 5
MIAMI BEACH
language interpreters(five(5)days in advance when possible),or information on access for persons with disabilities.
For more information on ADA compliance, please call the Public Works Department, at 305-673-7000, Extension
2984.
15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right 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's_Bid_Protest Ordinanceshall_be-barred
17. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor
who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR.
Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as
team members.
18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374,the City shall give
a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a
veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent(5%) of the
lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or
contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount).
Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a
small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise
constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are
responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the
service-disabled veteran business enterprise.
19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400,Evaluation of
Proposals,will be considered by the City Manager who may recommend to the City Commission the Proposer(s)
s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's
recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami
Beach City Code Section 2-369,including the following considerations:
(1)The ability,capacity and skill of the Proposer to perform the contract.
(2)Whether the Proposer can perform the contract within the time specified,without delay or interference.
(3)The character,integrity,reputation,judgment,experience and efficiency of the Proposer.
(4)The quality of performance of previous contracts.
(5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract.
The City Commission shall consider the City Manager's recommendation and may approve such recommendation.
The City Commission may also,at its option,reject the City Manager's recommendation and select another Proposal
or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals.
20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the
selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the
selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and
acknowledged by Proposers that,no property, contract or legal rights of any kind shall be created at anytime until
and unless an Agreement has been agreed to;approved by the City;and executed by the parties.
RFQ 2018-141-ND 6
MIAMI BEACH
21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute
discretion, reject any and all, or parts of any and all, responses;re-advertise this RFQ; postpone or cancel, at any
time,this RFQ process;or waive any irregularities in this RFQ,or in any responses received as a result of this RFQ.
Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred
twenty(120)calendar days after proposal opening date.A proposer may withdraw its proposal after expiration of one
hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to
the Department of Procurement Management prior to award of the contract by the City Commission.
22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for
making any and all investigations, evaluations, and examinations,as it deems necessary,to ascertain all conditions
and_requirements-affecting_the-full_performance_of_the_contract_lgnorance_of_such_conditions_and_requirements, —_
and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any
obligation to comply with every detail and with all provisions and requirements of the contract, and will not be
accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the
Proposer.
23.COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals,
or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and
expense)of the Proposer,and shall not be reimbursed by the City.
24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that
the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the
Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or
agents of the City.
24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic
substancelisted in Section 38F-41:03 of the.Florida Administrative Code delivered as a result of this proposal must
be accompanied.by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer.
25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations
'and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the
right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the
City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and
dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the
Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation
or violation which proposer may receive after the proposal opening date and during the time of performance of any
contract awarded to it.
26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes.
27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules,
proposed pricing,and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will
be at the Proposer's risk and may result in the.Proposal being non-responsive.
28. PAYMENT. Payment will be made by the City after the goods.or services have been received, inspected, and
found to comply with contract, specifications,free of damage or defect, and are properly invoiced. Invoices must be
consistent with Purchase Order format.
RFQ 2018-141-ND 7
MIAAA1 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 contract following approval of such contract
by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result
in_a_claim_for_iamages_by_the_City_and_may-be-grounds-for_remaving-the-Proposer-from-the-City's vendor-list.
31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner
and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of
knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from
responsibility:Proposer agrees that the services provided shall be provided by employees that are educated,trained,
experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to
furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently
required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all
licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force
and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a
material breach of this contract.
Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or
services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation
and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all
applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the
Proposer,or 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 reason of race, color, national origin, creligion, sex, intersexuality, gender identity, sexual
orientation, marital and familial status,and age or disability.
34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial,
technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an
award that is in the best interest of the City,including:
A.Pre-award inspection of the Proposers facility may be made prior to the award of contract.
B. Proposals will only be considered from firms which are regularly engaged in the business of providing the
goods and/or services as described in this solicitation.
C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the
services if awarded a contract under the terms and conditions of this solicitation.
RFQ 2018-141-ND 8
' L
MIAMI BEACH
D. The terms "equipment and organization", as used herein shall, be construed to meana fully equipped and
well established company in line with the best business practices in the industry,and as determined by the City
of Miami Beach.
E.The City may consider any evidence available regarding the financial, technical,and other qualifications and
abilities of a Proposer,including past performance(experience),in making an award that is in the best interest of
the City.
F.The City may require Proposer s to show proof that they have been designated as authorized representatives
of a manufacturer or supplier,which is the actual source of supply. In these instances,the City may also require
material information from the source of supply regarding the quality, packaging, and characteristics of the
products 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 contract or agreement resulting from the award of this solicitation;.then
B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then
C. The solicitation; then
D. The Proposer's proposal in response to the solicitation.
40. INDEMNIFICATION.The Proposer shall indemnify and hold harmless the City and its officers,employees,agents
and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense,
which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits,
causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of
the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The
contractor shall pay all claims and losses in connection therewith,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 beincurred thereon. The Proposer expressly understands and
agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no
way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees,
agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or _
termination of this Agreement.
41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the
RFQ 2018-141,-ND
9
��qq ��AAii CC/A� uu
M�AME BEACH
stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been
awarded.Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any
and all information and documentation submitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes,and s.24(a),Art. 1 of the State Constitution until such time as the City provides
notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier.
Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to,
agreement to (a) _Keep and maintain.public records that ordinarily and necessarily would be required by the public
agency_in_order to_perform_the_services;gbyprovide_the_public_with_access_to_public_records_on_the_same_terms_and
conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in
this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and
exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all
requirements for retaining public records and transfer, at no cost, to the public agency all public records in
possession of the contractor upon termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. All records stored electronically
must be provided to the public agency in a format that is compatible with the information technology systems of the
public agency.
43.OBSERVANCE OF LAWS. Proposers are expected to be familiar with,and comply with, all Federal, State,
County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals
having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated
by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the
EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the
Proposer will in no way relieve it from responsibility for compliance.
44: CONFLICT OF INTEREST. All Proposers must disclose,in their Proposal, the name(s) of any officer, director,
agent, or immediate family member(spouse, parent,sibling,and child)who is also 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 Proposaldue date and before said
expiration date,and letters of withdrawal received after contract award will not be considered.
47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the
terms in this RFQ,and outline what,if any,alternative is being offered. All exceptions and alternatives shall
be included and clearly delineated, in writing, in the Proposal. The City,at its sole and absolute discretion,
may accept or,reject 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 and/or condition of the
RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the
RFQ).
48.ACCEPTANCE OF GIFTS, FAVORS,SERVICES.Proposers shall not offer any gratuities,favors,or anything of
RFQ 2018-141-ND 10
MIAMI BEACH
monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this
Proposal. Pursuant to Sec.2-449 of the City Code, no officer or employee of the City shall accept any gift,favor or
service that might reasonably tend improperly to influence him in the discharge of his official duties.
49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers
at any time during the RFQ solicitation process.
50. ADDITIONAL SERVICES.Although this solicitation and resultant contract identifies specific goods, services or
facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and
Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than
$50,000)rmay_r.equine-additionaLitems-to-be-added-to_the_Contract which-are_r-equiraLto-complete_the work When
additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being _'
requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these
quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract
vendor(s)that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a
Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary
to add additional items through a formal amendment to the Contract,to be approved by the City Manager.
The City may determine to obtain price quotes for the additional items from other vendors in the event that
fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the
City's discretion.
Balance of Page Intentionally Left Blank
• \
RFQ 2018-141-ND 11
1
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.
11=ATE PROPOSALS.—Proposals-arelo be-received on orbefore-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.
T�1B.Tay Cover Letter&Table of Content
1.1 Cover Letter.The cover letter must be signed by a principal or agent able to the bind the firm and contain the
following:
(a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative
for the RFQ, Representative's Contact.,Joint Ventures are not allowed under this RFQ.
(b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted.
Categories of Work, include: Architecture General; Architecture — Landscape; Engineering —
Environmental;Engineering—Mechanical, Electrical&Plumbing; Engineering—Structural.
' Proposers shall submit separate proposals for each category of work for which a proposal is
submitted. Example: a firm which provides general architecture and landscape architecture shall submit
one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape.
- •TAB•2 ;- r,. Minimum Re.uirements
1.3 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 of that the firm is certified by the Florida Department of
Business and Professional Regulation to do business in Florida.
b) Principle and Account Representatives. For the principle and account representative(s) submitted under
Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and
Professional Regulation to do business in Florida.Proposer should also submit copies of architect/engineer
license for all licensed firm employees.
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
MIAMI BEACH
this information to consider the firm's previous and current workload.
2.2 Qualifications of Proposing Firm.Submit detailed information regarding the firm's history and relevant experience
and proven track record of providing architecture or engineering services, preferably to public sector agencies, for non-
residential small projects(construction costs below$325,000 and planning/studies below$35,000). Submit at least five
(5)small projects relevant to the category of work for which the proposal has been submitted, performed in the last five
(5)years as evidence of requested experience, preferably to public sector agencies. For each small project submitted,
the following is required:
• project name,
• project description,
• agency/client name,
• agencylclient contact,
• contact telephone&email,
• and year(s)and term of engagement.
2.3 Financial Capacity. Following the bid opening and at the request of the City proposer shall arrange for Dun &
Bradstreet to submit a Supplier Qualifier Report(SQR) directly to the Procurement Contact named herein. No proposal
will be considered without receipt, by the City,of the SQR directly from Dun&Bradstreet.The cost of the preparation of
the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at:
httos:/lsuooliemortal.dnb.com/webapolwcslstores/servletUSupolierPortal?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 & 6'SQR, the Proposer may submit its latest audited
financial statements which must.be dated December 31,2014 or later.
TAB,3 1'= Experience&Qualifications of the Team
3.1 Qualifications of Proposer Team (Architects and Engineers).Provide an organizational chart which indicates, at
a minimum, the principles of the firm and the account representatives assigned to award by the City of Miami Beach
pursuant to this RFQ. Include details on the role that each team member will play in providing the services detailed
herein and each team members'qualifications.A resume of each individual, including education, experience, and any
other pertinent information,shall be included for each respondent team member to be assigned to this contract.
3.1.1 Project Experience. For each architect and engineer, include information for three (3)relevant projects,
performed in the last five (5) years for public or private sector clients. Relevant projects shall,include those
projects similar 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:
RFQ 2018-141-ND 13
1 1
i f
MIAMI BEACH
Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or
proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation
history, regulatory action, or additional references); and financial capability (including, but not limited to, annual
reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years).
L I
ii
r i
RFQ 2018-141-ND 14
• I
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 is 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
tomakea recommendation-to-the City-Commission_IMhe-event-that only-one-responsive-proposal-is_receivedrthe_
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" ' ;t• Maximum Points
Experience of the Proposing Firm 50
Experience of the Team 50
• ,.TOTAL AVAILABLE STEP,1 POINTS; 100
3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive
additional quantitative criteria points to be added by the Procurement Department to those points earned in Step 1,
as follows.
,Step 2-Quantitative Criteria'. �'' '•5.` i . Maximum Points:;
Veterans Preference 5
-r, ,' : . ,. s'::TOTALAVAILABLE?STEP2POINTS:- 5' ' 5
• i
RFQ 2018-141-ND 15
MIAMI BEACH
4. Determination of Final Ranking. At'the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points
will be added to each evaluation committee member's scores by the Department of Procurement Management. Step
1 and 2 scores will be converted to rankings in accordance with the example below:
Proposer Proposer Proposer
A B C
Ste• 1 Points 82 76 80
Committee + Ste.2 Points 22 15 12
Member 1 Total 104 91 92
Ste.1 Points 79 85 72
Committee Ste.2 Points 22 15 12
Member 2 Total 101 100 84
2 ` . .. :.'3=
Ste. 1 Points 80 74 66
Committee Ste.2 Points 22 15 12
Member2 Total 102 89 78
. , Low Aggregate Score3- 7 8
... -. - ,.FinaERanking '.tc> �_ __ 1- 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.
RFQ 2018-141—ND
16
l
APPENDIX A
Iv\ IAMI BEACH
Response Certification ,
u ti nn ire
Q es o a 8.( •
.
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 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
Proposals in order-that certain portions of responsiveness,, responsibility and other determining factors and
compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire
and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and
executed.
1. General Proposer Information.
FIRM NAME:
NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES:
OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS(HEADQUARTERS):
CITY:
STATE: ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:.
FIRM LOCAL ADDRESS:
CITY:
STATE: ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal
information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems
necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements.
RFQ 2018-141—ND 18
•
1. Veteran Owned Business.Is Proposer claimin veteran owned business status?
YES 1 a NO
SUBMITTAL REQUIREMENT:Proposers claiming veteran owned business status shall submit a documentation proving that firm
is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federal government,as required pursuant to ordinance 2011-3748.
2. Conflict Of Interest.All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate
family member(spouse,parent, sibling,and child)who is also'an employee of the City of Miami Beach. Further,all Proposers
must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in
the Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director,agent,or immediate family member
(spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name
of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any
of its affiliates
3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work
similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact
Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided.
4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or
had a contract cancelled due to non-performance b an public sector agency?
YES NO
SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to
action(s).
5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform
laws, as codified in Sections 2-487 through.2-490.of the City Code. Proposers shall be solely responsible for ensuring that all
applicable provisions of the City's Campaign Finance Reform laws are complied with,'and shall be subject to any and all
sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or 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
proposalfresponse 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 httof/www.miamibeachfl.aov/city-hall/orocuremenU
RFQ 2018-141—ND• 19
1
` I
7.
Wit$: - - - - . - - - , = - - -- - - - - .-: - -- • -- -- - i
. 1 -
.I
bbeeefitc.
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 whowork 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 NO
B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or
to domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the"other"•section any additional benefits not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as
bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance.
BENEFIT Firm Provides for Firm Provides for Firm does not
Employees with Employees with Provide Benefit
Spouses Domestic Partners
Health
Sick Leave
Family Medical Leave
Bereavement Leave
If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance
providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the
City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the
Equal Benefits requirement is available at httpalwww.miambeachfl.covlcity-halllarocurement/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
submita 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 No2016-3990,,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 breath of contract, and shall entitle the City to the
immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity.
13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every
Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are
solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement
of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.
Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification.
Initial to Confirm Initial to Confirm Initial to Confirm
Receipt Receipt Receipt
Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8. Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required,submit under separate cover.
RFQ 2018-141—ND 21
- = DISCLOSURE AND DISCLAIMER SECTION
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipients 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,, relatingto-the Statement of Qualifications and the applecantincluding,-without-Ihmitation, 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
u 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 Remrdslaws;_at responses data_arid_information_containedin_this_proposal_inciusive_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 Comrpission Expires:
1
RFQ 2018-141—ND 23
•
APPENDIX B
lB EAc
•
" No Bid " Form
•
RFQ No. 2018- 141 -ND
PROFESSIONAL ARCHITECTURAL AND
ENGINEERING SERVICES FOR SMALL
• PROJECTS
•
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor:
Miami Beach, Florida 33139
Note: it is important for those vendors who have received notification of
this sal atdion bust have decided not to respond to complete and submit;
the attached,,:"Sfatemenf of No Bid." The Statement of No Bid" provides
the City with information on how to improve the solicitation process.
Failure to submit a "Statement of No Bid" may result in not being notified
ofi fature_solicitations by th:e C%tY•�_�- ------=------ -- - - ---�' i
RFQ 2018-141-ND 24
1 I
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S)CHECKED AND/OR INDICATED BELOW:
_Workload does not allow us to proposal
_Insufficient time to respond
-- _Specifications-unclear or too-restrictive
_Unable to meet specifications
_Unable to meet service requirements
_Unable to meet insurance requirements
_Do not offer this product/service
_OTHER. (Please specify)
' 1
We do_do not_want to be retained on your mailing list for future proposals
of this type product and/or service.
Signature:
Title:
Legal Company Name:
Note: Failure to respond, either by submitting a proposal or this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY OF MIAMI BEACH
PROCUREMENT DEPARTMENT
ATTN: NATALIA DELGADO
PROPOSALS#2018-141-ND
1755 Meridian Avenue, 3nd Floor
MIAMI BEACH, FL 33139
_
RFQ 2018-141-ND 25
•
ti
APPENDIX. 0
MIAMLIIEACH
Minimum Requirements
& Specifications
RFQ No. 2018-141 -ND
PROFESSIONAL ARCHITECTURAL AND
ENGINEERING SERVICES FOR CAPITAL
RENEWAL AND REPLACEMENT
PROJECTS
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
• Miami Beach, Florida 33139
RFQ 2018-141-ND 26
Cl. Minimum Eligibility Requirements.The Minimum Eligibility Requirements for this solicitation
are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting
compliance with each minimum requirement. Proposers that fail to include the required submittals
with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and
shall not have its proposal considered.
1. Firms. Firms must be certified by the Florida Department of Business and Professional
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—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.
RFQ 2018-141-ND
27
The selected consultant will be required to retain and be responsible for all sub-consultants
necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO.
The City may reject the use of any sub-consultant.
The services authorized under the resulting Master Agreement,include(but are not limited to):
• Acoustics,Noise Abatement • Fire Protection
• Air Pollution Control • Heating;Ventilating;Air Conditioning
• Auditoriums and Theaters • Interior Design;Space Planning
• Automation;Controls;Instrumentation • Irrigation;Drainage
• Boundary Survey • Lab Testing Services
• Codes;Standards;Ordinances • Landscape-Architecture — -
• Communications Systems;TV;Microwave • Lighting(Interior,Display,Theater,etc.)
• Conceptual Studies • Lighting(Exterior,.Streets,Memorials,Athletic Fields,
• Construction Administration etc.)
• Cost Estimating • Plumbing and Piping Design
• Energy Conservation/Energy Sources • Recreation Facilities(Parks,Marinas,etc.)
• Electrical • Rehabilitation, Remodel, Renovate (Buildings,
• General Environmental Services: Structures,Facilities,etc.)
o Environmental Assessments • Safety Engineering;Accident Studies;OSHA Studies
o Air and • Water quality testing and . • Security Systems;Intruder&Smoke Detection
monitoring • Soils&Geologic Studies;Foundations
o Environmental sustainability planning • Storage Tank Repair and Monitoring
services • Structural Design;Special Structures
o Environmental support services to • Surveying,Mapping,GIS,and other services:
achieve and maintain regulatory • Platting;Mapping;Flood Plaih 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 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
httos://fo.state.fl.us/docs/DMSAEFeeGuidedefinition.aso
RFQ 2018-141—ND
28
� I
APPENDIX D
MIA/V\ IJIcEA'CH
; EACH
InsuranceRequirements
RFQ No. 2018- 141 -ND
PROFESSIONAL ARCHITECTURAL AND
ENGINEERING SERVICES FOR CAPITAL
RENEWAL AND REPLACEMENT
PROJECTS
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
RFQ 2018-141-ND 29
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is
required to maintain throughout the term of the contract and any renewal
periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state
of Florida.
— XXX 2-. Comprehensive General Liability-(occurrence-form),—limits-of-liability 500,000;00 per —
occurrence for bodily injury property damage to include Premises/ Operations;
Products,Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements"of specifications).
XXX 3. Automobile Liability - $100,000 each occurrence - owned/non-owned/hired
automobiles included.
4. Excess Liability-$ .00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies;and it must
be stated on the certificate.
XXX 6. Other Insurance as indicated:
_Builders Risk completed value $ .00
Liquor Liability $ .00
_Fire Legal Liability $ . .00
_Protection and Indemnity $ .00
Employee Dishonesty Bond = $ .00.
XXX Other: Professional Liability $1,000,000.00
XXX 7. Thirty(30)days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better,latest edition.
XXX 9. The.certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-
insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida
Constitution,and any other applicable Statutes.
RFQ 2018-141--ND 30
APPENDIX E
1AIAAA1BEACH
SAMPLE CONTRACT
RFQ No. 2018- 141 -ND
PROFESSIONAL ARCHITECTURAL AND
ENGINEERING SERVICES FOR CAPITAL
RENEWAL AND REPLACEMENT
PROJECTS
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139'
RFQ 2018-141-ND 31
I4
4
AGREEMENT BETWEEN
' r
CITY OF MIAMI BEACH
AND
XXXXXXXXXXXXXXXXXXXXXXXX
FOR
PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES
FOR THE
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
Resolution No.
RFQ 2018-141-ND 32
AGREEMENT BETWEEN
CITY OF MIAMI BEACH
AND
FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON
AN "AS-NEEDED-BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO.
DISCIPLINE:
RESOLUTION NO.
RFQ 2018-141-ND 33
•
• i
TABLE OF CONTENTS
DESCRIPTION PAGE
ARTICLE 1. DEFINITIONS 36
ARTICLE 2. BASIC SERVICES 40
ARTICLE 3. THE CITY'S RESPONSIBILITIES 45
ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 46
ARTICLE 5. ADDITIONAL SERVICES 48
ARTICLE 6. REIMBURSABLE EXPENSES 49
ARTICLE 7. COMPENSATION FOR SERVICES 49
ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 50
ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 50
ARTICLE 10. TERMINATION OF AGREEMENT 51
ARTICLE 11. INSURANCE 52
ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 53
ARTICLE 13. ERRORS AND OMISSIONS 53
ARTICLE 14. LIMITATION OF LIABILITY 54
ARTICLE 15. NOTICE 54
ARTICLE 16. MISCELLANEOUS PROVISIONS 54
RFQ 2018-141-ND 34
1
•
_ 1
SCHEDULES:
SCHEDULE A 58
SCHEDULE B 59
SCHEDULE C 61
ATTACHMENTS:
ATTACHMEN_T_A....� .;......_.., u. .�u..0................ _..._. _ Error!Bookmark_not_defined.
ATTACHMENT B Error! Bookmark not defined.
ATTACHMENT C Error! Bookmark not defined.
•
RFQ 2018-141-ND • 35
AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH
AND
_FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON
AN "AS-NEEDED-BASIS"
This Agreement made and entered into this day of , 2016 , (Effective Date), by and
between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida,
having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida; 33139, (hereinafter
referred to as City), and a Florida corporation having its principal office at
(hereinafter referred to as Consultant).
WITNESSETH:
WHEREAS, ; and
NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement
herein contained, agree as follows:
ARTICLE 1. DEFINITIONS
1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this
Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have
the meanings specified herein unless otherwise stated herein:
ADDITIONAL SERVICES: "Additional Services" shall mean those services, in_addition to the Basic Services
in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall
perform, at the City's option, and which must be duly authorized, in writing, by the City Manager, or
designee(s), or his authorized designee, prior to commencement of same.
APPLICABLE LAWS: "Applicable Laws" 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 alternatesor deductive alternates.
BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in
accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any
Services not specifically enumerated as Additional Services (as defined herein) shall also be considered
Basic Services.
RFQ 2018-141-ND 36
CITY(OR OWNER): The "City" shall)mean the City of Miami Beach, a Florida municipal corporation having
its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder,
City's obligations and performance is pursuant to City's position as the owner of the Project acting in its
proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but
not limited to, its regulatory authority for code inspections and issuance of Building Department permits,
Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such
regulatory authority and the enforcement of any-Applicable Laws shall be deemed to have occurred pursuant
to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a
Party to this Agreement.
CITY COMMISSION: "City Commission"shall mean the governing and legislative body of the City.
CITY MANAGER: The "City Manager, or designee(s)," shall mean the chief administrative officer of the City.
The City Manager, or designee(s), shall also be construed to include any duly authorized representatives
designated by the City Manager, or designee(s), in writing, including 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, 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 shali'also be deemed to include any officers, employees, or
agents of Consultants, and any other person or entity acting under the supervision, direction, or control of
Consultant to provide any architectural, design, engineering or similar professional services with respect to a
Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise
permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the
Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida
and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other
professional organizations with jurisdiction governing the professional practice area for which the
Subconsultant has been engaged by Consultant to perform professional design services in connection with
the Project. The Subconsultants in Schedule"C", attached hereto, are hereby approved by the City Manager,
RFQ 2018-141-ND 37
or designee(s),for the Project.
CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to
Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates . ,
the particular Services(Basic Services and/or Additional Services)which will be required of Consultant for the
Project that is the subject of such Consultant Service Order, and which may include studies or study activity,
and/or professional services as defined in the RFQ.
CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement
approved by the City (as specified below) and executed between City,and Consultant, covering changes,
additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in
the Project, or the method and manner operformance thereof, or an adjustment in the fee and/or completion
dates. Contract Amendments shall be approved by the City Manager, or designee(s),
CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits,
addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and
Construction Documents. The Contract Documents shall also include, without limitation (together with all
exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders,
bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and
performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other
Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change
Directive(s), and/or approved written order(s)for a minor change in the Work.
CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement
between City and Contractor for performance of the Work covered in the Contract Documents, including,
without limitation, a general contractor, construction manager, design-builder or any other duly licensed
construction contractor selected pursuant to any other procurement methodology available under Florida law.
CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint -
venture, or other entity contracting with City for performance of the Work covered in the Contract Documents.
DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented
drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient
information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to
permit the City to enter into a negotiated design-build contract. The Design Criteria. Package must specify
performance-based criteria for the design-build Project, including the legal description of the site, survey
information concerning the site, interior space requirements, material quality standards, schematic layouts
and conceptual design criteria of the project, cost or budget estimates, design and construction schedules,
site development requirements, provisions for utilities, stormwater retention and disposal, and parking
requirements applicable to the project.
DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all
other documents which set forth in full the design of the Project and fix and describe in detail the size,
configuration and character of the Project concerning all items of the Project necessary for the final
preparation of the 100% completed, permitted Construction Documents in accordance with the requirements
of the Contract Documents including, without limitation, all architectural and engineering elements as may be
appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has
submitted completed Design Documents to the City and (b) they have been reviewed and approved by the
City and agencies having jurisdiction in accordance with the procedures as provided by .the Contract
Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to
constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in
compliance with all Applicable Laws and in accordance with the.Contract Documents.
RFQ 2018-141-ND 38
FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior orirresistible force
occasioned by violence in nature without the interference of human agency such as a hurricane, tornado,
flood, loss causedby 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 adverseeffect on the Project, or on the rights
and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such
parties shall not have been able to avoid; provided, however, that inclement weather(except as noted above),
the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor
conditions, construction industry price trends, and similar matters which normally impact on the construction
process shall not be considered a Force Majeure.
If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the
Consultant shall request a time extension from the Project Administrator within five (5) business days of said
Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim
by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to
Article 5 hereof.
PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service
Order.
Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as
prepared and established by the City, including the estimated Construction Cost and Soft Costs.
The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion,
to accommodate 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 toissue directives and notices
on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those
authorizations reserved to the City Manager, or designee(s), or City Commission under this Agreement, or to
regulatory or administrative bodies having jurisdiction over the Project).
PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or
addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof;
provided, however, that in the event of an express conflict between the Proposal Documents and this
Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for
reference purposes only and shall not be incorporated as part of this Agreement, except with respect to
Consultant's representations regarding the qualifications and experience of Consultant and its key personnel,
its commitment to provide the key personnel listed therein, and its capability to perform and deliver the
Services in accordance with this Agreement and consistent with the all representations made therein.
SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as
follows:
Schedule A— Consultant Service-Order -
Schedule B—Consultant Compensation and Hourly Billing Rate Schedule.
Schedule C—Approved Subconsultants.
SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any
RFQ 2018-141-ND 39
Additional Services (as approved by the City), all as described in Schedule"A" hereto.
SERVICES: "Services"shall mean all services,work,and actions by the Consultant performed pursuant to or
undertaken under this Agreement.
SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including,
without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant,
financing permitting fees andnother 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.
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 Servicesrequired under this
Agreement shall be performed in accordance with the standard of care normally exercised in the design of
comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced,
fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant
warrants and represents to,the City that it is responsible for the technical accuracy of the Services (including,
without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants
and represents that the approved and permitted Construction Documents shall constitute a representation'by
Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully
functional, suitable and sufficient for its intended purposes.
2.5 The Consultant's Basic Services may consist of various tasks, including planning, design,
•
RFQ 2018-141-ND 40
bidding/award, preparation of a DCP, studies, construction administration, and Additional Services(as may be
approved), all as further described in the Consultant Service Order; and shall also include any and all of
Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions
of the Contract for Construction.
2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or
excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant
shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or
omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a
release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and
competency of the Design Documents and Construction Documents, nor shall any City approval and/or
decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in
the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review,
approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to
relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor
constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the
performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with
Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms
and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or
omissions in the performance of the'Agreement.
2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect,
the parties agree as follows:
2.7.1 Term: The term of this Agreement shall commence upon execution by the City and
Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for
three (3) years ("Initial Term"),, plus two (2), one (1) year renewal options, to be exercised at the sole
discretion of the City Manager, or designee(s), (Initial Term and any renewals shall be collectively
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
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
_ a
RFQ 2018-141-ND
41
- t
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, andshall 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 reperformed 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 from reviewers, in writing, including, without limitation
(and where applicable), via a set .of marked-up drawings and specifications. Consultant shall address
comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible
under the circumstances, taking into account the timelines of the Project schedule.
2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout
RFQ 2018-141-ND • 42
this Agreement will be completed by the City and kept in the City's files for evaluation of future
solicitations.
2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under
Florida Statutes, requires a license,certificate of authorization, or other form of legal entitlement to practice
and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to
provide same.
2.13 Consultant agrees to designate, in writing, within five(5) calendar days after receiving a fully executed
Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter
referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on
behalf oi-Consultant with respect to directing, coordinating and administrating all aspects of the Services.
Consultant's Project Manager(as well as any replacement)shall be subject to the prior written approval of the
City Manager, or designee(s), or the Project Administrator. Replacement (including reassignment) of an
approved Project Manager shall not be made without the prior written approval of the City Manager, or
designee(s), or his designee(i.e. the Project Administrator).
2.13.1 Consultant agrees, within fourteen (14) calendar,days of receipt of written notice from the City
Manager, or designee(s), or the Project Administrator(which notice shall state the cause therefore), to
promptly remove and replace a Project Manager, or any other personnel employed or otherwise
retained by Consultant for the Project( including, without limitation, any Subconsultants).
2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public
information concerning the Services or the Project, without the prior written consent of the City Manager, or
designee(s), or the Project Administrator, unless such disclosure is incident to the proper performance of the
Services; or the disclosure is requiredpursuant to Florida Public Records Jaws; 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 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
RFQ 2018-141-ND 43
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
payment of the Services. -
RFQ 2018-141-ND 44
' r
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 payment due to
its Subconsultants or vendors). ..
3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-
conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt
written notice thereof to the Consultant.
3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any
administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious
for the orderly progress of the Services and of the Work.
3.6 Except where otherwise expressly noted in this Agreement, the City Manager, or designee(s), shall
serve as the City's primary representative to whom administrative (proprietary)'requests for decisions and
approvals required hereunder by the City shall be made.. Except where-otherwise expressly noted in this
Agreement or the Contract Documents, the City Manager, or designee(s), shall issue decisions and
authorizations which may include, withoutlimitation, proprietary review, approval, or comment upon the
schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant.
3.6.1 The City Manager, or designee(s), shall have prior review and approval of the Project Manager
(and any replacements) and of any Subconsultants(and any replacements).
3.6.2 The City Manager, or designee(s), shall decide, and render administrative (proprietary)
decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided
for in this Agreement. In his/her discretion, the City Manager, or designee(s), may also consult with
the City Commission on such matters.
RFQ 2018-141-ND 45
•
3.6.3 At the request of Consultant, the City Manager, or designee(s), shall be authorized, but not
required, to reallocate monies already budgeted toward payment of the Consultant; provided,
however, that the Consultant's compensation (or other budgets established by this Agreement) may
not be increased without the prior approval of the City Commission, which approval (if granted at all)
shall be hi 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 omment as to any documents prepared by or on behalf of the
Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the
Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and
may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof.
ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST
4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant
Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not
exceeded. As part of the Basic Services, Consultant :shall design and/or re-design the Project to the
Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the
Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss. cost
estimates, cost-saving alternatives, and implementation or revision of the Design Documents and
Construction Documents to address such items, as necessary to meet the established budget parameters set
forth in the City Construction Budget.
4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of
completion of the Design Documents and at completion of the Construction Documents, unless otherwise
specified in the Consultant Service Order or other written directive of the Project Administrator.
4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents
as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable
Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or
minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design the
Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than
fifteen percent(15%),then the Project Administrator shall provide notice thereof to the Consultant. Consultant
shall then identify the cause(s) for the difference and recommend in writing for the City's approval any
modification in the Design Documents necessary to conform the Consultant's estimated total costs in the
Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget.
Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications
within the Design Documents as part of the Basic Services and at no additional cost to the City.
4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its
RFQ 2018-141-ND 46
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 Costexceeds 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 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 thesole and reasonable discretion of the City Commission. The City Commissionshall have no
obligationto approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is
exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the
remaining Services)without any further liability to the City.
RFQ 2018-141-ND 47
•
4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its
obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in
Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the
Construction Cost Budget;(2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon
the Project and terminate the remaining Services without any further liability to the City; (4) select as many
deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost
Budget.
ARTICLE 5. ADDITIONAL SERVICES
5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by
the Project Administrator (which authorization must be obtained prior to commencement of any such
additional work by Consultant). The written authorization shall contain a description of the Additional Services
required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in.
accordance with the rates in Schedule"B" hereto),with a "Not to Exceed" amount; Reimbursable Expenses (if
any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required
to complete the Additional Services; and an amended Project Schedule(if applicable). "Not to Exceed" shall
mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the
maximum cumulative expenses allowable), which the Consultant shall not exceed without further written
authorization of the Project Administrator.The"Not to Exceed"amount is not a guaranteed maximum cost for
the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to
same shall be verifiable through time sheets(and,for Reimbursables, expense reviews).
5.2 Additional Services include the following:
5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities,
and surveys or inventories in connection with construction performed by City.
5.2.2. Unforeseen Conditions: Providing additional work relative to the Project which arises from
subsequent circumstances and causes which could not reasonably have been foreseen at the time of
the Consultant Service Order (excluding conditions determined by all prior studies available to
Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or
negligence of Consultant).
5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction
Documents resulting in or from City-requested changes in Scope of Work involving new program
elements, when such revisions are inconsistent with written approvals or instructions previously given
by City and/or are due to causes beyond the control of Consultant.
5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to
appear and give testimony, preparing to serve or serving as an expert witness in connectionwith 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 theprovision 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, 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 forcompletion 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, postageand 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 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in
Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a
Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or
not).
RFQ 2018-141-ND
49
7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to
Exceed" Reimbursable allowance amount in the Consultant Service Order hereto:Any request for payment of
Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be
allowed on Reimbursable Expenses.
7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement..
Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding
year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in
the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the
United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the
RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the
City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at
the current cost terms.
7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the
City on payments to Contractor.
7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely
manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work
performed; the total hours of-work performed by employee category; and the respective hourly billing rate
associated therewith. In the event Subconsultant work is used, the percentage of completion shall be
identified. Invoices shall also itemizeand summarize any Additional Services and/or Reimbursable
Expenses% A copy of the written approval of the Project Administrator for the requested Additional Service(s)
or Reimbursable Expense(s) shall accompany the invoice.
7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours
for all work(by employee category), and cost itemizations for Reimbursable Expenses (by category).
ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS
8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any
other records or documents related to the Services and/or Project will be available for examination and audit
by the City Manager, or designee(s),,, or his/her authorized representatives, at Consultant's office (at the
address designated in Article 15 ["Notices"]), during customary business hours, All such records shall be kept
at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect
entries in such records and accounts relating personnel services and expenses may be grounds for City's
disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants
to the requirements of this Article 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 standarddetails and designs
owned_ by the.Consultant or owned by a third party and licensed to the Consultant for use and reproduction,
shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator
in their native electronic form, as required in the Consultant Service Order within thirty(30) days of completion
of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case
may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and
reproducing copyrighted materials or portions thereof as authorized by the City Manager, or designee(s), in
RFQ 2018-141-ND 50
•
advance and in writing, In addition, the Consultant shall not disclose, release, or make available any
document to any third party without prior written approval from the City Manager, or designee(s),. The
Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard
details and designs owned by a third party and used or reproduced by the Consultant in the performance of
this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119,
Florida Statutes.
9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written
approval of the City Manager, or designee(s),.
9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted
material for additional or other work for the City; however, payment to the Consultant for such adaptations will
be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted
material to a new site.
9.4 The City shall have the right to modify the Project or any components thereof without permission from
the Consultant or without any additional compensation to the Consultant. The Consultant shall be released
from any liability resulting from such modification.
9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and
specifications.
ARTICLE 10.TERMINATION OF AGREEMENT
10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the
appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in
accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding
either for the Services or the Project(or both), the City may terminate this Agreement without further liability to
the City.
10.2 TERMINATION FOR CAUSE: The City, through the City Manager, or designee(s)„ may terminate -
this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any
provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the
Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and
satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a
thirty(30)day cure period (commencing upon receipt of the initial written notice of default from the City).
10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and
discretion, may take over the remaining Services and complete them by contracting with another
consultant(s), or otherwise.The Consultant shall be liable to the City for any additional cost(s) incurred
by the City due to such termination. "Additional Cost" is defined as the difference between the actual
cost of completion of the Services, and the cost of completion of such Services had the Agreement not
been terminated.
10.2.2 In the event of termination for cause by the City„ the City shall only be obligated to pay
Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as
such date is set forth in, or can be calculated from, the City's initial written default notice).. Upon
payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City
shall have no further liability to Consultant.
10.2.3 As a condition precedent to release of any payment which may be due to Consultant under
subsection 10.2:2, the Consultant shall promptly assemble and deliver to the Project Administrator any
RFQ 2018-141-ND 51
{
•
Iy�
and all Project documents prepared (or caused to be prepared) by Consultant(including, without
limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost
incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this
subsection.
10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City
through the City Manager, or designee(s)„ may also terminate this Agreement, upon fourteen (14) days prior
written notice to Consultant,for convenience,without cause, and without penalty, when (in its sole discretion)
it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement
for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up
to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and
delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon
payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no
further liability to Consultant.
10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause,
upon thirty(30) days prior written notice to the City, in the event that the City willfully violates any provisions of
this Agreement or unreasonably delays payment of the Services or any portion. thereof. In the event of a
termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed
and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30)
day cure period (commencing upon receipt of Consultant's initial written notice).
10.4.1 The Consultant shall have no right to terminate this Agreement for convenience.
10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for
convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1)
stop the performance of Services; (2) place no further orders or issue.any other subcontracts, except for those
which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing
orders and subcontracts; and (4) promptly. assemble all Project documents (for delivery to the Project.
Administrator).
ARTICLE 11. INSURANCE
11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required
insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory
proof of all required insurance coverage has been furnished to the Project Administrator:
(a) Workers'Compensation and Employer's Liability per the Statutory limits of the State of Florida.
(b) Commercial General Liability on a comprehensive basis in an amount not less than $500,000
combined single limit per occurrence for bodily injury and property damage.
(c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in
connection with the work, in an amount not less than $100,000 combined single limit per
occurrence for bodily injury and property damage.
(d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per
claim, if any, not to exceed 10%of the limit of liability..
11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of
cancellation or of substantial modifications in any required insurance coverage. All certificates and:
endorsements shall contain this requirement. '
RFQ 2018-141-ND 52
•
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.
The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all
claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant
expressly understands and agrees that any insurance protection required by this Agreement or otherwise
provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and
defend the City or its officers, employees, agents, and instrumentalities as herein provided.
12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any
claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of
the Consultant in which the City participated either through review or concurrence of the Consultant's actions.
In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the
City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation
its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement).
ARTICLE 13. ERRORS AND OMISSIONS
13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by
the City as caused by an error, an omission,or any combination thereof in the Contract Documents that were
prepared by the Consultant will constitute an additional cost to the. City that would not have been incurred
without the error. The damages to the City for errors, omissions or any combinations thereof shall be
calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or
omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages
resulting from the Consultant's errors and/or omissions or any combination thereof.
Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the
Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination
thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager, or
designee(s),. The Project Administrator's decision on all claims, questions and disputes shall be final,
conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable.
In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant
shall present any such objections, in writing, to the City Manager„or designee(s),. The Project Administrator
and the Consultant shall abide by the decision of the City Manager, or designee(s),. This paragraph does not
constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above
administrative remedies have been exhausted.
RFQ 2018-141-ND
53
- 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
hatthe City s��tb�iable to Consultant for money damages due to an alleged breach by the City of this
Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement,
which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder.
Nothing contained in this subsection,or elsewhere in this Agreement, is in any way intended to be a waiver of
the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes.
ARTICLE 15. NOTICE
All written notices given to City by Consultant shall be addressed to:
City Manager, or designee(s),'s Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Attn: ,Jimmy L. Morales, City Manager, or designee(s),
With a.copy to:
City Manager, or designee(s),'s Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Attn: Eric T. Carpenter, Assistant City Manager, or designee(s),.
All written notices given to the Consultant from the City shall be addressed to:
All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return
receipt requested.
ARTICLE 16. MISCELLANEOUS PROVISIONS
16..1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the
State of Florida, both substantive and remedial,without regard to principles of conflict of laws. The exclusive
venue for any litigation arising out of this Agreement,shall be Miami-Dade County, Florida, if in state court,
and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS '
AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE
RFQ 2018-141-ND 54
TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS
AGREEMENT.
16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate
against any employee or applicant for employment for work under this Agreement because of race, color,
national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age,
and 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,
are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying
of public records), and s. 24(a), Article I of the State Constitution. Information made exempt
by this paragraph, with prior written approval from the City Manager, or designee(s),, may be
disclosed to another entity to perform its duties and responsibilities; to a licensed architect,
engineer, or contractor who is performing work on or related to the Project; or upon a showing
of good cause before a court of competent jurisdiction. The entities or persons receiving such
information shall maintain the exempt status of the information.
16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to
abide by all applicable Federal, State, and City procedures, as may be amended
from time to time, by which the documents are handled, copied, and distributed
which may include,. but is not limited to, each employee of Consultant and
Subconsultants that will be involved in the Project being required to sign an
agreement stating that they will not copy, duplicate, or distribute the documents
RFQ 2018-141-ND 55
•
•
•
unless authorized by the City Manager, or designee(s)„ in writing.
16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents
are to be kept and maintained in a secure location.
16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the
documents shall be tracked at all times.
16.5.2.4 A log is developed to track each set of documents logging in the date, time, and
name of the individual(s)that work on or view the documents.
16.6 CORRECTIONS TO CONTRACT DOCUMENTS: TheConsultant 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 notgrant 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
RFQ 2018-141-ND 56
hereof or of any power or right herein reserved to the City or of any rights to damages herein provided.
16.11 This document incorporates and includes all prior negotiations, correspondence, conversations,
agreements, or understandings applicable to the matters contained herein; and the parties agree that there
are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are
not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall
be predicated upon any prior representations or agreements whether oral or written. It is further agreed that
no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless
memorialized in written document approval and executed with the same formality and of equal dignity
herewith.
IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their
names by their-duly authorized officers and principals, attested by their respective witnesses and City Clerk
on the day and year first hereinabove written.
Attest CITY OF MIAMI BEACH:
CITY CLERK MAYOR
Attest xxxxxxxxxxxxxxx
Signature/Secretary Signature/President
Print Name Print Name
RFQ 2018-141-ND 57
1
SCHEDULE A
PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND
CONSULTANT SERVICE ORDER
Service Order No. _ for Consulting Services.
TO: — —
PROJECT NAME: Project Name
DATE:
Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL
ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED"
BASIS (RFQ XXXXXXXX) you are directed to provide the following services:
SCOPE OF SERVICES:
Per attached proposal dated , to be considered part of this Agreement.
Estimated calendar days to complete this work: Days
Original Service Order Amount:
Total From Previous Additional Service Orders:
Fee for this Service Order is Lump Sum/Not to Exceed amount $
of:
Total Agreement to Date: $
City's Project Date
Coordinator/Manager
Assistant Director Date Consultant. Date
Project Administrator-Director Date
RFQ 2018-141-ND 58
SCHEDULE B
CONSULTANT COMPENSATION
Schedule of Payments
Planning Services* $XXXXXXXX
Design Services* $XXXXXXXX
Bidding_andA_war_clServices $XXXXXXXX
Construction Administration** $XXXXXXXX
Reimbursable Allowance*** $XXXXXXXX
Note*: These services will be paid lump sum based on percentage complete of each phase as
identified in the individual tasks. '
Note**: Construction Administration will be paid on a monthly basis upon commencement of
construction.
In the event that, through no fault of the Consultant, Construction Administration services are
required to be extended, which extension shall be subject to prior City approval, and what shall be at
the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month, for
the duration required to complete the Project.
Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in
advance, by the Project Administrator. Unused portions will not be paid to the Consultant.
/ r
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
-Mechanical-Engineer -$14645 -GIS-Specialist. $ 86.25-
Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30
Structural Engineer $116.15 Landscape Designer $ 95.45
Senior Environmental Engineer $138.00 Planner $116.15
Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50
Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00
Environmental Specialist $ 63.25. CAD Technician (Structural) $ 63.25
Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15
Project Scientist $120.75 Cost Estimator $ 74.75
Senior Surveyor - $138.00 Specifications Writer $ 63.25
Surveyor $116.15 Construction Administrator/Manager $ 94.30 -
Surveyor Support Staff - $ 69.00 Senior Project Manager $138.00
Senior Architect $138.00 MEP Project Engineer $138.00
Architect $116.15 Horticultural/maintenance Consultant $ 86.25
Senior Designer $138.00 Irrigation Engineer $ 94.30
Designer $ 95.45 Job Captain $ 92.00
Senior Urban Planner $138.00 Interior Designer $ 95.45
Senior CAD Technician $ 69.00 Principal/Director of Design $138.00
CAD Technician $ 63.25
Senior Landscape Architect $138.00
Landscape Architect , $116.15
Clerical $ 40.25
Administrative Assistant $ 40.25
Survey Crew Party of2 $140.68
Survey Crew Parry of 2w/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
Construction) $ 94'88
RFQ 2018-141-ND
60
SCHEDULE C
APPROVED SUBCONSULTANTS
RFQ 2018-141-ND
61
- 1
APPENDIX F
MIAMI BEACHSTANDARD FORM 330
RFQ No. 2018-141 -ND
PROFESSIONAL ARCHITECTURAL AND
ENGINEERING SERVICES FOR CAPITAL
RENEWAL AND REPLACEMENT PROJECTS
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
RFQ 2018-141--ND 62
ARCHITECT-ENGINEER QUALIFICATIONS OMB Control Number: 9000.0157
Expiration Date: 11/30/2017
Paperwork Reduction Act Statement-This information collection meets the requirements of 44 USC§3507,as amended by section 2 of the Paperwork Reduction Act of
1995. You do not need to answer these questions unless we display a valid Office of Management and Budget(OMB)control number. The OMB control number for this
collection Is 9000-0157. We estimate that it will take 29 hours(25 hours for part t 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(MlVI08),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 Branch Office: A geographically distinct place of business or
the basis of professional qualifications as required by 40 U.S.C. subsidiary office of a firm that has a key role on the team.
chapter 11;Selection of Architects Engineers,and Part 36 of the
Federal Acquisition Regulation(FAR).
• Discipline: Primary technical capabilities of key personnel,as •
The Selection of Architects and Engineers statute requires the evidenced by academic degree, professional registration,
public announcement of requirements for A-E services(with certification,and/or extensive experience.
some exceptions provided by other statutes),and the selection of
at least three of the most highly qualified firms based on Firm: Defined In FAR 36.102.
demonstrated competence and professional qualifications
according to specific criteria published in the announcement Key Personnel: Individuals who will have major contract
The Act then requires the negotiation of a contract at a fair and responsibilities and/or provide unusual or unique expertise.
reasonable price starting first with the most highly qualified firm.
The information used to evaluate firms is from this form and other SPECIFIC INSTRUCTIONS
sources, including performance evaluations,any additional data
requested by the agency,and interviews with the most highly Part I-Contract-Specific Qualifications
qualified firms and their references,
Section A.Contract Information.
GENERAL INSTRUCTIONS 1. Title and Location. Enter the title and location of the •
•
contract for which this form is being submitted,exactly as shown
Part I presents the qualifications for a specific contract in the public•announcement or agency request.
Part Il 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 II on
file with agency offices,as appropriate,according to FAR Part Section B. Architect-Engineer Point of Contact..
36, If a firm has branch offices,submit a separate Part II for
each branch office seeking work. 4-8. Name, Title, Name of Firm, Telephone Number, Fax
(Facsimile) Number and E-mail (Electronic Mail) Address.
2. Prepare a separate Part II for each firm that will be part of Provide information for a representative of the prime contractor
the team proposed_tor_a_specific.contract.and..submittedwith_part.- --•---or--joint-venture--that-the-agency—can--contact-for-additional
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 j
instructions when preparing and submitting this form. Be as
concise as possible and provide only the information requested
by the agency.
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV,8/2016)PAGE 1 OF INSTRUCTIONS •
• Prescribed by GSA-FAR(48 CFR)53,238-2(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 Present ten projects,unless
associated with as listed in Section C. otherwise specified by the agency. Complete the following
blocks for each project:
Section E. Resumes of Key Personnel Proposed for this
Contract. 20. Example Project Key Number. Start with"1"for the first
- project and number consecutively.
Complete this section for each key person who will
participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or
prime contractor or joint venture partner firms first. The following contract. For an indefinite delivery contract,the location is the
blocks must be completed for each resume: geographic scope of the contract.
12. Name. Self-explanatory. , • 22. Year Completed. Enter the year completed of the
professional services(such as planning,engineering study,
13. Role 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 experience blank and indicate the status in Brief DescripCion 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) •
1
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. `
17. Current Professional Registration. Provide information
23c. Point of Contact Telephone Number. Self-explanatory.
on current relevant professional registration(s)in a State or 24. Brief Description of Project and Relevance to this
•
possession of the United States,Puerto Rico,or the District of
Columbia according to FAR Part 36. Contract. Indicate scope,size,cost,principal elements and
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.812016)
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 '
n
Part 11•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 Il 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
• 3. Year Established. Enter the year the firm(or branch 10. Profile of Firm's Experience and Annual Average
office,If appropriate)was established under the current name. Revenue for Last 5 Years. Complete this block for the firm or I
•
branch office for which this Part II is prepared. Enter the 1
• 4. Unique Entity Identifier. Insert the unique entity Identifier experience categories which most accurately reflect the firm's I
issued by the entity designated at SAM. See FAR part 4.6. technical capabilities and project experience. Use the relevant
experience categories and associated profile codes shown at the
5. Ownership. end of these instructions,and list in the same numerical order. ,
After the listed experience categories,write in any unlisted
a,Type. Enter the type of ownership or legal structure of the relevant project experience categories and leave the profile
firm(sole proprietor,partnership,corporation,joint venture,etc.). . codes blank. For each type of experience,enter the appropriate
revenue index number to reflect the professional services •l
b,Small Business Status. Refer to the North American revenues'received annually(averaged over the last 5 years)by
Industry Classification System(NAICS)code in the public the firm or branch office for performing that type of work. A
announcement, and indicate if the firm is a small business particular project may be identified with one experience category
according to the current size standard for that NAICS code(for or it may be broken into components,as best reflects the
example,Engineering Services(part of NAICS 541330), capabilities and types of work performed by the firm. However,
Architectural Services(NAICS 541310),Surveying and Mapping do not double count the revenues received on a particular
2 Services(NAICS 541370)). The small business categories and project.
the.internet website for the NAICS codes appear in FAR part 19. •
Contact the requesting agency for any questions. Contact your 11. Annual Average Professional Services Revenues of Firm ;
local U.S.Small Business Administration office for any questions for Last 3 Years. Complete this block for the firm or branch office 1
regarding Business Status. for which this Part II is prepared, Enter the appropriate.revenue l
index numbers to reflect the professional services revenues
6a-6c. Point of Contact. Provide this information for a received annually(averaged over the last 3 years)by the firm or
representative of the firm that the agency can contact for branch office. Indicate Federal work(performed directly for the
additional Information. The representative must be empowered Federal Government,either as the prime contractor or j
,non-Federal work(all other domestic and foreign j
subcontractor
to speak on contractual and policy matters. )
work,including Federally-assisted projects),and the total. If the I
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
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 j
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
. i
STANDARD FORM 330(REV.812016)
PAGE 4 OF INSTRUCTIONS
•
•
1
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
I
10 Chemical Engineer 41 Materials Handling Engineer
I 11 Chemist 42 Mechanical Engineer •
12 Civil Engineer 43 Mining Engineer
13 Communications Engineer 44 Oceanographer
14 ' Computer Programmer 45 Photo Interpreter
15 Construction Inspector 46 Photogrammetrist
16 Construction Manager 47 Planner: Urban/Regional I
17 Corrosion Engineer 48 Project Manager
18 Cost Engineer/Estimator 49 Remote Sensing Specialist i
19 Ecologist 50 Risk Assessor s
20 Economist 51 Safety/Occupational Health Engineer
21 Electrical Engineer 52 Sanitary Engineer
22 Electronics Engineer 53 Scheduler
23 Environmental Engineer 54 Security Specialist
24 • Environmental Scientist 55 Soils Engineer l
25 Fire Protection Engineer 56 Specifications Writer j
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 I
• 30 Geologist 61 Value Engineer
31 Health Facility Planner 62 Water Resources Engineer •
i
. i
•
I
I•
1
•
.• 1
•
1 STANDARD FORM 330(REV.8/2016)
PAGE 5 OF INSTRUCTIONS
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
E05 Elevators;Escalators;People-Movers
A04 Air Pollution Control
E06 and Chanceries
A05 Airports; Navaids;Airport Lighting;Aircraft Fueling E07 Energy EmbassiesCoand
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 El 0 Environmental and Natural Resource
Al0 Asbestos Abatement Mapping
All Auditoriums&Theaters El1 Environmental Planning
E12 Environmental Remediation
Al2 Automation;Controls; Instrumentation E13 Environmental.Testing and Analysis
B01 Barracks;Dormitories
B02 - Bridges F01 Fallout Shelters;B[ast-Resistant Design
F02 Field Houses;Gyms;Stadiums
CO1 Cartography . F03 Fire Protection
F04 Fisheries;Fish ladders
i CO2 Cemeteries(Planning&Relocation) F05 Forensic Engineering
CO3 Charting: Nautical and Aeronautical F06 Forestry&Forest products
C04 Chemical Processing&Storage
C05 Child Care/Development Facilities GO1 Garages;Vehicle Maintenance Facilities;
•
Parking Decks
C06 Churches;Chapels •
C07 Coastal Engineering G02 Gas Systems(Propane;Natural,Etc.)
C08 Codes;Standards;Ordinances G03 Geodetic Surveying:Ground and Air-borne •.
COD Cold Storage; Refrigeration and Fast Freeze -
004 Geographic Information System Services:
•
C10 Commercial Building (low rise);Shopping Centers Development,Analysis,and Data Collection •
C11 Community Facilities G05 Geogpatial Data Conversion:Scanning,
C12 Communications Systems;TV;Microwave Digitizing,Compilation,Attributing,Scribing,
C13 Computer Facilities;Computer Service
Drafting
C14 Conservation and Resource Management G06 Graphic Design ;
' C15 Construction Management • H01 Harbors;Jetties;Piers,Ship Terminal
C16 Construction SurveyingFacilities 1
C17 Corrosion Control;Cathodic Protection;Electrolysis H02 Hazardous Materials Handling and Storage
C18 Cost Estimating;Cost Engineering and H03 Hazardous,Toxic,Radioactive Waste i
Analysis;Parametric Costing;Forecasting Remediation
C19 Cryogenic Facilities H04 Heating;Ventilating;Air Conditioning
H05 Health Systems Planning ' JI
001 Dams(Concrete;Arch) H06 Highrise;Air-Rights-Type Buildings I
002 Dams(Earth;Rock);Dikes;Levees H07 Highways; Streets;Airfield Paving;Parking i
Lots
D03 Desalinization(Process&Facilities) H08 Historical Preservation
' - D04 Design-Build-Preparation of Requests for Proposals H09 Hospital&Medical Facilities
D05 Digital Elevation and Terrain Model Development H10 Hotels;Motels
D06 Digital Orthophotography H11 Housing (Residential, Multi-Family;
D07 Dining Halls;Clubs; Restaurants Apartments;Condominiums) ,
H12 Hydraulics&Pneumatics
D08 Dredging Studies and DesignH12
Hydrographic Surveying
,
1 STANDARD FORM 330(REV.8/2016)
PAGE 6 OF INSTRUCTIONS
•
•
List of Experience Categories (Profile Codes continued)
•
Code Description Code Description
101 Industrial Buildings;Manufacturing Plants P09 Product,Machine Equipment Design
102 Industrial Processes;Quality Control P10 Pneumatic Structures,Air-Support Buildings
103 Industrial Waste Treatment P11 Postal Facilities
104 Intelligent Transportation Systems P12 Power Generation,Transmission,Distribution
105 Interior Design;Space Planning P13 Public Safety Facilities
106 Irrigation;Drainage
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 R10 Risk Analysis
M02 Materials Handling Systems;Conveyors;Sorters R11 Rivers;Canals;Waterways;Flood Control
M03 Metallurgy R12 Roofing
M04 fvlicroclimatology;Tropical Engineering
SO1 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) SO3 Seismic Designs&Studies
M08 Modular Systems Design;Pre-Fabricated Structures or SO4 Sewage Collection,Treatment and Disposal
Components
S05 Solis&Geologic Studies;Foundations
S06 Solar Energy Utilization
NO1 .Naval Architecture;Off-Shore Platforms
S07 Solid Wastes;Incineration; Landfill
NO2 Navigation Structures; Locks S08 Special Environments;Clean Rooms,Etc.
NO3 Nuclear Facilities;Nuclear Shielding 809 Structural Design;Special Structures
001 Office Buildings; Industrial Parks S10 Surveying; Platting;Mapping; Flood
002 Oceanographic Engineering Plain Studies
003 Ordnance; Munitions;Special Weapons 611 Sustainable Design
S12 'Swimming Pools
P01 Petroleum Exploration;Reining. S13 Storm Water Handling&Facilities
P02 Petroleum and Fuel(Storage and Distribution) T01 Telephone Systems(Rural,Mobile;Intercom,
P03 Photogrammetry Etc.)
PO4 Pipelines(Cross-Country-Liquid&Gas) T02 Testing&Inspection Services'
P05 Planning(Community, Regional,Areawide and State) T03 Traffic&Transportation Engineering
P06 Planning(Site, Installation,and Project) T04 Topographic Surveying and Mapping
T05 Towers(Self-Supporting&Guyed Systems)
P07 Plumbing&Piping Design T06 Tunnels&Subways
P08 Prisons&Correctional Facilities
•
STANDARD FORM 330(REV.8/2016)
PAGE 7 OF INSTRUCTIONS
List of Experience Categories (Profile Codes continued)
Code• Description •
U01 Unexploded Ordnance Remediation
UO2 Urban Renewals;Community Development
UO3 Utilities(Gas and Steam)
Vol Value Analysis; Life-Cycle Costing
W01 Warehouses.&Depots
W02 Water Resources;Hydrology; Ground Water
W03 Water Supply;Treatment and Distribution
W04 Wind Tunnels; Research/Testing Facilities Design
Z01 Zoning; Land Use Studies
•
•
•
•
ii
STANDARD FORM 330(REV.812016)
PAGE 8 OF INSTRUCTIONS
•
ARCHITECT - ENGINEER-QUALIFICATIONS
PART I -CONTRACT-SPECIFIC QUALIFICATIONS
A. CONTRACT INFORMATION
1. TITLE AND LOCATION (City and State)
2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER
B. ARCHITECT-ENGINEER POINT OF CONTACT
4. NAME AND TITLE
5. NAME OF FIRM
6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS
C. PROPOSED TEAM
(Complete this section for the prime contractor and all key subcontractors.)
(Check)
3 Fm° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT
a 0. F
a.
❑CHECK IF BRANCH OFFICE
b.
' I
El CHECK IF BRANCH OFFICE •
•
C.
❑CHECK IF BRANCH OFFICE
•
d. I
❑CHECK IF BRANCH OFFICE
•
e.
❑CHECK IF BRANCH OFFICE
f.
❑CHECK IF BRANCH OFFICE
D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached)
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016)
•
.
•
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.) ,
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE •
a.TOTAL Ib.WITH CURRENT FIRM •
1
15. FIRM NAME AND LOCATION (City and State)
I
16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
I
I
r
I j
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
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED .
• PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE0 Check if project performed with current firm
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
' PROFESSIONAL SERVICES CONSTRUCTION(If applicable) •
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE •
Check If project performed with current firm
C.
I
(1)TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED
•
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
1
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm j
d.
• j
I
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable) I
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE -❑Check if project performed with current firm
e. 1
I
STANDARD FORM 330(REV.812016).PAGE 2
•
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT • NUMBER •
(Present as many projects as requested by the agency,or 10 projects,if not specified.
Complete one Section F for each project.)
21. TITLE AND LOCATION(City and State) 22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
23. PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
24.-BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) •
•
•
i
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a.
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. •
i
(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
%
• ) 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 EBlock 13) Place'X"under project key number for participation in same or similar role.)10
1 2 3 4 5 6 7 8 9 j
.
I
I
I
I
I
. i
I .
. y
I
I
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 I!I
3 8 '
4 9
5 10
STANDARD FORM 330(REV. 8/2016)PAGE 4 i
•
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
•
•
• I
•
•
•
•
•
•
I. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
31. SIGNATURE 32. DATE
33, NAME AND TITLE
STANDARD FORM 330(REV.8/2016)PAGE 5
•
1. SOLICITATION NUMBER(If any) '
ARCHITECT-ENGINEER QUALIFICATIONS
PART H -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
9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE
•• AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
• c.Number of Employees a.Profile C.Revenue Index
• a.Function b.Discipline b.Experience Number
Code (1)FIRM (2)BRANCH Code (see below)
•
•
•
•
•
• 1
Other Employees
Total
11. ANNUAL AVERAGE PROFESSIONAL
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million
(Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 mIllion
3. $250,000 to less than$500,000 8. $10 million to less than$25 million
a.Federal Work 4. $500,000 to less than$1 million 9. $25 million to less than$50 million
b.Non-Federal Work 5. $1 million to less than$2 million 10. $50 million or greater
c.Total Work
12. AUTHORIZED REPRESENTATIVE•
The foregoing Is a statement of facts.
a.SIGNATURE b.DATE
c.NAME AND TITLE
•
STANDARD FORM 330(REV.8/2016)PAGE 6
ATTACHMENT C
CONSULTANT'S RESPONSE TO THE RFQ
36
Detail by FEI/EIN I4umber Page 1 of 2
•
Florida Department of State DIVISION OF CORPORATIONS
DS'JlilJI'i JJ
4 .org c -PO' ���,�rrci'>�
tvr u/ft,;iut.iSarS'ui Fitw.'u;rgi+;it:
Department of State / Division of Corporations / Search Records / Detail By Document Number/
Detail-by-EEI/ElN-Number
Florida Profit Corporation
R.J. HEISENBOTTLE ARCHITECTS, P.A.
Filing Information
Document Number M48770
FEI/EIN Number 59-2783815
Date Filed 03/20/1987
State FL
Status ACTIVE
Last Event REINSTATEMENT
Event Date Filed 01/03/2019
Principal Address
2199 PONCE DE LEON BLVD
400
CORAL GABLES, FL 33134
Changed:07/11/2008
, Mailing Address
2199 PONCE DE LEON BLVD
Suite 400
CORAL GABLES, FL 33134
Changed:01/08/2015
Registered Agent Name&Address
HEISENBOTTLE, RICHARD J
620 SAN SERVANDO AVENUE
CORAL GABLES, FL 33134
Name Changed:01/03/2019
Address Changed: 06/29/2000
/ Officer/Director Detail
Name&Address
Title PRES
HEISENBOTTLE, RICHARD J
http://search.sunbiz.org/Inquiry/corporationsearch/S earchResultDetail?inquir... 1/4/2019
Detail by FEI/EIN Number Page 2 of 2
2199 PONCE DE LEON BLVD. SUITE400
CORAL GABLES, FL 33134
Annual Reports
Report Year Filed Date
2017 03/22/2017
2018 01/03/2019
2019 01/03/2019
Document Images
01/03/2019—REINSTATEMENT View image in PDF format
03/22/2017—ANNUAL REPORT View image in PDF format
04/18/2016—ANNUAL REPORT View image in PDF format
01/08/2015—ANNUAL REPORT View image in PDF format
02/08/2014—ANNUAL REPORT View image in PDF format
04/30/2013—ANNUAL REPORT View image in PDF format
03/20/2012—ANNUAL REPORT View image in PDF format
02/10/2011—ANNUAL REPORT View image in PDF format
01/05/2010—ANNUAL REPORT View image in PDF format
03/25/2009—ANNUAL REPORT View image in PDF format
07/11/2008—ANNUAL REPORT View image in PDF format
04/10/2007—ANNUAL REPORT View image in PDF format
03/23/2006—ANNUAL REPORT View image in PDF format
03/03/2005—ANNUAL REPORT View image in PDF format
03/29/2004—ANNUAL REPORT View image in PDF format •
01/21/2003—ANNUAL REPORT View image in PDF format '
02/20/2002—ANNUAL REPORT View image in PDF format
01/27/2001,—ANNUAL REPORT View image In PDF format
06/29/2000—ANNUAL REPORT View image in PDF format
04/20/1999-ANNUAL REPORT View image in PDF format
04/28/1998—ANNUAL REPORT View image in PDF format
02/04/1997—ANNUAL REPORT View image in PDF format
01/29/1996—ANNUAL REPORT View image in PDF format
06/29/1995—ANNUAL REPORT View image in PDF format
Florida Department of State,Division of Corporations
http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquir... 1/4/2019
Name History•"" • Page 1 of 1
Florida Department of State DIVISION OF CORPORATIONS
DP/ I N of
.org C.C)2.9 4,_,T T I 0.1\1:i
lilt official!_italle v%Fiorith;11'e'iah"
Department of State / Division of Corporations / Search Records / Return to Detail Screen / •
Return to Detail Screen •
Events
R.J. HEISENBOTTLE ARCHITECTS,P.A.
Document Number M48770
Date Filed 03/20/1987
Effective Date None
Status Active
Event Type Filed Effective Description
Date Date
NAME CHANGE OLD NAME WAS: R.J. HEISENBOTTLE AND ASSOCIATED
AMENDMENT 01/28/1988 ARCHITECTS, P.A.
Return to Detail Screen
•
Florida Department of State,Division of Corporations
http://search.sunbiz.org/Inquiry/CorporationSearch/NameHistory?aggregatel... 1/4/2019
City of Miami Beach
RFQ 2018-141-ND
Architectural and Engineering Services for Capital Renewal and Replacement Projects
Category: General Architecture
May 7, 2018
,*A • At '3,c
,
-
- ? 4 or
•_._2 V _`=+.
vt,-i TNEA, 11�lJ� x , � fir+ • ■- •. II ,t
r
k k. , ,, 11g.- ge
vii , ••ti,
1,11
qr.. di
-0
..4k-if, ..„4111
`
,1 - . „....
. „ •
k 74. '". "Pr i ..e.-.: 4771 i - - k I ^
. s 7 i 1". r '• '1! 4 'A
•
a. - - }
A ,,�I
.�. /. 4
` w
sf.
it IMAlitil' 1 -.. ..... - ..., — - ill- ...' "".- . • • .
. 'aro r�s.� - s....,.,. 1 ,.
�'�'' r!` - �RiP�• rte,....
lit ,„,t,s,.. . ,,,,.. , • ,.
h‘... ..'.-' ' e .11b:t T
1
P.
IV, . 1 ....-. • : di :: . .•,,,. .,• - I I i I t••• 'I_ IL
1..-.rte-.....�...�....-. _.�..G.r�' -.
--....._,, : ..._ ,
Rj
HEISENBOTTLE
•
A R C H I T E C T S
}.
R HEISENBOTTLE , . k
A R C H I T E C T S
TABLE OF CONTENTS
(,r//rn/„,./ i(/('�jrrrr)r/(/rrrr/• )7r4i/rrhrrr
1
1
1
1. Tab 1 : Cover Letter& Table of Contents Pg. 1-2
1 • Response Certification, Questionnaire & Requirements Affidavit(Appendix A) Pg. 3-15
l • Conflict of Interest Statement Pg. 9
0.1 • Pg. 10
, • References & Past Performance
1 Vendor Campaign Contributions Statement Pg. 12
l
"l • Code of Business Ethics Pg. 13
off'
1I
1 2. Tab 2: Minimum Qualifications Requirements
al
is • State of Florida Certificate of Status Pg. 16
1 Pg. 17
—1 • Firm and Individual Licenses
l
(3 l
1: 3. Tab 3: Experience and Qualifications of the Firm
.91 • Firm Profile Pg. 18
I; • Relevant Projects (of the Firm) Pg. 19
1
1
1 4. Tab 4: Experience and Qualifications of the Team
1
•�1 • Organizational Chart Pg. 21
1
1 • Key Personnel Resumes Pg. 22
1
l • Project Experience Pg. 33
21
./l
I
�
I 5. Tab 5: Required Forms: Standard Form 330 Pg. 35-46
0h1
l
'E I
A I
Z1
t1
a•1
a1
GI
I
0,
ry
m MIAMIBEACH RILE\
1
May 1,2018
Natalia Delgado,Contracting Officer I
Procurement Department
City of Miami Beach
1755 Meridian Avenue,3'd Floor
Miami Beach,Florida 33139
Re: RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital
Renewal and Replacement Projects
Dear Ms. Delgado and Committee Members:
R.J. Heisenbottle Architects (RJHA) is pleased to present our response as the Prime Proposer
to the City of Miami Beach Request for Qualifications for Professional Architectural and
Engineering Services for Capital Renewal and Replacement Projects under the selected category
of Architecture- General.
2199 RJHA is the premiere architectural firm in the State of Florida. The firm is located at 2199 Ponce
PONCE de Leon Blvd.,Suite 400,Coral Gables,FL 33134.
DE LEON The Primary Proposer's Representative for RJHA with the authorization to bind the firm as it
BOULEVRD relates to this solicitation is Richard J.Heisenbottle, FAIA, President, Phone(305)446-7799 Ext.
14, E-mail: Richard@riha.net .
CORAL
GABLES The Primary Contact for RJHA for the purposes of this solicitation is Kathia Green, Director of
FLORIDA Business Development, Phone(305)446-7799 Ext. 22, E-mail: kgreen@riha.net.
33134 The firm's work has been widely publicized in Architectural Record,Florida Caribbean Architect,
The New York Times,The Wall Street Journal and Preservation Today Magazine. Over the past
RjHEISENBOTTLE 31 years, RJHA has received numerous awards for Excellence in Architecture from the Florida
A, 14 ( 1. 1 IE . TS Association of the American Institute of Architects and the Miami Chapter of the American
Institute of Architects.
The RJHA staff of professionals is capable, prepared and committed to working in accordance
with the City's goals for the proactive renewal and replacement of the City's facilities and HVAC,
roofs, fire safety systems, etc. within these facilities, along with small repair, remodel or
renovation projects valued at less than $325,000.
We are looking forward to being selected as part of an established a pool of qualified
architectural and engineering consultants for projects as described in this RFQ. We thank you
in advance for your consideration of the enclosed qualifications.
Sincerely yours,
ee.........4......a6LA.414______,
Richard J.Heisenbottle, FAIA
President
www.rjha.net
A Professional Association
AAC001513
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 NATALIADELGADOaMIAMIBEACHFL.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: R.J. Heisenbottle Architects, PA
NO.OF YEARS IN BUSINESS: 31 NO.QFIYEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 7
OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: ij
FIF�1MIP99 I-'once c eHLeon Blvd., Suite 400
CITY: yy
Coral Gables
STATE:
FL Z33 1D334
TY-E-14 7799
TOLL FREE NO.:
FAX NO.:
305-446-9275
FIRM LOCAL ADDRESS:
2199 Ponce de Leon Blvd., Suite 400
CITY:
Coral Gables
LE 33134
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
Richard J. Heisenbottle, FAIA, President
ACCOUNT REP TELEPHONE NO.:
305-446-7799 do Kathia Green Ext. 22
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
rjha(c�rjha.net
FEDERAL TAX IDENTIFICATION NO.:
59-2783815
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
3
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.
X 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.
X 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 Ix l 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.
X 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.
XSUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business
Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance,the City of Miami Beach Code
of Ethics,available at htto:/Iwww.miamibeachfl.aov/city-hall/procurement/
RFQ 2018-141—ND 19
4
7. - •!! •- _ e- -• . • • -
, ! . . ct be paid a living wage rate of no leaf than $11.62 per hour with
benefits-
2. Effective January 1, 2019, covered employees must be paid a living wage rate of no lees than $11.70 per hour with
benefits.
3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with
benefits.
Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City
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?
X 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 X _ X
Sick Leave
Family Medical Leave
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 httwilwww.miamibeachfl.aov/city-hall/nrocurement/Drocurement-related-ordinance-and-
procedures/
RFQ 2018-141—ND 20
5
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
8904 Addendum 1 RRRgAddendum 6 _ Addendum 11
R9a; Addendum 2 ,yam Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
R,,, ' Addendum 4 Addendum 9 Addendum 14
A ?i Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required,submit under separate cover.
RFQ 2018-141—ND 21
6
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 Representative: Title of Proposer's Authorized Representative:
R.J. Heisenbottle, FAIA President
Signa . 'roposer's Aui ,�„�>.Retresentative: / Date•
5/6/2018
State of FLORIDA ) On this (p_day of ►i.,__ ,20 F8 personally
appeared before me f' Ili, ' = .
County of Kam, (mac , ) stated that (s)he is the ;,.dent
of 1T4'‘x+ne -eorporation, 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:
•
/of }1c14—'
Notary Public for)the State of Flori�a
My Commission Expires: CO I1 lD I t) .
„-,A:.°.4,0c KA11IU�t tSFt
` * MY COMMISSION IV 134372
* EXPIRES:June 19,2018
iO���Fa� °' BerredWuBulgieNcbr/Serykes
RFQ 2018-141—ND 23
8
RJHEISENBOTTLE 6
ARCHITECTS CONFLICT OF INTEREST STATEMENT
,//r„/iii, ill is//ir,r,el,rim,/• 74-41/whin
I
I
I
0
I R.J. Heisenbottle Architects, PA officers, directors, agents or immediate family members
1
1are not employees of the City of Miami Beach. Furthermore, no employees of the City of
I
I Miami Beach own, either directly or indirectly, any interest in R.J. Heisenbottle
t' Architects, PA or any of its affiliates.
N
Ta.
ixv
4 Richard J. Heisenbottle, FAIA
3
1 President
ix
..
a.
R
t.,
to
a)
.2
z,
I
c
CO
A
1
II1
II
I
1
I
11
I
111
01
I
P1
ef
ce
m MIAMIBEACH RIFEv 9
---,
RHEISENBOTTLE
\ RCHITECTS - REFERENCES & RELEVANT PROJECT EXPERIENCE
ti!444,YI/%/I/,it /Yj,7Isi(7(J /A7/.. I/YI//H"/,,,r _
41 a) Project Name 290 Alhambra Circle
t
, b) Project Address 290 Alhambra Circle
c) Project Type Renovation;40 Yr Recertification
a) ; Similarity with scope
u j and size of this RFQ Facade Alterations (HPB Approval); 40 Yr Recertification (evaluation of
,o
a`` project observed conditions, this report represents an appraisal of the present
I condition of the Building, structural/electrical)
c:
wE, e) Cost $3,500 I, Start Date lune Completion Date Aug 2015
0 { ; 2015
Q- I) Owner Contact Owner Representative t John Winton
i Codina properties, LLC
-a I Address 135 San Lorenzo, Suite 750
a) I Telephone . Coral Gables, FL 33146
To I E-mail (305) 529-1300
c'
a)
1 #2 a) Project Name Fulford By the Sea Monument
c., b) Project Address North Miami Beach, FL 33160
c,•
. c) Project Type ! Conditions Assessment/Historic Structures Report
o • Similarity with scope Site investigations to determine the least evasive conservation and repair
Ci' and size of this RFQ ! methodology and develop a repair and conservation budget.
c, •ro'ect
e Cost UMW Start Date 9/2016 Completion Date ; 10/2016
a)
N Owner Contact Owner Representative Judeen Jofinson, PMP, Assistant Director
c Address Public Works Department
City of North Miami Beach
c17050 NE 19 Avenue
a Telephone North Miami Beach, FL 33162
w E-mail305-948-2925 judeen.johnsorOcitynmb.com
c
ca
To #3 a) Project Name Merrick Plaza Sidewalk Replacement
r b) Project Address 2199 Ponce de Leon Blvd., Coral Gables, FL
c) Project Type 1 Renovation
ad) Similarity with scope REPLACE EXTNG. CLAY TILE AT OUTDOOR LOBBY W/-NEW 12X24"
< and size of this RFQ GRANITE TILE. REPLACE EXTNG.CLAY TILE; AT SIDEWALK W/ NEW 4"
0 project CONC SIDEWALK, COLOR C.G .BEIGE LAMBERT/SCOFIELD W/ GREY
as
a) BORDER SCORED 12"X24". PAINT BLDG W/BM2108-60
co
•_, e) Cost I $38,9611 Start Date 11/2016 Completion Date i 5/2018
a f) Owner Contact Owner Representative Pablo Cejas,Chairman & CEO
Address PC Ponce LLC
is 2199 Ponce de Leon Blvd., 5th Floor
Coral Gables, FL 33134
c, Telephone (305) 755-7833
Z, E-mail
.t.-
.6,
of
QI
LL
rr
® MIAMI BEACH
10
RJHEISENBOTTLE
\ R c H i T E c T s REFERENCES & RELEVANT PROJECT EXPERIENCE
K 4.4.,„/ia7iU'/lr,Ai i/(/i'rrr/• mei/er/iire
1#4 a) Project Name Biltmore Golf Course Bridges Renovations
b) Project Address s 1210 Anastasia Ave, Coral Gables, FL 33134
c) Project Type Restoration /renovation
d) Similarity with scope Full NE services to repair a pair of historic pedestrian and golf cart bridges,
and size of this RFQ abutments and immediately adjacent aprons.
project
e) Cost 11T62,825 Start Date T 272017 Completion Date 4/2018
▪ f) Owner Contact I Owner Representative Biltmore Hotel Golf Management, LLC
ap i Address Tim J. Blair,AIA, LEED®AP BD+C
Senior Project Manager
R 1200 Anastasia Avenue
CL cu
Telephone/E-mail I Coral Gables, FL 33134
(M)305.467.3534
-- —
tim.blair@found commercial.com
co
#5 a) Project Name Pinecrest Community Center Renovation and Expansion
a)
ce i b) Project Address 15855 Killian Drive, Pinecrest, FL
;a, I c) Project Type Renovation/Expansion; New Construction
d) Similarity with scope i FuFrA/E services to include planning, preliminary study designs,drawings,
c..) and size of this RFQ specifications, construction documents,job-site inspection,construction
project administration;also include MEP,structural, civil and landscape services.
The addition encompass the New Fitness Center,three New Outdoor
°; Playgrounds and a New Outdoor Dining spaces connected to the main
lobby and new concessions vending area by a new corridor designed in the
same vernacular and character of the existing facility and harmonize with
the surrounds both in scale and aesthetics.Other spaces included in this
.L renovation are the Lobby, Main Corridor,Classrooms, Music, Ballet,
Spinning and the Multi- Function rooms for gathering space, programs,
meetings, and valuable educational resources.The outdoor play areas are
shaded with floating canopies and new seating was added for visitors to
LU enjoy the natural outdoors in a modern playful atmosphere. LEED
certification has been incorporated into the design process.
`a ' FacilityImprovements 7,000 SF I New multi-purpose bld 4 500 SF
e) Cost $4.2M P -._ iK
1 Start; Date � 5/2015 Completion Date ( Est. 6/2018
• 1) Owner Contact Owner Representative Angela Gasca,Administrative Services Manager
Address j Village of Pinecrest
1450 NE 2nd Ave, Miami, FL 33132
Telephone I (305) 234-2121
m E-mail pgascaepinecrest-fl.gov
E I Loren Matthews, Project Manager
cti
_ s 305-284-0900 I matthewsOpinecrest fl.gov
"6
U
et
06
O041
0.1
a
LL
re
'MIAMI BEAC H
RHEISENBOTTLE 4 7
A RCNIT EC T 5 .44 VENDOR CAMPAIGN CONTRIBUTIONS
i44rrr11„7 Jo ((lirriri r`/irirr/•Ar.Ii/fr/ii/r
1 R.J. Heisenbottle Architects, PA and staff do not have any controlling financial interest as
r
Y3
11 defined in the solicitation nor has any individual or the entity contributed to the
.S,
°:1 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. Sub-consultants have not
At been included in this proposal submission.
a
re
-esi
Al
IiI
c E Richard J. Heisenbottle, FAIA
': President
ai
n
ea,
ter
cgj
Hi
as
.Z i
ar
r
el
..r
it
wi
2,
dpi
ell
.r
w
r
I
I:r
'
II
OI
01
Gr
Z
g r•1
em-•1
e6
R1
a
ix
m MlAMIBEACH H,F I
12
R.J. HEISENBOTTLE ARCHITECTS, PA
MODEL CODE OF BUSINESS ETHICS
STATEMENT OF PURPOSE
It is the policy of R.J. Heisenbottle Architects, PA ("RJHA") to provide our Code of Ethics and
Business Conduct, which will serve as a guide to proper business conduct for all employees and
relationships with customers, clients and suppliers. We expect all employees to observe the
highest standards of ethics and integrity in their conduct, which means following a basic code of
ethical behavior that includes the following:
Compliance with Government Rules& Regulations
• We will properly maintain al records and post all licenses and certificates in prominent
places easily seen by our employees and customers;
• In dealing with government agencies and employees, we will conduct business in accordance
with all applicable rules and regulations and in the open;
• We will report contract irregularities and other improper or unlawful business practices
to the Ethics Commission, the Office of Inspector General or appropriate law
enforcement authorities.
Recruitment, Selection & Compensation of Vendors and Suppliers
• We will avoid conflicts of interest and disclose such conflicts when identified;
• Gifts which compromise the integrity of a business transaction are unacceptable; we will
not kick back any portion of a contract payment to employees of the other contracting party
or accept such a kickback
Business Accounting
• All our financial transactions will be properly and fairly recorded in appropriate books
of account, and there will be no "off the books" transactions or secret accounts.
Promotion and Sales of Products and Services
• Our products will comply with all applicable safety and quality standards;
• We will promote and advertise our business and its products or services in a manner
which is not misleading and does not falsely disparage our competitors;
Doing Business with the Government
• We will conduct business with government agencies and employees in a manner which
avoids even the appearance of impropriety. Efforts to curry political favoritism are
unacceptable;
• Our bids will be competitive, appropriate to the bid documents and arrived at
independently;
Page I 1
13
R.J. HEISENBOTTLE ARCHITECTS, PA
MODEL CODE OF BUSINESS ETHICS
• Any challenges to contracts awarded will have a substantive basis and not be
pursued merely because we are the unsuccessful bidder;
• We will, to the best of our ability, perform government contracts awarded at the price
and under the terms provided for in the contract. We will not submit inflated invoices for
goods provided or services performed under such contracts, and claims will be made
only for work actually performed. We will abide by all contracting and subcontracting
regulations.
• We will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks
from contracts awarded, to government officials, their family members or business
associates.
• We will not seek or expect preferential treatment on bids based on our participation
in political campaigns.
Public Life and Political Campaigns
• We encourage all employees to participate in community life, public service and the
political process;
• We encourage all employees to recruit, support and elect ethical and qualified public
officials and engage them in dialogue and debate about business and community
issues;
• Our contributions to political parties, committees or individuals will only be made in
accordance with applicable law and will comply with all requirements for public
disclosure.All contributions made on behalf of the business must be reported to senior
company management;
• We will not contribute to the campaigns of persons who are convicted felons or those
who do not sign the Fair Campaign Practices Ordinance.
• We will not knowingly disseminate false campaign information or support those who do.
Build Trust and Credibility
• The success of our business is dependent on the trust and confidence we earn from our
employees, customers and shareholders. We gain credibility by adhering to our
commitments, displaying honesty and integrity and reaching company goals solely through
honorable conduct.
Respect for the Individual
• We all deserve to work in an environment where we are treated with dignity and respect.
RJHA is committed to creating such an environment because it brings out the full potential
in each of us, which, in turn, contributes directly to our business success.
Page 12
14
R.J. HEISENBOTTLE ARCHITECTS, PA
MODEL CODE OF BUSINESS ETHICS
■ RJHA is an equal employment/affirmative action employer and is committed to providing a
workplace that is free of discrimination of all types from abusive, offensive or harassing
behavior. Any employee who feels harassed or discriminated against should report the
incident to his or her manager or to the Human Resources Department.
Create a Culture of Open and Honest Communication
• At RJHA everyone should feel comfortable to speak his or her mind, particularly with respect
to ethics concerns. Managers have a responsibility to create an open and supportive
environment where employees feel comfortable raising such questions. We all benefit
tremendously when employees exercise their power to prevent mistakes or wrongdoing by
asking the right questions at the right times.
• RJHA will investigate all reported instances of questionable or unethical behavior. In every
instance where improper behavior is found to have occurred, the company will take
appropriate action. We will not tolerate retaliation against employees who raise ethics
concerns in good faith.
Set the Tone at the Top
• Management has the added responsibility for demonstrating, through their actions, the
importance of this Code. In any business, ethical behavior does not simply happen; it is the
product of clear and direct communication of behavioral expectations, modeled from the
top and demonstrated by example. Again, ultimately, our actions are what matters.
R.J. Heisenbottle Architects Richard J. Heisenbottle, FAIA, President
Company Corporate Officer
.
,444
1/1/2017
Date
Page 13
15
State of Florida
Department of State
I certify from the records of this office that R.J. HEISENBOTTLE
ARCHITECTS, P.A. is a corporation organized under the laws of the State of
Florida, filed on March 20, 1987.
The document number of this corporation is M48770.
I further certify that said corporation has paid all fees due this office through
December 31, 2017, that its most recent annual report/uniform business report
was filed on March 22, 2017, and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Tenth day of May,2017
•
. VASNA)40A_
— gab:
Secretary of State
Tracking Number:CU8775534359
To authenticate this certificate,visit the following site,enter this number,and then
follow the instructions displayed.
https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
16
RHEISENBOTTLE
R c H I T L c T s LICENSES - PRINCIPLE AND ACCOUNT REPRESENTATIVES
( ,/•/iii/iii/ )0('//erir:f/(irrrr/• //rrk/ir/iiri-
i
I
I RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY
I
I STATE OF FLORIDA
I DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
BOARD OF ARCHITECTURE&INTERIOR DESIGN 4e1.', M p 4.
y
I LICENSE NUMBER b# ;;4.0
* - w
^E AAC001513 Or 9 ~:
1.:17 The ARCHITECT CORPORATION ,•
CL I Named below IS CERTIFIED
C I Under the provisions of Chapter 481 FS a°. �.*.;
I Expiration date FEB 28,2019 .. ..a:/
k,.,
0 i ,..,. ---s. U
R J HEISENBOTTLE ARCHITECTS;PA '` '" �•I•...
2199 PONCE DE LEON BLVD SUITE 400 cl) ' 1:-:,..,0j:06.;'�-'"
I CORAL GABLES FL 33134 ** 1.
WI
= ISSUED 12/05/2016 DISPLAY AS REQUIRED BY LAW SEQ 0 L1612050000975
CD CeI
1 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY
CD
•'-'I STATE OF FLORIDA
n:s DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
U! BOARD OF ARCHITECTURE&INTERIOR DESIGN 4-' p
'0
I LICENSE NUMBER
0 AR0010865
14:: ` b�tyf. '""v i The ARCHITECT
Named below IS LICENSED a,
y Under the provisions of Chapter 481 FS.
Expiration date FEB 28 2019 ..
HEISENBOTTLE.RICHARD J • •+ 1
°=1 620 SAN SERVANDO AVE R .: 1.;130:,
=g
MIAMI FL 33143 •"""4". "---"'::-N- '`"v"1""�+`,� :}�•. P
,rte —» -. ,... \
ril
3 i ISSUED 12,06/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1612060000833
CI
A-.2
I STATE OF FLORIDA
I DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
L 1 BOARD OF ARCHITECTURE&INTERIOR DESIGN ,dl %p
Q LICENSE NUMBER p- 10,
VI AR97625 -
-, '4
` PcullThe ARCHITECT .
t97 Named below IS LICENSED
I Under the provisions of Chapter 481 FS
Ei Expiration date FEB 28,2019
. 1
I
QUINONES PABLO RAMON •_
U 848 BRICKELL KEY DRIVE .: ...-1•'. ..4.
\ •411?
I& d '
p I MIAMI FL 331314k,pAws,
1i+.L.t •Z 1 '*: D • a•v
00 ISSUED: 12/1912016 SPLAY AS REQUIRED BY LAW SEC* L1612190000893
of
q1
01
Li_•
ty
m MIAMI BEACH RJHA
17
RHEISENBOTTLE ">
J ARCHITECTS Y' °
re/ioreihn/ i/lY/irrn,i/ijrin/. 4.4i/..It,t.
GENERAL COMPANY INFORMATION
Firm Profile and Philosophy
Founded in 1987, R.J. Heisenbottle Architects, PA (RJHA) is an architecture, planning, historic preservation
and interior design firm located in Coral Gables, Florida. RJHA has over 30 years of experience providing
architectural and engineering design services for new construction, renovation, restoration, additions and
historic preservation projects. In general, as needed, the services provided have included project
management, consultation on and analyses of project delivery methods, cost analysis and schedule
planning, design services for furniture, fixtures and equipment (FF&E), construction contract administration,
site analysis, consultation and planning, as well as, developing program goals for sustainable site and
building design, including LEED goals. Today, the firm is a leader in quality, high profile projects with an
emphasis on corporate, governmental and institutional clients. Projects range from large scale historic
preservation to educational facilities, office buildings, theaters, and commercial interiors. RJHA has
designed, rehabilitated and renovated theatres, auditoriums, municipal buildings, churches, commercial
buildings, hospitality spaces, elementary, middle and high schools, college/university buildings, public
meeting venues, administration buildings, theaters, schools, parks, outdoor spaces and public facilities.
At RJHA we strongly believe in seeking a timeless architecture that results in well-crafted buildings
which maintain sensitivity to their context. Our unique approach has garnered the firm with numerous
awards for Excellence in Architecture and Historic Preservation from the Florida Association of the
American Institute of Architects, the Miami Chapter of the American Institute of Architects, National Trust
for Historic Preservation and Florida Trust for Historic Preservation, just to name a few. The firm's projects
have been widely publicized in Architectural Record, the Wall Street Journal, the Miami Herald, Florida
Caribbean Architect and Preservation Today Magazine.
a) Proposer firm name, address,telephone number,fax number,firm's website address
R.J. Heisenbottle Architects, PA
2199 Ponce de Leon Boulevard, Suite 400, Coral Gables, Florida 33134
Office (305) 446-7799 I Fax (305) 446-9275 I www.rjha.net
b) Principal's name and phone number(authorized to execute contracts for the firm)
Richard Heisenbottle, FAIA, President
Office (305) 446-7799 Ext. 14 I Fax (305) 446-9275 I richard@rjha.net
Secondary Contact
Kathia Green, Director of Business Development
Office (305) 446-7799 Ext. 22 I Fax (305) 446-9275 I kgreen@rjha.net
c) Date firm was established Number of years in business in the State of Florida
03/20/1987 31 years
d) Business Structure Federal Employer Id# Firm License# CAGE# DUNS#
S. Corporation 59-2783815 AAC001513 34CX0 842120487
e) Size of Organization
Small Business 17 employees 13 registered Architects
Small Business Certifications:
County/Local:
• CBE Tier 1 —Community Small Business Enterprise (Miami-Dade County)
• MICRO/SBE—MICRO/Small Business Enterprise (Miami-Dade County)
• SBE Tier 2 (Miami-Dade County Public Schools)
f) Professional Registration ICertifications I Affiliations
Florida Registered Architect New York Registered Architect Pennsylvania Registered Architect
AR0010865 (Exp. 2/28/19) 0141230-1 (Exp. 6/30/19) _ RA404372 (Exp. 6/30/19)
Alabama Registered Architect Fellow American Institute of NCARB (National Council of
CA-0732 (Exp. 4/30/2019) Architects (AIA) Architectural Registration Boards)
RJ.F eine badeMd*PA•2199 Pane De Lean Boulevard,Suie400•Caai Gables,Ft 33134.3( .446.7799.305.I46.9275 FAX•A'C001513 RI H A 18
RHEISENBOTTLE 0
A R C F1 1 T E T s .�A�5REFERENCES & RELEVANT PROJECT EXPERIENCE
7":44/iri/in7,P9(i ia:r/(reri/• %/n/i/rr/rrr.•
1
1#1 a) Project Name 290 Alhambra Circle
i
1 b) Project Address 290 Alhambra Circle
1 c) Project Type Renovation; 40 Yr Recertification
1 d) Similarity with scope
1 I and size of this RFQ Facade Alterations (HPB Approval); 40 Yr Recertification (evaluation of
project observed conditions, this report represents an appraisal of the present
i condition of the Building, structural/electrical)
1 •
1
e) Cost $3,500 Start Date lune
, 2015 Completion Date Aug 2015
1
f) Owner Contact Owner Representative John Winton
iX Codina properties, LLC
1 Address 135 San Lorenzo, Suite 750
1 Telephone Coral Gables, FL 33146
1 E-mail (305) 529-1300
#2 a) Project Name Fulford By the Sea Monument
1 b) Project Address North Miami Beach, FL 33160
01 c) Project Type j Conditions Assessment/Historic Structures Report
.§I d) Similarity with scope i Site investigations to determine the least evasive conservation and repair
I and size of this RFQ i methodology and develop a repair and conservation budget.
g 1 _project
11I e) Cost } $31,455 Start Date 9/2016 T Completion Date 10/2016
f) Owner Contact I Owner Representative Judeen Johnson, PMP, Assistant Director
1 Address Public Works Department
1 City of North Miami Beach
1 17050 NE 19 Avenue
Telephone North Miami Beach, FL 33162
It E-mail 1305-948- 2925 judeen.johnsonacitynmb.com
11
#3 a) Project Name Merrick Plaza Sidewalk Replacement
1 b) Project Address 1 2199 Ponce de Leon Blvd., Coral Gables, FL
1"1I c ) Project Type Renovation— _ "
1 , d) Similarity with scope REPLACE EXTNG. CLAY TILE AT OUTDOOR LOBBY W/ NEW 12X24
1 and size of this RFQ GRANITE TILE. REPLACE EXTNG.CLAY TILE; AT SIDEWALK W/ NEW 4
ji project CONC SIDEWALK, COLOR C.G .BEIGE LAMBERT/SCOFIELD W/ GREY
1 BORDER SCORED 12"X24". PAINT BLDG W/BM2108-60
1 ; e) Cost i $38,9611 Start Date 11/2016 f Completion Date 5/2018
1 0 Owner Contact Owner Representative Pablo Cejas, Chairman & CEO
1 Address 1 PC Ponce LLC
1 2199 Ponce de Leon Blvd., 5th Floor
VCoral Gables, FL 33134
C 1 Telephone (305) 755-7833
41 E-mail
irs•1
ob1
E1
1
al
ce
m MIAMIBEACH RSH;\ 1.
RI HEISENBOTTLE
R C H I T E C T s REFERENCES & RELEVANT PROJECT EXPERIENCE
f!.e✓eiri/in7 30(�jfn#i i/(/rin/ .74i/ivhi,r
1
,#4 a) Project Name Biltmore Golf Course Bridges Renovations
b) Project Address 15800 N.W.42nd Ave, Miami Gardens, FL 33054
c) Project Type New Construction
d) Similarity with scope Full NE services to repair a pair of historic pedestrian and golf cart bridges,
03 and size of this RFQ abutments and immediately adjacent aprons.
w project
o e) Cost $162,825 Start Date i 2/2017 i Completion Date 472018
CL. —= – I I j_i____
c Owner Contact Owner Representative Biltmore Hotel Golf Management, LLC
m Address Tim J. Blair,AIA, LEED®AP BD+C
a> Senior Project Manager
ca 1200 Anastasia Avenue
0_ Telephone/E-mail Coral Gables, FL 33134
cc (M)305.467.3534
tim.blair@foundrycommercial.com J
Tti
c #5 a) Project Name Pinecrest Community Center Renovation and Expansion
ce b) Project Address 5855 Killian Drive, Pinecrest, FL
is I c) Project Type Renovation/Expansion; New Construction
eSimilarity with scope , Full NE services to include planning, preliminary study designs,drawings,
(..) and size of this RFQ specifications, construction documents,job-site inspection,construction
8 project administration;also include MEP, structural,civil and landscape services.
The addition encompass the New Fitness Center,three New Outdoor
Playgrounds and a New Outdoor Dining spaces connected to the main
lobby and new concessions vending area by a new corridor designed in the
co same vernacular and character of the existing facility and harmonize with
a,: the surrounds both in scale and aesthetics.Other spaces included in this
renovation are the Lobby, Main Corridor,Classrooms, Music, Ballet,
T...
Spinning and the Multi- Function rooms for gathering space, programs,
S meetings, and valuable educational resources.The outdoor play areas are
w shaded with floating canopies and new seating was added for visitors to
enjoy the natural outdoors in a modern playful atmosphere. LEED
0 certification has been incorporated into the design process.
Facili Im.rovements 7,000 SF I New multi-purpose bldg. 4,500 SF
Tr e Cost .4.2M Start Date 1 5/2015 Completion Date Est. 6/2018
a; f–Owner Contact Owner Representative Angela Gasca,Administrative Services Manager
Address Village of Pinecrest
Q 1450 NE 2nd Ave, Miami, FL 33132
R (305)(305) 234-2121
m E-mail ;gasca®pinecrest-fl.gov
E j Loren Matthews, Project Manager
`° 305-284-0900 I mattfiews®pinecrest,fl.gov
o'
U'
ca
Zy
4
0
U_
m MIAMIBEACH l;il 1
RFQ 22018-141-ND City of Miami Beach Architectural and Engineering Services for Capital Renewal and Replacement Projects ''''. ‘,1111=11111111111111
Richard J. Heisenbottle, FAIR
T
70
Founder/President . 0-, rn
Principal-in-Charge ..... - z
Staff
46 years experience 131 years with RJHA m
CD
0
^'
�,
I Juan B. Alcala M. VACANT •• "IT
Principal/Director of Design Director of Architecture < 0
35 years experience 120 years with RJHA `
• Oversees architectural design work for multiple
• Directly supervises,schedules and monitors projects at once .,
designs and design team i • Serves as designer for more complex or larger
• Ensures accuracy of design work f projects
• May serve dual role as Senior Project Manager • Develops project budgets and work schedules;
approves estimates
PROJECT MANAGEMENT STAFF I ARCHITECTURAL STAFF PROFESSIONAL STAFF
KathiaGreen
Pablo R. Quinones Cordero. AIA
Maria Elena Carvajal Director of Business Development
Project Manager 20 years experience I 1 3 years with RJHA 20 years experience 13 years with RJHA
36 years experience 12 years with RJHA • Generate new business, manage client
Cesar Diaz retention,proposal management, marketing,
Cristina Facto,
AIA NCARB LEED GA 32 years experience I 1 3 years with RJHA social media managementdevelop new clients
36 years experience 12 years with RJ HA Charlie Law
Controller
• Plan,direct and coordinate tasks of des •Hated • Prepare design plans, specifications,and 20 years experience I 1 years with RJHA
commercial and residential projects to ensure •
drawings• Provide support in project development • Ensure accuracy of financial reporting and
compliance with all federal,state and local laws
that goals and objectives are accomplished within: • Provide suort in construction administration p
prescribed scope,time frames and funding pp budget and financial financial
ncand management monetary matters;
• parameters
and its related duties budget financial management
• Lead architectural project,from design through Rosa Luzardo
construction
• Manage client and engineer relations Administrative Assistant pa
• Responsible in procuring construction bids, 32 years experience I 17 years with RJHA
selecting contractors and administrating • Answer and direct phone calls;organize and
construction contracts schedule meetings and appointments; produce V
• May serve dual role as plans designer and distribute various correspondence;maintain
• Responsible for quality control filing system:provide general support
F
7J t'1
T
N
r
RHEISENBOTTLE ,
) ARCHITECTS RI I
i,4irttip y,if , r%
/. Friri(/(/rrrd•//nk/er/are
Richard J. Heisenbottle, FAIA
PRESIDENT
R.J. Heisenbottle Architects PA
2199 Ponce de Leon Blvd.,Suite 400
% '£ Coral Gables,Florida 33134
r' U.S.A.
l Tel:305-446-7799
Fax:305-446-9275
E-mail: richard®riha.net
Career Highlights:
Richard J. Heisenbottle, FAIA is the founding Principal and President of R.J. Heisenbottle Architects, PA
located in Coral Gables, Florida with over 40 years of experience in all aspects of architecture, planning and
interior design with a specialty in historic preservation. His background focuses on numerous large scale
projects with emphasis on governmental, education and theater facilities both in Miami and New York. In
1987, he formed his own firm and has been responsible for numerous award-winning projects throughout
the southeastern United States. He is a registered architect in 4 states. He was accorded the Silver Medal
for Design from the AIA Miami in 2003. He was elected to the AIA College of Fellows in February 2005.
Today, Mr. Heisenbottle's firm is well known in the State of Florida for the restoration of some of the area's
oldest and most prestigious landmarks including the Vizcaya Museum and Gardens, Gusman Center for the
Performing Arts, The Colony Theater, the Freedom Tower and the Miami Edison Middle School. He has
served as President of AIA Miami and Dade Heritage Trust the area's largest historic preservation
organization. He also served as a member of the City of Miami's Historic Preservation Board for over 10
years. As an alumnus of the University of Miami, he remains active in the School of Architecture serving on
the Board of Advisors for the School's Masters in Real Estate Development+ Urbanism program.
Mr. Heisenbottle's projects have been widely publicized in Architectural Record,the Wall Street Journal,the
Miami Herald, Florida Caribbean Architect and Preservation Today Magazine. He has received numerous
awards for Excellence in Architecture the Florida Association of the American Institute of Architects, the
Miami Chapter of the American Institute of Architects. In 1998 he won a National Preservation Award from
the National Trust for Historic Preservation. He has also been the recipient of numerous Outstanding
Preservation Project Awards from the Florida Trust for Historic Preservation.
He has served as President of AIA Miami and Dade Heritage Trust the area's largest historic preservation
organization. He also served as a member of the City of Miami's Historic Preservation Board for 10 years
and the Coral Gables Historic Preservation Board for 2 years.
Educational Background: BS in Architectural Technology, New York Institute of Technology, 1974
BA in Architecture, University of Miami, 1984
NCARB; Registered Architect in Florida, New York,Alabama, Pennsylvania
Professional Registrations: Registered Architect, Florida AR001513
Registered Architect, New York 0141230-1
Registered Architect, Pennsylvania RA404372
Registered Architect,Alabama CA-0732
22
Richard J. Heisenbottle, FAIA, Page 2
Affiliations: University of Miami School of Architecture Masters in Real Estate Development+
Urbanism Advisory Board,2015
American Institute of Architects Fellow,2005
Dade Heritage Trust-Vice President, 2000-2003; President 2004-2006
National Trust for Historic Preservation-Member
League of Historic American Theaters-Member
City of Miami Historic and Environmental Preservation Board, 1989-1999
City of Coral Gables Historic Preservation Board,2010-2012
Spillis Candela& Partners, DMJM -Vice President, 1979-1987
Selected Project Publications:
Wall Street Journal
"Historic Florida Hotel Sits on Death Row"
Commercial Real Estate
Kris Hudson I October 9,2012
Blueprint Directory
Architecture+Design+Real Estate
"Discovering the Lost Colony"
Reggie Ruddock,June/August 2006 pp 46-51
Stage Directions Magazine-Annual Historic Theatre Issue
"Gusman Center for the Performing Arts",July 2003
"Reinvigorating Our Schools"
American Institute of Architects, 1998.p. 10.
Florida A-E-C;Construction Market Data
A-E-C Interview
"Richard Heisenbottle of R.J.Heisenbottle Architects"
October 1998.pp.17-19.
Construction Market Data-Profiles
"R.J.Heisenbottle,PA,Rebuilding Yesterday for Tomorrow"
Kaye,Nancy. 7 September 1993. pp.1-4.
Preservation Today
"New Freedom for the Tower:Saving Miami's Historic Skyline"
Thompson-Stewart,Louise. 1990. pp.7-9.
Architectural Record
"Southern Traditions"
Pearson,Clifford A. March 1990.pp 66-75.
Professional Activities: Florida Trust 2015 Annual Statewide Conference
"Sustainable Adaptive Use of Historic Buildings:Case Studies of
Successful Adaptive Uses of Historic Places into Modern Spaces"
AIA 2010 National Convention Speaker
"A Sense of Place in City Design"
Florida Trust for Historic Preservation
Award Juror 2002,2009&2010
AIA Miami 2010 Design&Technology Seminar Speaker
"Historic Preservation Basics"
11TH National Conference on Planning History
Society for American City and Regional Planning History
Coral Gables,FL I October-2005
23
Richard J. Heisenbottle, FAIA, Page 3
Professional Activities:
AIA Orlando
AIA Awards Juror-2004,2013
League of Historic American Theatres-Conference Leader
Miami,FL I July-2003
League of Historic American Theatres-Conference Chairman
New York,NY I July-2002
"Planning and Process in Historic Preservation"Workshop/Presentation
League of Historic American Theater's 25th Anniversary Conference
July-2001
"One United Band"
Film documentary in conjunction with Public Television Channel,WLRN
January-2000
AIA Miami
Awards Jury Chairman-1990
24
HEISENBOTTLE ��(i
RI A R C H I T E C T S .40'
" RJIIA
(44(1/iii7 i/1`./jirt/,,i/(jrrr,/• A (ter-/tiri' _
Juan B. Alcala M.
PRINCIPAL/DIRECTOR OF DESIGN
R.J.Heisenbottle Architects, PA
�'ft °� 2199 Ponce de Leon Blvd.,Suite 400
Coral Gables,Florida 33134
U.S.A.
Tel:305-446-7799
Fax:305-446-9275
3. E-mail: jalcala®riha.net
Career Highlights:
Juan B. Alcala M. has over three decades of experience in architecture and design. His background in all
phases of design, design development and design production started with his career as a designer with
Harwood K. Smith & Partners (HKS) in Dallas,Texas through his move to South Florida where he has worked
for several award-winning firms. He has been responsible for complex projects ranging from academic and
educational facilities, performing arts, historic preservation, housing and industrial, to retail, office and
commercial.
Mr. Alcala's educational projects include numerous facilities for Southern Methodist University in Dallas,
Texas, including the Edwin L. Cox School of Business, the Fine Arts Library, the Hughes-Trigg Student Center
and the Umphrey Lee Dining Facility. His experience in Florida includes the Miami Beach Senior High School
Science Building and Music Building, and the Myrtle Grove Elementary School Media Center and Special
Education Classrooms in Miami, Florida.
Mr. Alcala's hospitality and leisure projects include work on the Las Colinas Inn Conference Center, Country
Club & Spa, The Stonebridge and Stonebriar Country Clubs in Dallas TX, Riverside Place Hotel & Office
Center in San Antonio TX, and River Place Country Club in Austin TX. His retail Projects include work in the
Richland Fashion Mall and their Bonwit Teller and Parisian Stores in Columbia SC., as well as other retail
projects in Nassau, Rio de Janiero and Tampa, Florida.
As a Principal and Director of Design for R.J. Heisenbottle Architects, he is involved in numerous complex
historic preservation and performing arts projects. He is the lead designer for the restoration and renovation
of the 1897 Belleview Biltmore Hotel in Belleair, Florida,and was accorded an AIA Merit Award of Excellence
in 2007 for his restoration and renovation design work on the Colony Theatre in Miami Beach.
Educational Background: BA in Architecture, University of Oklahoma, 1983
Position(s)/Affiliation(s): R.J. Heisenbottle Architects, P.A., Principal/Director of Design, 1997 - Present
Glenn Buff& Partners. Miami, FL, Designer/CAD Manager, 1992 -1997
Anthony Belluschi Architects. Miami, FL, Project Manager, 1990 -1992
H.J. Ross Associates. Miami, FL, Project Manager, 1987-1989
Harwood K. Smith & Partners (HKS). Dallas,TX, Senior Designer, Nov. 1983 -1986
25
Juan B. Alcala, pg. 2
Project Awards:
2015 AIA Miami People's Choice Awards, Glenn H.Curtiss Mansion
2015 City of Coral Gables Chamber of Commerce City Beautiful Award, University of
Miami Historic Administration Building Restoration
2015 Florida Trust for Historic Preservation Award,Outstanding Achievement in
Restoration/Rehabilitation Glenn H.Curtiss Mansion Restoration
2014 AIA Florida, Honor Award of Excellence for Historic Preservation University of
Miami Historic Administration Building Restoration
2014 Florida Trust for Historic Preservation Award,Outstanding Achievement,
Vanderbilt Mansion Restoration
2014 Florida Trust for Historic Preservation Award, Honorable Mention in the Field of
Urban Infill Design,Cook House Project the Audubon House and Tropical Garden
2014 Dade Heritage Trust Preservation Award, University of Miami Historic
Administration Building Restoration
2014 Dade Heritage Trust Preservation Award,Vanderbilt Mansion Restoration
2014 AIA Florida, Merit Award of Excellence Historic Preservation,Vizcaya Museum
and Gardens' East and West Gate Lodges Restoration
2012 Florida Trust for Historic Preservation, Statewide Preservation Award, Vizcaya
Museum and Gardens' East and West Gate Lodges Restoration
2007 AIA Florida, Merit Award of Excellence,Colony Theater Restoration
2007 Florida Trust for Historic Preservation Award, Colony Theater
2007 Miami Design Preservation League, Colony Theater Restoration
2006 Dade Heritage Trust, Outstanding Preservation Project Award, The Colony
Theater
2004 Florida Trust for Historic Preservation Award. Miami City Hall Restoration
2003 Dade Heritage Trust,Outstanding Contribution to Historic Preservation, Miami
City Hall Restoration
Featured Projects:
Athens Theatre Restoration. DeLand, FL.2009
Audobon House Historic Kitchen Restoration, Miami, FL
Belleview Biltmore Hotel Restoration. Belleair, FL.
Broward College South Campus Auditorium, Fort Lauderdale, FL. 2005
Colony Theatre Restoration. Miami Beach, FL. 2005
Curtiss Mansion Museum Restoration. Miami Springs, FL. 2012
Florida Memorial University Residence Halls. Miami, FL. 2011
Fulford by the Sea Monument Restoration, North Miami, FL 2016
Gusman Center for the Performing Arts Restoration. Miami, FL. 2007
Haulover Beach Comfort Stations. Miami-Dade County, FL. 2009
Haulover Beach Life Safety Facility. Miami Beach, FL 2013
Historic Shrine Building Restoration/ Crystal Cruises Showroom & Restaurant.
Miami, FL.2017
International Studies Preparatory Academy HS -Coral Gables, FL 2012
Lou Rawls Center for the Performing Arts. Florida Memorial Univ. Miami, FL.2004
Lyric Theater. Miami, FL.2009
Matheson Hammock Boat Storage Facility,Miami, FL 2011
Miami City Hall Commission Chamber Restoration. Miami, FL.2003
Miami Dade College - Lehman Auditorium. Miami, FL. 2011
Miami Woman's Club Restoration. Miami, FL.2011
Military Museum of South Florida. Miami Dade, FL.
MOCA Restoration and Expansion. North Miami, FL. Ongoing
Overtown Lyric Theater. Miami, FL.2003
Postmaster Apartments. Miami, FL. 2007
Sears Tower Restoration. Miami, FL.2006
Sleepy Hollow Country Club Terrace Redesign, Briarcliff Manor, NY 2016
South Side School Restoration. Fort Lauderdale, FL.2011
St.Anne's Gardens. Miami, FL. 2003
St. Boniface Gardens. Hollywood, FL. 2003
St.Vincent the Paul Gardens. Miami, FL.2004
26
Juan B. Alcala, pg. 3
Select Projects:
Temple Court Apartments, Miami
The Historic Kitchen at the Audobon House. Key West, FL. 2013
The Mendelson Residence. Miami, FL.2012
Trinity Episcopal Cathedral Historic Restoration, Miami, FL 2013
U.S. Coast Guard Hanger/Shake-A-Leg, Miami, FL 2003
University of Miami Art Building Restoration. Miami, FL. 2013
University of Miami Merrick Building Restoration.Coral Gables, FL. 2008
Vanderbuilt Mansion Restoration. Fisher Island. FL. 2013
Vizcaya East and West Gate Lodgers. Miami, FL. 2011
Vizcaya Garage and Blacksmith Shop Restoration. Miami, FL. 2009
Vizcaya Museum and Gardens Café and Shop. Miami, FL.2011
Vizcaya Museum and Gardens Masterplan, Miami, FL 2005
The Surf Club. Surfside, FL.
Dade Commonwealth Building Restoration &Addition, Miami, FL
Ocean Terrace Mixed-Use Development, Miami Beach, FL
Historic Shrine Building / Boulevard Shops Restoration (Crystal Cruise Lines
Showcase),Miami, FL
Village of Pinecrest Community Center Addition and Renovation, Pinecrest, FL
27
RIHEISENBOTTLE i
A R C H I T E C T S R„ , ,
K:e /iii/ifiei ill'.//,,,,,,(If(it-rya • //rek/ir•/iire- —
Pablo R. Quinones Cordero, AIA
,,,ilill Senior Project Architect
00 Senior Project Manager
>At '
ft R.J.Heisenbottle Architects,PA
4l2199 Ponce de Leon Blvd.,Suite 400
Coral Gables, Florida 33134
U.S.A.
Tel:305-446-7799
r Fax:305-446-9275
1661 e. E-mail: pabloac@riha.net
Career Highlights:
Pablo R. Quinones-Cordero, AIA, is a fully licensed architect in Florida and Puerto Rico, specializing in Historic
Preservation and Hospitality Design for the past three decades. He joined R.J. Heisenbottle Architects in 2016
as Senior Project Manager and Historic Preservation Architect. As Consulting Architect for the Superintendency
of the Capitol of Puerto Rico for over 25 years, Mr. Quinones-Cordero won the URBE 1992 industry award on
the restoration of the Capitol of PR's Hemicycles. The State Historic Preservation Office contracted him for the
Governor's Mansion Complex Restoration as a project manager for a comprehensive project of 6 historical
structures dating from 1533 to 1945. He was the lead designer/project manager for OPQ Architects, PSC
(1986-2010) for the Puerto Rico Industrial Development Corporation's (PRIDCO) development of the Ponce
Hilton & Casino from 1986-1992 when the hotel opened its doors. As a lead design architect/project manager
for OPQ Architects, PSC, he was focused in designing a tropically sensible modern architecture complex that
took advantage of the coastal environment in which the project was located. The design of the Ponce Hilton
and Casino Project exposed concrete design won the 1993 exposed concrete award of excellence from the PR
Concrete Association.
Educational Background:
Bachelor of Architecture, Louisiana State University, 1985
Industrial Engineering, University of Puerto Rico, Mayaguez Campus (CAAM)
Position(s):
R.J. Heisenbottle Architects, P.A., Coral Gables, FL,Sr. Project Architect;2015 to Present
OPQ Architects, C.S.P, Puerto Rico, Founding Principal, Puerto Rico; 1998-2015
Office of Pablo Quinones, Architects, San Juan, Puerto Rico,Associate Architect; 1986-
1998
Horowitz Siegel and Associates Architects, Silver Springs, MD, Project Manager; 1985-
1986
Michael Oxman and Associates, Ltd. Herdnon,VA,Architectural Technician; 1985-1986
Steven D.Olivier, General Contractors, Baton Rouge, LA; 1983-1985
Professional Registrations:
Licensed Architect Registration Puerto Rico#10562
NCARB Certificate#80310
Licensed Architect Florida#AR97625
Registered Planner P.R. Planning Board Lic.#644
Professional Affiliations:
American Institute of Architects-Miami and Puerto Rico Chapters
National Trust for Historic Preservation-Member 28
CAAPPR Preservation Committee-Member
Select Project Experience:
Miami Marine Stadium Restoration(Start 2016)
Restoration of the 6,566-seat concrete stadium that when it was poured in 1963, its
326-foot, fold-plate roof was the longest span of cantilevered concrete on earth. It is a
masterwork of civic architecture and modern construction. As Project Manager, scope
of work includes a phased historical restoration of the stadium including building
conditions assessment and recommendations report, building programming services,
cost estimating, laser scanning and documentation of existing conditions and graffiti
removal testing in Phase 1.
Carl Fisher Clubhouse Restoration I Miami Beach, FL(2017)
As Project Manager, scope of work includes full restoration/design services for 2
historical structures converting them for use as a multi-purpose annex VIP building for
the Miami Beach Convention Center Complex. The restoration of the 1916 Clubhouse
building includes the interior restoration of the Main Hall which is an impressively
crafted double height space with detailed moldings and ornate fireplace mantle. Cost:
$2.5M
"La Fortaleza"Complex(Governor's Mansion 1533) Restoration/Remodeling
Restoration/ adaptive re-use of the Governor's Mansion Complex 1533-40-UNESCO
World Heritage Site, contracted by SHPO, P. Quinones Cordero, AIA, was the lead
onsite lead Project Manager, providing Project Management service team for 4 years,
administering 6 buildings with concurrent construction and a combined construction
cost of $22M successfully completed in 2004. Project areas - 85,000 S.F. combined
/combir2ed project costs $32M
Capitol of Puerto Rico-Historical Preservation Consultant 1986-2016
Lead Preservation Architect for the Superintendent of the Capitol of Puerto Rico since
1986 with extensive technical analysis of concrete, marble & terra-cotta restoration
methods. Responsible for surveying and analysis of critical structural conditions of the
Capitol,affecting safety and integrity of the cast in place concrete structure. Project area
52,000 S.F./Combined project costs $15M
Plaza San Juan Bautista Restoration/Remodeling Project-2012
Survey and Diagnostics analysis of existing conditions for the severely deteriorated
oceanfront cantilever reinforced structure for the Public Plaza- North of the Capitol of
PR. Services included full architectural, historic preservation, engineering and landscape
design services for the adaptive use. Project area-24,000 SF/Project Cost$2.8M
Puerto Rico's Infrastructure Financial Authority(PRIFA) -AFI
2014- Hacienda Central Aguirre Sugar Plantation Historical Property Surveys-American
Hotel and the Plantation Hospital (1923-39)
On site investigations- (Survey), Diagnostics & Assessment Report & Analysis for
conversion of two historical properties: the American Hotel (1929) & the Sugar
Plantation Hospital (1925),into a specialized Charter school for advanced high school
students (CROES) specializing in Environmental Studies. Project area - 50,000 S.F. /
Project Cost$13.5M
Adaptive Reuse and remodeling of Jose Gautier Benitez High School-Caguas, PR
Survey and Diagnostics of existing conditions of the 1923 historical structure, to
determine feasibility of facilities modernization. The project included Remodeling and
Restoration design of the historical structure with adaptive infrastructure elements that
included - Electrical- Mechanical- Structural and computer infrastructure in addition to
Life Safety and Accessibility compliance. Project area -30,600 S.F./ Project Cost $2.4M
29
w
RI HEISENBOTTLE 3,)
ARCHITECTS ...1 L5"
R)H1
/krf/inr,i//''�irir. f`(jrfrd• deli/fr•/are
AWARDS
2015 Best Businesses of Coral Gables Award,Architects Category
2015 AIA Miami People's Choice Awards, Glenn H. Curtiss Mansion
2015 City of Coral Gables Chamber of Commerce City Beautiful Award, University of Miami Historic
Administration Building Restoration
2015 Florida Trust for Historic Preservation Award, Outstanding Achievement in
Restoration/Rehabilitation Glenn H. Curtiss Mansion Restoration
2015 George E. Merrick Award of Excellence Distinguished Honoree
2014 AIA Miami, Merit Award of Excellence in Renovation/Restoration,Trinity Episcopal Cathedral
Restoration
2014 Associated Builders and Contractors, Inc. Excellence in Construction Award,Trinity Episcopal
Cathedral Restoration
2014 Coral Gables Chamber of Commerce George E. Merrick Award of Excellence
2014 Miami-Dade County Historic Preservation Board Exceptional Professional Dedication to Historic
Preservation
2014 AIA Florida, Honor Award of Excellence for Historic Preservation,Trinity Episcopal Cathedral
Restoration
2014 AIA Florida, Honor Award of Excellence for Historic Preservation University of Miami Historic
Administration Building Restoration
2014 AIA Florida, Merit Award of Excellence Historic Preservation,Vizcaya Museum and Gardens' East
and West Gate Lodges Restoration
2014 Florida Trust for Historic Preservation Award, Outstanding Achievement,Trinity Episcopal
Cathedral Restoration
2014 Florida Trust for Historic Preservation Award, Outstanding Achievement, University of Miami
Historic Administration Building Restoration
2014 Florida Trust for Historic Preservation Award, Outstanding Achievement,Vanderbilt Mansion
Restoration
2014 Florida Trust for Historic Preservation Award, Honorable Mention in the Field of Urban Infill
Design, Cook House Reconstruction Project at the Audubon House and Tropical Garden
2014 Dade Heritage Trust Preservation Award,Trinity Episcopal Cathedral Restoration
2014 Dade Heritage Trust Preservation Award, University of Miami Historic Administration Building
Restoration
2014 Dade Heritage Trust Preservation Award,Vanderbilt Mansion Restoration
1 I Page
30
2014 George E. Merrick Award of Excellence Distinguished Honoree
2012 Florida Trust for Historic Preservation, Statewide Preservation Award, Vizcaya Museum and
Gardens' East and West Gate Lodges Restoration
2012 Florida Trust for Historic Preservation, Statewide Preservation Award,Villa Serena Restoration
2012 Dade Heritage Trust 2012,Vizcaya Museum and Gardens' East and West Gate Lodges Restoration
2012 Dade Heritage Trust 2012,Villa Serena Restoration
2010 Florida Trust for Historic Preservation, Outstanding Achievement Greynolds Boathouse Restoration
2010 Florida Trust for Historic Preservation, Outstanding Achievement Pinecrest Gardens Entrance
Building Restoration
2010 University of Miami School of Architecture Faculty Distinction for Alumni Service
2008 Martin Luther King Spirit of Excellence Award
2007 AIA Florida, Merit Award of Excellence-Colony Theater Restoration
2007 Florida Trust for Historic Preservation Award -Temple Court Apartments
2007 Florida Trust for Historic Preservation Award-Colony Theater - Adaptive Re-use
2007 Miami Design Preservation League-Barbara Capitan Award-Colony Theater Restoration
2006 Dade Heritage Trust Outstanding Preservation Project Award - The Colony Theater
2006 Dade Heritage Trust Outstanding Renovation of an Historic Site -Temple Court Apartments
2005 AIA Miami Award Finalist - Lou Rawls Center for the Performing Arts
2004 Florida Trust for Historic Preservation Award-City of Miami City Hall
2003 AIA Miami Chapter - Silver Medal Award for Design
2003 Bienal Miami+Beach Certificate of Award-Gusman Center for the Performing Arts
2003 AIA Florida, Merit Award of Excellence - Gusman Center for the Performing Arts
2003 Florida Trust for Historic Preservation, Florida Preservation Award - Gusman Center for the
Performing Arts
2003 Dade Heritage Trust, Outstanding Contribution to Historic Preservation - Pan American Airways
Terminal - Miami City Hall
2003 AIA Miami,Award of Excellence for Design - Gusman Center for the Performing Arts
2003 AIA Miami,Award of Merit for Design - Pan American World Airways Terminal-Miami City Hall
2001 Florida Trust for Historic Preservation, Outstanding Achievement in the Field of Preservation
Education/Media - "One United Band"the Story of Miami Edison Middle School
1999 Dade Heritage Trust, Outstanding Preservation Project- Gusman Center for the Performing Arts
1999 AIA-Miami Chapter, Historic Preservation Award - Richard J. Heisenbottle,AIA
1998 AIA-Miami Chapter,Award of Excellence -Kings Point Theater for the Performing Arts
1998 AIA-Miami Chapter,Award for Best Renovation Project -Miami Edison Middle School
21 Page
31
1998 National Trust for Historic Preservation Award, National Preservation Award - Miami Edison
Middle School
1997 Florida Trust for Historic Preservation, Non-residential Rehabilitation Outstanding Achievement -
Miami Edison Middle School
1996 AIA-Fort Lauderdale Chapter, Honorable Mention - Kings Point Theater for the Performing Arts
1994 AIA-Miami Chapter,Award of Merit(Unbuilt Category) - Miami Edison Middle School
1992 AIA-Miami Chapter,Award of Excellence (Unbuilt Category) -The Coliseum
1992 AIA-Miami Chapter,Award of Merit for Design - Freedom Tower
1990 AIA Florida,Award for Excellence in Architecture - (Built Category) - Freedom Tower
1990 Commercial Renovator Magazine, Commercial Renovator of the Year - Freedom Tower
1989 Florida Trust for Historic Preservation, Outstanding Preservation Project- Freedom Tower
1989 AIA-Miami Chapter,Award of Merit for Design - Freedom Tower
31 Page
32
RHEISENBOTTLE t i;
R c H T E CT s REFERENCES & RELEVANT PROJECT EXPERIENCE
4 eiekr//iny,Ii)/1/rrtAi I%/rvr//• //ry•Ii/er/a/i'
1
1#1 a) Project Name 290 Alhambra Circle
b) Project Address 290 Alhambra Circle
1 c) Project Type Renovation; 40 Yr Recertification
i Simi arity with scope
u and size of this RFQ Facade Alterations (HPB Approval); 40 Yr Recertification (evaluation of
,o project observed conditions, this report represents an appraisal of the present
a condition of the Building, structural/electrical)
c
1 e) Cost $3,500 I Start Date 12015 ; Completion Date Aug 2015
c• t) Owner Contact Owner Representative John Winton
ct Codina properties, LLC
-a I Address 135 San Lorenzo,Suite 750
C Telephone Coral Gables, FL 33146
TT" 1 E-mail (305) 529-1300
m
c
m
C4 #2 a) Project Name Fulford By the Sea Monument
75
b) Project Address I North Miami Beach, FL 33160
v, r c) Project Type Conditions Assessment/Historic Structures Report
"o d) Similarity with scope Site investigations to determine the least evasive conservation and repair
e and size of this RFQ methodology and develop a repair and conservation budget.
.°; project
n ; e)Cost I $31,455 Start Date l 9/2016 Completion Date 10/2016
c
an! f) Owner Contact Owner Representative Juaeen Johnson, PMP,Assistant Director
c I Address Public Works Department
cu City of North Miami Beach
c17050 NE 19 Avenue
�
. Telephone North Miami Beach, FL 33162
w ( E-mail 305-948-2925 judeen.johnsonecitynmb.com
c
co
a #3 a) Project Name Merrick Plaza Sidewalk Replacement
b) Project Address 2199 Ponce de Leon Blvd., Coral Gables, FL
z c) Project Type Renovation
Q d) Similarity with scope REPLACE EXTNG. CLAY TILE AT OUTDOOR LOBBY W/ NEW 12X24"
L and size of this RFQ GRANITE TILE. REPLACE EXTNG.CLAY TILE; AT SIDEWALK W/ NEW 4"
project CONC SIDEWALK, COLOR C.G -BEIGE LAMBERT/SCOFIELD W/ GREY
co
a) BORDER SCORED 12"X24". PAIN_T BLDG W/BM2108-60
m ; e Cost 38,9611 Start Date1 11/2016 Completion Date 5/2018
iv- 1 Owner Contact Owner Representative Pablo Cejas, Chairman &CEO
Address PC Ponce LLC
o„ 2199 Ponce de Leon Blvd., 5th Floor
Coral Gables, FL 33134
o i Telephone E (305) 755-7833
Z I I E-mail
0
N
N
rY
m MIAMI BEACH HII
33
HEISENBOTTLE
0
R REFERENCES & RELEVANT PROJECT EXPERIENCE
(,,/,/,,,„/„,7 i/i(z.//riri i`I/rfr,/• 44/ler&re
r4#4 a) Project Name Biltmore Golf Course Bridges Renovations
b) Project Address 1 15800 N.W.42nd Ave, Miami Gardens, FL 33054 i
c) Project Type New Construction
d) Similarity with sco Full NE services to repair a pair of historic pedestrian and golf cart bridges, i
c and size of this RI Q abutments and immediately adjacent aprons.
a� --_ _project
o ' el Cost T X162,825 Start Date 2/2017 Completion Date 4/2018
I 0 Owner Contact ; Owner Representative Biltmore Hotel Golf Management,
c LIC
CD Address Tim J. Blair,AIA, LEED®AP BD+C
jSenior Project Manager
(a 1200 Anastasia Avenue
ami Telephone/E-mail j Coral Gables, FL 33134
ce (M)305.467.3534
C tim.blair@foundrycommercial.com J
as
c #5 a) Project Name Pinecrest Community Center Renovation and Expansion
cc b) Project Address 5855 Killian Drive, Pinecrest, FL
l c) Project Type Renovation/Expansion; New Construction
O Similarity with scope ; Full NE services to include planning, preliminary study designs,drawings,
ca
o and size of this RFQ ' specifications, construction documents,job-site inspection, construction
o, project administration;also include MEP,structural,civil and landscape services.
N! The addition encompass the New Fitness Center,three New Outdoor
°; Playgrounds and a New Outdoor Dining spaces connected to the main
Z▪ � lobby and new concessions vending area by a new corridor designed in the
a), same vernacular and character of the existing facility and harmonize with
a,' the surrounds both in scale and aesthetics. Other spaces included in this
L renovation are the Lobby, Main Corridor,Classrooms, Music, Ballet,
c i Spinning and the Multi- Function rooms for gathering space, programs,
meetings,and valuable educational resources.The outdoor play areas are
c; shaded with floating canopies and new seating was added for visitors to
w 4 enjoy the natural outdoors in a modern playful atmosphere. LEED
cI certification has been incorporated into the design process.
Facili Im•rovements 7,000 SF I New multi-our.ase bld:. 4,500 SF
E i e Cost 4.2M Start Date 15 2015 Comp etion Date Est. 6 2018
g i OwnCo
erContact Owner Representative Angela Gasca,Administrative Services Manager
r; Address Village of Pinecrest
01 1450 NE 2nd Ave,Miami, FL 33132
g; Telephone (305) 234-2121
m i ; E-mail Agasca@pinecrest-fl.gov
-E 1 ; Loren Matthews, Project Manager
▪ i 305-284-0900 I matthews®Qinecrest fl.:cw
oI
V
G1
z1
RI
al
u-'
CV
CD MIAMI BEACH , ,i ,
ARCHITECT - ENGINEER QUALIFICATIONS
PART I-CONTRACT-SPECIFIC QUALIFICATIONS
A.CONTRACT INFORMATION
1.TITLE AND LOCATION(City and State)
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND
REPLACEMENT PROJECTS
Miami Beach, FL
2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER
FEBRUARY 15, 2018 RFQ 2018-141-ND
B.ARCHITECT-ENGINEER POINT OF CONTACT
4.NAME AND TITLE
Richard J. Heisenbottle, FAIA
5.NAME OF FIRM
R. J. Heisenbottle Architects, PA
6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS
305-446-7799 305-446-9275 richard@rjha.net I kgreen(a.riha.net
C.PROPOSED TEAM
(Complete this section for the prime contractor and all key subcontractors.)
(Check)
> 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT
CL 'a H
R. J. Heisenbottle 2199 Ponce De Leon
a. x Architects, PA Blvd., Suite 400 Architect of Record
❑CHECK IF BRANCH OFFICE Coral Gables, FL 33134
•
b. 0 CHECK IF BRANCH OFFICE
c.
❑CHECK IF BRANCH OFFICE
d.
❑CHECK IF BRANCH OFFICE
e.
❑CHECK IF BRANCH OFFICE
f.
❑CHECK IF BRANCH OFFICE
9.
OCHECK IF BRANCH OFFICE
D.ORGANIZATIONAL CHART OF PROPOSED TEAM ❑® (Attached)
STANDARD FORM 330(REV 3;20^13)PAGE 1'5
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
Richard J. Heisenbottle, FAIA Architect a.TOTAL DwTH CURRENT FIRM
37 31
15.FIRM NAME AND LOCATION(City and State)
R.J. Heisenbottle Architects,PA(RJHA) I Coral Gables,FL
16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
BS in Architectural Technology,New York Institute of Technology, Registered Architect in FL, NY,AL&PA
1974 Fellow American Institute of Architects
BA in Architecture, University of Miami, 1984 NCARB
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training,Awards,etc.)
American Institute of Architects—Fellow,2005 League of Historic American Theaters—Member
American Institute of Architects-Miami Chapter—Past Pres.,1991 City of Miami Historic and Environmental Preservation Board,
Dade Heritage Trust—VP,2000-2003/President 2004-2006 1989-1999
National Trust for Historic Preservation—Member Spillis Candela & Partners, DMJM—VP, 1979-1987
* See attached Awards Master List and Publications List(Section H.Additional Information)
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
International Studies Preparatory Academy International 1Coral Gables, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Owner:Miami-Dade County Public Schools 2012 2012
(3)BRIEF DESCRIPTION(Brief scope.size,cost,etc.)AND SPECIFIC ROLE I Architect RI Check if project performed with current firm
a. RJHA commissioned to design and fully renovate the dated 1970's five-story 48,962 SF office building into a completely new and inventive
environment reflective of the school's international studies program that offers students the opportunity to receive dual recognition for their studies
(U.S. high school diploma and an equivalent diploma from the European country of their focus). The 574 student school boasts a creative and
urban learning environment for both students and school administrators utilizing cutting edge educational technology and building systems. This
project was fast-tracked,completed in 13 months from the date of NE commissioning for student occupancy in Fall 2011. Cost:$9.3M
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Miami City Hall Restoration I Miami, FFL PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Owner:City of Miami 2004 2004
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IArchitect 2 Check if project performed with current firm
The Art Deco style structure has been designated as a local historic site and is listed on the National Register of Historic Places. RJHA provided full
b. architectural,engineering and interior design services for the adaptive use of the Pan American Terminal to accommodate functional needs of the
Miami CityCommission alreadyoccupyingthe building since 1954.Theentrance lobby was restored and the main interior space restoration included
new seating,lighting,sound and CCTV systems.Anew security office and stafflpress conference room were provided.Among the most significant
elements of the Interior that were restored to their original appearance are the ceiling panels depicting the signs of the Zodiac,the beams decorated with
stylized wings and bands in the Pan Am colors,and the murals near the ceiling depicting the history of flight through themes ranging from Leonardo da
Vinci'saeronautical designstothemodem Clipperplanes used during the eallydaysofflight by Pan Am.Construction Cost:$1,139,603/8,700 SF
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Vizcaya Museum and Gardens- Cafe and Gift Shop I Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Owner:Miami-Dade County 4/2011 4/2011
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I Architect to Check if project performed with current firm
C. RJHA redesigned and waterproofed the gift shop and cafe located in the basement, while restoring the historical elements/context of the
original mansion. Maintaining the aesthetics of the historic windows and doors, outdated metal flood barriers were replaced with glass flood
barriers. The original fireplace centerpiece of the Smoking Room was restored new larger cafe features custom-designed cabinetry and a full
service commercial kitchen. The north stair terrace was restored to provide an outdoor eating area for the cafe. Construction Cost: $4.5M
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Capitol Theater I Clearwater, FFL PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Owner:City of Clearwater 2009 2009
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I Design Architect 0 Check if project performed with current firm
d. RJHA prepared the master plan and schematic design plans for the exterior restoration and interior reuse of the Capitol Theatre and the
Clearwater Evening Sun building.The theater has expanded to 7750 seats,induding six private loge boxes,multiple concessions stands,a
larger lobby,an outdoor balcony that wraps around the building overlooking the beautiful Clearwater causeway,a VIP room, Frenchy s rooftop
terrace,ADA accessibility and much more.Construction Cost:$4,495,589
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Haulover Beach Park Comfort Stations' Bal Harbour, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Owner:Miami-Dade County Parks&Recreation Department 2008 2008
e.
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I Architect 0 Check if project performed with current firm
New construction of public restroom/shower/changing facilities for the existing beach park to accommodate high usage and endure the
beach environmertFFlZO SF ea(total 4,800 SF)/Construction Cost:$1,970,000.000
STANDARD FORM 330(eev 52013)PAGE 236
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
Juan Acala Senior Designer a.TOT,1Lb.AINCURRENT FIRM
35 20
15.FIRM NAME AND LOCATION(City and State)
R.J. Heisenbottle Architects,PA(RJHA) I Coral Gables, FL
16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE
BA in Architecture, University of Oklahoma, 1983
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
See attached Awards Master List and Publications List(Section H.Additional Information)I
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
International Studies Preparatory Academy International, MDCPS School PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
(LLL-1)Coral Gables, FL Owner:Miami-Dade County Public Schools 2012 2012
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I SenkwfDesigner ®Check if project performed with current firm
a. RJHA was commissioned to design and fully renovate the dated 1970's five-story 48,962 SF office building into a completely new and inventive
environment reflective of the school's international studies program that offers students the opportunity to receive dual recognition for their studies
(U.S. high school diploma and an equivalent diploma from the European country of their focus). The 574 student school boasts a creative and
urban learning environment for both students and school administrators utilizing cutting edge educational technology and building systems. This
project was fast-tracked,completed in 13 months from the date of A/E commissioning for student occupancy in Fall 2011.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Miami Dade College Lehman Theater Renovation PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
2010 2010
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I Senior Designer izt Check if project performed with current firm
RJHA completed the interior renovation of the 1960's Lehman Theatre and the addition of a new 2°d theatre space and green room. Located at
b. Miami Dade College North Campus inside the William D. Pawley Art Center, the 457 seat theatre has not only staged theatrical performances, but
has also served as a lecture hall and classroom. Renovations included state-of-the-art acoustics, sound and production systems, upgraded
dressing rooms and new entrance equipped with a Broadway style marquee. Two dassroom spaces were converted to create the 2^d theatre, a
160 seat `Black Box' Studio with full theatrical sound and lighting systems, as well as, retractable seating to easily reconfigure the space for
lectures or other college events. This Lehman Theatre is a superb demonstration of RJHA's ability to rejuvenate and modernize existing theatres.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
University of Miami Merrick Building,Judaic Center I Coral Gables,FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
2008 2008
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I SenarDesgrler ®Check if project performed with current firm
`' RJHA provided full NE services induding space planning and interior architectural design services for the renovation of the University of Miami
Merrick Building which induded faculty offices for the Center for Contemporary Judaic Studies. Sociology, Education, Arts and Sciences,
International Studies, Geology, Psychology and Communications Departments. Work included all new mechanical, electrical and fire protection
systems for this 74,830 Sq. Ft.building.
014 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
University of Miami Art Building Renovation I Coral Gables, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
2013 2014
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I Se'IIOrDeslgrler El Check if project performed with current firm
d. RJHA provided full NE to complete the full restoration of this 1947 historic building to include structural reinforcement, new impact resistant
windows, and new electrical, plumbing, and air conditioning systems. Consisting of surplus wooden army barracks given to UM by the US
Govemment following the end of World War II, this building is the oldest remaining structure on their main campus. Designed by Marion Manley,
the 2nd female architect registered in Florida, it is a fine example of the Mid-Century Modem architectural style that typified the early buildings of
the UM Campus.RJHA assisted UM with obtaining recognition and designation as a historic site by the Coral Gables Historic Preservation Board.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Florida Memorial University Lou Rawls Center for the Performing Arts PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miami Gardens, FL 2003 2003
e.
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I SeniorDesgrler ®Check if project performed with current firm
The RJHA team renovated the 390 seat Matthew W. Gilbert Teaching Auditorium into a first rate performance venue with state of the art amplified
acoustics,rigging lighting systems and exceptional sightlines,as well as,a glass endosed lobby overlooking the lagoon.
STANDARD FORM 330 REV Vaoisi PAGE 237
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
a.TOTAL b.WITH CURRENT FIRM
Pablo R. Quinones Cordero,AIA
Project Architect 33 1
15.FIRM NAME AND LOCATION (City and State)
R.J. Heisenbottle Architects, PA(RJHA) I Coral Gables, FL
16.EDUCATION (DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
B.S.Architecture(1985),Louisiana State University Registered Architect in Florida, Puerto Rico
NCARB
Registered Planner Puerto Rico Planning Board
18.OTHER PROFESSIONAL QUALIFICATIONS (Publications,Organizations. Training.Awards,etc.)
Colegio de Arquitectos de Puerto Rico
American Institute of Architects - P.R.,
Miami and Florida Chapters National Trust
for Historic Preservation
19. RELEVANT PROJECTS
(1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED
"La Fortaleza"Complex(Governor's Mansion 1533) Restoration/Remodeling PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
Puerto Rico 2004 2004
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.) AND SPECIFIC ROLE Lead Architect/Project Mgr ChLsld if project performed with current firm
a' Restoration/ adaptive re-use of the Governors Mansion Complex 1533-40-UNESCO World Heritage Site, contracted by SHPO, P. Quinones
Cordero, AIA, was the lead onsite lead Project Manager, providing Project Management service team for 4 years, administering 6 buildings with
concurrent construction and a combined construction cost of$22M successfully completed in 2004. Project areas-85,000 S.F. combined/combined
project costs$32M
(1)TITLE AND LOCATION (City and State)I (2)YEAR COMPLETED
Plaza San Juan Bautista Restoration/Remodeling Project, Puerto Rico PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
2( 2012
b (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE Lead Architect/Project Mgr Check if project performed with current firm
Survey and Diagnostics analysis of existing conditions for the severely deteriorated oceanfront cantilever reinforced structure for the Public Plaza-
North of the Capitol of PR. Services induded full architectural, historic preservation, engineering and landscape design services for the adaptive
use. Project area-24,000 SF/Project Cost$2.8M
(1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED
Puerto Rico's Infrastructure Financial Authority(PRIFA)-AFI PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
2014-Hacienda Central Aguirre Sugar Plantation Historical Property Surveys
American Hotel and the Plantation Hospital(1923-39) X1}2/2002 12/2002
(3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE Lead Designer/Project Mgr Check if project performed with current firm
c' On site investigations-(Survey), Diagnostics&Assessment Report&Analysis for conversion of two historical properties:the American Hotel(1929)
&the Sugar Plantation Hospital (1925),into a specialized Charter school for advanced high school students(CROES)specializing in Environmental
Studies. Project area-50,000 S.F./Project Cost$13.5M
(1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED
Adaptive Reuse and remodeling of Jose Gautier Benitez High PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
School-Caguas, Puerto Rico ❑
d (3) BRIEF DESCRIPTION (Brief scope,size,cost.etc.)AND SPECIFIC ROLELead Designer/Project Mgr Check if project performed with current firm
Survey and Diagnostics of existing conditions of the 1923 historical structure, to determine feasibility of facilities modemization. The project
induded Remodeling and Restoration design of the historical structure with adaptive infrastructure elements that included-Electrical-Mechanical-
Structural and computer infrastructure in addition to Life Safety and Accessibility compliance. Project area-30,600 S.F./Project Cost$2.4M
(1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
Capitol of Puerto Rico £6-2016 1986-2016
(3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE Lead Architect/Project Mgr heck if project performed with current firm
e.
Lead Preservation Architect for the Superintendent of the Capitol of Puerto Rico since 1986 with extensive technical analysis of concrete, marble&
terra-cotta restoration methods. Responsible for surveying and analysis of critical structural conditions of the Capitol, affecting safety and integrity
of the cast in place concrete structure. Project area 52,000 S.F./Combined project costs$15M
STANDARD FORM 330(3/2013)PAGE 3
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY NUMBER
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency,or 10 projects,if not specified.
Complete one Section F for each project.)
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
290 Alhambra Circle PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Coral Gables, FL 2015 2015
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
Codina properties, LLC John Winton (305) 529-1300
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.)
Renovation; 40 Yr Recertification; Façade Alterations (HPB Approval); 40 Yr Recertification (evaluation of
observed conditions, this report represents an appraisal of the present condition of the Building,
structural/electrical)
25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. R.J. Heisenbottle Architects, P.A. Coral Gables, FL Architect
(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(3/2013)PAGE 3 s9
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EX AMPLE PROJECT KEY NUMBER
QUALIFICATIONS FOR THIS CONTRACT 2
(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
Fulford By the Sea Monument PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
North Miami Beach, FL 2016 2016
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER ' b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of North Miami Beach Judeen Johnson, PMP
Assistant Director 305-948-2925
judeen.johnson@citynmb.com
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cast.)
Conditions Assessment/Historic Structures Report: Site investigations to determine the least evasive
conservation and repair methodology and develop a repair and conservation budget.
t
;; . 41,
' 4
ti
yr
4.
•
_ fay. 1' I - —r ,•-_.i:
A !e
...
y
A
,......
25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. R.J. Heisenbottle Architects, P.A. Coral Gables, FL Preservation Architect
(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(3120131 PAGE 3 40
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY AMBER
QUALIFICATIONS FOR THIS CONTRACT 3
(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)
Merrick Plaza Sidewalk Replacement 2018 2018
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
PC Ponce LLC Pablo Cejas, Chairman & CEO (305) 755-7833
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.)
REPLACE EXTNG. CLAY TILE AT OUTDOOR LOBBY W/NEW 12X24" GRANITE TILE. REPLACE EXTNG.CLAY TILE;
AT SIDEWALK W/NEW 4" CONC SIDEWALK, COLOR C.G .BEIGE LAMBERT/SCOFIELD W/GREY BORDER SCORED
12"X24". PAINT BLDG W/BM2108-60 Cost:$38,9611
AAs
rr
""HINva- 124
14v,ie ,R
_
r.! •
�^ .sem _
� y _ •i
11- ; --
25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. R.J. Heisenbottle Architects, P.A. Coral Gables, FL Preservation Architect
(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(3/2013)PAGE 3 41
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLEPROJECT KEY NUMBER
QUALIFICATIONS FOR THIS CONTRACT 4
(Present as many projects as requested by the agency,or 10 projects,if not specked.
Complete one Section F for each project.)
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
Biltmore Golf Course Bridges Renovations PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
North Miami Beach, FL 2018 2018
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
Biltmore Hotel Golf Tim J. Blair, AIA, LEED® AP BD+C 305.467.3534
Management, LLC tim.blair@foundrycommercial.com
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cast.)
Full NE services to repair a pair of historic pedestrian and golf cart bridges, abutments and
immediately adjacent aprons
. Professional Fees: $162,825
k %t • :1
? _ F' k _ ' ----
,Y` bN�11�trr,. SI f
x ...i..
25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(Crty and State) (3)ROLE
a.
R.J. Heisenbottle Architects, P.A. Coral Gables, FL Preservation Architect
(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(32013)PAGE 342
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY NUMBER
QUALIFICATIONS FOR THIS CONTRACT 5
(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
Pinecrest Community Center Renovations and PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Addition I Village of Pinecrest, FL Est. 1/2018 Est. 1/2018
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
Mark Spaniolo, P.E.
Village of Pinecrest Director of Public Works 305 669-6916
mspaniolo(a�pinecrest-fl.qov
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.)
The Pinecrest Community Center is a one story ±7,000 SF building that was renovated and expanded with the addition of a large
(±4,500 SF) multi-purpose detached building to the west of the existing Community Center Building. The addition encompass the New
Fitness Center, three New Outdoor Playgrounds and a New Outdoor Dining spaces connected to the main lobby and new concessions
vending area by a new corridor designed in the same vernacular and character of the existing facility and harmonize with the surrounds
both in scale and aesthetics.
Other spaces included in this renovation were the Lobby, Main Corridor, Classrooms, Music, Ballet, Spinning and the Multi- Function
rooms.The outdoor play areas are shaded with floating canopies and new seating was added for visitors to enjoy the natural outdoors in
a modern playful atmosphere.LEED certification has been incorporated into the design process.
Facility Improvements 7,000 SF I New multi-purpose bldg.4,500 SF I Cost: $4.2M
Relevancy: Municipal client, new construction/expansion, media resource space, multipurpose / flexible room, similar
size/scope of work(Design Services,Permitting Services,Construction Administration Services),LEED certifiable
...,- . ,.
•
rig
I* — LAr 741111 Tyr
'/ -'111111111V 1 '1X F
It
25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. R.J. Heisenbottle Architects, Coral Gables, FL Architect
P.A.
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b.
(2)FIRM LOCATION(City and State) (3)ROLE
c.
(1)FIRM NAME
(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 52013)PAGE 13=t3
G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
28.EXAMPLE PROJECTS LISTED IN SECTION F
26.NAMES OF KEY PERSONNEL 27.ROLE IN THIS CONTRACT (Fill in'Example Projects Key section below before completing
(From Section E, (From Section E, table. Place'X'under project key number
Block 12) Block 13) for project participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
Richard Heisenbottle, FAIA Principal Architect X X X X x
x x
Juan Acala Senior Designer
x
Pablo R Quinones Cordero,AIA Project Architect
29.EXAMPLE PROJECT KEY
No. TITLE OF EXAMPLE PROJECT(FROM SECTION F) No. TITLE OF EXAMPLE PROJECT(FROM SECTION F)
1. 290 Alhambra Circle 6.
2. Fulford By the Sea Monument 7.
3. Merrick Plaza Sidewalk Replacement 8.
4. Biltmore Golf Course Bridges Renovations 9.
5. Pinecrest Community Center Renovation and Expansior 10.
I.AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
33.NAME AND TITLE
Richard Heisenbottle, FAIA Principal Architect
STANDARD FORM 330(REV ai2013)PAGE 13X24
H.ADDITIONAL INFORMATION
30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED.
R�.HBSENBOTR.EARCHITECTS AWARDS
2014 Coral Gables Chamber of Commerce George E.Menlo Award of Excellence
2014 Mian i-Dade Carty Historic Preservation Board Exceptional Professional Dedcaicn to Historic Reservation 2014 AIA Florida,Honor Award of
Excellence for Historic Reservations,Trinity Cathedral Restoration
2014 AIA Florida,HonorAward of Excellenoefor HiAoric Reservation Univesityof Miami HistuicAdmin'rstration Buiking Restoration
2014 AIA Florida,Merit Award of Excellence Historic Preservation,Vizcaya Mus sun and Gardens'East and West Gabe Lodges Restoration
2014 Florida Trust for Historic Reservation Award, atstarndirg Adhieverner>t, Trinity Cathecial Restoration 2014 Florida Trust for Historic
Preservation Award,a istardlirgAchieverner't,University of Miami Historic Administration Building Restoration
2014 Florida Tru t for Historic Reservation Award,Outstancirg Achievement,Vanderbih Mansion Resta-aim 2014 Florida Trust for Historic Aresarva ion
Awad,Honorable Medial in the Field of Urban Irfdl Design,Cods Hasse Project the Audubon Hasse and Tropical Garden
2014 Dade Heritage Trust Reservation Award,Trinity Ca hedral Restoration
2014 Dade Heritage Trust Preservation Award,University of Miami HiAcric kh inistr-a ion Building Restoration 2014 Dade Heritage Trust Reservation
Award,Vanderbilt Mansion Retoration
2012 Florid Tent for Historic Preservation,Statewide Preservaion Award,Vizcaya Museum and Garders'East and West Gate Lodes Restoration
2012 Florid Trust for Historic Preservation,Statewide Preservation Award,Villa Serena Restoration 2012 Dade Heritage Trust 2012,Vizcaya
Museum and Ganders East and West Cam Lodges Restoration 2012 Dade Heritage Tent 2012,Villa Serena Restoration
2010 Florid Trust for Historic Pte vation,C NSarxing Achievement Greynokis Boathouse Restoration 2010 Florida Trust for Historic Reservation,
Ocdslanci gAchievement PineaestGardens E-trance Buiklirg Restoration
2008 Martin Luther IGng Spirit of Excellence Award
2007 AIA Florida,Merit Award of Excellence-Colony Theater Restoration 2007 FbridaTrust for Historic Reservaion Award-Temple Court
2007 Florid Trust fa Historic Preservation Award-Colony Theater-Adaptive Ruse
2007 Miami Design Preservation League-Barbara Capitan Award-Cdorny Theater Restoration 2006 Dade Heritage Trust
Octstancing Preservation Project Award-The Colony Theater 2005 AIA Miami Award FnaliA-Lou Rawls Certorforthe
Performing Arts
2004 Florida Trust for Historic Preservation Award-City of Miami City Hall 2003 AIA Miami Chapter-Si Iver Medal Award for Design
2003 Bienal Miami+Beadi Certificate cf Award-Gusman Center for the Performing Arts 2003 AIA Florida,Merit Award of
Excellence-Gusman Center for the PerfomingArts
2003 Flail Tent for Historic Preservation,Florida Preservation Award-Gusman Cerner for the Performing Arts 2003 Dade Heritage Truce Outstancing
Contribution to Historic Reservation-Pan American Airways Terminal-Miami City Hall
2003 AIA Miami,Award of ExcellencefaDesign-GunmanCerierfrrthePerformingArts
2003 AIA Miami,Award of Merit for Design-Pan Ai r ere,ican World Airways Terminal-Miami Gty Hall
2001 Florid Trust for Historic Preservation,Outstanding Achievement in the Field cf Preservation E tiorYlvle<ia-"One Uriited Band"the Story of Miami
Edison Midde School
1999 Dade Heritage Trust,Outstanding Reservation Project-Gunman Center for the Perfuming Arts 1999 AIA-Miami Chapter,Historic
Preservation Award-Richard J.Heisenbdde,AIA
1998 AIA Miami Cher,Award of Excel lenue-IGrgs Point-theater lathe Performing Arts 1998 AIAMiami Chapter,Award
for Best Renovation Rgeci-Miami Ecison Mdde School
1998 National Trust for Historic Preservation Award,National Preservation Award-Miami Edison Middle Scrod 1997 Florid Trust kr Historic Reservation,
Non-rice r Rehabilitation Outstancing Achievement-Miami Edison Middle School
1996AlAFort Lauderdale Charter,Honorable Mention-IGrgs Point Theater frxthe%forming Arts
1994 AIA-Miami Chapter,Award cf Merit(Unbuilt Categor))-Miami Edson Middle School 1992 AIA Miami Chapter,Award cf
Excellence(UrixiltCateg ryl-the Coliseum
1992 AIA-Miami Chapter,Award of Merit for Design-Freedom Tower
1990 AIA Florida,Award for Excellence inArchiteo e-(BuiltGlegory)-FreedomTower1990Corrrnercial Renovator Magazine,
Commercial Renovator of the Year-Freedom Tower 1989 Flaicia Trust for Historic Reservation,Outstanding Preserver ion Rojeci-
Freedan Tower 1989 AIA-Miami Charier,Award of Merit for Design-Freedom Tower
I.AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
31.SIGNATURE 32.DATE
5/1/2018
33.NAME AND TITLE
Richard J. Heisenbottle, FAIA, President
STANDARD FORM 330(3n013)PAGE 1145
ARCHITECT - ENGINEER QUALIFICATIONS 1•SOLICITATIER(If any)
RFQ 2018--141-N141-N D
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 4.DUNS
R.J. Heisenbottle Architects, P.A. ESTABLISHED NUMBER
1987 842120487
2b.STREET 5.OWNERSHIP
2199 Ponce de Leon Blvd., Suite 400 a.TYPE
S Corporation
2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS
Coral Gables FL 33134 Miami-Dade County
Micro/SB E
6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(If block 2a is a branch
Kathia Dash, Director of Business Development office)
N/A
6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS
305-446-7799 Ext. 22 kgreen@rjha.net
8a.FORMER FIRM NAME(S)(If any) 8b.YR ESTABLISHED 8c.DUNS NUMBER
N/A N/A N/A
9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a. c.No.of Employees a.Profile c.Revenue
Function b.Discipline Cdb.Experience Index Number
Code
Code Ill FIRM (2)BRANCH (see below)
02 Administration 3 E02/001 Florida Memorial University Living And Learning 4
06 Architect 6 E02/P05 LLL-1 High School For International Studies 4
H08/L04 Vizcaya Village Restoration, Miami, Florida 3
E02/001/105 University of Miami,Art Building Renovation 4
Al l/H08/105 Gusman Center For the Performing Arts, Miami, = 3
L04/E02 Museum of Contemporary Art Expansion—MoCA 4
H08/H11 Temple Court Apartments 3
H08/R04 Greynolds Park,Bldgs.D&E 1
R04 Haulover Beach and Marine Safety Facility 2
All/H08/105 Athens Theatre 2
1-108/L04/D07 Vizcaya Café&Shop 3
H08/R04 Southside School Restorations Florence Hardy P 3
H08/001/105 Vizcaya Museum East&West Gate 2
H08/L04 Military Museum of South Florida 2
I-111 Postmaster Apartments 2
H08/105 Miami Womans Club Restoration 2
HO8/H10 Belleview Biltmore Hotel 5
1108/105 Villa Serena 3
Other Employees H08/R04 Parrot Jungle Entrance Restoration 2
Total 9
11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS 1. Less than$100,000 6. 52 million to less than 55 million
(Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. 55 million to less than$10 million
a.Federal Work 1 3. $250,000 to less than$500,000 8. $10 million to less than 525 million
b.Non-Federal Work 5 4. $500,000 to less than$1 million 9. $25 million to less than$50 million
5. 51 million to less than 52 million 10. $50 million or greater
c.Total Work 5
12.AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a.SIGNATURE / b.DATE
5/1/2018
c.NAME AND TITLE
Richard J. Heisenbottle, FAIA, President
16
STANDARD FORM 330(REV 3/20131 PAGE 14
r ft•, f-
Rj HEISENBOI ILE
A R C H I T E C T S
. .
--------______ ,i. -
_,
_...._
-
•• _ 44
_1 ay.an ••• a - rte..
.1 - "le" :.:...' IL f n
IP I Tr.I .'
,i-
Milk
wnw
•
•
•
r rwI
111 II
Al , liii
Rte. 0111
..t 1 3
at
. : a!` ',e-.. • .f ..
•
id
le
�
• Adittl11Pir _ t
-4 F,. :..,,,. _. .. : •'+• • 1:� -
le
11
_ W-ter.
IL: . '
i.
VIL ...''' , ...,.........--"''........--....,,,,..... .......--.......,...........,..z............„.‘,-,--,...,-,-•:4Z...4-...-.'•-......-.:7•--...-..'""t7..._-... Ai imilimmiiiiiii
•
2199 Ponce de Leon Boulevard
Suite 400
Coral Gables, FL 33134
305 446-7799 I www.rjha.net