Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with Eastern Engineering Group Company
351-3Y AGREEMENT BETWEEN CITY OF MIAMI BEACH AND EASTERN ENGINEERING GROUP COMPANY FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2018-141-ND DISCIPLINE: ENGINEERING- STRUCTURAL RESOLUTION NO. 2018-30534 1 r _ TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 18 ARTICLE 6. REIMBURSABLE EXPENSES 19 ARTICLE 7. COMPENSATION FOR SERVICES 20 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 21 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 24 ARTICLE 14. LIMITATION OF LIABILITY 25 ARTICLE 15. NOTICE 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 26 2 SCHEDULES: SCHEDULE A Consultant Service Order 30 SCHEDULE B Consultant Compensation 31 SCHEDULE C Hourly Billing Rate Schedule 32 SCHEDULE D Approved Subconsultants 33 ATTACHMENTS: ATTACHMENT A Resolution & Commission Memorandum 34 ATTACHMENT B Request for Quailifications &Addendums 35 ATTACHMENT C Consultant's Response to the RFQ 36 r 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND EASTERN ENGINEERING GROUP COMPANY. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this /a day of FebruGr� , 20 I q , (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 Eastern Engineering Group Company., a Florida corporation having its principal office at 3401 NW 82 Avenue, Suite 370, Doral, FL. 33122 (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 Eastern Engineering Group Company. 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, 4 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 5 excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "D", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed .between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less(or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. 6 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, 7 unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. The estimated construction value shall be less than the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended • by law) or for a planning or study activity shall not exceed the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel,,its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: • Schedule A— Consultant Service Order. Schedule B —Consultant Compensation. Schedule C — Hourly Billing Rate Schedule. Schedule D --Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 8 SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. • WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 . The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. Consultant acknowledges and agrees that this Agreement and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City. No Consultant Service Order shall be issued to Consultant, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Consultant shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Consultant Service Order 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the Department Head. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates,to the Services and the Project, Consultant warrants and represents to the City that. it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it 9 is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the 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 10 the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review takenby 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 • 11 replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24)from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify, any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable 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 ProjectManager (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 promptlyremove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without .limitation, any Subconsultants). ,2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings; where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 12 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order(whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 13 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES - 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City 14 makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the' extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or • comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 15 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in_accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, 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 16 Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services'and at no additional cost to the City. 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+1-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide 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 17 evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent (10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to.the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 18 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Desiqn Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction • Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 19 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any,supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed"fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall,be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 All Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S: City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to 20 perform all duties at the current cost terms. 7.6 , No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or 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. 21 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. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION'OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project(or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost",is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 22 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and 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. 1 23 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, _suits, or actions of any kind or nature in the name of the City, where applicable, including appellateproceedings, 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 24 • Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager 25 All written notices given to the Consultant from the City shall be addressed to: Eastern Engineering Group Company. 3401 NW 82 Avenue, Suite 370 Doral, FL. 33122 Tel: (305) 599-8133 Fax: N/A Email: raissa(cr7easterneq.com Attn: Raissa Lopez All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it. will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, .gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person,, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall 26 ti have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the%Contract Documents and other documents or Services related thereto. 27 • 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 , This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or 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. 28 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: (......) Zit 111 , CITY C RK MAYOR Attest , / 1 EASTERN ENG EERI GROUP COMPANY. i Signature/Secr=tary . Signature/Presiden aier1- 54 72. 1-0pe3- l ssA-- le, 119 eg Print Name Print Name GJ4 o 1 ^30J(1 . """11,14q4 APPROVED AS TO .4r V. 1 8e"4%%�/ FORM &LANGUAGE `� �� &FOR EXECUTION P'.... 11.0- :** s �Q�� — 1 -- /3- (CI :INCORP ORATED � f I City Attorney IV" Date ;1''+ ',.• �� ANO I ' `\ ,, �,,M1�7 ? •1 29 SCHEDULE A • PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND Eastern Engineering Group Company. CONSULTANT SERVICE ORDER Service Order No. _for Consulting Services. TO: Eastern Engineering Group Company. 3401 NW 82 Avenue, Suite 370 Doral, FL. 33122 PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS (RFQ 2018-141-ND) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date': $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date • Project Administrator-Director Date Section 287.055,Florida Statutes,commonly known as the Consultant's Competitive Negotiation Act(CCNA),is applicable to the selection of professional services consultants(architecture,professional engineering,landscape architecture,or registered surveying and mapping)by public agencies for projects valued up to the amount established in Category 5,Section 287.017,Florida Statutes(currently$325,000 or as amended by law)or for a planning or study activity valued up to the amount established in Category 2,Section 287.017,Florida Statutes(currently$35,000 or as amended by law). 30 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend ' 'said services for$XXXXXX, per month, for the'duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 31 SCHEDULE C HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project.Engineer(Coastal or $116.15 Other) Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 Mechanical Engineer $116.15 GIS Specialist $ 86.25 Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer $ 94.30 Designer $ 95.45 Job Captain $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2 w/ GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/ GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/ GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94.88 Construction) 32 SCHEDULE D APPROVED SUBCONSULTANTS 33 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 34 RESOLUTION NO. 2018-30534 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC.,WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTILE ARCHITECTS, AND P.A., VITALINI CORAZZINI, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, P.A., KEITH AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI ENGINEERING INC., AND. DIAZ, CARRENO, SCOTTI & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN / SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on February 14, 2018, the City Commission approved the issuance of Request for, Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; and WHEREAS, Request for Qualifications No. 2018-141-ND (the "RFQ") was released on February 15, 2018; and • - WHEREAS, a voluntary pre-proposal meeting was held on February 27, 2018; and WHEREAS,on May 7, 2018, the City received thirty-seven (37) proposals; and WHEREAS, on February 26, 2018 the City Manager via Letter to Commission (LTC) No. 105-2018, appointed an Evaluation Committee (the "Committee"), consisting of the following individuals: Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami Beach; Elizabeth Estevez, Parks and Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management Department, City of Miami Beach;and WHEREAS, the Committee convened on August 6, 2018 to review and score the remaining proposals; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and WHEREAS, the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of General Architecture was as follows: William B. Medellin Architect P.A., as the first ranked proposer; CSA Central, Inc., as the second ranked proposer; Schindler Architects, Inc. and TSAO Design Group, Incorporated, tied as the third ranked proposers; CPH, Inc., as the fifth ranked proposer; Sol-ARCH, Inc., as the sixth ranked proposer; William Lane Architect, Inc., as the seventh ranked proposer; Moss Architecture and Design Group, Inc., as the eighth ranked proposer; Alleguez Architecture, Inc., as the ninth ranked proposer; ,R.J. Heisenbottle Architects, and P.A., as the tenth ranked proposer; Vitalini Corazzini, P.A., as the eleventh ranked proposer; ArcBuilders and Group Incorporated, as the twelfth ranked proposer; Alejandro Pardo Architecture, Inc., as the thirteenth ranked proposer; and UCI Design, Inc., as the fourteenth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Landscape Architecture was as follows; Savino & Miller Design Studio, P.A., as the first ranked proposer; Keith and Schnars, P.A., as the second ranked proposer; CPH, Inc., as the third ranked proposer; Curtis & Rogers Design Studio, Inc., as the fourth ranked proposer; Chen-Moore Associates, as the fifth ranked proposer; Miller, Legg & Associates, Inc., as the sixth ranked proposer; Calvin, Giordano & Associates, Inc., as the seventh ranked proposer; and Landscape DE, LLC, as the eighth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as follows; Schwebke-Shiskin & Associates, Inc., as the first ranked proposer; CES Consultants, Inc., as the second ranked proposer, Chen-Moore Associates, as the third ranked proposer; 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., tied as the fourth ranked proposers; CPH, Inc., as the seventh ranked proposer; and T.Y. Lin International, as the eighth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Environmental 'Services and Testing Engineering was as follows: E Sciences, Inc., as the first ranked proposer; Terracon Consultants, Inc., as the second ranked proposer; EBS Engineering, Inc., as the third ranked proposer; CSA Central, Inc., as the fourth ranked proposer; and Florida Technical Consultants, LLC, as the fifth ranked proposer;and WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and Plumbing Engineering was as follows: CSA Central, Inc. and Ross& Baruzzini, Inc., tied as the first ranked proposers; 3FM Engineering, Inc., as the third ranked proposer; and UCI Engineering Inc., as the fourth ranked proposer; and WHEREAS, subsequent to the evaluation of proposals, Ross & Baruzzini, Inc. submitted the a letter indicating that without local MEP resources it no longer wished to be considered for award; and WHEREAS, the Committee's ranking for the discipline of Structural Engineering was as follows: 305 Consulting Engineers, LLC and Eastern Engineering Group Company, tied as the first ranked proposers; CES Consultants, Inc., as the third ranked proposer; Master Consulting Engineers, Inc., as the fourth ranked proposer; UCI Engineering Inc., as the fifth ranked proposer; and Diaz, Carreno, Scotti &Partners, Inc., as the sixth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Interior Design / Space Planning was as follows: TSAO Design Group, Incorporated, as,the first ranked proposer; and MC Designers, Inc., as the second ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Surveying was follows: Schwebke-Shiskin&Associates, Inc., as the first ranked proposer; and WHEREAS,. after reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: William B. Medellin Architect P.A., CSA Central, Inc.,.Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc. Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture. Savino.& Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis& Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg &Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services and Testing Engineering. CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, and Plumbing Engineering. 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UC1 Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering. TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design/Space Planning. Schwebke-Shiskin &Associates, Inc. for the discipline of Surveying. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City " Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; authorizing the administration to enter into negotiations with William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol- ARCH, inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc., Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture; authorizing the Administration to enter into negotiations with Savino & Miller Design Studio, P.A., Keith and Schnars,.P.A., CPH, Inc., Curtis & Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the discipline of Landscape Architecture; authorizing the Administration to enter into negotiations with Schwebke-Shiskin &Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering; authorizing the Administration to enter into negotiations with E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services And Testing Engineering; authorizing the Administration to enter into negotiations with CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, And Plumbing Engineering; authorizing the Administration to enter into negotiations with 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering; authorizing the Administration to enter into negotiations with TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design 1 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 t tinder 2018. ATTEST: i 1444' RAF EL E. GRANADO, CITY CLE DAN GELBER, MAYOR F:1PURC\Solicitations1201812018-141-ND ��t rl{tt r. 4s110-Award\RESO2018-141-ND.doc • f ;? -y APPROVED AS TO • %` FORM &LANGUAGE to - 1 * &FOR EXECUTION * INC GI F OPATFD. 96 ,"4?" City Attorney kiN, D6-MT-618 • Resolutions-C7 P MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission • FROM: Jimmy L. Morales, City Manager DATE: October 17, 2018 SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC., WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTTLE ARCHITECTS, AND P.A., VITALINI CORAZZINI, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, RA, KEITH AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN / SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN Page 436 of 1637 AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution ANALYSIS On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to provide funding for proactive renewal and replacement of the City's facilities and the building systems within those facilities (e.g., HVAC, roofs, fire safety systems, etc). The CRR program is also used to execute small repairs, remodels or renovation projects, with total project budgets under $325,000. The average value of the current CRR projects is approximately $158,000, but can be as low as $25,000 or less. In addition to CRR projects, award(s)of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional consultant services (architecture, professional engineering,landscape architecture, or registered surveying and mapping) by public agencies for projects valued up to the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activities valued up to the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Even for projects below these thresholds,an architect or engineer is often required to develop construction documents for construction and permitting. Award of this RFQ will expedite the selection of architects and engineers as required for small projects. In order to maximize, the cost effectiveness of small projects, through this RFQ the City sought to establish a pool of qualified architectural and engineering consultants interested in providing the City with professional services for small projects. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture — Landscape Architecture, Engineering — Environmental Services and Testing, and Engineering — Mechanical, Electrical & Plumbing, Engineering—Structural. RFQ PROCESS On February 14, 2018,the City Commission approved to issue the Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects. On February 15, 2018, the RFQ was issued. A voluntary pre-proposal conference to provide information to proposers submitting a response was held on February 27, 2018. Seven addenda were issued. The Procurement Department issued bid notices to 275 companies utilizing www.publicpurchase.com website. 263 prospective bidders accessed the advertised solicitation. RFQ responses were due and received on May 7, 2018. The City received proposals in response to the RFQ from the following 37 firms for a variety of categories as indicated in Attachment A: 305 Consulting Engineers, LLC 3FM Engineering, Inc. Alejandro Pardo Architecture, Inc. AlleguezArchitecture, Inc. ArcBuilders and Group Incorporated Page 437 of 1637 • Calvin, Giordano&Associates, Inc. CES Consultants, Inc. Chen-Moore Associates CPH, Inc. CSA Central, Inc. Curtis & Rogers Design Studio, Inc. Diaz, Carreno, Scotti& Partners, Inc. E Sciences, Inc. Eastern Engineering Group Company EBS Engineering, Inc. Florida Technical Consultants, LLC Keith and Schnars, P.A Landscape DE, LLC Master Consulting Engineers, Inc. MC Designers, Inc. Miller, Legg&Associates, Inc. Moss Architecture and Design Group, Inc. R.J. Heisenbottle Architects, P.A. Ross&Baruzzini, Inc. Savino &Miller Design Studio, P.A. Schindler Architects, Inc. Schwebke-Shiskin &Associates, Inc. Sal-ARCH, Inc. SRS Engineering, Inc. T.Y. Lin International Terracon Consultants, Inc. TSAO Design Group, Incorporated UCI Engineering Inc. • UCI Engineering, Inc. D/B/A UCI Design, Inc. Vitalini Corazzini; RA. 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 RA., 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 UTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability 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 4 Resolution Page 440 of 1637 ATTACHMENT A . ARCHITECTURE-GENERAL • RFQlO1t-111-ND PROFESSIONAL -- - -- _—�— i NICHIIECIURN•AND ENGINEERING 1-1 OI is m Lily Alvarez E Pilar Caurin Elizabeth Estev ez g -Francisco Garcia c Low I e SERYICESFORCAPITAL RENEWAL Je JC REPLACENEH1 PR6JEC1S AND I W c Aggregatere :cC Qualta6vc Quantitative I Subtotal Qualitative Quantitative 1 Subtotal jQualitative Quantitative Subtotal - ¢ '•Qualitative Quantitative Subtotal Totals William B.Medellin Architect J - ;"–" ---—'t— P.A. 96 0 96 1 95 _ 095 4 92 0 92 3 100 0 100 11 9 1 CSA Central,Inc. _ 96 0 96 1• 98 0 98 1 91 0 01 4 98 0 98 5 11 2 'Schindler Architects.Inc. 95 – 0 95 6 _,94� 0 94 5 95 0 95 1 99 0 99 3 , 15 3 TSAO Design Group, ––'––• --–"–• Incorporated 95 0 95 6 93 0 93 6 94 _ 0 94 ' 2 _ _ 100 0 100 1 19 3 1CPH Inc. 96 0 96 1 97 0 97 3 84 0 84 9 99 0 99 3 16 5 Sol-ARCH,Inc. I 95 0 95 6 98 0 99 _ 1 86 0 86 7 98 0 98 5 IS __ 6_ - Wdilam lane Architect.Inc. 95 0 96 1 87 0 87 10 90 0 90 5 93 0 93 11 27 7 Moss Architecture and Design i Group.Inc. 95 0 95 •6 90 0 90 8 86 0 86 7 97_ 0 97 -. 8 29 8 ANeguezArchitecture.Inc. 96 0 96 .1 89 0 89 9 80 0 BO 11 94 0 94 9 30 "9' R.J.Heisenbattie A,ctutects, P A. 94 0 _ 94 10 91 0 91 788 0 88 6 94 0 _ _ 94 9 32- 10 Vita6ni Corazzini,PA. 94 0 94 •10 82 0 82 12— 82 0 B2 10 95 0 98 5 37 .1 11 ' ArcBuilders and Group ` -- –•-'–•--- Incorporated 94 0 94 10 B4 .•_.-_ 0 -.•• 84 11, 75 0 I 75 14 84 0 84 12 47 12 Alejandro Pardo Arctrilectwe, Inc. 93 0 j 93 13 8D 0,_, 60 .13 79 0 79 12 79 0 79 13 61 13 U01 Design.Inc. 88 0 I 88 141 69 0 I _„ 69 _114 78 I 0 78 13 78 0 78 14 55 '14 Propow VMaaaO•a.ana Iaaaaaa,..ya,. A.yvdro PaA4 NCN004.0...0. a a Aya.wa lista yay.na 0 . a Awauma m Group..[arPwauq 0 0 011.K 0 0 CSA Cary Inc -• 0 0 • 44.103au a NNrnp and Om4r Cerro.Inc. —.•_0 —.-0._ 5J Moi.57clb A.P4ace.P.A 0 a Sunroof N0.YI.K0 0 9Or6Pn .MO -••• •• ••- 0 0 TS.Onnq G.aq.,1.1:0001 0 O' MI Enoawn0,Ind DMA UCI DOS en,WC. 0 0 Nag,'Cwsoiey P A, a a VJOim D es00.a A.WKnPA0 0 .. WMlWONOI0B•1et •• L_ a _ -___-0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 441 of 1637 ATTACHMENT A ARCHITECTURE-LANDSCAPE RFQ101a•t{1J10 PROFFES(Ott4t. , • m ta ' ARCRnt;78RALAND ENOMEERINO LO Alvarez c •Plat Caurin •5 I e c SERVICES FORCAPiTALRENEwALAND Y at Elizabeth EsteveZ a Leg t RTPIACEYENT PROJECTS c I C Francisco Garcia Aggregate s --- f --—— Subtotal I _J Totals 2 Otlalitative Quantitative Subtotal Ouainative Quantitative Subtotal I Qualitative Quantitative Subtotal Qualitative Quantitative I Subto Savino 8 Miller Design Studio. I A ---'-- ' P 97 .0 97 _ 1 _-95 0 95 4 94 0 94 1 1110 __0 100 1 7 1 Keith and Samara.P.A. 96 _ 0 Si 3- 87 0 97 2 92 0 92 2 100—_- - •0 -. --100 1 8 2 CPH,Inc- 95 0 96 • .3- 87 • 0 97 2 B6 0 86 6 100 0 1 100 1 17-T3- Curtis&Rogers Design Studio. _ • Inc. _ 96 _ 0 _ 96 3 98 0 98 1 87 0_ _ _ 87 •• _ 5 98 0 98 6 14 •4 Chen-Moore Associates 97 0 97 1 ' 91 0 91 8 90 0 90 4 98 0 1 98 •6_ 16 :ti - Miller.Legg 8 Associates.Inc. 95 0 95 6 -• 88 0 88 7 91 0 91 3 100 0 ! 100 •1.J 17 '6 Calvin,Giordano&Associates. - -- - - - Inc. 95 0 95 6 92 0 92 5 __ 86 0 86 6 96 0 96 .7 24 7 Landscape CIE,LLC 93 0 93 .8 83 . CI 83 •• 6 00 0 _ 80 8 96 0 • 96 7 j 31 •8 a.ope.ar Va.anaPoaa TMYOwnMf v. • Caw,Gioximra A A..aadn,ine 0 0 COW,.Darvafalai0 0 vnvs. -.__...a._. a Guts 1.0.a 0.0a 5..0.1 0 0 Wdnad Sew.Ok e 0 lapiCt.eOE•LLC 0 0 ..c•Lon 4A ao.wa.oc 0 0 - - Saito aNlb Dbgn 60a0 PA. 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • • • Page 442 of 1637 ATTACHMENT A ENGINEERING-CIVIL r - -- - - — - RFg10 8.11141OPROFESS1OIAt - _ - ._......_.__. —...— ARCt511LTURALNDENGINEERING o W oi ' o LOW C Lily Alvarez n Pilar Caurin Elizabeth Estevez I SERNCEa FOR CAMAL RENEWAL ANO y� 4 3i Francisco Gart18 RftL10EMENIFRWEC79 a a c Aggregate _ -------- a Totals 2 —` gwOtetNe Quantitative subtotal Qualitative ; Quantitative, Subtotal QualitatIvo �uantitativo Subtotal Qualitative 1 Quantitative Subtotal Schwebke-Shiskin 8 .... — -1 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 5 103 0 100 2 13 2 Chen-Moore Associates _97 _0 97 2 91 0 91 7. 93 0 93 3 100 0 100 2 14 3 305 Consuhina Enoeers_LLC 95 5 •••- 100 1• 84 5 89 8 1 87 5 92 5 98 5 103 1 15 4 bLUer,Le 8 Associates,Inc. -95 0- .100 95 5 94 0 94 5 99 -----•--..._. .--. .- -.• - _-. ,•-Q3 0 93 3 1000 100 •2- 15 4 SRS Engineering,Inc. 95 0 95 5 98___ -_0_-_98-___- 1 94 •• 0 94 2 98 - 0 88 •7 - 15 4 CPI-1.Inc. 94 0 94 _8 98 0 98 1 91 0 91 7 100 0 100 2 18 _ 7 T Y.Lin International 97 0 97 2'••- •92 -••�0-�- -•-•92 - 8 90 __,0 90 8 98 0 98 7 23 -6 "V.v.., Ye,d`raiaa I Tad Jib Canary Cn9neaa..LLC 0 I 6 ' I CUUCo.,i ,t.We o 0 Coen.Idarre/molar. 0 0 con... o 0 YYd 1x996/.4IC0 a.ma 0 0 Sdw I.-Srulie6Aaio.m le, 0 o VLS F,ynm.y me 0 o (r.v.:.ed. S a , 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 RN 1Y1t-IN-ND PRDFESSIONAL .........__.--. • ___. ....... . ..... aRctDIECrURILL AND ENGINEERING ea: ca ca SERVICES FOROMrtaL 11ENEwa mat Lily Alvarez �' Pilaf CBUTIn Y Francisco Garcia x Elizabeth Estevez c I Low c REPLACEMENT PROJECTS c m II Aggregate ti--............._ ¢ _ K Totals C Qualitative QuanthaUva Subtotal Qualitative Quantitative Subtotal Qualitative • Quantit_ative Subtotal ' Qualitative OOenIitaUve Subtotal E Sciences.Inc. 96 0 96 1 95 0 95 ;2 96 085 1 100 0 100 1 i •---9 .1. Terrucon Consultants,Inc 96 0 96 1 95- 0 95 ,2 88 0 88 3 100 0 100 1 •7 • ' _ — 2 EBS Engineering,Ins. • 95 0 95 4 98 0 98 i 1 92 0 92 2 100 0 100 1 a 3 - CSA Central Inc. 96 0 56 1 89 0 89 1 a87- 0 87 4 100 0 100 1 10 4 Florida Technical Consultants, - - _ ,.., LLC 94 0 94 5 82 0 82 i 5 82 0 __ 82 5 94 0 94 5 20 5_ oIar+cw vac n roml.I To,0100011020r0 CaACeaea.i n 0 I O ERmna..r.c. 0 i 0 Fos F:gmvirgva •_ 0 1 0 rune regncalCen.Wru,LIE II 0 .Tr,.canCnuWr..Inc 0 I O FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. - • • Page 444 of 1637 • ATTACHMENT A ENGINEERING-MECHANICAL,ELECTRICAL,AND PLUMBING erQ mamma PROFESSIONAL ARCHITECTURAL AND ENGINEERINGSERVICES FOR C/PITALRENEWAL AND Llly Alvarez x Pilar Cataria n Elizabeth Eatevez c Francisco Garcia Low ' REPIACEDENT PROJECTS c c A99re9a1e - K — a Totals ; Qaaftative Quantitative Subtotal Qualitative I Quantitative Subtotal Qualitative 1 Quantitative Subtotal quallative Quantitative Subtotal •CSA Central,Inc. 95 0 95 1 96 0 96 1 89 0 89 2 ' 100 0 100 1 5 • Ross&Baruzzini.Inc. 95 0 95 1 95 0 95 2 92_ _0_i^92 1 —•100 0 100 • 1 5 _ 1 :3FM Engineering,Inc. 90 0 90 3 94 0 94 3 — 88 0 88 3 98 0 r 98 4 I 13 _ •••3 JUCI Engineering.Inc. 90 0 90 3 90 0 90 4 88 0 86 4 98 0 -j— 99 3 I 14 4 • • Prom..• Vlvrarfa Feat. N•I Ovauvlb CEI=ZIEMIM:11= .. ceaa_Me. a lae.omn Fs --- 0 I' uor�:yxHr< a a . FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • Page 445 of 1637 • • • ATTACHMENT A . ENGINEERING-STRUCTURAL ---.. .. ---—. .RF07a18141419 PROFESSIONAL ° ORALAN9Ex'1xEERmc $ Filler CautIn a w a Law . eli! Alvarez Elizabeth Estevez Francesco GarciaSERACESPOi CAPITAL RENEWAL AND Aggregate CREPtAtEUENEPROACTS Ai C � ni ¢ _._ . ..._._..__..__tY Totals Qualitative Quantitative Subtotal Qualitative quantitative Subtotal i DusBtative I Quantitative" Subtotal qua9tefive� Quantitative Subtotal 305 Consulbng Engineers.LLC 95 5 100 1' 88 5 93 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__ 1002 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, ••• --• - -• _••— - _J Inc. 95 0 95 1 84 0 84 5 89 0 89 2 i 98 0 98 .4 14 4 UCI Engineering,Inc- _ 94 0 94 5 91 0 91 3• 87 0 87 3 940 94 5 i 16 5 1 Diaz.Cement).Seoul 8 _..I... Partners,Inc, 92 0 92 6 81 0 81 6 75 0 75 : 6 92 0 _ 92 8 L 24 "8J rnopeor w,....•6 re:.lr rWtCW.nnes.. 105 Cmcwm byatn.OLC I a I CESCtre.11nS.mt. a , 0 1 nw.CY,rd.3.4010Ow,. 0 0 Farn Fr9•o^o3 romp Cooper 0 0 _ . LPs Faprwmq Inc ----��-- - Muer Comfort;Cgoev..0e -• -• ••--a 0 I FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • LI • Page 446 of 1637 ATTACHMENT A INTERIOR DESIGN!SPACE PLANNING • RP2201tF141•ND PROFESSIONAL AACNITECTURALANDENGINESAM a — ---... a Low 1.5 mLily Alvarez c PitarCaurin ` Elizabeth Estevez • ` Francisco Garcia SERVICESFORGIPIIALROASVAL AND x :x YREPLACENEIR PROJECTS rpec fst° Aggregate zi2 Totals k. I' Qualitative Quantitative Subtotal , Qualitative quantlative t Subtotal I Qualitative i Quantitative . Subtotal Qualitative 1 Quantitative Subtotal I TGA..0 Design Groep. — — — Incorporated 95 0 95 1 93__--- 0 93 1 93 0__•-•_____-93 - 1 13Q 1 0 I 100 _ 1 s-_ t MC Designers,Inc. j93 0 93 2 __ 87 0 87 2 89 0 89 _• 2 98 0 98 •— I2 1 812_ ...' fi¢e:!!!!!!'ii:ii:if.Ji OwW,Mrrob6. • • ... • aa,...... mimeoPOI. Taal Oa2 a. ) . TSF01Mrg0Gap I apoMid 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. f .r Page 447 of 1637 ATTACHMENT A SURVEYING - RFti1011/41•NO PROFESSIONAL •_. - - _ ARGIRECNRAL ANTI ENGINEERING c c• c• e Low e SERVICES FCRCAPRALRENEWAL AND Lily Alvarez ac Pilar Caurin c• Elizabeth Estevez Francisco Gd/Cls REPLACENEIR PROJECTS i a • ! I _ Ag Tor '9 to W i —.lY Qualitative Quantitative Subtotal Qualitative I Quantitative f Subtotal Qualitative Quantitative Subtotal 1 • Qualitative Quantitative Subtotal SThwebke-Shistn 8 Assoclalet;,Inc. _ 95 0 95 1 1 98 0 __.951 95 0 95 1 100 0 100 t 4 _ _I.1 FnR es 1 Yotwar1Pd1fl 1•Taal h1x jtMM n u.n-s ssu'pls.hs J FOR DISPLAY PURPOSES ONLY.FINAL.RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 448 of 1637 Ross Baruzzrnl 7200 NW 19`"Street,Suite 305 • Miami,Florida 33126 305.477.8338 October 2,2018 Ms.Natalia Delgado City of Miami Beach Procurement Department 1755 Meridian Avenue,3"'Floor Miami Beach,Florida 33139 RE: RFQ 2018-141-ND,Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects,Engineering—Mechanical,Electrical&Plumbing Dear Ms.Delgado and Members of the Selection Committee, This letter is a follow-up to our submission submitted to the City of Miami Beach on May 7 relative to On-Call Mechanical/Electrical/Plumbing (MEP) Engineering Services. We understand that Ross & Baruzzini is being considered as a candidate for award of the On-Call Contract. We wanted to inform the City of Miami Beach that our local resources have changed since we submitted our Proposal: • Our local office remains strong in the security,communications and technology disciplines and our firm will continue to offer these services form our local office. • We no longer have mechanical,electrical and plumbing(MEP)resources in our local office;but do have these resources within our headquarters in St.Louis. We remain interested in the contract relative to security,communications and technology focused projects;but without local MEP resources it may be in your best interest to consider firms with local MEP resources for projects that are MEP focused. We thought it best to inform the City of Miami Beach of this change in local resources since our submission and understand any ramifications relative to selection of firms for the contract. Respectfully, s. 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 h I /� /� I 'Ei\c H Procurement Department J �/ 1 /- I �/ , 1755 Meridian Ave, 3rd Floor,Miami Beach, Florida 33139 www.miamibeachfl.gov • • ADDENDUM NO.7 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April 18,2018 This Addendum to the above-referenced RFQ is issued.in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). 1, RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, May 7,2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • . • Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. No further questions will be considered. 2. RESPONSES TO QUESTIONS RECEIVED. • .Q1: The answer to Q17 states that the City already has a pool of professional surveyors and the City will -not consider adding this category to the list of.services. Under the Revised Statement of Work Required —Exhibit B (Revised Exhibit C), Surveying has been listed as a category of work. Please clarify whether surveying is included as a category in this RFQ proposal or not. Al: Please refer to Addendum No. 5, Exhibit B: Revised Appendix C, Minimum Requirements &Specifications, surveying has been added to the categories of work. •Any questions regarding this Addendum .should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office, at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential prop rs that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pr sp c ive Bidders"questionnaire with the reason(s)for not submitting a proposal. Sin -ly, • lex 2e,is Pro u -ment Director , RFQ No:2018-141-ND Addendum#7 4/18/2018 • f� /� I /�/� /� I [U E1C� Procurement Department I V I V 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 - I 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: • Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission.- Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pros ctive Bidders"questionnaire with the reason(s)for not submitting a proposal. n (ely, lex D ►'. Procurement Director RFQ No.2018-141-ND Addendum#6 • 4/16/2018 1 V 1 I i\ Y 1 I B EACHProcurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov - - i 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 MIAMI B E1Al2 H Procurement Department 1755 Meridian Ave,3id Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q4: Are the proposing firms required to submit sub-consultants to address all the service areas identified on p. 28 of Appendix C? A4: Proposers may but are not required to submit proposals for all categories of work stated within the RFQ. Proposals must be limited'to a single category of work. Those Proposers wishing to submit proposals for multiple categories of work must submit a separate proposal for each category. For example, if a Proposer wishes to submit a proposal • for Architecture-General AND for Engineering-Structural, the Proposer must submit a single • proposal for Architecture-General anda separate and distinct proposal for Engineering- Structural. • Proposals are not to include sub-consultants at this time.Proposals shall only be submitted • for the areas of work that will be completed by the submitting firm. • • Q5: Under"Experience and Qualifications of the Firm", you have asked for an SF330. Then, under • "Experience and Qualifications of the Team", you have asked, "A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract", The SF330 includes resumes. Are you looking for resumes to be included twice in two separate sections? • A5: Please refer to Exhibit A: Revised Section 0300,Submittal Instructions and Format: Q6: Under"Experience and Qualifications of the Team", you are asking for "Project Experience: For each architect and engineer, include information for three(3) relevant projects, performed in the last five years, for public or private sector clients."Does"architect and engineer' refer to each individual on the team,or rather to the firm as a whole?Projects are included in the SF330.Are you looking for • projects to be included twice in two separate sections? A6:- See response to item Q5 above. Q7: Do we have to submit info for both Tab 2 and Tab 3.or just Tab 2 since we are submitting as a firm and not as a Team? A7: See response to item Q4 above. Q8: In the RFQ, under the Format section, for Tab 2.2 (Qualifications of Proposing Firm), are we to use SF 330 section F to present this information? 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 1A1\ B E " CH Procurement Department 1755 Meridian , , 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? A11: 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 V In ` V AC Procurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www,miamibeachfl.gov Q17: Does the City already have a pool of Professional Surveyors? If not, will the City consider adding this category to the list of services? A17: The City already has a pool of Professional Surveyors. Hence, the City will not consider adding this category to the list of services. Q18: Mechanical, Electrical and Plumbing services are all grouped together, however there are many highly qualified firms that provide one and not all three of those services. Will the City consider • `. breaking each of these out into separate categories? A18: See response to item Q16 above. Q19: If the City will not break-out Mechanical, Electrical and Plumbing services into separate categories, will the City clarify if a firm that does not provide all three services in-house will preclude them from being eligible to submit. A19: "See response to item Q16 above. Q20: During the Pre-Proposal Conference it was stated that firms could submit individually or as a part of a team. Concerns were brought up by several of the participants and attendees that that structure would result in disadvantageous situations for the applicants. Seldom are projects, even the small ones,only the product of one sole discipline. Therefore, an applicant may be selected by the City as part of a 'pool', for example for.Landscape Architectural or Civil Engineering Services. If, for example, a project is then given to an Architect for a building renovation or annex that will also require landscape and civil work, and if that Architect's RFQ submittal included a Civil Engineer or Landscape Architect as a part of their 'team', then the contracted firm in the pool of qualified consultants selected by the City will not see the benefits of having submitted to perform any necessary intersecting services required as a part of the scope for that specific building renovation project. We think that the option to submit independently or as a part of a team may result in (a) bulking-up all the RFQ responses that will be received by the City to include both prime and consultant services•—which will make the task of an Apples-to-apples comparison by the evaluation committee very difficult — or it may (b) dissuade qualified applicants from submitting altogether because they have not formed the established relationships other 'teams' may have in place — ultimately reducing the options for qualified professionals available for the City to choose from and setting the City at a disadvantage. We would respectfully recommend that all responses be made solely for the primary in-house service offered and that the option to also submit as part of a team be eliminated. That way, each applicant will be solely evaluated based on that primary service they are providing. The City could request that each applicant could state what firms they have had past experiences with that provide what would be sub-consultant services in 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. - i RFQ No.2018-141-ND Addendum#5 4/13/2018 t\"\.I /� � /� I B E12!'�1f �/ , `'� 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 /\/\ /\/\i\ R /�I V �/"'�� 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q28: Would the City be able to provide a list of the firms that currently hold contracts and expiration date of those contracts? A28: The City currently does not have a contract for professional architectural and engineering services for capital renewal and replacement projects. Q29: Is the Architectural and Engineering Services for this RFQ associated with the cost less than $325,000? A29: Yes, this RFQ is for professional architectural and engineering services for capital renewal and replacement projects usually expected to cost less than$325,000.. Q30: Page 27 lists Engineering-Structural as a category Iwo times. Is another category of engineering required? A30: See response to item Q16 above. Q31: Please elaborate on the type of testing &inspection services required under the Master Agreement. A31: No testing or inspection services are required.See response to item Q16 above. Q32: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A32: See response to item Q4 above. Q33: Under which category(ies)does the following services fall under? • -Lab Testing -Soils&Geologic Studies, Foundations -Roofing Assessments, Replacements -Testing &Inspection Services A33: See response to item Q16 above. Soils & Geologic Studies, Foundations falls under the Engineering — Environmental Services and Testing category. Roofing Assessments, Replacements falls under the Architecture—General category. • Q34: Please provide information on what type of testing services are required for the Engineering- Environmental Services category. A34: Various, including, but not limited to: surveys for asbestos containing materials (or. ACM);lead based materials,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 V (An I B E1C H Procurement Department 1755 Meridian , ,Miami Beach, Florida 33139 . www.miamibeachfl.gov Q36: Page 12, TAB 2 reads 1.3.Should this be part of TAB 1 or TAB 2? A36: See response to item Q5 above. Q37: Under "SECTION 0300/SUBMITTAL INSTRUCTIONS AND FORMAT", please clarify where APPENDIX A, B, D&E are to be placed in RFQ Submittal package. A37: See response to item Q22 above. Appendix B is to be submitted if the Proposer has elected not to submit a proposal. Hence, it is not mentioned in Section 0300, Submittal Instructions and Format. Appendix D and E are not to be included in the proposal. Q38: Section 2.2(Qualifications of Proposing Firm) ask to submit information regarding experience on non-residential small projects, construction cost below 325,000. Is it possible to include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical like Deering Estate or Woman's Club at Coconut Grove? A38: Yes, when submitting information regarding experience you can include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical projects. Q39: For section 3.1.1 it seems to duplicate section 2.2.Are we to provide small projects in both sections? ' and are the projects supposed to be individual experience, firm experience or subconsultant experience? A39: Tab 3, Section 3.1 Qualifications of Proposing Firm, requests firm's history and relevant experience and proven track record of providing architecture or engineering . services, preferably to public sector agencies, for non-residential small projects. Tab 4, Section 4.1.1 Project Experience, requests the experience of the firm's individual team members on small projects as defined in Section 3.1. Proposals are not to include sub- • consultants at this time. Q40: Should the DUNS information required in Tab 2,3 be sent to you? A40: Not at this time. As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun&Bradstreet to submit a Supplier Qualifier Report(SQR)within three(3)days of request by the City. The Supplier Qualifier Report(SQR) • • shall be sent via email to nataliadeloadoanmiamibeachfl.gov. Q41: In,Section C2. Statement of Work Required(Page 27 of RFQ), could the City please clarify what the scope of items are for the Engineering—'Environmental Services and Testing category? A41: See response to item Q34 above. Q42: We would like to know how we should structure the proposal in regards to Tab 2(Page 12 of RFQ). Would the City like two tabs for#2, one in front of item 1.3 and one in front of item 2.1? • A42: See response to item Q5 above. • • RFQ No.2018-141-ND Addendum#5 4/13/2018 • Mf n n /� B �.�( Procurement Department I V 1 �� 1 1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q43: Are there any subs which may be excluded from participating on teams, as they may be on existing contracts with the City? A43: See response to item Q36 above. Q44: We understand that "testing," as it relates to geotechnical, laboratory services, and/or building materials testing, is included in the"Environmental—Environmental Services and Testing"category. Is this correct? If no,then what categories do each of the following services fall under? • Lab Testing • Soils&Geologic Studies, Foundations •• • Roofing Assessments, Replacements • Testing &Inspection Services • A44: See response to item Q33 above. Q45: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A45: See response to item Q32 above. • Q46: Page 27 lists"Engineering—Structural"as a category two times. Is another category of engineering required? A46: See response to item Q16 above. Q47: Who are the incumbents? A47: See response to item Q28 above. Q48: Page 12: Please confirm that the hard copy submittal requires tab label of "0400" or if it can be labeled as outlined in the Proposal format(Tab 1,Tab 2,etc.). A48: It is strongly recommended that the Proposals be organized and tabbed in accordance with Section 0300,Submittal Instructions and Format. • Q49: Page 13: Please clarify minimum required small projects of as minimum of three or five. A49: See response to item Q5 above. Q50: Page 13: Section 3.1.1. cites small projects as defined in 2.1. Please clarify that definition of small projects is per Section 2.2. A50: See response to item Q5 above. Q51: Where should we include Appendix A? A51: See response to item Q5 above. RFQ No.2018-141-ND . Addendum#5 4/13/2018 M I A 1 ( B E AC HProcurement Department 1755 Meridian Ave,3rd Floor, Miami Beach,Florida 33139 www.miamibeachfl.gov Q52: Regarding the proposal format, noticed that you have Tab 2 twice. Should the second Tab 2 be • changed to Tab 3 and so on.. A52: See response to item Q5 above. Q53: Could you please make clarification in reference to the requested structure of the response. On tab 2, section 2.1 is requesting the use of Standard Form 330. On this form, it is a requirement to show 10 projects that show qualification'of the firm and the key people involved (which is reflected in the matrix section G of the SF330). A53: See response to item Q5 above. ,Q54: On the "Submittal Instructions and Format" proposed by Miami Beach, is the information to be included in Tab 2#2.2"Qualifications of Proposing Firm"the Form 330 Section E or Section F from • Form 330? Section E lists 5 relevant projects to be entered in that section while we are required to submit three (3) Section F "Example Projects" as per Tab 3 on the "Submittal Instructions and Format"proposed by Miami Beach. A54: Tab 3 Section 3.1 requests the Qualifications of the Proposing Firm. Form 330 Section E and F make reference to the key personnel and team. Q55: Regarding Form 330 Section F, I understand we need to submit three (3) small projects relevant to the category of work for this proposal/RFQ (Three (3) small projects are specified in Tab 3 on the "Submittal Instructions and Format" proposed by Miami Beach). Is Section F the same information that is specified to be included in Tab 3 on the "Submittal Instructions and Format" proposed by Miami Beach? If so, do I place a copy of those three(3)Section F example projects together with the Form 330 in Tab 2 and another copy of the Section F three(3)small projects in Tab 3 as well? • A55: See response to item Q5 above. • Any questions regarding this Addendum should be submitted in writing to the Procurement Management • Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov . Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si;rely, Al•x D-. +curement Director • RFQ No.2018-141-ND ' Addendum#5 4/13/2018 . i I tv\ IAI ®CAC H Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov Exhibit A Revised Section 0300, Submittal Instructions and Format • • RFQ No.2018-141-ND Addendum#5 4/13/2018 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. • 112 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 1. 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. Retevant 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. Foreach 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 . ......... . ..7 _,m...„,a,ti..r MIAMI BEACH from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/Su ppllerPortal?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). • • • • • I RFQ 2018-141-ND MI A /1I B E1Ac F-I Procurement Department V 1 V 1755 Meridian Ave,3r Floor, Miami Beach, Florida 33139 • www.miamibeachfl.gov • Exhibit B F . 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. ArchitectslEngineers. 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 fess than the amount established in Category 5, Section 287.017, Florida Statutes (currently$325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes(currently$35,000 or as amended by law).. • The categories of work shall include: •Architecture—General • •Architecture—Landscape •Engineering—Environmental Services and Testing •Engineering—Mechanical,Electrical &Plumbing •Engineering—Electrical , •Engineering—Plumbing ' •Engineering-Mechanical •Engineering—Structural •Engineering—Civil • Interior Design I Space Planning •LEED Commissioning •Surveying • The Administration will negotiate with a consultant(s)deemed to best qualified for the project based on an hourly rate (see Appendix E) or on a negotiated lump sum basis per project. If agreement is reached with the consultant for a specific project, a Consultant Service Order(CSO) will be issued, along with a Purchase Order(PO). No work is authorized, nor shall the City be liable for payment, until the CSO and PO are issued. The select consultant will be required to perform the • architectural and engineering services in accordance with the Master Agreement(Appendix E) and the CSO.The highest professional standards shall be utilized for all work. RFQ 2018-141-ND •27 The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO. The City may reject the use of any sub-consultant. • The services-authorized under the resulting Master Agreement, include(but are not limited to): •• Acoustics,Noise Abatement • Fire Protection • Air Pollution Control • Healing;Ventilating;Air Conditioning • Auditoriums and Theaters • Interior Design;Space Planning • Automation;Controls;Instrumentation • Irrigation;Drainage • .Boundary Survey • Landscape Architecture • Codes;Standards;Ordinances • Lighting(Interior,Display,Theater,etc.) • • Communications Systems;TV;Microwave • Lighting(Exterior,Streets,Memorials,Athletic Fields, • Conceptual Studies etc.) • . Construction Administration • Plumbing and Piping Design • Cost Estimating • Recreation Facilities(Parks,Marinas,etc.) • Energy Conservation/Energy Sources • Rehabilitation, Remodel, Renovate (Buildings, • Electrical Structures,Facilities,etc.) • General Environmental Services: • Safety Engineering;Accident Studies;OSHA Studies • o Environmental Assessments • Security Systems;Intruder&Smoke Detection o Air and Water quality testing and • Soils&Geologic Studies;Foundations monitoring . • Storage Tank Repair and Monitoring . o Environmental sustainabillty planning • Structural Design;Special Structures services • Surveying,Mapping,GIS,and other services: o Environmental •support services to • Platting;Mapping;Flood Plain Studies achieve and maintain regulatory • Roofing Assessments,Replacements compliance • Swimming Pools • Contamination Assessment: • Topographical Survey • o Environmental Site Assessments • Urban Renewals;Community Development o Oversee and coordinate remedlation • Value Analysis;Life-Cycling Costing project • Any other professional services normally considered . o Preparation of sampling and remediation under the disciplines of architecture and engineering. plans and other related documents • Improve Building Performance o Other associated tasks related to ••• regulatory compliance • The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes, as well as any other applicable law or regulation. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach with all applicable local,state and federal regulations. C3.Term of Contract: It is expected that any resulting agreement shall be valid for a term of three (3) years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance. C4.Fee Standards: For determination of project fees the City will use the Design Professional Fee Guidelines for "Basic" Architectural and Engineering Services available at https://fp.state.fl.us/docs/DMSAEFeeGuidedefin ition.asp RFQ 2018-141—ND 28 ` I V I A I B EAC H Procurement Department 1755 Meridian , ,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, 3`d Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@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, p \ AxDes A rocu ent Director •• • RFQ No.2018-141-ND Addendum#3 ) 4/11/2018 • MIAProcurement Department Il/ V/� (1 I 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) March 28,2018 •This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, • April 16,2018,at the following location: • City of Miami Beach . Procurement Department 1755 Meridian Avenue, 3`d Floor ' Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned'to plan sufficient time to allow ' for traffic or other delays for which.the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prosp- ' : Bidders"questionnaire with the reason(s)for not submitting a proposal. c:re 4 4..„,..kei '4Z:lt 1;r- is 60,� 0 urement Director ' RFQ No.2018-141-ND Addendum#3 3/28/2018 • Y IA A I B EA1H 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. - J 1. ATTACHMENTS: • ,) Exhibit A: Pre-Proposal Meeting Sign-In Sheet - . • A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at i RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadeigado@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. ' c•rely, r Ale Innis �" Pri' ement Director • I . • RFQ No.2018-141-ND Addendum#2 ' 3/6/2018 I - n ( B EA"" Procurement Department 1700 Convention Center , Miami Beach, Florida 33139 www.miamibeachfl.gov Exhibit A • Pre-Proposal Meeting Sign-In Sheet • RFQ No.2018-141-ND Addendum#2 3/6/2018 . .. MIAM1BEACH 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 4i:NMIX1**10: tk4I:114410Y4100:1441418t'l'' ‘,P'?-;1‘..,‘‘%4Ad0;44,4:,4'.,Z,i,,Aviai lap 1,A,N110...41,4 Lik 0,3,,, ,,ittl.(ntSAIV,>.,a 'a dli.ANOMMAgillitilii;sititigkot"' i Natalia Delgado Procurement-CMB 305-673-7000 nataliadelgado@miamibeachfl.gov Ext.6263 - p, .'ae-Ti l's•ais-r.4*.a.- -t,.i, s CP 11":&..... 1244 01,#1. 4.1.1 X 2-`5 1 VaVfi L- .'....a ,... 4 ' - -- l• K. ea) oye-c ...,,\, . ,•„v_r 0 4 a. ,sca e.L a.z 915.0 x4- '342. _riiiill-C11111111 a. 3 - - rm./I, bougon, -Pc1-.q blockm;avvii. DSzoo co se_s 1 4M11 E.X-i-. 10 5 - - - c-ViK6 tArlaq ilz, 0s,i14+Isrk . ViglItt 6442C-4 r-, 6R016,6AgeforieCus%,600 ai- ti7-0 .loortp,,_ Il ova C(211 mita_ slIve4Av.A.EIA , , , , 0 A fi :- . .,. . , rr'1,0 64'16 11AvtA3-- *) so- (-04k, 1 - ,a),,eze_ -Pro, c-scz). ,- :,..e rve—cLe4R, 26gi v 5° at-a Ari I.tri 0 -T Y 1.//7 -3.r r- _I C-,-.,,,,y/ ,- a."On,'do Lif,7-yit'H.col?, er. ici.SIce\ff.\ raw ii... e v. • 6 vmet tj Toledo -.secor\QA.1. fQ, ecr...SNevfNe . 3tS 1 is . - MIAMIBEACH CITY OF MIAMI BEACH, PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR 'CAPITAL RENEWAL AND REPLACEMENT PROJECTS ski x 0444414 M { i.. `4TH �i�a�i '1 , � ply fi d} 1 i ,...1.P020 ill X a' 1 ! 1� iKlit.E s$,�, I � °t. ),K, v,+ T ippp�555,�--'o,. '4 tri@ F" «., d x 9x1 �� s n :044 &,• :°�'1 rr,�&` p..�..T "V• Ear (phi L ;` R ktr Nit ll ypyg 8 ppi,g�'}s p :'4!:..4t,...,,: d I$a 1 .:!!3„ t"�;, ...7.7lilh •�,. E.r L�3-.�".�i.�1.. �S.r< [ilA.Nxsea: 1Yf v,vbe,'-, �Ia..:..a��+-�{ :5 �r&iL�:S:• :.".,11-4� A�'A 1�iJ,���.. '3 'h Dg$ 04Q-wears AND A- ctftrBT. _.. SHARtitttl SiI i tctZVE sbs1va'M. a'DR--elvc.cen.M -7-56-441-SIzp , b4 E-ng%rrrt= Act A1c1+tl�ee46 J4►c f ri -r - 3-441-6110 • karnl 4-0_b13-&06.eorn li'ei cR>( /vt ot`'Z C � M 00UE .A-/106-)44E-1 e,n► A€2 c c► , tc oak-,con4 3���r�L.��s F 1.I,45T -CaW 01,171\16 &-7,41,111W2--( Z,tCI-7g 11/3,72.60-S. 2- Jose e.64.00 1Gtnr .ca1{ V 1 CN-Df \I cabanA;a2 o9Dt}JI 0Genu:Ty.co 3° — 7A (,e.\?C 'V'Oka �v�l t�;�q �'nr3E5.047 I ra,z �es. FPAGlItA ra N l h A t1 t K► re))0-e{-}kt. -Or (9,50110797r l ,rt�ra�VuElairlilc-�•Y, �b13)Z6Z6�67 313 11E c11MfVE2._ i (j 9ES1()N (DecvP 305576, 5(0 SBE--DBE TSA() D %6N 6E-DB0 6 ecKsP , srnFYa Q"CsAGDFS Ic-,tu.00Ail DuLC- Gon,pa . soL-A2c4r , INC Sot_-AteG1-1, IaC. 3057400123 3057400718 be soL-ar- .cord �giry-e. ?0,‘..=;•-• 140( e-kt Pialo` 8a•-3 t°►-135z 0/ 6A(R7:9 '' f �� � S1� - t p9-c, [0M. 3Pg 6.G.N,�-rz3 .- ikgctia *all tee . w2T • Gt_► tS�j �t 0�-C—'4 �f JJ-4 L rrtc •3y�3�9p- . 2 N IAMI H . 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 d �� aar M S� +' a'+ qmq(az WA: p.�s 4 e "i �� (��+�-`�,E�1y2�+ FI�4 � ��'p�c �».�` i` ° "�"3 � R$ t r"y3� s d�.ii I ` o ''''14k a V,', kIll G}e CS :. ' %" �%3�i s"� . �r':i."x..1 3 �`M � I�`I1�� it4i1 3�3 'ifir')P 4 h . ''i' m ''1 n0M Y p ` " C,\.e.A.u6AcA. Lcxc i CIv,Ae Ewz— C\o:vw F}e.vat-8-e+ V-7 G 30 96-5Yq/j ✓05�f63' 7 zf pouSlcstE►orvipo-, Lattei of [7E. 1 Pou- Ls0 1-G.,dSCc.,j/JeD coi, . Sos-as 96$3 = 1 , a Nn • ' €i UJ• L ), pv, Letn1c 4 305.VD(0. k,Vl ee,(0:I1a41.1 frig, 17 It . A VQyo 6A A.kco S i-hoac-,1LG -al cCkK sodiOp '• 1 t ti 4r(L \1 S ei' )Ste,b23 ILKeR Uz( 1 GI'll 0z0A@�hcocp.Co�v1 3oT�2744005 3052.7f1507 Lucri5 TEgzA LoN 0s6) YARN-c050-6iglc-gg9-r16"1-1-11363 LlICA5.gAl iz st: -T toN, A A-G� g)0• cAizILe'la�Pr� Ow' Cacz2 5C< t-)iR �nr�kctrs C-2SYo aca-rreaooc5r-2e.eom 1°71 IckArz(Vic-1 6--/4 `rviinrDnmentce.l 5i61-bo/ (4i°3-)89G_ l'S3.3 i 8 22 Ghlezn �4tc/c4t�c� ._0,JifOcnmen� 1 �.0Ey 5/0 85i?szOS 6p�- NVL4rGI i-Fe c re P-/),- 50-3 "3 MIAMIBEACH BEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS jg��' i� �"��`d+°a t� � g�aa�; ,,:p.,51741, #�>,w .r�,� c:�� � .r � s a G �a'� ,t i� �,e E § � n ksi i iY�l '1'4 L &G 6t( �R i �5,Ei r.r ". ",a „, d ,' 'f e y�r p k .. 4 t z .i ._.a & .z,`;n tt�( •<�z-.'t _ti.,im' a..k'il.1 ..4t•!, VAI PTT�. .1,„,1 .�+ :.I�T,l a. ;;A s , &doCoiii fivA t 1 I irrL)giff5 ad0}4,@ gecuqLOrJ,i, Ciii4 4000 C l4f Ft&_,Soo S -5 C9, 1— 5rinorbPr b SID(woo-) •e!\'\-lr+-•ALSSoc;,A` es,C„Li'h c(— - , 05' .737"--6z{e �iui5 DCtv i 5 f u�v�ef��.uk o,J'-��" 5,lL<-54A -5556)S'..- 55�f Kai-R-QcaviS-eiVly t't�(l Ul wskvir.{011it ^,n��f �n t 7 -Zq$.!5'? ' .5.7 '9f3 $ EG4n0. �(i c�Y AE t elfe<-,Co e- -505_0134.22,12. gos tS--?-tso sor- -is-Yi50 eAnav A2r;0 ace.ccl--eller.Corn Ng`fQA .o-te(r..0 LAAKSren inQDtr (>n1..{' -s 1 KS, g . ,.(.a.d Su...0-1-•t X05 .6g9.$�'j1(o tJo-rRo 014A Ks.z.) -19fo.22q.2o(p I 4--i‘^A Kam bP2,{(Ca✓ OP 07rtsc41-12,1s ziZe, .. \1 c tgukt- ,. C@_xi,. i`, ,.c.,.64,,,v- ,y8---5�ib-28's-T 3�'-S 2 Rt ,;ed.) tt L.NR '1-eisKFuN o �AcNoe,�-cNc Ce, I dd_ 3o5-30-I12$ ,V.4:MeA c. M Me-dui/AA S I•CLLcipto-C.,. .Cori "bvtZ roeo riEY,st l i�7A 3D5 44io LIZ�1 Joss SAR losvc0 Ian 51tRtltE,.DTfle.-lbott ot,t‘EQ. N•CAH JC 10-5 m`-4- P0152)-€113 p-aEQ D—sf rte . ,Je—.5.0..4lG.Wil '.Z°9-13'1- r A i ri3fL—e j- /9055 bre-11 e Moss-(Arch,( ,,,, 365-7W-6677- G-,-..;,;p. .a02u-tt' --c(s �titl-3�.1$31 WUAN,N CSS' lucfan3a0.4\vc ccinrtec.I5-1,cyn' 4 MIAM B A H 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 ANDtREPLACEMENT PROJECTS �... -'�{ -71.141117:� R M A rureA?at4ti i 4;1 Y i u�t li i itfr_rF -t tr, i ,v 4•T .7..„,.. fig- k .. "?' : t t i" t .1 eil its u a r $ Rxti» if[i .1: ' I,Tr i� i,�s . Y '�a 10.04 INP 77h +,K frit 3x to t E i ti ! l Y-34,I,_,:3gy, .,, ,' `%::a.o,WIA¢',fi1D 1.,ES ' Tz + .y� I '" " 1 . 7•'1,n .ify �� W.•kA x.x�..r b ofiit., ., hiWN Olt FF.�-• � }�'W},iY3 W 50 101 N V1n7 �4►1242 ,S,Rn Ste►D . Patet --1'• .a a_A-S, 1-11c _ , \I\11111Qm +-neo L!n Wi'l1a-e.Q* `P.A - I i , -11c T-_,a, • . i • • \69._ssci rewlyi,„kyz_ ..vti. (-40. ,3„, _ 9 I . N00-3A f�.1 2 CP .e.\. s(2_ ,,-.R.(2.. \ova Consul.iuJ -, gm thm 1(44-- %� D.t,e,1tt� �� - tech t l2, P.Q, • • 21,-,,,,,r-N.. . aclatovue;-?. co\cl to 0-)eicp • . I iwl t(Q -s, C , �G.a' O ci tea" a 0.....`x, 2 . _. . . .. .. . . ... .... ., MIAMIBEACH . . . CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE February 27,2018 • _'. TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS . -"irl f':.,T,II:r::411.1444141407::415411-11"iii.P,iztil wr-f-A-:i , .,:emi,--- p ,- pr,;:g -4,v,,0,A„,,,k,„„4,4,,,,,,,,..i,,,,,.„,,,.„..,,,,,,,,„,,,, , ,,,"0,,,,,,,!..„,,,,,,lo,,,,,,,,, !, , .,,g,,,,,,,,m1,,toymalim.%,,vvvAn. gl'.'Z11',,;.;,!!` t,''lltaitill, Pc'' I'l Rill'il'-&lancoo2),-- c..... . • 3e-ost `F.-%-kepA on • a 5.50_,‘ct 4-e,s. ,-I-- C.1 1 _o__k_l_t, 1 -7--0- -ii--. . 1 Ehd, v.lai__01 . -kxp.2f); LW 1'S --- (---. • , I 4-e_o_5k-- ...1), P-Q-fniclod 0 That-CO -P-o_ ) i2-D (419-0_1\i 4Ce4-....s -NE 4•55.4.s4-0(N-4-- i. 0_1 co-e_s. . . .1 . , . . . ,- I • . , . ! 3 • NAM I BE /\ c Procurement Department i`"1, 1700 Convention.Center Drive, Miami Beach, Florida 33139 www,miamibeachfl.gov • ADDENDUM NO.-1 . REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) February 26,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The RFQ is amended in the following particulars only. • 1. REVISION: Section 0200— Instructions to Respondents & General Conditions, 5. Pre-Proposal Meeting or Site Visit(s) on page 4 of the RFQ, is hereby amended as follows. (deletions are shown by strikethrough and • _ _. additions_are_underlined).:__._.- ___ _ . . Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers Interested in participating.in the Pre-Proposal Submission Meeting via telephone must follow these steps: • (1)Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2)Enter the MEETING NUMBER: 1142644 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. Any questions regarding this Addendum should be submitted in writing to the Procurement Management • Department to the attention of the individual named below, with a copy to the City Clerk's Office •at •• RafaelGranado@miamibeachfl.gov • Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 .nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt 'of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s).for not submitting a proposal. • • ly, ex De, 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 REQ 2018-141-ND • RFQ ISSUANCE DATE:.FEBRUARY 15,2018 RESPONSES DUE: APRIL 2, 2018 ©3:00 PM ISSUED BY: NATALIA DELGADO MIAMIBEACH , PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3RD Floor; Miami Beach, FL. 33.1.39 305.673.74901 www.miamibeachfl.gov .MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400- EVALUATION PROCESS • - - 15 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO BID" FORM 24 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 26 APPENDIX D INSURANCE REQUIREMENTS 29 APPENDIX E SAMPLE CONTRACT 31 APPENDIX F STANDARD FORM 330 62 • 1 RFQ 2018-141-ND 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1.GENERAL.This Request for Qualifications(RFQ)is issued by the City of Miami Beach, Florida(the"City"), as the means for prospective Proposer to submit their qualifications, proposed scopes-of work.and cost Proposals (the "proposal") to the City for the City's consideration as an option; in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms,conditions and obligations of the Proposer and,subsequently,the successful proposer(s) (the"contractor[sj")if this RFQ results in an award. _ __ _.___ The-City utilizes PublicPurchase-(www.oublicnurchase.com) for-automatic-notification_of_competitive . opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital Renewal and Replacement Program (the "CRR,Program"). The intent of the CRR Program is to provide funding a proactive renewal and replacement of the City's facilities and the systems within those facilities (e.g., HVAC, roofs, fire safety systems,.etc). The CRR is also used for approved for small repair,remodel or renovation projects,usually expected to cost less than$325,000.The average value of the current CRR Projects is approximately$158,000, but can be as low as$25,000 or less. In addition to CRR projects,award(s)of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is. applicable to the selection of professional services consultants (architecture, professional engineering,\landscape architecture, or registered surveying and mapping) by public agencies for projects valued up to the amount established in Category 5, Section 287.017, Florida Statutes (currently$325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category:2, Section 287.017, Florida Statutes (currently$35,000 or as amended by law).THEREFORE,CCNA IS NOT APPLICABLE TO THIS RFQ. In order to maximize the cost effectiveness of small projects, through this RFQ the City seeks to establish a pool of qualified architectural and engineering consultants for thoseprojects 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 i\ firms with sufficient experience in small projects. 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: . Solicitation Issued FEBRUARY 15,20.18 Pre-Submittal Meeting FEBRUARY 27,2018 @ 10:00AM EST Deadline for Receipt of Questions,' MARCH'23,2018 @ 5:00 PM EST Responses Due APRIL 2,2018 @ 3:00 PM EST Evaluation Committee Review TBD RFQ 2018-141-ND 3 MIAMI BEACH Proposer Presentations(if deemed necessary) TBD Tentative Commission Approval TBD 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing,with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranadono.miamibeachfi.Qov ; or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. AII questions or requests for clarification must be received no later than tett (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 , 305.673/000 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: j (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. ' I 6. PRE-PROPOSAL. INTERPRETATIONS. Oral information or responses to questions received by prospective Proposersare 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 PublicPurchaseto assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to,and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as 'codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of RFQ 2018-141-ND 4 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/city-hall/procurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2.486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES --- -CITY CODE SECTION-2488. • 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 public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10.COMPLIANCE WITH THE CITY'S LOBBYIST LAWS.This RFQ is subject to,and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses,in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with,the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the.City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the,City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are compliedwith, and shall be subjectto any and all sanctions, as prescribed'therein, including disqualification of their responses,in the event of such non-compliance.. 13.CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879,the Proposer shall adopt a Code of Business Ethics ("Code")and submit that Code to the Procurement Department with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including,among others,the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 14.AMERICAN WITH DISABILITIES ACT(ADA). Call 305-673=7490 to request material in accessible format; sign RFQ 2018-141-ND I 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 Ordinance shall be barred. 17. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as team members. 18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374,the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The,final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into'consideration Miami Beach City Code Section 2-369,including the following considerations: (1)The ability,capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character,integrity, reputation,judgment,experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also,at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected.Proposer. Notwithstanding the preceding, the City is in noway 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 any time until and unless an Agreement has been agreed to;approved by the City;;and executed by the parties. RFQ 2018-141-ND 6 MIAMI BEACH 21. POSTPONEMENT/CANCELLATION/ACCEPTANCEIREJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses;re-advertise this RFQ; postpone or cancel, at any time,this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120)calendar days after proposal opening date.A proposer may withdraw its proposal after expiration of one hundred twenty(120)calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations,as it deems necessary, to ascertain:all conditions and_requirements_affecting-the full performance-of_the_contract__Ignorance of-such-.conditions and requirements, --- -------------- and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23.COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer,and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY.- In compliance with Chapter 442, Florida Statutes,, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an,affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during'the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from:all Federal Excise and State taxes. 27. MISTAKES. Proposers 'are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing,and all instructions pertaining to the goods and services 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 MIAM 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_damages-by the City and_may_be-grounds-for_removingtheProposerfrom the City's vendor-list -- — ---— ---- ; - _ _ I 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 theterm 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 incompliance 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, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status,and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City,,including:. ! A.Pre-award inspection of the 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 awardeda contract under the terms and conditions of this solicitation. RFQ 2018-141-ND 8 MIAMI BEACH D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practicesin 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 thequality, 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 inresponse to the solicitation. 40.INDEMNIFICATION.The Proposer shall'indemnify and hold harmless the City and its officers,employees,agents and instrumentalities from any and all liability, losses or damages, including attorney's feesand costs of defense, which the.City or its officers, employees, agents or instrumentalities may incur as a result of claims,demands,,suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith,andshall investigate and defend all claims,suits or actions of any kind or nature in the name of the City,where applicable,including appellate proceedings,and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance 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 MIAMI BEACH stated termination date for,a period of up to 120 days in the event that a subsequent contract has not yet been awarded.Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including,without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s.24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening, of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public • agency_in order_to_perform the.services.(b)_provide_the public_with access_to.public records_on the same_terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possessionof 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 employeewho owns, either directly or indirectly, an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATIONIWITHDRAWALS OF PROPOSALS..A Proposer may submit.a modified Proposal to replace all or any portion of a previously submitted Proposal up until theProposal due date and time. Modifications received after the Proposal due date andtime will not be considered.. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date,or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date,and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ,and outline what,if any,alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject 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 20.18-141-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 specificgoods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than _$50,000),_may_require_additional items_to.be_added_,to the Contract.which-are._required-to_complete_the_work._When_ additional items are required to be added to the Contract, awarded vendor(s), asapplicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quotes) 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 J RFQ 2018-141-ND 11 MIAN\I 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 or the envelope or container in which the proposal is submitted: solicitation number,solicitation title, proposer name, proposer return address. Proposals received electronically, either through email or facsimile,are not acceptable and will be rejected. -2.-LATE PROPOSALS.Proposals are to be received:on or before the due date-established-herein-for the-receipt of - - - proposals. Any proposal received after the deadline established for receipt of Proposals will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays,natural or otherwise. 3. PROPOSAL FORMAT. In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of Proposals, it is strongly recommended that Proposals be organized and tabbed in accordance with the sections and manner specified below.Hard copy submittal should be tabbed0400 as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non-responsive and will not be considered. TAB 1 . 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 , Minimum Requirements 1.3 Minimum Qualifications Requirements'. Submit verifiable information documenting compliance with the minimum qualificationsrequirements established in Appendix C Minimum Requirements and Specifications,including a) Architect / Enaineerino 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 j 2.1 Standard Form 330.The proposing firm shall submit a completed Standard From 330 (attached). No proposal will be considered without;this required form. In addition to experience and qualifications considerations,the City may use RFQ 2018-141-ND 12 MIAMI BEACH this information to consider the firm's previous and current workload. 2.2 Qualifications of Proposing Firm.Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies, for non- residential small projects (construction costs below$325,000 and planning/studies below$35,000)..Submit at least five (5)small projects relevant to the category of work for which the proposal has been submitted, performed in the last five (5)years as evidence of requested experience, preferably to public sector agencies. For each small project submitted, the following is required: - • project name, • project description, • agency/client name, • agency/client contact, • contact telephone&email, • and year(s)and term of engagement. 2.3 Financial Capacity. Following the bid opening and at the request of the City proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report(SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt,,by the City,of the SQR directly from Dun&Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at: httos://suDolierportal.dnb.comlwebaoo/wcs/storeslservletlSuoolierPortal?storeld=11696 Proposals are responsible for the accuracy of the informationcontained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. 2.3.1 Audited Financial Statements. In lieu of a D & B SQR, the Proposer may submit its latest audited . financial statements which must be dated.December 31,2014 or later. TAB 3: . 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 onthe 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 201.8-141-ND 13 ( MIAMI BEACH Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action,, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years)." ( RFQ 2018-141-ND 14 MIAMI BEACH SECTION 0400 PROPOSALS EVALUATION 1. Evaluation Committee.An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It 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 - - -- to make a-recommendation to the-City Commission.Commission.-In-the-event thatonlyone responsive proposal is received,_the_ City Manager, after determination that the sole responsive proposal materially meets the requirements of the_RFP,. may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the.Department of Procurement Management.An Evaluation Committee,appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step 1i-Qualitative Criteria ' 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 - Maximum Points — — Veterans Preference 5 • 1 _TOTAL AVAILABLE STEP 2 POINTS - 5 RFQ 2018-14,1–ND 15 1 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 '',''.=a-ommittee''1 Ste.2 Points 22 15 12 Member 1 Total 104 91 92 ,.. „Rank. :`,-,:',:•'.,'',.-,',-- . ,.,,71.1 '...,.::?., ..'.:.,'"?...-3'; .,._, ,'.t, ;,,2'. ; Ste. 1 Points 79 85 72 Committee,„{ Ste.2 Points 22 15 12 .:Membe_r .2 _ Total 101 100 84 ._ -Rank--=CONSEMENZ — =2 .. •. i—:'3= Ste. 1 Points 80 74 66 'Committee-; Ste.2 Points 22 15 12 ' Member-2 Total 102 89 78 t, ,:Rank ;e-. ,;. ,..:1 '..",:,,-,;:' i. ...`.,-2 , '..,. !3 .. Low Aggregate Score. ,`! ` ' `. 3 - 7 . 8 Final Ranking',' . : _ . . -- '1 2 . ' a * 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 2018-14.1—ND 16'. APPENDIX A \ � j MIAMIBEACH ResponseCertification , Questionnaire & { Requirements Affidavit RFQ No. 2018- 141 -ND • PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 17 Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES (FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact Tel: Email: NATALIA DELGADO 305.673.7000,Ext.6263 NATALIADELGADO a(MIAMIBEACHFI.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.prineipal 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. J , RFQ 2018-141—ND 18 - I 1. Veteran Owned Business.Is Pro oser claimin a veteran owned business status? LYES 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 often(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 whohas 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 theProposer,;to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at htto:llwww.miamibeachfi.aovlcity-hall/orocurementl RFQ 2018-141—ND 19 7. • - - - • _ . - . . , I0 - - -- - - ' - . • I .. • . benefits: 0 .. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees to the living wage requirement 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to.any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? 11.111 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 benefitsare provided to employees because they have a spouse or domesticpartner, 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 htto://www.miambeachfLaov/city halWorocurement/orocurement-related-ordinance-and= procedures/ RFQ 2018-141—ND 20 `t • 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 hot 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 ins.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 toCity 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. Ther 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 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 ncluding;without-limitation -theapplicant'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 acceptanceof 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_P_ublic Records_Laws; all responses, data andinformation_contained in__this_proposal, inclusive of.the_ Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: 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 inbehalf of the said corporation by authority of.its board of directors and acknowledged said • instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: } RFQ 2018-141—ND 23 APPENDIX B • MIAMI BEACH " 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 Nate: Ts important for those vendors who have received» notification of this solicitation but have decided not to respond,to complete and submit` the :attached "Statement of No Bid." The: "Statement of No Bid" provides , fhe City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations,bac the City. _ •RFQ 2018-141-ND 24 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S)CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond Specifications unclear or too restrictive _Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) { We do_do not_-want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: / CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: NATALIA DELGADO PROPOSALS#2018-141-ND 1755 Meridian Avenue, 3rd Floor MIAMI BEACH, FL 33139 RFQ 2018-141-ND 25 APPENDIX C • MiAMEAW 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' _ I RF.Q 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 berequired to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E)and the CSO..The highest professional standards shall be utilized for all work. • - I - I 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 Overseeand coordinate remediation • Topographical Survey project • Urban Renewals;Community Development o Preparation of sampling and remediation • Value Analysis;Life-Cycling Costing plans and other related documents • Any other professional services normally considered o Other associated tasks related to under the disciplines of architecture and engineering. regulatory compliance The selected architectural and/or engineering firms will be responsible for reviewingall 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 agreementshall 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://fp.state.fl.us/docs/DMSAEFeeGuidedefinition.aso RFQ 2018-141-ND 28 APPENDIX D MI 1AMi BEACH Insurance Requirements • RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL- AND ENGINEERING SERVICES FOR CAPITAL . RENEWAL AND REPLACEMENT PROJECTS • PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 iI RFQ 2018-141-ND 29 I}} 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 MIAMI B SAMPLE CONTRACT RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 31 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXX)000CXXX)000000000000 ( 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. I ` RFQ 2018-141-ND 33 r , TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 36 ARTICLE 2. BASIC SERVICES 40 ARTICLE 3.THE CITY'S RESPONSIBILITIES 45 ARTICLE 4. RESPONSIBILITY FOR.CONSTRUCTION COST 46 ARTICLE 5. ADDITIONAL SERVICES 48 ARTICLE 6. REIMBURSABLE EXPENSES 49 ARTICLE 7. COMPENSATION FOR SERVICES 49 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 50 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 50 ARTICLE 10. TERMINATION OF AGREEMENT 51 ARTICLE 11. INSURANCE 52 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 53 ARTICLE 13. ERRORS AND OMISSIONS 53 ARTICLE.14. LIMITATION OF LIABILITY.., 54 ARTICLE.15. NOTICE 54 ARTICLE 16. MISCELLANEOUS PROVISIONS...................... ............... 54 { RFQ 2018-141-ND 34 SCHEDULES: SCHEDULE A 58 SCHEDULE B 59 SCHEDULE C 61 ATTACHMENTS: ATTACHMENT_A ,/ Error!_Bookmark_not defined. ATTACHMENT B Error! Bookmark not defined. ATTACHMENT C Error! Bookmark not defined. ' I RFQ 2018-141--ND - 35 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH ll 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 j 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 (asdefined 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 governmentalbody 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 Consultanthas 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 jurisdictiongoverning the professional practice area for which the design professional has been engaged by City and who will perform ('or cause to be performed through Subconsultants acceptable to the City) all architectural, designand engineering services required under this Agreement and/or Consultant Service Order and will serve as the"architect of record"and/or"engineer of record"for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and 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 servicesin connection with the Project. The Subconsultants in Schedule"C", attached hereto, are hereby approved by the City Manager, RFQ '2018-141-ND 37 • I or designee(s), for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services)which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in the RFQ. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in -- -the Project,-or the method and manner of-performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Manager, or designee(s), CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all • exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean thelegally 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 setforth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the' Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance;.with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all.Applicable Laws and in accordance with the Contract Documents. RFQ 2018-141-ND - 38 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss 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 adverse effect on the Project, or on the.rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such • parties shall not have been able to avoid; provided, however, that inclement weather(except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. ! If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof.. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. • Proiect 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. • Proiect 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 theCity's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement(exclusive of those authorizations reserved to the City Manager, or designee(s), or City Commission under this Agreement,-or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together withall 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 1 Additional Services (as approved by the City), all as described in Schedule"A" hereto. SERVICES: "Services"shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the. Project other than Construction Cost including,. without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed-estimate prepared by Consultant in Construction Standard Index(CSI)format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall 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 receiptof a written Consultant Service Order signed by the City Manager, or designee(s), or the Project.Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws,whether now in effect or as may be amended,or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the, Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services(including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants andrepresents 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 forits 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 servicesfor 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 ofprofessional 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 shalldiligently 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, Cityprovided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests .for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting fromuntimely review taken by the City(or authorities having jurisdiction over the Project)to'approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice.stating the reason for the particular delay; the requested adjustment(i.e. extension). to the Project Schedule;and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the RFQ '2018-141-ND 41 Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted)shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required 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 designliability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance.. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the, City at'its expense) any or all parts of the Services and the Consultant shall fully cooperate 'in such review(s). Whenever others are requiredtoverify, 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 whichare 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 ina timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances,taking into account thetimelines 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 . I 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 asits project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of-Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager(as well as any replacement)shall be subject to the prior written approval of the City Manager, or designee(s), or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager, or designee(s), or his designee(i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager, or designee(s), or the Project.Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project( including,without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies),. any non-public information concerning the Services or the Project, without the prior written consent of the City Manager, or designee(s), or the Project Administrator, unless such disclosure is incident to the proper performanceof the Services; or the disclosure is required pursuant to Florida Public Records laws;, or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. . 2.15 The City and Consultant acknowledge that the Services, as described in the.Agreement and the Consultant Service Order,; do not delineate every detail and minor work task required to be performed by Consultant to'complete the work and/or services described and delineated under a Consultant Service.Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort, originally anticipated in the Consultant Service Order, then 'Consultant shall promptly notify the Project. Administrator, in writing, and "shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the a 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 alsobe deemed to,be withinthe 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 solerisk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. 'In addition, Consultant shall provide electronic'document,files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST,FACILITATE AND/OR PERFORM IN ANYWAY THE RFQ 2018-141-ND 43 - i 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 itsSubconsultants' 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 inany 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 causefor any increase incompensation to the Consultant for payment of the Services. RFQ 2018-141-ND 44 ARTICLE 3.THE CITY'S RESPONSIBILITIES 3.1 The City Manager, or designee(s), shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without. limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project 'Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract _ I 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 suchinformation 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, withoutlimitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant hasproperly remitted payment due to its Subconsultants orvendors). . . 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 the1 Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.6.4 The City Manager, or designee(s), may approve Contract Amendments. 3.6.5 The City Manager, or designee(s), may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating,to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.6.6 The City Manager, or designee(s), shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). L 3.7 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1. The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the 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'sConstruction Budget by more than fifteen.percent(1'5%);then the Project Administrator shall providenotice 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 i 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 Il Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+l-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 reasonableand 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 Projectas 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 thanten 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 withinten 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 besubject to prior City Commission approval_which, if granted at all, shall be at the sole and reasonable discretionof the'City Commission. The City Commissionshall have no obligation to approve an increase in the Construction Cost Budget and„ if such Construction Cost Budget is exceeded, .the City Commission may, at its sole and absolute discretion, terminate this Agreement (and'the remaining Services)without any further liability to the.City.. RFQ 2018-141-ND 47 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget;(2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services withoutany further liability to. the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. i ARTICLE 5. ADDITIONAL SERVICES -- - --- --- - - ----- ------------ 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of.the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto),with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed"shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed"amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets(and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents:. Making revisions to Construction Documents resulting in or from City-requested changes in Scope .of Work involving new program elements,when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action towhich the Consultant is not 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 tothose provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Bask=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 reporton theprogress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. - Except-as-specified herein,-services that-are-required-for-completion-of:the-Construction'Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the'Agreement."'Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the 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 totalhours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval.of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 'If requested, Consultant shall provide back-up for past and current invoices that records hours for all work(by employee category), and cost itemizations for Reimbursable Expenses (by category). • ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or designee(s),, or his/her authorized representatives, 'at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period'of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries.. Consultant shall also bind its Subconsultants to the requirements of this Article 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 copyrightto 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 Consultantin 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 authorized, as an Additional Service, to adapt copyrighted_ I_ 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 theperformance 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 Agreementis terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such.termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only beobligated to pay Consultant for those Services satisfactorily performed and acceptedprior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2:3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2,the.Consultant shall promptly assemble and deliver to the Project Administrator any RFQ 2018-141-ND 51 and all Project documents prepared (or caused to be, prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). TheCity 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 combinedsingle limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $100,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in 'any required insurance coverage.. All certificates and' endorsements shall contain this requirement. RFQ 2018-141-ND 52 11.4 The insurance must be furnished byan insurance company rated A:V or better, or its p y equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required. insurance policies.The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS • 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission; or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager, or designee(s),. The Project. Administrator's decision: on all claims, questions and disputes shall be final,, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable.. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager,,or designee(s),. The Project Administrator and the Consultant shall abide by the decision of the City Manager, or designee(s),. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. RFQ 2018-141-ND 53 ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any,such breach never exceeds the "not to exceed" amount of the .fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by.the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees _ that the City shall not be liable to Consultant for money damages.due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in.Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager, or designee(s),'s Office . City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: 'Jimmy L. Morales, City Manager, or designee(s), With a,copy to: City Manager, or designee(s),'s Office City of Miami Beach 1.700 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 bonafide 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 Proiect 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 publicrecords),,, 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 isperforming 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 arehandled, 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 signan agreement stating that they will not copy, duplicate, or distribute 'the documents RFQ 2018-141=ND •- 55 • • unless authorized by the City Manager, or designee(s),, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the. Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission'ssole 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 Consultantshall 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 ableto 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 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. 1.6.11 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. 1 I IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest .CITY OF MIAMI BEACH: CITY CLERK MAYOR Attest xxxxxxxxxxxxxxx Signature/Secretary Signature/President Print Name Print Name RFQ 2018-141-ND 57 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. . i 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: I, 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: $ I 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 • II RFQ 2018-141-ND 58 SCHEDULE B I� CONSULTANT COMPENSATION Schedule of Payments Planning Services* •$XXXXXXXX Design Services* $XXXX)(XXX Bidding.and Award_Services___._ _ $XXXXXXXX Construction Administration** $XXXXXXXX • Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. Inthe event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. RFQ 2018-141-ND 59 • { HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $1.16.15 Other) Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.1,5 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 $1-.16.15_.__._GIS_Specialist - - --$=_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 Parry 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 APPENDIX F MIAMI BEACH STANDARD 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 1 and 4 hours for Part 2)to read the Instructions,gather the facts,and answer the questions. Send only comments relating to our time estimate,Including suggestions for reducing this burden,or any other aspects of this collection of information to: General Services Administration,Regulatory Secretariat Division(MIN/JOB),1800 F Street,NW,Washington,DC 20405. PURPOSE DEFINITIONS Federal agencies use this form to obtain information from Architect-Engineer Services: Defined in FAR 2.101. architect-engineer(A-E)firms about their professional qualifications. Federal agencies select firms for A-E contracts on the basis of professional qualifications as required by 40 U.S.C. Branch Office: A geographically distinct place of business or chapter 11,Selection of Architects Engineers,and Part 36 of the subsidiary office of a firm that has a key role on the team. Federal Acquisition Regulation(FAR). Discipline: Primary technical capabilities of key personnel,as • The Selection of Architects and Engineers statute requires the evidenced by academic degree, professional registration, public announcement of requirements for A-E services(with certification,and/or extensive experience, some exceptions provided by other statutes),and the selection of at least three of the most highly qualified firms based on Firm: Defined In FAR 36.102. demonstrated competence and professional qualifications • according to specific criteria published in the announcement. Key Personnel: - Individuals who will have major contract • The Act then requires the negotiation of a contract at a fair and responsibilities and/or provide unusual or unique expertise. reasonable price starting first with the most highly qualified firm. The information used to evaluate firms is from this form and other SPECIFIC INSTRUCTIONS sources, including performance evaluations,any additional data • requested by the agency,and interviews with the most highly Part I-Contract-Specific Qualifications qualified firms and their references. Section A.Contract Information. • GENERAL INSTRUCTIONS 1. Title and Location. Enter the title and location of the • • • contract for which this form is being submitted,exactly as shown Part I presents the qualifications for a specific contract. in the public•announcement or agency request. Part II presents the general qualifications of a firm or a specific 2. Public Notice Date. Enter the posted date of the agency's branch office of a firm. Part II has two uses: notice on 'the Federal Business Opportunity website (FedBizOpps), other form of public announcement or agency 1. An A-E firm may submit Part II to the appropriate central, request for this contract. ' i 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 publicannouncement 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 li 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 it for each firm that will be part of Provide Information for a representative of the prime contractor the team propose d_foLa_specific.eontract.and.-submitted with-Parte- -----or--joint-venture-that'-the-agency—can--contact-for-addltiarral" " 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 toe public announcement for a`particular project. Carefully comply with any agency instructions when preparing and submitting this form. Be as concise as possible and provide only the information requested by the agency. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016)PAGE 1 OF INSTRUCTIONS ' • Prescribed by GSA-FAR(48 CFR)53.238-2(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 arty 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 i project and number consecutively. ' Complete this section for each key person who will I participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or i prime contractor or joint venture partner firms first.\The following contract, For an indefinite delivery contract,the location is the blocks must be completed for each resume: geographic scope of the contract. 12. Name. Self-explanatory. 22. Year Completed. Enter the year completed of the professional services(such as planning,engineering study, . 13. Role in this contract. Self-explanatory. design,or surveying),and/or the year completed of construction, if applicable. If any of the professional services or the construction projects are not complete,leave Year Completed • 14. Years Experience. Total years of relevant experienceblank and indicate the status in Brief Description of Project and (block 14a),and years of relevant experience with current firm, : Relevance to this Contract(block 24). but not necessarily the same branch office(block 14b). . 23a. Project Owner. Project owner or user,such as a 15. Firm Name and Location. Name,city and state of the government agency or installation,an institution,a corporation or firm where the person currently works,which must correspond private individual. with one of the firms(or branch office of a firm,if appropriate) • 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. 23c. Point of Contact Telephone Number. Self-explanatory. 17. Current Professional Registration. Provide information on current relevant professional registration(s)in a State or 24. Brief 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.8/2016) PAGE 2 OF INSTRUCTIONS 25. Firms from Section C Involved with this Project. Indicate 29. Example Projects Key. List the key numbers and titles of which firms(or branch offices,if appropriate)on the project team the example projects in the same order as they appear in Section were involved in the example project,and their roles. List in the F. same order as Section C. Section H. Additional Information. Section G. Key Personnel Participation in Example Projects. 30. Use this section to provide additional information This matrix is intended to graphically depict which key specifically requested by the agency or to address selection personnel identified in Section E worked on the example projects criteria that are not covered by the information provided in listed in Section F. Complete the following blocks(see example Sections A-G. below). Section I. Authorized Representative. • 26,and 27. Names of Key Personnel and Role in this Contract. List the names of the key personnel and their. 31,and 32. Signature of Authorized Representative and proposed roles in this contract in the same order as they appear Date. An authorized representative of a joint venture or the in Section E. prime contractor must sign and date the completed form. Signing attests that the information provided is current and 28. Example Projects Listed in Section F. In the column • factual,and that all firms on the proposed team agree to work on under each project key number(see block 29)and for each key the project. Joint ventures selected for negotiations must make • person,place an"X"under the project key number for available a statement of participation by a principal of each participation in the same or similar role. member of the joint venture. 33. Name and Title. Self-explanatory. •• fi 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.812016) PAGE 3 OF INSTRUCTIONS I Part II-General Qualifications See the"General Instructions"on page 1 for firms with branch 9. Employees by Discipline. Use the relevant disciplines and , Offices. Prepare Part II for the specific branch office seeking associated function codes shown at the end of these instructions work if the firm has branch offices. and list in the same numerical order. After the listed disciplines, write in any additional disciplines and leave the function code 1. Solicitation Number. If Part II is submitted for a specific blank. List no more than 20 disciplines. Group remaining contract,insert the agency's solicitation number and/or project employees under"Other Employees"in column b. Each person number,if applicable,exactly as shown in the public can be counted only once according to his/her primary function, announcement or agency request. If Part II is prepared for a firm(including all branch offices),enter the number of employees by disciplines in column c(1). If Part II 2a-2e. Firm(or Branch Office)Name and Address. Self- is prepared for a branch office,enter the number of employees explanatory. by discipline in column c(2)and for the firm in column c(1). • 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 i 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 thg same numerical order. After the listed experience categories,write in any unlisted I a,Type. Enter the type of ownership or legal structure of the relevant project experience categories and leave the profile firm(sole proprietor,partnership,corporation,joint venture,etc.). . codes blank. For each type of experience,enter the appropriate revenue index number to reflect the professional services b.Small Business Status. Refer to the North American revenues received annually(averaged over the last 5 years)by i Industry Classification System(NAICS)code in the public the firm or branch office for performing that type of work. A I 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 i example, Engineering Services(part of NAICS 541330), capabilities and types of work performed by the firm. However, Architectural Services(NAICS 541310),Surveying and Mapping do not double count the revenues received on a particular Services(NAICS 541370)). The small business categories and project. 1 the.internetwebsite for the NAICS codes appear in FAR part 19. Contact the requesting agency for any questions. Contact your 11. Annual Average Professional Services Revenues of Firm ; local U.S.Small Business Administration office for any questions for Last 3 Years. Complete this block for the firm or branch office ; regarding Business Status. for which this Partll is prepared. Enter the appropriate.revenue index numbers to reflect the professional services revenues 6a-6c. Point of Contact. Provide this Information for a received annually(averaged over the last 3 years)by the firm or • representative of the firm that the agency can contact for branch office. Indicate Federal work(performed directly for the I additional information. The representative must be empowered Federal Govemment,either as the prime contractor or 1 subcontractor),non-Federal work(all other domestic and foreign to speak on contractual and policy matters. ) work,including Federally-assisted projects),and the total. If the 7. Name of Firm. Enter the name of the firm if Part II Is firm has been in existence for less than 3 years,see the prepared for a branch office. definition for"Annual Receipts"under FAR 19.101. 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 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. STANDARD FORM 330(REV.812016) • PAGE 4 OF INSTRUCTIONS • List of Disciplines (Function,Codes) Code Description Code Description 01 Acoustical Engineer 32 Hydraulic Engineer 02 Administrative 33 Hydrographic Surveyor• 03 Aerial Photographer • 34 Hydrologist ' 04 Aeronautical Engineer 35 Industrial Engineer • 05 • Archeologist 36 Industrial Hygienist 06 Architect 37 Interior Designer 07 Biologist 38 Land Surveyor 08 CADD Technician 39 Landscape Architect • 09 Cartographer 40 Materials Engineer 10 Chemical Engineer 41 Materials•Handling Engineer 11 Chemist 42 Mechanical Engineer 12 CMI Engineer 43 Mining Engineer ( 13 Communications Engineer l 44 Oceanographer • 14 Computer Programmer 45 Photo Interpreter i 15 Construction Inspector 46 Photogrammetrist 16 Construction Manager 47 Planner: Urban/Reglonal 17 Corrosion Engineer 48 Project Manager 18 Cost Engineer/Estimator 49. Remote Sensing Specialist 1 19 Ecologist 50 Risk Assessor 1 20 Economist 51 Safety/Occupational Health Engineer 21 Electrical Engineer 52 Sanitary Engineer 22 Electronics Engineer 53 Scheduler 23 Environmental Engineer 54 Security Specialist 24 • Environmental Scientist 55 Soils Engineer I 25 Fire Protection Engineer 56 Specifications Writer i 26 Forensic Engineer 57 Structural Engineer ' 27 Foundation/Geotechnical Engineer 58 Technician/Analyst 28 Geodetic Surveyor 59 Toxicologist 29 Geographic InfarMation System Specialist 60 Transportation Engineer • 30 Geologist 61 Value Engineer 31 Health Facility Planner 62 Water Resources Engineer 1 . Ii . i • , ! I 1 I • STANDARD FORM 330(REV.8/2016) • PAGE 5 OF INSTRUCTIONS i List of Experience Categories (Profile Codes) Code Description Code Description , A01 Acoustics,Noise Abatement E01 Ecological&Archeological Investigations . A02 Aerial Photography;Airborne Data and Imagery E02 Educational Facilities;Classrooms Collection and Analysis E03 Electrical Studies and Design A03 Agricultural Development;Grain Storage;Farm Mechanization E04 Electronics A04 Air Pollution Control E05 Elevators;Escalators;People-Movers A05 Airports; Navaids;Airport Lighting;Aircraft Fueling E06 Embassies and Chanceries E07 Energy Conservation;New Energy Sources A06 Airports;Terminals and Hangars; Freight Handling E08 Engineering Economics A07 Arctic Facilities E09 Environmental Impact Studies, A08 Animal Facilities Assessments or Statements A09 Anti=Terrorism/Force Protection El0 Environmental and Natural Resource A10 Asbestos Abatement Mapping All Auditoriums&Theaters El1 Environmental Planning Al2 Automation;Controls; Instrumentation E12 Environmental Remediation r E13 Environmental Testing and Analysis • B01 Barracks;Dormitories B02 Bridges F01 Fallout Shelters;Blast-Resistant Design F02 Field Houses;Gyms;Stadiums CO1 Cartography . F03 Fire Protection ' I CO2 Cemeteries(Planning&Relocation) F04 Fisheries;Fish ladders F05 Forensic Engineering CO3 Charting:Nautical and Aeronautical F06 Forestry&Forest products C04 Chemical Processing&Storage . ' C05 Child Care/Development Facilities G01 Garages;Vehicle Maintenance Facilities; • C06 . Churches;ChapelsParking Decks C07 Coastal Engineering G02 Gas Systems(Propane;Natural,Etc.) CO8 Codes;Standards;Ordinances G03 Geodetic Surveying:Ground and Air-borne • C09 Cold Storage;Refrigeration and Fast Freeze G04 Geographic Information System Services: C10 Commercial Building (low rise);Shopping Centers Development Ahalysis,and Data Collection • C11 Community Facilities ; G05 Geospatial Data Conversion:Scanning, C12 Communications Systems;TV;Microwave Digitizing,Compilation,Attributing,Scribing, C13 Computer Facilities;Computer Service Drafting C14 Conservation and Resource Management G06 Graphic Design • / C15 Construction Management . • H01 Harbors;Jetties;Piers,Ship Terminal C16 I Construction Surveying Facilities ' C17 Corrosion Control;Cathodic Protection;Electrolysis H02 Hazardous Materials Handling and Storage 1 C18 . Cost Estimating;Cost Engineering and H03 Hazardous,Toxic,Radioactive Waste Analysis;Parametric Costing;Forecasting Remediation C19 Cryogenic FacilitiesH04 Heating;Ventilating;Air Conditioning H05 Health Systems Planning 001 Dams(Concrete;Arch) H06 Highrise;Air-Rights-Type Buildings 1 D02 Dams(Earth;Rock);Dikes;Levees H07 Highways; Streets;Airfield Paving;Parking Lots • 003 Desalinization(Process&Facilities) • 1-108 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,Mufti-Family; D07 Dining Halls;Clubs; RestaurantsApartments;Condominiums) • D08 Dredging Studies and Design H12 Hydraulics&Pneumatics H13 Hydrographlc Surveying • • 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 Microclimatology;Tropical Engineering Sot Safety Engineering;Accident Studies;OSHA M05 Military Design Standards Studies • M06 . Mining&Mineralogy .S02 Security Systems;Intruder&Smoke Detection • M07 Missile Facilities(Silos;.Fuels;Transport) S03 Seismic Designs&Studies ' MO8 Modular Systems Design;Pre-Fabricated Structures or SO4 Sewage Collection,Treatment and Disposal Components S05 Soils&Geologic Studies;Foundations S06 Solar Energy Utilization N01 .Naval Architecture;Off-Shore Platforms S07 Solid Wastes;Incineration;Landfill NO2 Navigation Structures; Locks ' SO8 Special Environments;Clean Rooms,Etc. NO3 • Nuclear Facilities;Nuclear Shielding ' S09 Structural Design;Special Structures • 001 Office Buildings; Industrial Parks S10 Surveying;Platting;Mapping; Flood 002 Oceanographic Engineering Plain Studies 003 Ordnance; Munitions;Special Weapons S11 Sustainable Design S12 Swimming Pools P01 Petroleum Exploration;Refining, •. S13. Storm Water Handling&Facilities P02 Petroleum and Fuel(Storage and Distribution) T01 Telephone Systems(Rural;Mobile;Intercom, P03 Photogrammetry Etc.) PO4 Pipelines(Cross-Country-Liquid&Gas) T02 Testing&Inspection Services- P05 Planning(Community, Regional,Areawide and State) T03 Traffic&Transportation Engineering P06 Planning(Site, Installation,and Project) T04 Topographic Surveying and Mapping 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) V01 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 • • i • I' . i • STANDARD FORM 330(REV.8/2016) PAGE 8 OF INSTRUCTIONS ARCHITECT - ENGINEER-QUALIFICATIONS PART I -CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and Slate) 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) - �zo 2 'F m° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT a a�� a. ! ❑CHECK IF BRANCH OFFICE ) b. ❑CHECK IF BRANCH OFFICE C. ❑CHECK IF BRANCH OFFICE d. ❑CHECK IF BRANCH OFFICE e. ❑CHECK IF BRANCH OFFICE f. ❑CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016) I i 1 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT - (Complete one Section E for each key person.) , 12. NAME 13. ROLE IN THIS.CONTRACT 14. YEARS EXPERIENCE a.TOTAL Ib.WITH CURRENT FIRM ' 15. FIRM NAME AND LOCATION (City and State) • I i 1 16, EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) i 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and Stale) (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)11TLE AND LOCATION(City and State) (2)YEAR COMPLETED • PROFESSIONAL SERVICES CONSTRUCTION(If applicable) b.(3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE 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,eta.)AND SPECIFIC ROLE • 0 Check If project performed with current firm C, I i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED ; PROFESSIONAL SERVICES CONSTRUCTION(If applicable) I 1 d.(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm 1 • I i I . 1 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) i I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm 1 e. i STANDARD FORM 330(REV.8/2016).PAGE 2 • i F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22. YEAR COMPLETED . PROFESSIONAL SERVICES CONSTRUCTION(If applicable) • • 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER 24.-BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope,size,and cost) II • • • • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE . a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. • (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • • C. ' (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. • { • (1)FIRM NAME (2)FIRM LOCATION(City and State) (3).ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • f. STANDARD FORM 330(REV.8/2016)PAGE 3 i G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT • (Fill In"Example Projects Key"section below before completing table. (From Section E,Block 12) (From Section E,Block 13) Place'7C"under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 I , I i I I I • i I . I 1 1 • I i . I • 1 I • i • I I • 1 1 • 29. EXAMPLE PROJECTS KEY I NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 6 7 1 2 , I 3 8 4 9 • 5 10 STANDARD FORM 330(REV. 812016)PAGE 4 • H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED, • . • • • • •• • • a 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 II-GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(or Branch Office)NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY,IDENTIFIER • 2b. STREET 5. OWNERSHIP a.TYPE 2c. CITY . 2d. STATE 2e. ZIP CODE b.SMALL BUSINESS STATUS Ga. 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 �. 10. PROFILE OF FIRM'S EXPERIENCE 9. EMPLOYEES BY DISCIPLINE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function G.Number of Employees a.Profile c.Revenue Index• Code b.Discipline • (1)FIRM (2)BRANCH Code b.Experience Number (see below) IJ • 1 I ' I 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 a.Federal Work 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b.Non-Federal Work 4. $500,000 to less than$1 million 9. $25 million to less than$50 million 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 12. AUTHORIZED REPRESENTATIVE• The foregoing is a statement of facts. a.SIGNATURE b.DATE `, c.NAME AND TITLE " STANDARD FORM 330(REV.8/2016)PAGE 6 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 36 Detail by FEI/EIN Number Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS J; 1111t D!`/151oi4 j 5 or9 c. r, pc yrz \rrI 1.01,U f10 T-+(,I(L't1/jrwi fif P[oriil(6 il'2fiSll_ Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number • Florida Profit Corporation EASTERN ENGINEERING GROUP COMPANY Filing Information Document Number P05000123048 FEI/EIN Number 61-1492162 Date Filed 09/07/2005 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 10/08/2009 Event Effective Date NONE Principal Address 3401 NW 82 AVE SUITE 370 DORAL, FL 33122 Changed:01/06/2011 • Mailing Address 3401 NW 82nd Ave Suite 370 • Doral, FL 33012 Changed: 01/06/2017 Registered Agent Name&Address TORRES, FERNANDO 14973 SW 22ND STREET MIAMI, FL 33185 Officer/Director Detail Name&Address Title PD LOPEZ, RAISSA R 14973 SW 22ND STREET MIAMI, FL 33185 Annual Reports http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inqui... 1/3/2019 Detail by FEI/EIN Number Page 2 of 2 Report Year Filed Date 2016 01/26/2016 2017 01/06/2017 2018 03/26/2018 Document Images 03/26/2018—ANNUAL REPORT View image in PDF format 01/06/2017—ANNUAL REPORT View image in PDF format 01/26/2016—ANNUAL REPORT View image in PDF format 01/08/2015—ANNUAL REPORT View image in PDF format 01/07/2014—ANNUAL REPORT View image in PDF format 01/02/2013—ANNUAL REPORT View image in PDF format 01/06/2012—ANNUAL REPORT View image in PDF format 01/06/2011—ANNUAL REPORT View image in PDF format 01/07/2010—ANNUAL REPORT View image in PDF format 10/08/2009—Amendment View image in PDF format 03/17/2009—ANNUAL REPORT View image in PDF format 11/24/2008—Amendment View image in PDF format 01/25/2008—ANNUAL REPORT View image in PDF format 02/05/2007—ANNUAL REPORT View image in PDF format 01/06/2006—ANNUAL REPORT View image in PDF format 09/07/2005—Domestic Profit View image in PDF format Florida Department of State,Division of Corporations • http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inqui... 1/3/2019 SUBMITTAL FOR RFQ 2018-141-ND Prime Proposer: Eastern Engineering Group. Location: 3401 NW 82ndAve Suite 370, Doral, FL 33122 Prime Proposer Representative: Raissa Lopez, 305-599-8133 Categories of Work: Engineering—Structural Raissa Lopez President ( APPENDIX A MIAMI BEI CH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2018-141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach,Florida 33139 RFQ 2018-141-ND 17 Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact Tet Email: NATALIA DELGADO 305.673.7000,Ext.6263 NATALIADELGADO ar?.MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification,Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must besubmitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Eastern Engineering Group NO.OF YEARS IN BUSINESS: 13 NO.OF YEARS IN BUSINESS LOCALLY: 13 NO.OF EMPLOYEES: 33 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10.YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 3401 NW 82nd Ave Suite 370, CITY: Doral STATE: Florida ZIP CODE: 33122 TELEPHONENO.: 305-599-8133 TOLL FREE NO.: n/a FAXNO.: •n/a FIRM LOCAL ADDRESS: 3401 NW 82nd Ave Suite. 370 CITY: Doral STATE: Florida ZIP CODE: 33122 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Rai ssa Lopez ACCOUNT REP TELEPHONE NO.: 305_999_8133 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: raissacseasterneg.corn FEDERAL TAX IDENTIFICATION NO.: 61-1492162 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._ = . •• -. �d. RFQ 2018-141—ND , 18 • 1. Veteran Owned Business.Is Pro ser 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 disdose 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 proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum,require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,avaitable,at httpJlwww.miamibeachfl.govlcity-hall/procurement! —___....._..:_.... RFQ 2018-141—ND 19 • 7. . ... '= employees-shall-be-paid-the required-living-wage rato, listed below; benefits: - - benefits: • benefits:. • . -. • •. . •- - - - .• - -:•••••. •:- ••:exed-anRuAl-f0E-Intiatten available-at-htteAwAwnianaibeash#l.evieity-hallinreeurereent/ 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 lime 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,whoare directly performing work on the contract within the City of Miami Beach.. A. Does your company provide or offer accessto 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 Sick Leave X Family Medical Leave x Bereavement Leave X • It 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 :r- 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 httn:llwww.miamibeachfl.aov/city-halllnrocurementlorocurement-related-ordinance-and- procedures/ RFQ 2018-141—ND 20 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from`time to:time,states that: a person or affiliate who has been placed on the,convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal or reply on a contract to provide any goods or services to a public entity,may:not submite-proposal, proposal,or reply oma 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 publicentity 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 itis 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 certifiesin 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 applicants criminal history until the applicant is given a conditional offer of employment (ii)prohibits advertising,of employment positions with a statement that anindividual 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 atthis time. By virtue of executing this affidavit, Proposer certifies thatit 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 maybe available at law and inequity. 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 toobtain and acknowledge receipt of all addenda may result in proposal disqualification. -- — —Initial to Confirm --- Initial to Confirm Initial to Confirm i - ^., ' Receipt __ Receipt Receipt ~' ' R.L Addendum 1 R•t. Addendum 6 Addendum 11 Addendum 7 Addendum 12' 'a Addendum 2 .,, , ,. ,.. _-_ .�- R.L Addendum 3 . Addendum 8 Addendum 13 R.4 Addendum 4 Addendum 9 Addendum 14 R'•L. Addendum 5 . ' Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover: • RFQ 2018-1411-ND 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City)for the recipient's.convenience. Any action taken by the City in response to Statement of Qualificationsmade 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 financialand 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 itsagents 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 themarket 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 theterms 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 Govemment-in-the-Sunshine Law, and all Statement,of Qualifications and supporting documentsshall 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. Iriahe event of any differences ii language between this Disclosure and Disclaimer and the'balarice°of the solicitation;.it is`understood that .. the provisions of;this Disclosure and Disclaimer shall,_always govern.The solicitation and any disputes.arising:from;.th&solicitation shall be governed by°andconstrued 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 solicitationand 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 thepublic 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: Raissa Lopez President Signature of Proposer's tho•ed Rep ntative: Date: • 4/30/2018 State of FLORIDA ) On this 30 day of April ,2018 personally appeared before me 126.:6%win who County of Miami Dade ) stated that.(s)he isthe President C of EEG ,a corporation,and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.Before me: Notary Public for the State of.Florida My Commission Expires:d4OLEj2O1:4, . now rvor' Notary Public State of Florida .-40. Sandra Gabriela Lopez o• My Commission FF 906523 ?ora°r Expires 08/0412019 RFQ 2018.-141-.ND 23 k iv, Florida Board of Professional Engineers ' ( 1 a 2639 North Monroe Street,Suite B-112 `' Tallahassee, FL 32303-5268 Eastern Engineering Group Company 3401 NW 82 AVENUE SUITE 370 MIAMI, FL 33122 Each licensee is solely responsible for notifying the Florida Board of Professional Engineers in writing the licensee's current address. Name changes require legal documentation showing name change. An original,a certified copy,or a duplicate of an original or certified copy of a document which shows the legal name �` change will be accepted unless there is a question about the authenticity of the document raised on its face,or because the genuineness of the document is uncertain,or because of another matter related to the application. At least 90 days prior to the expiration date shown on this license, a notice of renewal will be sent to your last known address. If you have not yet received your notice 60 days prior to the expiration date,please call(850)521-0500,or write,Florida Board of Professional Engineers, 2639 North.Monroe Street, Suite B-112,Tallahassee,FL 32303-5268 or e-mail: board@fbpe.org. Our website address is http://www.fbpe.org. Stat ' ;!. i.,-,a: ri a ,a • ,, d, , Boardm -4,R_ lo -s�siofa a k a , eery p - ' ' E.7- ,-, 1,. eR! ,� � 3 .cd'�. � vaY.www ? East 03,1.-4... la -ems ; a 0 I pany i • ,, ' •T .19 }�� c a:` - , - �; r 11 fi,ltOIUASDOFS IshM i ao _ ` a! Y a a,to offer engineering services to the public through a Profeasio1 al _�t, er 'j,�`:izi '*% nd'y Chapter 471,Florida Statutes. • P g "e---...2-a.:40'.01)- .. --4�r�,,-�, . CA Lie.No: Expiration: 2/28/2019 0 6 , Audit No: 228201900394 R , - ' 26655 4/30/2018 Related License.Information print all related licenses. � — Licensee Name: EASTERN ENGINEERING GROUP COMPANY Ucense Number: 26655 Rank: Certificate of Authorization License Expiration Date: 02/28/2019 Primary Status: Current Original Ucense Date: 10/12/2005 Related License Information License Number Status Related Party Relationship Type Relation Effective Date Rank Expiration Date 59399 Current,Active LOPEZ,RAISSA RAQUEL Engineer As Officer 10/12/2005 Professional Engineer 02/28/2019 https://W w snyfloridatiicense.com/relationList.asp2record cnt=1&Llcld=3186598&Lname=&datefrom=&LicNum=&dalelo=&Fname=&Category= 1/1 I t'` 1 ....... State of Florida_ Board of Professional Engineers 4_.,''....,642639 North Monroe Street,Suite B-112 '` ' Tallahassee,FL 32303-5268 • Raissa Raquel Lopez 3401 NW 82 AVE SUITE 370 MIAMI, FL 33122 NOTICE FI3PE no longer requires that continuing education • --- • ' - - • — be reported by the provider. Instead licenseeswill be subject to a random audit no more than every four(4) I years. If you arc selected for the random audit,you 4•r^`"' `� "`- must provide verification of one(1)hour of Florida ( Stat.eoi- :-Eior:i a laws and rules,one(1) hour of professional ethics,, 1� =.fi i i" ` ,. �i' four(4)hours,of area of practice and twelve(12)hours Board bf Professional Eiiginetrs in any topic pertaining to the practice,of engineering, t Gi r ' Atteststhat �'r ill it ,, t4 esti F ,. t>* ;$� i,- all taken prior to February 28,2017. (See s.471.017, 64,..,,,4,-,...„,-7,1 Raissaigaquel Lopez,�P,E ,�' Fl.Stat:) Any CE'hours taken after.February 28,2017 rt�?ti\: ii�'��--r . l_ e „� '�i will result in a$100 delinquent fee and your license '1 -1 n r,�`f"a : 4/30/2018 Related License Information print all related licenses. Licensee Name: LOPEZ,RAISSA RAQUEL License Number: 59399 Rank: Professional Engineer License Expiration Date: 02/28/2019 Primary Status: Current Original License Date: 01/14/2003 Secondary Status: Active Related License Information License Number Status Related Party Relationship Type Relation Effective Date Rank Expiration Date 26655 Current EASTERN ENGINEERING GROUP COMPANY Engineer As Officer 10/12/2005 Certificate of Authorization 02/28/2019 • r https://www.myfloridalicense.com/relationList.asp?record_cnt=1&Licld=2699608&Lname=8,datefrom=8LicNum=8,dateto=&Fname=&Category= 1/1 ( t yma '\ State of Florida . .-_t r Board of Professional Engineers 2639 North Monroe Street.Suite B-112 '"."�'` Tollohossee, FL 32303-5263 Gonzalo A.Paz 215 NW 33RD AVENUE MIAMI, FL 33125 _ NOTICE FBPE..no longer requires that continuing,education, _ __ _ _. . .-__. _ be reported by the provider. Instead licensees will be subject to a random audit no more than every four(4) 1years. If you arc selected for the random audit,you T,-,..f,-7-•::.:77,. .1.,...., must provide verification of one(1)hour of Florida (_ State o r Fiori a laws and rules,one(1)hour of professional ethics, i.t �:;:�; i,tij > �' is„ four(4)hours of area of practice and twelve(12) hours Boa iii)fof Professiontal Engineers in any topic pertainingto the practice of engineering, t <, ♦,t ry�,.At este that t-� ,P 1 all taken prior to February 28,:2017. (See s.471.017, (((;e=-',, G�{1r alo A.�P t , 5E -1j fir,' Fl.Stat.) Any CE:hours taken after February 28,2017 ti4" .k'r,iti ft x 7 b '�>,, .I. will result in a$100 delinquent fee and.your license } , Kf'+ n ',Yi i . e4 1 t Iz<, y^ Anwr being placed in a delinquent status until the additional I.aeeased a.a Profesllonal Enginoee.-t_under Cfiopler 471,Plortda Statutes fee is paid. S.pdW.a2/75801! +'�tirc;.�?.'':-vi==t-_l=i:`t!`• P.13.Lk.No: Malt MI 22ti201901p1 '`+:'aY:c±vt. - 734 I X3;2-7:t t.r,4.,,)„ �Y ' ^C0 Statfi • s . rida Boar oa1 Pro ssiona1 Eht i,nyeers iis, s�t_,.,�4 ,,!Attests that ,� 4 . 111 t '�4i' f' If,�.4 A •[,�,�+4t5 �$!'25'd Z j s pr#'.a ,�'1"'' /f�j��"`:. *, F.c')PE tt L I x +;'.c-y j t�t il'''''',:.e'$.. J// 4-‘°^V,'-',41 y tet. I I t)Itll)'HI) ltl)OI T-?* ,+ -.1 .F 1,i,.,, ''' ,-.il '''',.10..,:: .s late t S ll�a l�1.���l lh :'ter+-, )ta-:r o- Is licensed as a Profession ng elr t .e ,�Ch,a ter 471, Florida Statutes. Expiration: 2/28/2019 `-,41A,,:, ----..-=_14.. .10,W1.4%0/ r �4 =0 P.E.Lic.No: ;,v-gri - , s -; 60734 Audit No: 228201901438 RU ., 4/3012018 DBPR-PAZ,GONZALO A.,Professional Engineer 4:15:00 PM 4/3a2018 • Licensee Details • Licensee Information Name: PAZ,GONZALO A.(Primary Name) Main Address: 21S NW 33RD AVENUE MIAMI Florida 33125 County: DADE License Mailing: LicenseLocation: License Information License Type: Professional Engineer Rank: Prof Engineer License Number: 60734 Status: Current,Active Licensure Date: 01/13/2004 Expires: 02/28/2019 Special Qualifications Qualification Effective Civil 08/24/2004 Advanced Building Code 06/24/2016 Course Credit Alternate Names • View Related License Information View License Contpiaint 3801 Blair Stone Roor,Tallahassee Fd.32590::Email:Customer Contact Center::Customer Contact Center:850.487.1395: Tha State of Florida Is an"MESO emPlayer•C-5Rydeht 1007-7010 state or Florfd.,Etivacy Statement Under Florida law,mall addresses aro public records.If you do not want your email address released In response to a public-records request,do not send electronic mall to thle entity.Instead,contact the Office by phone or by traditional mall.If you have any questions,please contact 850.497.1395.•Pursuant to Section 455.275(1),Florida Statutes,effective October t,2012,licensees licensed under Chapter455,F.S.must provide the Department with an email address If they have one.The emalis provided may be used far ofhdat communication with the licensee.However email addresses are public record.If you.do not wish to supplya persona(address, please provide the Department with en emal address which can be made available to the pubilc. it haps://www myi)oridalicense.com/LicenseDetail.asp?SID=&id=A6D5FBB47E3CC3B316EE4385B881D8A8 . 1/1 ( State of Florida Board,or Professional Engineers i',.' - 2639 North Monroe Street,Suite 8-112 . Tallahassee, FL 32303-5268 • Alexis Martinez 7230 FAIRWAY DRIVE APT F17 MIAMI LAKES,, FL 33014 • _ NOTICE. FBPE no longer requires that continuing education „ _ _. be reported by the provider. Instead licensees will be subject.to a random audit no more than every four(4) I y i }rears. If you are selected for the randoim audit,you ( }� }. ,,�,y-t....- :47-5.-§1--•F ;,. �.. must provide.verifction of one(1)hour of Florida Sta l:e`1�2 01 � to L�d`a laws and rules,one(1) hour of professional ethics, v n four(4)hours of area of practice and twelve(12)hours tr t.t 4r1 i ,r �l `s Boa"c4'ii£ Professional Engineers in any topic pertaining to.the practice of engineering; a tis.,< r AttcatiNaas,s }�,its allall taken prior to February 28,2017. (See s.471.017, � r,Altxts•1Vfattinez }',E r t; Fl.Stat.) Any CE hours taken_after February 28,2017 t t {� k .n" Ii ` ti `'f1j Qt r �'y "� `'fie'' will result inn$100.delinquent fee:and your license t �; ,,<, r ;` ., A'LU - being placed in a delinquent status until the additional Is licensed as aProteesIoaalflogineeettiln erCl tot¢7i,IRaridastatutes fee is paid. �.uoo:tnt/tots .� AudhNa 2152M901732 '',•-4- 1'-i_-_,:-,,,:&='-',4'-''' 16470 ...,...„..„..,,,,:,,s'r,. •••-="7..f-.:„,;,..Y.144, '..:,,;'<'.' • i a- - State`' . -fi� tt "0.' �aM 4rtY fm 3 N04 '" t { j;C: o f rI ( 4:::�' ! _ - Boar 0 ofesSlOxaiigxaeers ` f.1iin.T ,,, tAtests,that4 , �, t xI y �:%[` uQjjja%txn a -1' ij} •., „y{��NJ}j+�j) 9 "Sj Sr e a, ( r t x` g �Yr ,s;; ,q-'� 4 a:'I xi t i ttttn►�itt�utu rn a -..17/4P .__{"s` 7e-A" q Kh r' I a 1. 1IuRM%\I1VWIl1 Is licensed as a Profess ottai�En�.gute �,Cu f ides CL':-'tr.:pter 471, Florida Statutes • �� f; x 44,, ;� - P.E.Lic:No: Expirations 2/28/2019 . s� � Audit No: 228201901732. It * .. ` '- ;�v ,-- 80430 • 4/30/2018 DBPR-MARTINEZ,ALEXIS,Professional Engineer 4:13:54 PM 4/30.2018 Licensee Details Licensee Information Name: MARTINEZ,ALEXIS(Primary Name) Main Address: 7230 FAIRWAY DRIVE APT F17 MIAMI LAKES Florida 33014 County: DADE License Mailing: Licenselocation: License Information License Type: Professional Engineer • Rank: Prof Engineer License Number: 80430 Status: Current Active Licensure Date: 01/01/2016 Expires: 02/28/2019 Special Qualifications Qualification Effective Civil 06/30/2015 Advanced Building Code 06/23/2016 Course Credit • Alternate Names I View Related License Information View License Complaint • 2005 Blair Stone Read,Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850:4874395 The State of Florida Is an WEED employer.£Oftmigbt 2007-2059 State of Ftorino%privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released In response to a public-recordsrequest,do not send electronic mil to this amity.Instead,contact the office by phare or by traditional mall.If you have any questions,please contact 810.487.1395.'Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012.Ikensees licensed under Chapter 455,F.S.must provide the Department with an email address If they have one.The emote provided may be used for official communication with the licensee.However email addresses are public record.II you do not wish to supply a personal address, please provide the Deparunent with an email address which can be made evadable to the public. • 1. https://www.myforidalicense.comiLicenseDetail.asp?SID=&id=7E75B63C70B0101037E7A44DBA946800 1/1 Eastern Experience & Qualifications of the Firm Engineering Group Project Name:MDCPS South Miami K8 Center Description:EEG was responsible as prime consultants for MDCPS for managing the project from design to construction.The scope of the project consisted oh the complete remodeling of an existing classroom building including new exterior walls,Windows and doors,interior partitions,flooring,ceiling and complete restrooms.The rest of the scope consisted on renovation of the group restrooms,interior renovation at another classroom building,, new flooring at the Media Center and painting.The construction cost was 1 million. Client Name:MDCPS Procurement Department Contact:Anthony Walsh Phone and Email:(305)995-4177/AWalsh@dadeschools.net Year of engagement:2015 Project Name:Athalie Range Science Hall C.A. Description:Structural design of a new 5,200 square-foot two-story detached addition to the Athalie Range Science Hall for Health and Natural.Sciences,at Florida Memorial University.The first floor of the building features biology laboratories,preparation/storage rooms,mechanical rooms and restrooms;and chemistry laboratories, research/storage room,mechanical/electrical room and-restrooms at second floor.The structural design consists of \ pre-cast concrete joists,load bearing masonry walls,concrete beams and columns,aluminum canopy,and spread. footings.Services include inspectionsandother construction administration tasks.Estimated cost:$1,500,000 Client Name:Nyarko Architectural Group Contact:Charles O. Nyarko Phone and Email:(305)820-3555/ cn@nyarkoarchitects.com Year of Engagement:2013 Project Name:Opa Locka ATCT Description:Shop drawing design of aluminum air intake louvers and soffit enclosures around 11th level precast concrete structure located under the 20-sided control cab.The enclosures consist of cold-formed metal stud framing,and plywood sheathing with a stucco exterior finish.Also,structural designof a temporary self-standing wooden monumentsign,with concrete cuboids as footings.This is a new 211-foot high ATCT,featuring field-grouted,rebar-spliced precast concrete panel assemblage.The two-level observation deck consists of welded steel frame with tubular frames that were assembled on the ground and lifted to the top of tower. Client Name:TGSV Enterprises,Inc. Contact:Javier"Hermida Phone and Email:3078p-5755/ javih@tgsv;corn Year of Engagement:.2010 • ;pry:•��_�r�. <:-!. ( 01/4 Eastern Experience & Qualifications of the Firm Engineering GirouP Project Name:DMA Chiller Replacement Description:Structural design of a galvanized frame to support a new chiller weighing approximately 6,500 Lbs and situated on an existing roof.The steel joists and girders were revised for the new acting loads and structural specifications prepared.Construction administration services included site visits and responses to RFIs from Contractor. Client Name:Gurri Matute,PA Contact:Daphne I.Gurri Phone and Email:305-661-0069/ dgurri@gurrimatute.com Year of Engagement:2011 • ORGAN IZATIO11AL CHART President 4 Raissa Lopez,PE,SI N 0 Eastern Engineering Group ' Administrative Vice Technical President Vice President Fernand?Torres ,, Gonzalo Paz,PE. 'Director of Structural "Director of Specialty Engineering Division Engineer Division Alexis Martinez,PE_, ` Mario Morales.El , • ' , , Marketing Director Human Resource Office Manager Project Coordinator Suneily Toledo. Sandra Lopez Zurelys Paez ilianette Tomey . , . .- ' . . N . , Special&Threshold Structural Design Specialty Engineer Specialty Engineer Inspection Division Windows&Doors `Miscellaneous Metals' I . ' ` Senior i eeect ' ' Senior Project Jor rge Morrina e ` Danaysee Chiang e • ' Senior Project ' SeniorProject SeniorProject l Senior Project Senior Project Engineer Engineer Engineer I Engineer Engineer 1• Maikel Barros,El a Yosniel Padron.El Judith Fernandez. Alberto G.Gonzalez Dalgis Lara Project Engineer ' Project Engineer ' Project Engineer ' Project Engineer '' Project Engineer Project Engineer . Mario Tenerani , project Engineer Project Engineer � .• Jennifer Cruz Claudia Proensa • Manuel Pacheco , Jorge_R.uWo,El Syney Ferro.El David Rojas,EI Daimara Gamez Project Engineer Project engineer / Autocad Drafter Project Engineer Project Engineer. , Lianet Rodriguez e Project Engineer Project Engineer 'lima Seuc Geraldin Santana .� Miguel •Migueles Celia M.Suarez Michel Garro Mayte Prado Project Engineer Laidys Hernandez a Project Engineer Project Engineer • Mirna E.Gonzalez 1 Lyena Rodriguez Project Engineer Brian Rubi , 01Ilk i Eastern En:lneerin:Grou. Raissa R.Lopez,PE President Ms. Lopez has over 20 years of experience as the lead Structural Engineer on EDUCATION public and private projects,including but not limited to commercial,residential, Polytechnic Institute JAE,Cuba educational,assembly,airport control towers and marinas projects:Ms.Lopez's Bachelor's of Science Degree in engineering skills include the structural analysis and design of buildings and/or Structural Engineering 1990 structural components using reinforced concrete, structural steel, masonry; . . timber,aluminum and light-gauge steel.Further,Ms.Lopez is competent in the PROFESSIONAL use of computer modeling software's such as Risa 3D and Enercalc among LICENSES others. Substantial experience with the generation of project specifications, Florida PE#59399 management of projects during construction,threshold building inspections and Florida SI#7014079 feasibility studies. Maryland PE#46718 As President ofthe company, her managerial roles include client relations, Pennsylvania PE#83926 proposals,employee administration and marketing strategies. Virginia PE#0402054606 Ohio PE#76498 Nevada PE#16495 Specific Project Experience: Massachusetts PE#48567 �? South Miami K8 Center-Miami,Florida PROFESSIONAL - Prime Consultants for MDCPS responsible for design coordination between all AFFILIATIONS consultants.Structural design and construction management of the project that US Women Chamber involved renovation of Buildings 2 and 3, and renovation of Group Restrooms. of Commerce Structural remodeling of Building 3 consisted of replacing the exterior noxi-load bearing walls of the existing building with light gage framing,,cement board and PREVIOUS EMPLOYERS stucco.This light structure system was chosen for the new exterior walls as a Atkins Global Position;Structural Engineer cosi-effective solution since the foundations were existing. The new windows Date:2004 Engineer . and doors were attached to the new wall framing system reinforcing jambs and Location:Miami,FL lintels. Construction management services were provided to overseethe work in ro ress to the Completion of the ro ect. Assistingto site meetin s in ' Stantec progress p p j g by- Position:Structural Engineer weekly basis,issuing meeting minutes, reviewing shop drawings related to the Date:'.2003.-2004 structural portion of the project and supporting the rest of the consultants with Location:Las:Vegas,NV the handling of shop drawings related to their disciplines, reviewing and approving contractor payment requisitions and submitting close out documents DDA Engineers to the Owner were among other services provided to MDCPS. Positiono-Project Engineer Date:1997—2003 Location:Miami,FL Air Traffic Control Tower at.Rickenbacker Airport-Columbus,Ohio. i :: This,project called:for the structural design;of anew eight-story air traffic control tower..;The structural. :.. ... system of the building consisted of precast concrete panels and slabs,steel framing at'the control and ' ,l, -1 mat foundations. The construction inspection services involved responses to RFIs from,the General Contractor and Subcontractors, revisionof shop drawings of precast panels, reinforced concrete, structural steel,metal deck,aluminum railings and windows,as well as periodic site visits to observe the work in progress:Construction cost:$5 million • 0111k Eastern EngineeringGroup , Modern Doral Subdivision-Doral,Florida Structural design for all buildings in this new modern subdivision that includes 139 two story single family homes,3 clubhouses and 3 guardhouses.The structural system of the Single-Family Homes consisted,of load bearing masonry walls,concrete slabs over steel joists and beams at Second Floor and Roof(Hambro System)and monolithicfoundations.The Clubhouses and Guardhouses were designed as poured in placed slabs,beams and columns,and shallow foundations.Construction Administration services to the project consisted of, review and approve shop drawings,respond to RFPs,meetings,site visits.Construction cost: $62 million Air Traffic Control Tower at HYA-Hyannis,Massachusetts This project called for the structural design of a new five-story air traffic control tower,where construction inspection services involved responses to RFIs from the General Contractor and Subcontractors,revision of shop drawings of precast panels, reinforced concrete,structural steel, metal deck, aluminum railings and windows,as well as periodic site visits to observe the work in progress.The tower isdesigned for blast protection, and it is pursuing LEED Silver rating.The structural system features steel moment frames at -the shaft and steel framing at the cab,composite steel with concrete at floors,and precast concrete panels at the façade.Construction cost:$6.7 million Seneca Town Center—Pembroke Park,Florida Structural design of a new building hosting Retail and Grocery with roof parking,a Gymnasium and a Day Care.The structural system of the Retail and Grocery consists of precast concrete joists,concrete columns, concrete beams and deep foundations.The structural system of the Gymnasium and.Day Care consists of steel columns,steel joists,load bearing masonry walls,grade beams and deep foundations.The project is under construction'at the moment,foundations in place and the upper structure is being built.Project is scheduled to open early 2018.Construction cost:$10 million. 33 Unit Community Center-Hialeah,Florida Structural design of a new City-owned residential building featuring five.7,950 square foot stories and a Woman's'Club.The structural system consisted of concrete slabs,masonry walls,concrete columns over a,shallow foundation, and pre-manufactured wood,trussesat roof over concrete slab. Construction administration services required threshold building inspections, revision of shop drawings of reinforcing steel, concrete mix, and wood trusses, and responses to RFIs from the Contractor regarding design additions,among others.Construction cost:$3.2 million. Athalie Range Science Hall at FMU-Miami Gardens,Florida Structural design of a new 5,200 square-foot two-story detached addition to the Athalie Range Science Hall for Health and Natural Sciences,at Florida Memorial University.The first floorof the buildingfeatures ,biology .laboratu,ies, .preparation/storage:rooms,..mechanical rooms and restrooms ,,and.:c.hemistry>.- laboratories;'research/storage room;imechanical/electrical room and restrooms!atIse''cond;,floor.Jh'e':re structural design-consists of pre-cast concrete joists, loadbearing masonry walls,'concrete`beams•and columns,aluminum canopy,and spread footings.Construction cost:$1.5 million. ( Eastern Specific Project Experience EnginoenngGroup Raisa Lopez, PE. • Project Name:Athalie Range Science Hall at FMU-Miami Gardens,Florida Project Description:Structural design of a new 5,200 square-foot two=story detached addition to the Athalie Range Science Hall for Health and Natural Sciences,at Florida Memorial University.The first floor of the building features biology laboratories, preparation/storage rooms,mechanical rooms and restrooms;and chemistry laboratories, research/storage room,mechanical/electrical room and restrooms at second floor.The structural design consists of pre-cast concrete joists,load bearing masonry walls, concrete beams and columns,aluminum canopy,and spread footings Client Name:Nyarko Architectural Group Contact:Charles 0.Nyarko Contact Info:cn@nyarkoarchitects.com ;(305)820-3555 Year of Engagement:2013 Project Name:Modern Doral Subdivision-Doral,Florida Project Description:Structural design for all buildings in this new modernsubdivision that includes 139 • two story single family homes,3 clubhouses and 3 guardhouses.The structural system of the Single-Family Homes consisted of load bearing masonry walls,concrete slabs over steel joists and beams at Second Floor and Roof(Hambro System)and monolithic foundations.The Clubhouses and Guardhouses were designed as poured in placed slabs, beams and columns,and shallow foundations:Construction Administration services to the project consisted of,review and approve shop drawings, respond to RFI's, meetings,site visits. Client Name: Pascual Perez Kiliddjian&Associates Contact: Edgar Perez Contact Info:e_orta@ppkarch.com ;(305)592-1363 Year of Engagement:2013 Project Name:33 Unit Community Center-Hialeah, Florida Project Description:Structural design of a new City-owned residential building featuring five 7,950 square foot stories and a Woman's Club.The structural system consisted of concrete slabs, masonry walls, and concrete columns over a shallow foundation, and pre-manufactured wood trussesat roof over concrete slab Construction, administration services, required threshold building inspections, revision of :shop, drawings off-reinforcing steel, concrete:mix,and vvoocl trusses, and;responses to,;RFIs fromithe;Contractor.:_. ..;:.--, ,;regarding design additions,among-others ,ter nh;: `• Client Name:City of Hialeah Contact: Reinaldo,A.Gornez Contact Info:RAGomez@hialeahfl.gov;(305)687-2682 Year of Engagement:2010 Eastern Engineering Group Gonzalo A.Paz,PE Structural and Civil Engineer Mr. Paz has over 20 years of experience as a Civil and Structural Engineer in EDUCATION the US and overseas,working in.commercial, industrial, residential, marine, Polytechnic InstituteJAE, mixed use and educational projects..His vast experience includes performing Cuba structural analysis and design of buildings and their components in a wide Bachelor's of Science Degree in Structural variety of structural materials and systems, .such as reinforced concrete, Engineering structural steel,wood,aluminum,timber and structural glass. 1990 He is proficient in the structural design and preparation of construction documents, construction administration processes including, responses to PROFESSIONAL RFIs and review of shop drawings, feasibility studies, new NOA's and One LICENSES Time Approvals for structural components, threshold inspections, forensic Florida PE#60734 inspections, laboratory test witnessing.. His civil expertise includes design and preparation of construction documents for new roads, parking lots, PREVIOUS EMPLOYERS water and sewer designs, paving and drainage,design and calculations..Mr. C3T5 Paz is particularly skilled in generating engineering calculations in Mathcad Position:StratDateural Engineer Date2005-2006 for structural designs of structural components of a building, he is,proficient Location:Miami,FL with engineering software's such as ETABS, Risa 3D, 'Staad. Pro, Enercalc, SAFE among others. Part of his duties include training on designs and code Ford Engineers requirements to the Project Engineers. Position:Project Engineer As Vice-President of thecompany his duties include,financial,executive,and Date:2001-2005 human resources decisions,fee proposals,and staff training and supervision. Location:Miami,FL Cuifia,S.A. Position:Site Engineer Specific Project Experience: Date:1996-1999 Family Life Enrichment Center-Miami,Florida Structural design of a one-story 23;156 square foot gymnasium,featuring basketball court, classrooms, nurseries, bookstores, and other amenities. The structural system of the project consisted of pre- manufactured wood trusses at roof, concrete slab on grade, load bearing masonry walls, concrete columns and beams and shallow foundations. Monserrate Apartments-Miami,Florida Structural engineering design of a six-story 10,800 square foot residential building,featuring 35 units in five levels and 52 parking spaces in the two lower levels(including a basement).The structural system consisted of post-tensioned slabs supported by concrete columns, post-tensioned transfer beams,and foundations.combining post-tensioned mat;and.spread footings Construction :Administration of.the r project. Including review and approval of shop drawings, RFI's, meetings, and..;threshold_"building:.. inspections. Gulfstream Elementary School-Miami,Florida Structural design of a new one-stoty classroom building.The structural system used in the design was concrete slab over steel joists'(Hambro System)at roof,combination of load bearing masonry walls and Eastern Engineering Group concrete columns and shallow foundations.Construction Administrations services were also provided to the completion of the project consisting of review and approval of shop drawings, site meetings and response to RFI's. Fire Station No.6—Hialeah,Florida Structural inspection of the Fire Rescue Building for City of Hialeah to complete the 40 Year Re- certification requirement as per Section:8-11(f)of the Miami Dade County Code. Miami Dade Animal Shelter-Doral,Florida The project covered an extensive renovation of an existing building to convert into a new climate controlled "state of the art" facility for adoption and protection of pets.The existing building is a.one- story structure with precast concrete panels in the facade, a:combination of precast joists and steel joists at roof and deep foundations. As-built drawings werepartially available. Several site visits were required during the design of the building to determine existing structural framing and conditions.The remodeling consisted of reinforcing the existing structure such as slabs,columns;walls and footings for the new loads,a mezzanine..addition, new exterior corridors, new windows, new canopy. Construction Administration services were also provided consisting of review and approval of shop drawings,respond to RFI's,assist to meetings;site visits and field conditions assessment and solutions. Riviera Loft Hotel-Miami Beach,Florida New 4 story Art Deco building with 42 rooms, restaurant and amenities. The,structural system of the building was designed using poured in place reinforced concrete slabs at each floor level,load bearing masonry walls,; concrete .columns. and beams and deep foundations. In addition, construction administration services weredone such as review and,approval,of shop drawings, response to RFI's and meetings.Threshold Inspection services were also performed during construction. Feinberg Fisher K8 Center-Miami Beach,Florida Structural Remodeling of the Auditorium historical building consisting of reinforcing with concrete columns the exterior walls of the building, new concrete slab supported on 14" diameter helical piles, new wood rafters at stage, reinforcing with steel plates and-anchor bolts the existing concrete beams. and replacing.of existing windows and doors with new impact resistance systems:. Shenandoah Middle School-Miami,Florida Structural repairs for the precast joists at the cafeteria floor, and replacement of the exterior corridor slab at first floor of the main school building..All works had to be carried out through a crawl space of 3 feet below the first level, and;the existing corridor slab wasdemolished and replaced in: alternating sections, since electrical conducts remained hanging from it throughout construction. Structural construction' plans and specifications.were provided, and inspections performed,. .among.,other construction administration services This is a.magnet school serving grades 4 . >> • , City of Miami Beach City Hall_Miami Beach,Florida Structural inspection of the three-stories City Hall Building to complete the 40 Year Re-certification requirement as,per Section 8'-11(f)of the Miami Dade County Code. Eastern Specific Project Experience Engineering Group Gonzalo A. Paz, PE. Project Name:Gulfstream Elementary School-Miami,Florida Project Description:Structural design of a.new one-story classroom building.The structural system used in the design wasconcrete slab over steel joists(Hambro System)at roof,combination of load bearing masonry walls and concrete columns and shallow foundations.Construction Administrations services were also provided to the completion of the project consisting of review andapprovalof shop drawings,site meetings and response to RH's. continuous wall footings and spread footings at the columns. Client Name: LIVS Associates Contact:.Christina Ojeda Contact Info:cristina@livs.net;.(305)443-2933 Year of Engagement:2016 Project Name:Fire Station No.6—Hialeah, Florida Project Description:Structural inspection of the Fire Rescue Building for City of Hialeah to complete the 40 Year Recertification requirement as per Section 8-11(f)of the Miami Dade County Code Client Name:City of Hialeah Contact: Nivia Barrionuevo ' Contact Info:nbarrionuevo@hialeahfl.gov;(305)687-2620 Year of Engagement: 2017 Project Name:Miami Dade Animal Shelter-Doral,Florida Project Description:The project covered an extensive renovation of an existing building to convert into a new climate controlled "state of the art" facility for adoption and protection of pets.The existing building is a one-story structure with precast concrete panels in the facade, a combination of precast joists and Steel joists at roof and deep foundations.As-built drawings were partially available.Several site visits were required during the design of the buiiding'to determine existing structural framing and conditions. The remodeling consisted.of reinforcing the existing structure such as slabs, columns, walls and footings for _ .. •.a �..�. ... .. .. ... :til..., :_... i, F. '.,the new loads,a mezzanine addition,new exterior corridors,new windows and new canopy:Construction a>i Administration services were also provided consisting of review and approval.of:shop:drawings,.respond to RFI's,assist to meetings,site visits and field conditions assessment and solutions. Client Name: LIVS Associates Contact:Christina Ojeda Contact Info:cristina@livs.net;(305)443-2933 Year of Engagement:2016 • Eastern Engineering Group Alexis Martinez,M.S.C.E,P.E As the Head of the.Structural Engineering Department,Mr.Martinez descends from EDUCATION a family of life-long structural engineers._He completed his Bachelor's degree from Master of Science in Civil Florida International University specializing in structural engineering in the Fall of Engineering, 2010 and immediately began working on low-rise structures as part of his training; Florida International While also working full-time, he embarked on his Master's degree in Structures, University,2014 simultaneously achieving hands-on experience with a substantial degree of POSITION' theoretical background and in-depth knowledge of the structural mechanics of Director of Structural construction materials. By the time Mr. Martinez completed,his Master's degree in Engineering Division 2014,he had already designed numerous low and mid-rise buildings in South Florida. of varying structural complexity. Mr. Martinez leads the structural department by PROFESSIONAL showing exceptional leadership skills,providing creative structural solutions that are REGISTRATIONS cost-effective and conscious about ease of construction. Florida PE#80430 Specific Project Experience: PROFESSIONAL AFFILIATIONS FMU Multipurpose Athletic and Wellness Education Center—Miami,Florida American Society of Civil The Multipurpose Athletic and Wellness Education Center is a 2,000 seat basketball Engineers,AU Chapter ( arena with 5 locker rooms,media room,training room,cafeteria,concession stands, Chi Epsilon Honor SocietyFlorida Engineering Society and public restrooms designed to suite the capacity of the facility during game time. On the concourse level,overlooking the basketball courts,are running tracks,audio visual booth,and a luxury,box.The facility will also comprise of wellness.education facilities such as lecture rooms and physical education unit. Within this area is the dance/aerobic room. Refer to the architectural plans for other spaces and features that complete this state-of-the art facility. Crespi Apartment Building and marina—Miami:Beach,Florida' Crespi Apartments and Marina is a modern 4-story building.having a main structure that consists of reinforced concrete columns supporting post-tensioned slabs.For a lateral force resisting system,the structure consists of reinforced concrete shear walls that enclose the main elevator shaft. The building's parking lot uses a high second floor central area,enabling the use of parking lifts for vehicles.On the exterior,metal decorative ramps features and concrete planters provide a pleasing aesthetic look. Melbourne Airport VOR—Melbourne,Florida The project consists of thedemolition of an existingstructure and construction of a new steel structure for a C11�; r DVOR ground station. The structure supports.! ring,of 50-Doppler Antennas and,a.,pi;efabricated fiberglass.,.ru Distributor Room.The superstructure is supported by.wide flange I-beams and metal,bar,grat• ing•supported.on., eight'steel braced frame's.Thi"subst ucture"consi`st's of pile caps and deep auger cast'pile.foundatioh5::t Melbourne Airport Air Traffic Control Tower(Under Construction)—Melbourne,Florida This new tower for the Melbourne Airport rises 115 feet high above the runways..The structural system consists. of 10"thick precast concrete walls with prestressed concrete joists and a reinforced concrete slab:at all 6 levels above the slab on grade.The cab framing is a 4-column.configuration which consists of HSS structural tubing and maximizes the visibility in 360 degrees around the cab.The tower sits on a rigid Mat Foundation.- 004 Eastern Engineering Group Aventura Place 4-Story Building 1—Miami,Florida The structure comprises of a 4-story MUlti-family building located in Miami-Dade County,FL.The floor systems_ consist of 8"reinforced concrete flat plates supported by tubular steel columns..The exterior shellof thebuilding consists of reinforced masonry units and the foundations of continuous wall footings and spread footings at the columns.. Harding Apartments-Miami Beach,Florida 5-story 28-Unit Apartment Building. The structure consists of a two-way 10" reinforced concrete ground slab parking slab supported on pile caps and auger-cast deep foundations.Concrete columns extend from the ground level to the first story meeting transfer beams that support the remainder of the story upwards.Steel columns bear on the transfer beams to support 8" reinforced concrete,slabs for each remaining floor. Concrete shear walls support the structure laterally. 201 Palm Ave Custom Home—Miami Beach,Florida Structural Design of a two-story modern home. The structural system of the project consisted of deep foundations;load bearing masonry walls,concrete and steel columns, poured in place concrete slabs at ground floor and combination of precast concrete(Hambro System)and poured in place slabs at second floor and roof. Biltmore Hotel Renovation Windows O.T.A.—Coral Gables,Florida This project consisted of designing custom wooden windows to match the existing structure's windows.Various site visits and a study was performed to best replicate the existing historical windows in a manner that would comply with current building code testing standards.Custom calculations and drawings were prepared for the testing of Mock-ups. Hammocks Lake Custom Home—Coral Gables,Florida Structural Design of a one-story custom residence: The structural system of the project consisted of deep foundations,load,bearing masonry walls,concrete and steel columns,poured in place concrete slabs at ground floor and pre-manufactured wood trusses at the roof. Diamond Building—Miami,Florida Structural design and inspections of a four-story residential building. The structure consists of reinforced. concrete columns and shearwalls,composite floor system made of steel channels,reinforced concrete slabs and permanent structural foam as formwork and shallow foundations. National.WWll Museum—New Orleans,Louisiana Structural calculations of the large curtain wall of the building and it's connections to the steel structure. 301,-CaribbeanRoad Custom Home—Key Biscayne,Florida =�• '. �, _�t7rtiac +t: ,,�• ��• ` Structural:Design of a two-storymodem home The structural system of the.project.,consisted of deep ...,: foundations,load bearing masonry walls,concrete and steel columns,pouredin place concrete slabs at ground, second floor and roof, Specific Project Experience pastern Enginocr:ng Group Alexis Martinez, M.S.C:E, P.E. Project Name:Aventura Place 4-Story Building 1—Miami, Florida Project Description:The structure comprises of a 4-story Multi-family building located in Miami-Dade County, FL.The floorsystems consist of 8"reinforced concrete flat plates supported by tubular steel columns.The exterior shell of the building consists of reinforced masonry units and the foundations of continuous wall footings and spread footings at the columns. Client Name:Pascual Perez Kiliddjian&Associates Contact: Edgar Perez Contact Info: e_orta@ppkarch.com;(305)592-1363 Year of,Engagement:2016 Project Name: Harding Apartments—Miami Beach,Florida Project Description:5-story 28-Unit Apartment Building.The structure consists of a two-way 10" reinforced concrete ground slab parking slab supported on pile caps and auger-cast deep foundations. Concrete columns extend from the ground level to the first story meeting transfer beams that support the remainder of the story upwards.Steel columns bear on the transfer beams to support 8 reinforced concrete slabs for each remaining floor.Concrete shear walls support the structure laterally. Client Name:Fandino Botero Architect Contact:Cristina Fandino Contact Info:cristina@fandinoarchitect.corn;(786)877-3179 Year of Engagement 2016 Project Name:201 Palm Ave Custom Home—Miami Beach, Florida Project Description: Structural Design of a two-story modern home.The structural system of the project consisted of deep foundations, load'bearing masonry walls, concrete and steel columns, poured in place concrete slabs at ground floor•and combination of precast concrete(Hambro System) and poured in place slabs at second floor and roof. -Client_Naiie ;Venstyle LLC Contact:GafferGmevra"' '> c,;.#<�it. r,'.1, Contact Info:gginev'ra@yahoo.com;(305)316-9720 Year of Engagement 2014 ( 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 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 Raissa Lopez, P.E. President 1' S. NAME OF FIRM Eastern Engineering Group 8. TELEPHONE NUMBER 7. FAX NUMBER 8.E-MAIL ADDRESS • 305-599-8133 N/A raissa@easterneg.com C, PROPOSED TEAM (Complete this section for the prime contractor and al/key subcontractors.) (Check) ,zo° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT 3401 NW 82nd Ave,, Doral Fl 33122•sand Eastern Engineering Group Structural Engineering • a. �' El CHECK IF BRANCH OFFICE • b. • 0 CHECK IF BRANCH OFFICE • C. El CHECK IF BRANCH OFFICE d. . 0 CHECK IF BRANCH OFFICE • • 0. • • , 0 CHECK IF BRANCH OFFICE. • f. • • ❑CHECK IF BRANCH OFFICE ' `. ORGANIZATIONAL CHART OF PROPOSED TEAM ® (Attached) AUTHORIZED FOR LOCAL REPRODUCTION • • . STANDARD-FORM 330(REV.8/2016) , I • I E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS-CONTRACT 1 (Complete one Section•E for:each key person.) i. • 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE 12. NAME a,TOT . Ib,WITH.13 RENT FIRM Raissa Lopez { Structural Engineering 2 Il t 15.FIRM NAME AND LOCATION (City and State) • Z. Eastern Engineering Group Doral, Florida I 17. CURRENT PROFESSIONAL REGISTRATION(State'and Discipline) 16. EDUCATION(Degree and Specialization) FL 59399 Structural Engineering I • Bachelor of Science Degree in Civil Engineering MA 48567 Structural Engineering i NJ- 24GE05243500 Structural Engineering I PA PE083926 Structural Engineering.' I 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Trainfn¢Awards,eta) US Women Chamber of Commerce. I - National Association of Professional Women Women Impacting Public Policy I 19. RELEVANT PROJECTS • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED ` ! London House Apartments - Structural Inspection and Report PROFESSIONAL SERVICES CONSTRUCTION(If applicable' City of Miami Beach i (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE - 0 Check If project performed with current firm• a. A Structural report including Building Description, Investigation, Evaluation, Conclusions and Pictures was presented to the City. - (1)TITLE AND LOCATION(City end State) ' (2)YEARCOMPLETED PROFESSIONAL SERVICESICONSTRUCTION(If applicable). Athalie Range Science Hall - New Building (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE OCheck If project,performed with current,firm • b. Structural design of a new 5,2.00 square-foot two-story detached addition to the Athalie Range Science 1 i Hall for Health and Natural Sciences, at Florida Memorial University. - (1).TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • PROFESSIONAL SERVICESICONSTRUCTION(if applicable) MDCPS Amelia Earthart - Remodeling (3)BRIEF DESCRIPTION(Brief scope,size,cost eta),AND SPECIFIC ROLE ®Check If project performed with current firm c' Design foundation for new covered walkway. Design curb and fence at new playground. Design foundation for basketball posts. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Doral Trolley Signs - Structural Design PROFESSIONAL SERVICES CONSTRUCTION(If applicable) T3)BRIEF DESCRIPTION(Bdef scope,size,cost etc.)AND SPECIFIC ROLE ®Check If project performed with current firm d. design. shop drawings and provide calculations for purposes of permitting, Of the following: Component: Trolley support detail design for the maximum load_ that can withstand. (1)TITLE AND LOCATION(City and State) ' . (2)YEAR COMPLETED PROFESSIONAL SERVICESIC_ONS7RUCTION(If applicable) MDCPS South Miami KB Center - Remodeling (3)BRIEF DESCRIPTION(Brief scope,:size,cost,ala)AND SPECIFIC ROLE E Check if project performedwith current firm' e. EEG was responsible as prime consultants for MDCPS for managing the project from design to • construction. STANDARD FORM 330(REV.8(2016)PAGE 2. • l • • • E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE 1' 12. NAME e.TOTAL Ib.WITH CURRENT FIRM Alexis Martinez Structural Engineering 8 8 15. FIRM NAME AND LOCATION (City and State) Eastern Engineering Group Doral, Florida 1 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) ;{ Master of Science in Civil Engineering, Florida PE # 80430 111 Florida International University, 2014 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations;Training,Awanis etc.) American Society of Civil Florida Engineering Society Engineers, FIU Chapter Chi Epsilon Honor Society 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICESICONSTRUCTION(If applicable) West Palm Beach ATCT - Demolition Report. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc)AND SPECIFIC ROLE Check If project performed wIth current firm a. Existing reinforced concrete ATCT tower for which we did a phased demolition assessment. • • (1)TITLE AND LOCATION(City end Stale) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) VM Miami Transfer Station - Structural Design ••I b.(3)BRIEF DESCRIPTION(Brief scope,size,cost eta)AND SPECIFIC ROLE 0 Check If project performed with current firm Foundation Design to support steel 'structure that was previously designed. Design of concretewalls. (1)TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED PROFESSIONAL SERVICESICONSTRUCTION(if applicable), BJ's Wholesale - Remodeling (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)ANP SPECIFIC ROLE 0 Check if project performed with current firm C. Shop Drawing Design and Calculations. Three different conditions. ? (1)TITLE AND LOCATION(City end State) (2)YEAR COMPLETED • PROFESSIONAL SERVICESICONSTRUCTION(If applicable). {` Opalocka ATCT - Remodeling • d.(3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC:ROLE x❑Check If project performed with current firm Shop drawing design of aluminum air intake louvers and soffit enclosures around 11th level precast concrete structure located under the 20-sided control cab. (1)TITLE AND LOCATION(City and Slate) . (2)YEAR COMPLETED DMA Chiller Support Replacement Structural Design PROFESSIONAL SERVICESICONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost eta)AND SPECIFIC ROLE ®Check if project performed with current firm e. Structural design of a galvanized frame to support a new chiller weighing approximately 6,500 Lbs and situated on an existing roof. Construction administration services included site visits and responses - to RFIs from Contractor: STANDARD FORM 330(REV.8(201.6)PAGE'2 7 , • • • • E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT ( (Complete one Section E for each key person.) ; I 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE 12. NAME a.TOTAL lb.WITH CURRENT FIRM Gonzalo Paz Structural Engineering 27 1 13 15. FIRM NAME AND LOCATION (City and State) • Eastern Engineering Group Doral, Florida 16. EDUCATION(Degree and Spedalizatton) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Florida PE ft 60734 Bachelors of Science Degree in Civil Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Cuban American Association of Civil Engineers 19. RELEVANT PROJECTS (1)TITLE AND-LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES`CONSTRUCTION(If applicable) City of Miami Beach City Hall - 40 Years I (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Q Check If project performed with current firm a. Checked existing structure for evidence of settlements, cracks along the walls, element soundness and integrity of existing members. (1)TITLE AND LOCATION(City and Slate) (2)YEAR COMPLETED PROFESSIONAL SERVICESCONSTRUCTION(if applicable) FIU Biscayne Campus - Portables Foundation C (3)BRIEF DESCRIPTION pip(scope,size,cost eta)AND SPECIFIC ROLE ®Check If project performed with current firm b. Design the structural portion of the project in question, and provide signed and sealed structural calculations and drawings as, part of the scope of work. The structural. designwill cover the following general scope.:Foundatidn design for a Portable Series (2)YEAR COMPLETED (1)TITLE AND LOCATION(City and State) • • PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Miami Beach 17th Street Parking Garage - Structural I • (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE El Checkif project performedwith current firm C. • Structural design and calculations to remodel pre existing public parking garage for ,the City of Miami Beach. t' (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES1CONSTRUCTION Of applicable) Golden Shores Park Structures - Structural Design (3)BRIEF DESCRIPTION(Thief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check If project performed with current firm d. j Design of new steel canopy (roof-beams-columns), privacy walls and foundation at recreation area located in Sunny Isle. (1)TITLE AND LOCATION(City end State) • (2)YEAR COMPLETED PROFESSIONAL SERVICES1CoNs1RucTOtI (If applicable) MDCPS MAN Antenna Design - Structural Design (3)BRIEF DESCRIPTION(Met scope,she,cost,eta)AND SPECIFIC ROLE Check If project performed with current firm e. Design of steel structure to support new antenna located on the top df existing building. STANDARD FORM'330(REV.8/2016)PAGE 2 • , I I F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THISCONTRACT • NUMBER (Present as many projects as requested by the agency,or 10 projects,(f not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION(City end State) 22. YEAR COMPLETED PROFESSIONAL SERVICES' CONSTRUCTION(If applicable) • 23. PROJECT OWNER'S INFORMATION 'I 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 • • • • \, l J • I { • I • I 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and Stele) (3)ROLE a, Eastern Engineering Group ' Doral, Florida Structural Engineering • • (1)FIRM NAME (2)FIRM.LOCATION(City.and State) (3)ROLE b. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and Stale). (3)ROLE • C. Eastern Engineering Group Doral, Florida - 'Structural Engineering ) (1)FIRM NAME (2)FIRM LOCATION(CIty and Stale) (3)ROLE d. Eastern Engineering Group Doral, Florida Structural. Engineering (1).FIRM NAME (2)FIRM LOCATION(City and Stale) (3).ROLE e. Eastern. Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME - (2)FIRM LOCATION(City and State) (3)ROLE • ( f' Eastern Engineering Group Doral, Florida Structural Engineering STANDARD FORM 330(REV.8/2016)PAGE 3 • ;. 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. 1. Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED • Athalie Range Science Hall C.A. PROFESSIONAL SERVICES CONSTRUCTION(ifappllcable) 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Nyarko Architectural Group Charles O. Nyarko (305) 820-3555 24.-BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope,size,and cost) 1 Structural design of a new 5,200 square-foot two-story detached addition to the Athalie Range Science Hall for Health and Natural Sciences, at Florida Memorial University. The first floor of the building- features uildingfeatures biology laboratories, preparation/storage rooms, mechanical rooms and restrooms;, and chemistry laboratories, research/storage room, mechanical/electrical room and restrooms at second floor. The structural design consists of pre-cast concrete joists, load bearing masonry walls, concrete beams and columns, .aluminum canopy, and spread footings. Services include inspections and other construction administration tasks. Estimated cost: .$1,500,000 • • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (.1)FIRM NAME (2)FIRM LOCATION.(CityandStale)- (3)ROLE ' a. Eastern Engineering Group • Doral, Florida Structural Engineering • (1)FIRM NAME (2)FIRM LOCATION(City.and Stale) (3)ROLE b. Eastern Engineering Group Doral, 'Florida Structural. Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State)- AMIE.ROLE . • C. Eastern Engineering Group Doral, Florida - Structural Engineering 1 FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE A. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. Eastern Engineering Group Doral, Florida .Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE " f. Doral, Florida Structural Engineering Eastern Engineering Group • STANDARD FORM 330(REV.8/2016).PAGE 3 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. 2 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) DMA Chiller Replacement Miami ,Florida 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME b.POINT OF CONTACT TELEPHONE NUMBER. Gurri Matute, PA Daphne I. Gurri (305) 661-0069 24.-BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Structural design of a galvanized frame to support a new chiller weighing approximately 6,500 Lbs and situated on an existing roof. The steel joists and girders were revised for the new acting loads and structural specifications prepared. Construction administration services included site visits and responses to RFIs from Contractor. • • • • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • C. Eastern Engineering Grotiri Doral, Florida • Strildtural Engineering (1)FIRM NAME '(2)FIRM LOCATION(City and State) (3)ROLE d. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (31 ROLE e; Eastern Engineering Group Doral, Florida .Structural Engineering (1)FIRM NAME . (2)FIRM LOCATION(City and State) (3)ROLE • ( f. Eastern Engineering Group Doral Florida Structural Engineering • STANDARD FORM 330(REV.8/2016)PAGE 3 • • 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. 3 • Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED FIG Biscayne Campus Portables • Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 23. PROJECT OWNER'S INFORMATION a;PROJECT OWNER b.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER LIVS Associates Cristina Ojeda (305) 443-2933 24.-BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) jf Eastern Engineering Group will prepare Sewer Plans according to Miami-Dade Water and Sewer Department Standards. Scope of Work: 1-On site 6" PVC plumbing sewer extension from the existing sewer MH to the new temporary-building locations This task does not include the design of any private and/or public sewage pumping stations and associated force mains. It is assumed for the purposes of this task that existing sewer lines with sufficient size and capacity abut the property and that no off-site Sewer Extensions will be required. • I. • • j ' I, ' 1 • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and Stale) (3)ROLE a. Eastern Engineering Group • Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and Stale) (3)ROLE b. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE - C. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME - (2)FIRM LOCATION(City and State) (3)ROLE d. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • fDoral; Florida Structural Engineering Eastern Engineering Group STANDARD FORM 330(REV.8/2016)PAGE 3 • t . 1 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20, EXAMPLE PROJECT KEY I QUALIFICATIONS FOR THIS'CONTRACT NUMBER • (Present as many projects as requested by the agency,or 10 projects,if not specified. 4 Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) _ 22.YEAR COMPLETED Golden Shores Park Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(if applicable) 23: PROJECT OWNER'S INFORMATION. z. a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE.NUMBER I LIVE Associates Cristina Ojeda (305) 443-2933 24.-BRIEF DESCRIPTION.OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost). • . I. Eastern Engineering Group prepared Grading. Plans, according to• the_City Of Miami Beach Public Works I Department, and Department of Environmental Resources Management (DERM) Standards and Specifications. This Task does not include any Off-Site,Paving and Drainage Plans. i I, I I. • I • I . 25. FIRMS FROM SECTION-C INVOLVED WITH THIS PROJECT • (1)FIRM NAME (2)FIRM LOCATION ply(Oily and Stale) (3)ROLE a. Eastern Engineering Group Doral, Florida Structural Engineering (1).FIRMNAME (2)FIRM LOCATION(City end State)., (3)ROLE b. Eastern Engineering Group Doral,, Florida Structural Engineering t (1)FIRM NAME (2)FIRM LOCATION(City and State) ,(3)ROLE -- I C. Doral, Florida ' `Structural Engineering Eastern Engineering Group (1)FIRM,NAME .. (2)FIRM LOCATION(City and State) (3)ROLE .d.' Eastern Engineering.:GroupDoral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. Eastern Engineering Group Doral, Florida .Structural Engineering • (1)FIRM NAME (2).FIRM LOCATION(City and State) (3)ROLE • fEastern- Engineering Group Doral, Florida Structural Engineering . STANDARD FORM 330(REV.8/2016)PAGE.3 • • 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 nottspeci specified. 5 Complete one Section F for each project.) 21.TITLE AND LOCATION(City end State) 22.YEAR COMPLETED • • London House Apartments Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) . • 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER }1 City of Miami Beach Rocio Soto 305-673-7260 24.•BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) City • of Miami Beach requested our company to perform an inspection to assess the existing The 4 structural conditions for a 1940 two story residential building. The building was a City property • under consideration for Affordable Rentals. 'At the time of the inspection, the interior wood framing of the building was exposed. The inspection consisted on an evaluation of the visible wood framing at second floor and roof, and the exterior walls .load bearing masonry walls. A Structural report including Building Description,. Investigation,. Evaluation, Conclusions and Pictures was presented to the City •• • • • 25. FIRMS FROM,SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Eastern Engineering Groupe Doral, Florida Structural Engineering • (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b, Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State). (3)ROLE • , C Eastern Engineering Group Doral, Florida • Structural Engineering (1)FIRM NAME - (2)FIRM LOCATION(City and State) (3)ROLE d. Eastern Engineering Group Doral, Florida Structural Engineering • (1)FIRM NAME (2)FIRM LOCATION(city and State) (3).ROLE 0. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2).FIRM LOCATION(City and State) (3)ROLE • f. Eastern Engineering Group • Doral, Florida Structural Engineering STANDARD FORM 330(REV,.8/2016).PAGE 3 j'. . _ I F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 2o. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS"CONTRACT NUMBER 6. • (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 Stale) 22.YEAR COMPLETED MDCPS Amelia Earthart Hialeah, Florida PROFESSIONAL SERVICES CONSTRUCTION(Ifappicable) .23. PROJECT OWNER'S INFORMATION p Tp a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OFC N29C3T3TELEPHONE NUMBER LIVE Associates Cristina Ojeda 24.•BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT.(Include scope,size,and cost) Design the structural portion of the, project in question, and provide signed and sealed structural calculations and drawings• as part of the scope of work. The structural design covers the following general scope:. Design foundation for new covered walkway. Design curb and fence at new playground. , Design foundation for basketball posts. • • • I. • • 25,. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME '(2)FIRM LOCATION(City end Stale) (3)ROLE • a. Eastern Engineering Group • Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. Eastern Engineering Group Doral, Florida Structural Engineering • (1)FIRM NAME (2)"FIRM LOCATION(City and Stale) (3)ROLE - ' C• Eastern Engineering Group Doral,. Florida '" "Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State). (3)ROLE d. Eastern Engineering Group Doral, Florida Structural Engineering - (1)FIRM NAME (2)FIRM LOCATION'G1tyandSlate) (3)ROLE e. EasternEngineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • f, Doral, Florida ) Structural Engineering ( Eastern Engineering Group STANDARD FORM 330(REV.8/2016).PAGE 3 , t 1 I • F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE,PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS'CONTRACT • NUMBER ( (Present as many.projects as requested by the agency,or 10 projects,if not specified. 7 • Complete one Section F for each project.) 21. TITLE AND LOCATION(City end State) 22.YEAR COMPLETED '_ MDCPS WLRN Antenna Design • Miami, Florida PROFESSIONAL SERVICES f CONSTRUCTION(If applicable) • I • 23. PROJECT OWNER'S,INFORMATION I • a,PROJECT OWNER b.POINT OF CONTACT NAME 0.POINT OF CONTACT TELEPHONE NUMBER ` LIVS Associates Cristina Ojeda (305) 443-2933 jttt • 24.•BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO.THIS CONTRACT(Include scope,size,and cost) i calculations and structural drawings for the above mentioned i Provided: signed and sealed structural I project. -Scope of Work: • -Redesign new structural steel frame support on the concrete roof shall be provided. for the 7.3m Satellite Antenna. -Check the existing steel frame support for the installation of smaller satellite Antennas. Construction administration for the above mentioned project as follows: - Revision Of shop' drawings " -Field Inspections . i I I,. • • I. 25: FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION pity and Stele) (3)ROLE 1 a. Eastern Engineering Group • Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION.(Gty end State) (3)ROLE l b, Eastern Engineering Group Doral, Florida Structural Engineering t (1)FIRM NAME (2)FIRM LOCATION(City and State). (3)ROLE - i C. Eastern Engineering Group Doral, Florida Structural Engineering I (1)FIRM NAME (2)FIRM LOCATION(City end State) (3)ROLE d. Eastern Engineering Group Doral, Florida Structural Engineering • (1)FIRM NAME (2)FIRM.LOCATION'(CltyandState) (3).ROLE ,Structural Engineering e. EasternEngineering Group Doral, Florida (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE ( f, Doral, Florida.. Structural Engineering, Eastern Engineering Group STANDARD FORM 330(REV.812016).PAGE 3 i F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS'CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if notspecified. e • Complete one Section F for each project.) 21. TITLE AND LOCATION(City and Slate) 22.YEAR COMPLETED ' Miami Beach 17th Street Parking Garage Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) • 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF.CONTACT NAME c•POINT OF CONTACT TELEPHONE NUMBER LIVS Associates Cristina Ojeda. (305) 443-2933 24.•BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) EEG provided signed and sealed structural calculations and structural drawings for the above mentioned project. Scope of Work: (3) Stair roof remodeling with footprint•dimension of 10 ft x 9 ft (1) Stair roof remodeling with footprint dimension of 6 ft x 23 ft. • Also provided construction administration services. • • • (. • J • i • 25, •FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and Stale) '(3)ROLE . a. Eastern Engineering Group • Doral, Florida. Structural Engineering (1)FIRM NAME ' (2)FIRM LOCATION(Cityand.State) • (3)ROLE b. Eastern- Engineering Group Doral, Florida Structural Engineering• (1)FIRM NAME (2)FIRM LOCATION,(City and Stale) (3)ROLE - . • C• Doral, Florida ' "• •Structural 'Engineering Eastern Engineering Group (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. Eastern Engineering Group Doral,, Florida Structural Engineering • (1)FIRM NAME ' (2)FIRM LOCATION(City and Stale) ' ' (3).ROLE . .Structural Engineering e. Eastern Engineering. Group Doral, Florida (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • • ( f. Eastern Engineering Group Doral, Florida Structural Engineering . STANDARD FORM 330(REV;8/2016)PAGE 3 I. ... , . . 1 . . 1 1, t" . . . I F.,.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S . 20. EXAMPLE PROJECT KEY $ . ,. QUALIFICATIONS FOR THIS CONTRACT_ . NUMBER ( (Present as many projects as requested by the agency,or 10 projects,if not specified. • • Complete one Section F for each project) . 9 • 21. TITLE AND LOCATION(City and State) - 22.YEAR COMPLETED. PROFESSIONAL SERVICES. CONSTRUCTION(If Opplicabie) • Opalocka ATCT Miami-, Florida i . i ' 23. PROJECT OWNER'S INFORMATION , a.PROJECT OWNER . b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER TGSV Enterprises', Ina.. , Javier Hermida • (305) 823,5755. 24.'BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) • Shop. drawing design of aluminum air intakelouvers and soffit enClpsureS around 11th level precast 1 I concrete structure iodated under the 20-sided control cab. The enclosures consist:,of, cold-formed metal stud fraMing, and plywood sheathing with a stucco exterior finish, Aleo-, structural design of a temporary 1 self-standing wooden monument sign, with concrete cuboids as footings.. This is a new 211-foot high ATCT4 featuring field-grouted, rebar-spliced precast concrete panel assemblage. The two-level observation, deck consists of welded steel frame with tubular. frames that were assembled on the ground and lifted to the top, [ of tower. - I' • . - , i . . . . . . - . . . .i . i , . . . t , . 1 • (.. . . . • . ' . . • ,. . . . . .t. . • I • ' I, . ' 1 • ! 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT _ . ! (1)-M00PkW (2)FIRMW0ATION(C1frandState) (3)ROLE: a, Eastern Engineering ,Group . DOral, Florida . Structural Engineering (1)FIRM NAME o*FJRamocAloNION.Emdsmiel (3) _ . b, Eastern Engineering Group ' Doral, Florida. ( Structural. Engineering .. 1 1' (1)FIRM NAME (2)Fin,LOCATION(CHI,and State .(3)Rot.E. - • i, C. Eastern Engineering Group Doral, Florida - - --St'±Uctural'Engineering COMMANAMS- - (2)FIRMLocknompwandstak9, 'Wous .. d. Eastern Engineering Group Doral, Florida Structural Engineering . 1 ---.-- . . . 1)FIRM witimiocAnoNextyamistam) ' 01110LE e. Eastern Engineering ,Group- Dora', Florida .8tructdral Engineering . . ' . - . (1)FIRMNME, . 2)REM‘00AMMONlymWSMMI . (3)Rag ( f' EastermEngineering GroUp Doral, Florida structural Engineering STANDARD FORM 330(REV.8/2016)PAGE1 • . , - . • .- • 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. 10 Complete one Section F for each project.) • 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED • • BJs Wholesale Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(if applicable) { 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER TGSV Enterprises, Inc. Javier Hermida (305) 823-5755 24.•BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Shop Drawing Design and Calculations. Three different conditions. 1. Exterior ceiling at breezeway. Sheets A600 and A700. 2. Metal 'studs frame in decorative crown molding. Sheet A750., 3. Metal stud frame to. enlarge 8" tilt-up panel at. Front Facade. Sheet A702. • •l , . �II • 1 25. FIRMS FROM SECTION CINVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Eastern Engineering Group • Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State). (3)ROLE • C• Eastern Engineering Group Doral, Florida "Structural Engineering (1)FIRM NAME - (2)FIRM LOCATION(Cityand State) (3)ROLE d. Eastern Engineering Group Doral, Florida Structural Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE Structural Engineering a. Eastern Engineering Group Doral, Florida (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • f• Doral, Florida Structural Engineering ( Eastern Engineering Group i STANDARD FORM 330(REV.8/2016)PAGE 3 I I tt G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS t 28. EXAMPLE PROJECTS LISTED IN SECTION table. 26: NAMES OF KEY 27. ROLE IN THIS (Fill In°Example Projects Key'.section below before completing t PERSONNEL CONTRACT Place under project key number for participation In sameorslm►lar role.) � ' (From Section E,Block 12) (From Section E,Block 13) 1 2 3 4 5 6 © 8 ® 10 ,r■. ■ Raissa•Lopez x • xx Structural Engineer x x 1111 x x 1 Alexis Martinez Structural Engineer x x �■ X �■ 1 Gonzalo Paz Structural Engineer : ■■�� III , Ili 111 11111 • I ' . Illimill I • • 1111.1. 111 • • 1111111111III. . 1 i�r 11 . . . iiii , 11111 • 11111 111 i 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT From Section F - NUMBER TITLE OF EXAMPLE PROJECT From,Section F 6 MDCPS Amelia Earthart J 1 Athalie Range Science Hall 2. DMA Chiller Support Replacement - 7 MDCPS MAIN Antenna Design 8 Miami Beach 17th Street Parking Garage 3 FIU Biscayne Campus . 4 Golden Shores Park Structures g Opalocka ATCT ( 5 London House Apartments 10 BO'S wholesale Center STANDARD FORM 330.(REV.812016)PAGE 4 • H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED. • • • . I 1 • • • • I • . • • • • - i I I • • . I I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 32.DATE 31. :: :PezPE NATURE • 5/1/2018 Rai sea 73. STANDARD FORM 330(REV.812018)PAGE S- 1.SOLICITATION NUMBER(If any) ' I ARCHITECT-ENGINEER QUALIFICATIONS RFQ 2018-141-NP PART U-GENERAL QUALIFICATIONS - (If a firm has branch offices, complete for each specific branch o�ce seeking 2a. FIRM(or Branch Office)NAME YEA4. UNIQUE ENTITY IDENTIFIER Est. 2005 61-1492162 Eastern Engineering Group 5; OWNERSHIP 2b. STREET a.TYPE 3401 NW 82nd Ave, Suite 370 • Corporation 2d. STATE ZIP CODE Miami2c. CITY FL 12u. 33122 b.SMALL BUSINESS STATUS Active 6a. POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(If Block 2a Is a Branch Office)Raissa Lopez, P.E. President • 6b. TELEPHONE NUMBER I6c. E-MAIL ADDRESS I 305-599-8133 Raissa@easterneg.com 1 8a. FORMER FIRM NAME(S)(If any). 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER • 10. PROFILE OF FIRM'S EXPERIENCE 4I 9. EMPLOYEES BY DISCIPLINE AND ANNUAL AVERAGE REVENUE FOR BST 5 c.RYEARevenueSndex • • Code c.Number of Employees a.Profile b.Expe�lence Number (see below) a.Function b.Discipline (1)FIRM (2)BRANCH 1 Code • 4 C06 Churches; Chapels 02 Administrative 08 CADD Technician 16 C10 'Commercial Buildin•s 1 C15 Construction Management 1 12 Civil Engineer 2 E02 Educational Facilities 1 ! 57 Structural Engineer 3 H11 Housing 2 001 Office Building 1 Structural Design 2 I 509 1 • T02 ' es ing & Inspection Serv. - WOl. Warehouse & De•ots 1 I I , • I I • I - 1 Other Employees i 1 Total 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL,SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM 1. Less than$100,000, 6. $2 million to less than$5 million FOR LAST 3 YEARS Federal 2 $100,000 to less than$250,000 7. $5 million to less than$10 million (Insertradex numb . 3 • $250,000 to less than$500,000 8. $10 million to less than$25 million a.Federall Work Jnork 1 ershown at dghf) 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work s 5. $1 million to less than.$2 million 10. $50 million or greater c.Total Work 12. AUTHORIZED REPRESENTATIVE• The foregoing 1s a statement-of facts. b.PATE 5/1/2018 a.SIGNATURE 111,111111I) „ c.NAME AND TITLE Raissa Lopez, .P E. President STANDARD FORM 330(REV.812016)PAGE 6 Solicitation Number:, RFQ 2018-141-ND Solicitation Title: kOFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Proposer Name: Eastern Engineering Group Proposer Address: 3401 NW 82nd Ave Suite 370, Doral FL 33122 {