C2A-Issue RFQ A-E Design Services For The Future Community Park -Former Par 3- PCOMMISSION ITEM SUMMARY
Gondensed Title:
REQUEST FOR APPROVAL TO ISSUE A REQUEST FOR QUALTFTCATTONS (RFQ) NO. 2015-
24O.KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE FUTURE
COMMUNITY PARK PAR 3) PROJECT
Revitalize Key Neighborhoods, Starting With North Beach And Ocean Drive
The City's Planning Department was tasked with developing a conceptual design for the newly designated
park project. Representatives from the Planning Department presented their conceptual design to the
Neighborhood/Community Affairs Committee (NCAC) at its regularly scheduled meeting. The key
components of the conceptual plan include the development of an appropriate range of spaces and
facilities for general and passive recreation, such as, open play areas, walking paths, lakes, landscape
areas, etc.; maintaining certain elements of the existing topography; and providing accessibility to the
neighboring community. Planning Department staff utilized examples of various park elements from
various well-known parks throughout the country and incorporated these elements into the conceptual
design. They also worked closely with representatives from the Police Department to ensure that the
design contemplated security elements that would ensure safety for park visitors and the neighboring
community. Proposed improvements will include a formal entrance(s), parking areas, tennis courts, central
plaza and gardens, open lawn, dog park, Vita Course loop, open sodded area, landscape and irrigation,
ADA children's play area and restroom facility.
The City of Miami Beach is seeking proposals from qualified Consultants for Architectural and Engineering
Design Services for the Future Community Park (Former PAR 3) Project ("the Project"). The Project is
located a|2795 Prairie Avenue, Miami Beach, FL. The qualified Proposer will be responsible for providing
architectural, structural engineering, mechanical, electrical and plumbing (MEP) engineering, civil
engineering, environmental engineering, Florida Department of Environmental Protection (FDEP)
permitting, landscape architecture, construction cost estimating, surveying and geotechnical services for
the Project. The work shall include, but not be limited to, conceptual drawing(s), surveying, geotechnical,
environmental services, design development, estimate(s) of probable construction cost, construction
documents, permitting, bidding I award, and construction administration services for the Project.
The City seeks Proposals from professional consulting architectural/engineering firms which have proven
experience in the preparation of construction contract documents for Parks with Facilities and Amenities.
The successful firm shall have the expertise to conduct the design, bid and award, and construction
administration services for the Future Community Park Project and prepare the associated construction
contract documents that allow the City of Miami Beach to advertise, bid and award a contract for the
construction services.
RECOMMENDATION
To seek proposals from interested parties, the Administration recommends that the Mayor and City
Commission of the City of Miami Beach, Florida authorize the issuance of RFQ No. 2015-240-KB for
Architectural and Enqineerinq Desiqn Services for the Future Community Park (Former PAR 3) Proiect.
Advisorv Board Recommendation:
Financial lnformation:
Financial lmpact Summary: The design phase portion of this project will not utilize grant
Alex Denis, David Martinez
- ISSUANCE SUMMARY.doc
caAAGENDA ITEM
c'ATEaIAMIBEACH ?-2-' 531
MIAMIBEACH
City of Miomi Beoch, ,l700 Conveniion Center Drive, Miomi Beoch, Florido 33,l39, www.miomibeochfl.gov
COMMISSION MEMORANDUM
Mayor Philip Levine and Members of the City Commission
Jimmy L. Morates, city Manas - //i/ h
September zND,2o1s / t
REQUEST FOR APPROVAL TO rSSUE A REQUEST FOR QUALTFTCATTONS (RFO)
NO. 2015-24O.KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES
FOR THE FUTURE COMMUNITY PARK (Former PAR 3) PROJECT
ADMI N ISTRATION RECOMM EN DATION
Authorize the issuance of the RFQ.
BACKGROUND
The City's Planning Department was tasked with developing a conceptual design for the newly
designated park project. Representatives from the Planning Department presented their conceptual
design to the Neighborhood/Community Affairs Committee (NCAC) at its regularly scheduled meeting.
The key components of the conceptual plan include the development of an appropriate range of
spaces and facilities for general and passive recreation, such as, open play areas, walking paths,
lakes, landscape areas, etc.; maintaining certain elements of the existing topography; and providing
accessibility to the neighboring community. Planning Department staff utilized examples of various
park elements from various well-known parks throughout the country and incorporated these elements
into the conceptual design. They also worked closely with representatives from the Police Department
to ensure that the design contemplated security elements that would ensure safety for park visitors
and the neighboring community. Proposed improvements will include a formal entrance(s), parking
areas, tennis courts, central plaza and gardens, open lawn, dog park, Vita Course loop, open sodded
area, landscape and irrigation, ADA children's play area and restroom facility.
The City of Miami Beach is seeking proposals from qualified Consultants for Architectural and
Engineering Design Services for the Future Community Park (Former PAR 3) Project ("the Project").
The Project is located al 2795 Prairie Avenue, Miami Beach, FL. The qualified Proposer will be
responsible for providing architectural, structural engineering, mechanical, electrical and plumbing
(MEP) engineering, civil engineering, environmental engineering, Florida Department of Environmental
Protection (FDEP) permitting, landscape architecture, construction cost estimating, surveying and
geotechnical services for the Project. The work shall include, but not be limited to, conceptual
drawing(s), surveying, geotechnical, environmental services, design development, estimate(s) of
probable construction cost, construction documents, permitting, bidding / award, and construction
administration services for the Project.
The City seeks Proposals from professional consulting architectural/engineering firms which have
proven experience in the preparation of construction contract documents for Parks with Facilities and
Amenities. The successful firm shall have the expertise to conduct the design, bid and award, and
construction administration services for the Future Community Park Project and prepare the
associated construction contract documents that allow the City of Miami Beach to advertise, bid and
award a contract for the construction services.
TO:
FROM:
DATE:
SUBJECT:
32
City Commissioner Memorandum - Architectural and Engineering Deslgn Services for the Future Community Park Project
September 2,2015
Page 2 of 2
.PleaseReference,AppendixC,RFQ2015-240-KBfor
Architectural and Engineering Design Services for the Future Community Park (Former PAR 3)
Project (attached).
o SUBMITTAL REQUIREMENTS. Please Reference Section 0300, RFQ 2015-240-KB for
Architectural and Engineering Design Services for the Future Community Park (Former PAR 3)
Project (attached).
o CRITERIA FOR EVALUATION. Please Reference Section 0400, RFQ 2015-240-KB for
Architectural and Engineering Design Services for the Future Community Park (Former PAR 3)
Project (attached).
CONCLUSION
The Administration recommends that the Mayor and Commission authorize the issuance of the RFQ
for Architectural and Engineering Design Services for the Future Community Park (Former PAR 3)
Project is subject to funds availability approved through the City's budgeting process
ATTACHMENTS
Attachment A: RFQ 2015-240-KB for Architectural and Engineering Design Services for the Future
Community Park (Former PAR 3) Project.
JLM/MT/EC/AD/DM
T:\AGENDA\201S\SeptembeAPROCUREMENIRFQ 2015-240-KB A&E COMMUNITY PARK PROJECT - ISSUANCE MEMO.doc
33
REQUEST FOR QUALIFICATIONS (Rre)
For Architecturol ond Engineering
(former PAR 3) Proieci
RFa 201 5-240-KB
Design Services for the Future Community Pork
RFo rssUANcE DArE?senrEUilSR 4':, 2015.'
STATEMENTS OF AUALIFiCATI OilIS,i1iDU E : OCTO BER 22ND, 201 5
ISSUED BY: KRISW BADA
MIAMIBEACH
Kristy Bqdo
PROCU REMENT DEPARTMENT
1755 MERIDIAN AVENUE, 3RD FLOOR; MIAMI BEACH, FLORIDA 33.l39
3A5.673 .7 490 | kbodo@miomibeochfl.gov
www.miomibeochfl.gov
34
MIAAAIBEAC}--N
TABLE OF GONTENTS
SOLICITAT!ON SECTIONS :PAGE
0100 NoT uTtLtzED ......... .......... N/A
O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS ..........3
O3OO SUBMITTAL INSTRUCTIONS & FORMAT .............12
0400 EVALUATTON PROCESS ........... ...........:... ..........14
APPENDICES:PAGE
APPENDIX A RESPONSE CERTIFICATON, QUESTIONMIRE AND AFFIDAVITS ......... 16
rt-
APPENDIX B "NO BlD',FORM ...............jr) ....:...............23
AppENDrx c MTNTMUM REeuTREMENTS & spEClFtcATloNS .r*,........... ..............t:.....'...2s
APPENDTX D SPECTAL CONDTTTONS ........... .......... ...... .................29
.r]:_
APPENDIX E INSURANCE REQUIREMENTS, ...........;..... ...............32:: 'i',r..
APPENDIX F FUTURE COMMUNITY PARK CONCEPT P1AN.........'*..... ........34
APPENDIX G STANDARD FORM 330...........:.. .-x:... .....35
APPENDIX H SAMPLE CONTRA&T ...............36
RFA 201 5-240-KB
35
iY\i,^r\4i Bil,{Cl--i
SECTION O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS
1. GENERAL, This Requestfor Qualifications (RFO) 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 Statement of
Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of
services and requirements as noted herein. All documents released in connection with this solicitation, including all
appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and
are complementary to one another and together establish the complete terms, conditions and obligations of the
Proposer and, subsequently, the successful proposer(s) (the "contractor[s]") if this'RFQ results in an award.
The City utilizes PublicPurchase (www,publicpurchase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective
proposer who has received this RFQ by any means other than throg#,PublicPurchase must register immediately
with PublicPurchase to assure it receives any addendum issued,,,fu this=RFQ. Failure to receive an addendum
may result in disqualification of proposal submitted.
The Purpose of this Request for Qualifications (RFQ) is to qualify a Proposer for Architectural and Engineering
Design Services for the Future Community Park Project ("the Pioject"). Additionally, the terms "FIRM',
"PROPOSER', "CONSULTANT,' 'PRIME PROPOSER" are used interchan$#ly and shall refer to the firm that will
contract with the City for the performance consultant seruices and work for the pioiect. The Project is located a12795
Prairie Avenue, Miami Beach, FL. The qualified Pioposer wifl be responsible for providing Architectural, Structural
Engineering, Mechanical, Electrical and Plumbing (MEP) Engineering, Civil Engineering, Environmental Engineering,
Florida Department of Environmental Protection (FDEP) Permitting, Landscape Architecture, Construction Cost
Estimating, Surveying and Geotechnlcal services for the Project. The work shall include, but not be limited to,
conceptual drawing(s), surveying, geote-ehnical, environmental services, design development, estimate(s) of
probable construction cosl construction documents, permitting, bidding / award, and construction administration
services for the Project.
The City's Planning Department ig tlrf;O *itf, deuetoping a conceptual design for the newly designated park
project. Representatives',from the Ptanning Department presented their conceptual design to the
Neighborhood/Community Affairs Committee (NCAC) at its regularly scheduled meeting. The key components of the
conceptual plan include the development oi an appropriate range of spaces and faciiities for general and passive
recreation, such as, open piay areas, vualking paths, lakes, landscape areas, etc.; maintaining cei'tain elements of
the existing topography; and providing accessibility to the neighboring community, Planning Department staff utilized
examples of various'park elements from various well-known parks throughout the country and incorporated these
elements into the conceptual design, They also worked closely with representatives from the Pollce Department to
ensure that the design Contemplated security elements that would ensure safety for park visitors and the neighboring
community. Proposed improvements will include a Formal Entrance(s), parking areas, Tennis Courts, Central Plaza
and Gardens, Open Lawn, Dog Park, Vita Course Loop, Open Sodded Area, Landscape and lrrigation, ADA
Children's Play Area and Restroom Facility.
Contract documents, as a result of this RFQ, will include details for the construction of the Concept plan for the
Futuie Community Park. Scope of Services is pursuant to Appendix C, Section C-2., ol this RFQ.
The City seeks Proposals from professional consulting architectural/engineering firms which have proven experience
in the preparation of construction contract documents for Parks with Facilities and Amenities. The successful firm
RFa 2015-240K8
36
MIAMIBEACH
must have the financial resources and technical expertise to provide the services requested in this RFQ and prepare
the associated construction contract documents that allow the City of Miami Beach to advertise, bid and award a
contract for the construction services.
This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations
Act (CCNA).
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
4. PROCUREMENT CONTACT. Any questions or clarifimtions concerning thiseolicitation shall be submitted to the
Procurement Contact named herein, in writing, with a copy to frq4 ity Clerk's Offie, Rafael E. Granado via e-mail:
RafaelGranado@miamibeachfl,qov or facsimile: 786-394-41881' The Bid titlelnumber shall be referenced on all
correspondence. All questions Qf requests for clarificdion must be req,&Fd no later than ten (10) calendar days
prior to the date Statement of Qualifications are due as scheduled in Section 0200-3. Ali responses to
questions/clarifications will& sent to alll@pective Proposers in the form of an addendum.
Procurement Contact:
Kristy Bada
Telephone:
r, 305-673-70oo ext. 6218
Email:
KristvBada@miamibeachfl .qov
Only if deemed necessary by the City, a pre-proposal meeting or
site visisel may be
- .:.:.;ll.,.,
A Pre-PROB$QAL conference wi[ be heldras scheduled in Anticipated RFQ Timetable section above at the
following addre*...,,, , A.-,-, . ...-,' '..,,,, CiS of Miami Beach
Frccurement Department Conference Room
1755 Meridian Avenue, 3no 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 TELEPH0NE NUMBER: 1- 888-270-9936 (Toll-free North America)
(2) Enter the MEETING NUMBER: 5804578
Solicitation lssued SEPTEMBER 4TH, 2015
Pre-Proposal Meeting SEPTEMBER 22ND, &5 AT 11:00AM
Deadline for Receipt of Questions OCTOBER 12rH,n15AT 5:00 PM
Responses Due OCTOBER 2?m, 2015 lW3:00 PM
Evaluation Committee Review TBD
Proposer Presentations TBO
Tentative Commission Approval Authorizing
Negotiations
I-BD
Contract Negotiations Following Approval
Rt-Q 20 t5 240 Kts
37
MIAT,AiBEACH
Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this
RFQ expressing their intent to participate via telephone.
6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective
Proposers are not binding on the City and will be without legal effect, including any information received at pre-
submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda
clarifications considered necessary by the City in response to questions. Only questions answered by written
addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through
PublicPurchase, Any prospective proposer who has received this RFQ by any means other than through
PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this
RFQ. Failure to receive an addendum may result in disqualification of prg$Sal. Written questions should be
received no later than the date outlined in the Anticipated RFQ Timetable section.
.:
7. CONE 0F SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the
City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. PmBosers shall be solely
responsible for ensuring that all applicable provisions of the Citfs Cone of Silence are complied with, and shall be
subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of
such non-compliance. Communications regarding this solicitatioryue to be submitted in writing to the Procurement
Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov
8. SPECIAL NOTICES. You are hereb)r'advised that this solieitation is subject to the following
ordinances/resolutions, which may be found on the Ciry Of Miami Beach website:
http://web.miamibeachfl .eov/procurement/scroll.aspx?id:235 1 0
. CONE OF SILENCE.... ............;,.,.... CITYCODE SECTION 2486. pRoTEST PROCEDURES .......1.,,.... CTTYCODESECTTON 2-371
o DEBARMENT PR0CEEDINGS............:r:....,. t , CITY CODE SECTIONS 2-397 THROUGH 2-485.3. LOBBYISTREGISTMTIONANDDISCLO$U*E0FFEES..............;... CITYCODESECTIONS24SlTHROUGH2-406. cAMpAtGN CONTR|BUT|ONSBy VENDOR8I,..,,.,.,.,,......,.. CITY CODE SECT|ON 2487r CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES. .. . .. .., .. CITY CODE SECTION 2488r REQUIREMENT FOR CITY CONTM0TORS IO,FROVIDE EQUAT
..elTY eoDE sEeTtoN 2 373
EITY EODE SEETIONS 2 407 THROUGH 2 ,110
CITY EODE SEETION 2 372
D AND
SERVICE-
DISABLE&-IIETEMN BUSINESS ENTERPRISES......,....,.,...,.,...,.,... CITY CODE SECTION 2-374
o FALSECiI{I[&On0|NANCE............. CtTyCODESECT|ONT0-300
o ACCEPTANCE'OFGIFTS,FAVORS&SERVICES.,., .... CITYCODESECTION2449
9. PUBLIC ENTITY CRIS,F. A person or affiliate who has been placed on the convicted vendor list following a
conviction for public enti$ criryres 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. COMPLAINCE 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,
RFQ 201 5-240 KB
38
MIAMIBEACH
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 2490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of
the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as
prescribed therein, including disqualification of their responses, in the event of such non-compliance,
13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution N0.2000-23879, the Proposer shall adopt a Code of
Business Ethics ("Code") and submit that Code to the Procurement Division 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
14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-67867490 to request material in accessible format; sign
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 RECE#T OF PRqPOSALS. The Gity,teserves the right to postpone
the deadline for submittal of proposals and will maka a reasonablgreffort to girre at least three (3) calendar days
written notice of any such postponement to all prospeit$e Proposers tltrySh PublicPurchase.
16. PROTESTS. Proposers hat ar&@ selected may protest any rccommendation for selection of award in
accordance with eh proc@ngs establi$lld pursuant to the City's bid protest procedures, as codified in Sections 2-
370 and 2-371 of the'C'Y Code (the Gily's Bid Protest Ordinance). Protest not timely made pursuant to the
requirements of the City's Bid Prohst Ordinance shall be barred.
BUSINESS Pursuant to City Code Section2-374, the City shall give
a preferen4b a responsive and mqponsible Proposer which is a small business concern owned and controlled by a
veteran(s) or'@St is a service-dis$led veteran business enterprise, and which is within five percent (5%) of the
lowest respons@,responsible proposer, by providing such proposer an opportunity of providing said goods or
contractual services for the lowe$ responsive proposal amount (or in this RFQ, the highest proposal amount).
Whenever, as a result of ftp lq@oing preference, the adjusted prices of two (2) or more proposers which are a
small business concern 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 equalwith 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 Propose(s)
s/he deems to be in the best interest of the City or may recommend relection 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:
RFQ 20 I5-240-K3
39
MIAMIBEACH
(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 repct all Proposals.
20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the
selected Proposer. Notwithstanding the preceding, the City is in no way obligated to en&t into a contract with the
selected Proposer in the event the parties are unable to negotiate a contract, lt .b,also understood and
acknowledged by Proposers that no property, contract or legal rfuhts of any kind shall be &ated at any time until
and unless an Agreement has been agreed to; approved by the City; and executed by the parties.r,,,.,. ,-
21. PostponemenUGancellation/Acceptance/Reiection. The CiS may, at its sole and absolute discretion, reject
any and all, or parts of any and all, responses; re-advertise this RFQ;:$gltpone or cancel, at any time, this RFQ
process; or waive any irregularities in this RFQ, or in any responses reodved as a result of this RFQ. Reasonable
efforts will be made to either award the proposer he contract or relect all prryels within one-hundred twenty (120)
calendar days after proposal opening date. A proposer may withdraw its propsd after expiration of one hundred
twenty (120) calendar days from the date of proposal opening by delivering uritten notice of withdrawal to the
Department of Procurement Management prior to award of themn@f bryQg0ty Commission.
22. PROPOSER'S RESPON$IELIW. Before submitting a response, each Proposer shall be solely responsible for
making any and all investigations, evaludbns, and examinations, as it deems necessary, to ascertain all conditions
and requirements affecting tre full perfonnance of the contract. lgnorance of such conditions and requirements,
and/or failure to make such evduations, hyestigations, and examinations, will not relieve the Proposer from any
obligation to comply with every &-tq[and wih all provisions and requirements of the contract, and will not be
accepted as a basis fur any subs@! claim whatsoever for any monetary consideration on the part of the
Proposer.
involved with the preparation and submission of Proposals,
or any work pry&rmed in connectiorr , shall be the sole responsibility (and shall be at the sole cost and
expense) of the@ser, and shallmt be reimbursed by the City.
24. RELATIONSHIP ]€,IHE qtTY. lt is the intent of the City, and Proposers hereby acknowledge and agree, that
the successful Proposer b aonsidered 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. ln 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 propose/s history of citations
and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the
RFa 2015 240K8
40
MiAAAiBEACH
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 seMces have been.rcceived, inspected, and
found to comply with contract, specifications, free of damage or defect, and are properly invoiced. lnvoices must be
consistent with Purchase Order format.
29. COPYRIGHT. PATENTS & ROYALTTES. Proposer shall indemnify and save harmless the City of Miami Beach,
Florida, and its officers, employees, contractors, and/or agents, from liabilily 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, inc[ding its use by the City S Miami Beach, Florida, lf the Proposer
uses any design, device or materials covered by lettens, 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 wihdrawal of a response before such award is made and approved, may result
in a claim for damages by he City and may be grounds for removing the Proposer from the City's vendor list.
31. MANNER OF PERFORMAilEE to perform its duties and obligations in a professional manner
and in accordance with all applicahlQ , and Federal laws, rules, regulations and codes. Lack of
knowledge or ignorance by the PrupQrer with/of applicable laws will in no way be a cause for relief from
responsibility. Proposer agrees hat the seryees provided shall be provided by employees that are educated, trained,
experiened, certified, and licen# in all areas.encompassed within their designated duties. Proposer agrees to
furnish to tre City any and all documentation, certification, authorization, license, permit, or registration currently
required by appllcable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all
licenses, permits,t€ggstrations, authorizations, or certifications required by applicable laws or regulations in full force
and effect during thd term of this oontract. 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,
RFQ 20 I5.240 Kts
41
MiAMIBEACH
33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin. ln accordance
with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit (and cause
hotel operator to prohibit) discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender
identity, sexual orientation, marital and familial status, and age or disability in the sale, lease, use or occupancy of
the Hotel Project or any portion thereof,
34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial,
technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an
award that is in the best interest of the City, including:
A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract.
B. Proposals will only be considered from firms which are regularly engaged in he business of providing the
goods and/or services as described in this solicitation.
C. Proposers must be able to demonstrate a good record of Frbnnance for a reasonghle period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can Stiffiryitorily perform the
services if awarded a contract under the terms and condi$ons of this solicitation.
D. The terms "equipment and organization", as used herein shall, be construed to mean a f-(W'equipped and
well established company in line with the best business practices in the industry, and as determined by the City
of Miami Beach.
E. The City may consider any evidence availdle regarding the financial, lechnical, and other qualifications and
abilities of a Proposer, including past performarrce (experience), in making& award that is in the best interest of
the City.
F. The City may require Proposer s to show proof that they &Ave been designated as authorized representatives
of a manufacturer or supplier, which is the actual source of sr instances, the City may also require
material information from the s$rrce of supply regading the packaging, and characteristics of the
products to be supply to he City,
35. ASSIGNMENT. The su oful Proposer shall not assign, transfer, convey, sublet or othenruise dispose of the
contract, including any or all of ibright,li& or interest therein, or his/her or its power to execute such contract, to
any person, compily or corporatiiii*ffiioutthepttgrtmitten consent of the City.
Proposer shall obtain and pay for all licenses, permits, and
comply with all applicable laws.
,.:,.|.':
37. OPTIONA4,,OQNTRACT USAGH; Wheri'the successful Proposer (s) is in agreement, other units of govemment
or non-profit ageffi may particip# in purchases pursuant to the award of this contract at the option of the unit of
government or non-@it agency.
It is the intent of the City to purchase the goods
and services specifically llsted 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. ln 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
required to con$h the
RIQ 2U I5.24U.Kts
42
MIAAAIBEACF{
D. The Proposer's proposal in response to the solicitation.
40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees,
agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of
defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims,
demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the
performance of the agreement by the contractor or its employees, agents, servants, partners, principals or
subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and
defend all claims, suits or actions of any kind or nature in the name of the City, where.applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may be incuned thereon. The Proposer
expressly understands and agrees that any insurance protection required by thb Agreement or otherwise provided
by the contractor shall in no way limit the responsibility to indemnify, keep and say.e 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 rcquire the Contractor tolxtend contract past the
stated termination date for a period of up to 120 days in thqevent 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.
. Progpers are expected to be familiar with, and comply with, all Federal, State,
County, and City li@rordinances,'fodes, rules and regulations, and all orders and decrees of bodies or tribunals
42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified ttat all Bid including, without limitation, any
and all information and documentation submitteQfiep.with, are exempt ftom public records requirements under
Section 119.07(1), Florida Statutes, and s. 24(a), Ait. 1 of &e State Constitution untilsuch time as the City provides
notice of an intended decision or until thirty (30) days after Apellng of the proposals, whichever is earlier.
Additionally, Contractor agrees to be in full compliancewith Flofda Statute 119,0701 including, but not limited to,
agreement to (a) Keep and maintain public records thq! ordinarily and necessarily would be required by the public
agency in order to perform tlp servicm; (b) provide the public with access to public records on the same terms and
conditions that the publiq agelcy would prayide the records and at a cost that does not exceed the cost provided in
this chapter or as othenlvise.$rovided by law; (c) Ensure that public records that are exempt or confidential and
exempt from public records dis&ure reguirements are not disclosed except as authorized by law; (d) Meet all
requirements for rehining public records and.'fran&r;.at no cost, to the public agency all public records in
possession qf,,the.c6nh&tor upon termination of the contract and destroy any duplicate public records that are
exempt or,ponfidential and exempt from prblic records disclosure requirements. All records stored electronically
must be pibvided to the public agency in a format that is compatible with the information technology systems of the
public ageney.
having jurisdiction or a$ofity Which, in any manner, may affect the scope of services and/or prolect contemplated
by this RFQ (including, wiQout limitation, the Americans with Disabilities Act, Title Vll of the Civil Rights Act, the
EEOC Uniform Guidelinesiand all EEO regulations and guidelines). lgnorance of the law(s) on the part of the
Proposer will in no way relieve it from responsibility for compliance.
44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director,
agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami
Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly,
an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates.
Rro 20 r 5 240 Kts 10
43
MIAAAIBTACF{
45. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all
or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received
after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award
unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening
of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said
expiration date, and letters of withdrawal received after contract award will not be considered.
47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the
terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall
be included and clearly delineated, in writing, in the Proposal. The Gity, at fts sole and absolute discretion,
may accept or reject any or all exceptions and alternatives. !n cases in wtrich exceptions and alternatives
are rejected, the City shall require the Proposer to comply with the&rticula*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
RFA).
48. ACCEPTANCE OF GIFTS, FAVORS. SERVICES. Prop& shall not offer any gratuities, favo6, or anything of
monetary value to any official, employee, or agent of the City, for the purp,qlp of influencing corr$deration of this
Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or entfiloyee of the City shall accept any gift, favor or
service that might reasonably tend improperly to influence him in the dimharge of his official duties.
49. SUPPLEMENTAL INFORMATION. City reserues*trc right to request supplemental information from Proposers
at any time during the RFQ solicitation process,
Balance of Paqe lltentionallv Le,t_glank
t
RTQ 2U I5 24UKts il
44
A1'iAA4iBTACFI
SECTION ()3()() SUBMITTAL INSTRUCTIONS AND FORMAT
1, SEALED RESPONSES. One original Statement of Qualifications (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 relected.
2. LATE BIDS. Statements of Qualifications are 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 d Statement of Qualifications will
be considered late and not be accepted or will be returned to proposer unoponed. The City does not accept
responsibility for any delays, natural or otherwise.
3. STATEMENTS OF QUALIFICATIONS FORMAT. ln order to maintain comparability, faQilitate 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,-statement of
Qualifications that do not include the required information will be deened non-responsive and will not be considered,
Cover Letter & Minimum Qualifications
1.1 Cover Letter and Table of Contents. The cover bfter must indicate Prime Proposer and Prime Proposer Primary
Contact for the purposes of this solicitation.
1.2 Response Certification, Questionnaire & Requircmenb Affidavit {Appendix A). Attach Appendix A fully
completed and executed.
1.3 Minimum Qualifications Requiremeu*& Submit verifiabb information documenting compliance with the minimum
qualifications requirementd$stablished in Aplbndix C, Minimum Requirements and Specifications, as required herein.
1.3.1 Request for Qualifrc*bn Qittti|tr Experience. For each project that complies with the minimum
requirements -o1y$pendix C, S6i$on CI, No, 3, submit project name, project contact information (phone and email)
& Qualifications
2.1 Stau&td Form 330. The propooing firm shallsubmit a completed Standard From 330 (attached), No proposal will
be consideredwithout this required fsm. ln addition to experience and qualifications considerations, the City may use
this information p consider the firm's previous and current workload.
2.2 Qualifications d Prime Propooer (Firm). Submit detailed information regarding the firm's history and relevant
experience and proveqlrack record of providing the scope of services as identified in this solicitation, including
experience in providing s6pe of *rvices to public sector agencies.
2.3 Qualifications of Prime Proposer's Team (Architects and Engineers). Provide an organizational chart of all
personnel and consultants to be used for this project if awarded, 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.
2.3.1 Prime Proposer's shall identify the Prolect Lead Designer that shall be in compliance with the minimum
requirements on Appendix C, Section C1,
shall arranqe for Dun & Bradstreet to submit a Suoolier Qualification
RFG 2015240K3 t2
45
MiAiVIIBEAC}I
(SOR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of
the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer, The Proposer shall request the SQR report from D&B at:
https://supolierportal.dnb.com/webapp/wcs/stores/servleUsupplierPortal?storeld=1 1696
Proposals are responsible for the accuracy of the information contained in its SQR. lt 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.
and
3.1 Submit detailed information on the approach and methodology, how Proposer plans to accomplish the required
scope of services, including detailed information, as applicable, which addresses, hut need not be limited to:
implementation plan, project timeline, phasing options, strategies for assuring project is impbmented on time and within
budget.
3.2 Also, provide information on Proposer's current workload aq{ how the potential project(s) fill fit into Propose/s
workload, Describe available facilities, technological capabilities ard other available resources you oftr for the potential
project(s),
3.3 Submit evidence of Proposer's intent to utilize Disadvantaged Business Enterprise (DBE) Firms. Accepted DBE
certifications include the Small Business Administration (SBA), State of or Miami-Dade
Note: After proposal submittal, the City reserves tre 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 capabi$ty (including, but not limited to, annual
reviewed/audited financial staternents witr the auditors notes for each of their last two complete fiscal years).
Rt-Q 20 t5-240-Kts r3
46
,ViIAMISEACH
SECTION ()4()O STATEMENTS OF QUALIFICATIONS 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. lf 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. lt 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
2. Step 1 Evaluation. Proposals will be categorized into the discipline ar.as notfo in section Ozl}.z(Groups
A & B) prior to evaluation by the committee in order that proposals may be evaluated by category against
other proposers in that category. 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 hlow to be added to
the Evaluation Committee results by the PROCUREMENT DEPARTMENT. An Evaluation Committee, appointed by
the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with ttie 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.
Experience and Qualifications
Approach and Methodology
3. Step 2 Evaluation..Following the resulb of Step 1 Evaluation of qualitative criteria, the Proposer may receive
additional quantitative criteria poiqs to be dded by the Depaitment of Procurement to those points earned in Step
1, as follows.
I Veterans Preferenm :..1
,&- The volume of work previously awarded to each firm by the City
the last three (Q yeans from the due date for proposal. See
4 below.
Volume of Work Points: Points awarded to the proposer for volume of work awarded by the City in the last three (3) years
in accordance with the follqo{ng table:
Less than $250,000 5
$250,000.01 - $2,000,000 3
Greater than $2,000,000 0
RFQ 201 5-240-KB l4
47
MiAAAitsEACH
5. Determination of Fina! Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points
will be added to each evaluation committee member's scores by the Department of Procurement. Step 1 and 2
scores will be converted to rankings in accordance with the example below:
Committee
Member 1
Step 1
Points 82 76 80
Step 2
troinfe 10 5 5
Total 92 81 85
Rank 1 3 2
Committee
Member 2
Step 1
Points 85 -r:85 72
Step 2
Points 10 5 5
Total 95 90 77
Rank 1 2 3
Commi*ee
Member 2
Step 1
Points 80 74 66
Step 2
Points r,110 5 5
Total 79 71
Rank 1 2 3
* Final Ranking is presented to,the City Manager for further due diligence and
recommendation to the City Commissbn. Final Ranking does not constitute
an award recommendation until$uch time as the City Manager has made his
recommendation to the City Comlnission, which may be different than final
ranking results.
. ,4..,,
RFa 201 5-240 KB t5
48
APPENDIX A
MIAMIBEACI{
Response Certificotion,
auestiohnoire &
Requir@ m en ts Affid ovit
.4,, ..
RFQ No .201 5-240-KB1 Architqpturol ond Engineering
r.r \'/
&esign'Services for the Future
Community Pork Project
PROCU REMENT DEPARTMENT
I255 Meridion Avenue, 3rd Floor
Miomi Beoch, Florido 33,l39
49
Solicitation No:
RFQ 2015-240-KB
Solicitation Title:
Architectural and Engineering Design Services for the Future Community
Park Proiect
Procurement Contact:
Kristv Bada
Tel:
305-673-7000 Ext. 6218
Email:
KristvBadatOmiami beachfl .oov
STATEMENTS OF QUAL!FICATIONS 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 REQUTRED FORM that must be submitted fully completed and
executed.
1. General Proposer lnformation,
FIRM NAME:No. of€rmloyees:
No of Years in Business:iloryprs in Business Locally:
OTHER NAME(S) PROPOSER HAS OPEMTED UNDER lN THE LAST 10 YEARS:{
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:4,lt/ t UUE:
ELEPII(JNE NU.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
UI IY
STATE:,.ZIP UUUE:
&truuuN I ttEP I ELEPHUNrlzu.l
AOWE{T REP TOLL FREE NO.:
ACCOUNTBEP El\'lAlL:
FEUEHAL IAX{]EN{ II-IUA I IUN NUt:
.*.
the rioht to sae{ttdlditional information from or other sorrree(sl inclrrdino hrrt not limitcd tn' anv firmsource(s), including limited to: any firm or principal
information, applicable licensure, rssumes 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.
The City reserves the right
Rt-Q 20 t 5:240K3 AppendixA-Poge 1
50
3.
4.
Veteran Owned Businesslqlpposer claiming a veteran owned business status?f--l vrs [--l ruo
SUBMITTAL REQUIREMENT: Proposals 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.
Conflict Of lnterest. All Proposals must disclose, in their Statement of Qualifications, 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
Proposals must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or
more in the Proposer entity or any of its affiliates.
.,.
SUBMITTAL REQUIREMENT: Proposals must disclose the name(s) of any officer, ttireqtor, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami @ach. Pi-roposals 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'l:
.. t.
References & Past Performance. Proposer shall submit at least three (3) references for whom the ppposer has completed work
similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the blbwing intirn"tion is required: 1) FinfiName, 2) Contact
lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Nanftve on Scope of Services Provided.
Suspension, Debarment or Contract Cancellation. Has proposer ever been'debarred, suspended or other legal violation, or had
a conkact cancelled due to non-oerformance bv mv oublic sector aoencv?[--l vrs '[-l no
SUBMITTAL REQUIREMENT: lf answer to above is '-YES," P'tijias6f. shall submit a statement detailing the reasons that led to
action(s).
Vendor Campaign ContriMions. Boposals are expected to be or become familiar with, the City's Campaign Finance Reform
laws, as codified in Secfions 2-487 hot€h 2-490 ol the City Code. Proposals shall be solely responsible for ensuring that all
applicable provisions of tn-City's Campaigm Finance Reform laws are complied with, and shall be subject to any and all sanctions,
as prescribed therdih, i&udng disqualifcation of their Statementqf Qualifications, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: $bmit trcrnatl*s S.all individuals or entities (including your sub-consultants) with a conkolling
financidja@il S defined in soliciHion. For eaci individral or entity with a controlling financial interest indicate whether or not
each individual or eq$ty$as contribu@ to the campaign either directly or indirectly, of a candidate who has been elected to the
of[rce'of Mayor or City Commissioner forhe City of Miami Beach.
'.. ain6ot artiness Ethics. Pqntqnt to CityResolution N0.2000-23879, each person or entity that seeks to do business with the
City 3&all adopt a Code of Businsm Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response
or within m {O days upon receiifof request. The Code shall, at a minimum, require the Proposer, to comply with all applicable
governmenH rules and regulationo including, among others, the conflict of interest, lobbying and ethics provision of the City of
Miami Beach and:Smi Dade County.
rrra :
SUBMITTAL REQtXREilSl$T: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting Code of Business
Ethics, proposer may subrnit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of
Ethics, available at ww,miamibeachfl .gov/procuremenU.
RFQ 20)5-24O-KB AppendixA-Poge2
51
7. eity eede, as same may be amended frem time te time, prepesers
heurly living wage rates listed
bel€uA. Currently; the heurly livrng wage rate is $11,^8/hr with health benefits ef at least $1,64 an heur, er a living wage ef net
The living wage rate and health eare bene$ts rate may; by Reselutien ef the City eemmissien be indercd annually fer inflatienusi CPl U) Miami/Ft, tauderdale' issuC by he U,S, Department ef taber's
nt (a.4, fne eit , UV
ld net be fiseally seund te implement
@
,,:,
furner subjeet prepeqer
tiving Wage requirc
ree Ad*ninirtr.t.r.t 305,673 7490, r ..:
SUBMITTAt REQUIREMENT: Ne additienal submittal is requlred, YJirtue ef exoerting this affidavit deeurnar* Prepeser agrees
@
mahtain 51 er mere full$ine empleyees en their payrells during 20 er mere
in-eenkaeters deing business
with the City ef Miami Beaeh; whe are awarded a grhaet pursuant te eempetitive prepesals, te previde "Equal Benefi-ts" te their
empleyees with demestie partners; as they previdete'erndeyees with sBeuses, Theerdinanee applies te all empleyees ef a
iami Beadtr Fll!*ia; and the efikaeter's empleyees leeated in the United
States; but eutside ef the City ef Miami Beaeh limits' whe are dircetly:'ilirfurming werk en the eenkaet within he eity ef Miami
Bea€h ,..rr.
8.
l_-l us
demestie partner; suqh as berear&rnent leave; ether benefits are previded direetly te the speuse er demestie
Firm+reviCesJer
Cmpteyees+*n
Seeuses
Firm+r€Yidos+r
Cmpteyees++tn
Dnm€s{i€+adn€{€
Firm dees net
PreviCeBenefit
HeS
Siek*eave
Fam+lY#edi€aF€ave
E€r€evement+eeve
lf Prepeser eannet effer a benefit te demestie partners beeause ef reasens eutsrde yeur eenkel, (e,9,, there are ne insuraneeprevi ures eemplianee, Te
eemply en this basis; yeu must agree te pay a eash eqivalent and submit a eempleted Reasenable Measures Applieatien
RFG 2015240K3 AppendixA-Poge3
52
9.Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a
person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit
a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal,
proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit
proposals, Statement of Qualifications, or replies on leases of real property to a public entity; may not be awarded or perform work
as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with
any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months
following the date of being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, proposer agrees
with the requirements of Section 287.133, Florida Statutes, and certifies it has not been plad on convicted vendor list.
Acknowledgement of Addendum. After issuance of solicitation, the City may relery one or more addendum to the solicitation
which may provide additional information to Proposer or alter solicitation requirenwtts. 1lC City will strive to reach every Proposer
having received solicitation through the City's e-procurement system, PublicPurchase.ffin However, Proposals are solely
responsible for assuring they have received any and all addendum issued pursuant to solicitatqn. This Acknowledgement of
Addendum section certifies that the Proposer has received all addendum rebased by the City purryrt to this solicitation. Failure
to obtain and acknowledge receipt of all addendum may result in proposal disqualification .,
lnitial to Confirm
Remini
lnitialto Confirm
Receiot
Initial to Conflrm
tleenint
Addendum 1 Addendum 6 Addendum 1 1
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
lf additional confirmation of addendum is required, submit under separate cover.
10.
RI.Q 20 I5-24U-Kts AppendixA-Poge4
53
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.
ln 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 deviate from the solicitation, as it deems appropriate and in its
best interest. ln its sole discretion, the City may determine the qualifications and acceptability of any party or paffes submitting Statement of
Qualiflcations in response to this solicitation.
Following submission of Statement of Qualifications, the applicant agrees to deliver such furher details, information and assurances,
including financial and disclosure data, relating to the Statement of Qualifications and the apBlicant including, without limitation, the
applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the C*.'$ its discretion.
The information contained herein is provided solely for the convenience of prospective Proposals. lt i$ile responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does not provide any assu6nres as to the accuracy of any
information in this solicitation. .,:
Any reliance on these contents, or on any permitted communications with @ officials, shall be at the recipient's ownrffi, Ploposals should
rely exclusively on their own investigations, interpretations, and analyses. Tha solicitation is hing provided by the Cil$Slhtlut any warranty
or representation, express or implied, as to its content, its accuracy, or its completeness. No uaranty or representation is made by the City
or its agents that any Statement of Qualifications conforming to these requirerrents will be selected for consideration, negotiation, or
approval.
The City shall have no obligation or liability with respect to tris solicitation, the selection and he award process, or whether any award will be
made. Any recipient of this solicitation who responds hereto fully a*nowledges all the provisims of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by fie terms hereof. Any Statement of Qualifications submitted to the City
pursuant to this solicitation are submitted at the sole risk and responsibility of he party submitting such Statement of Qualifications.
This solicitation is made subject to correction of errors, omissions, or withdrawal fton he maket without notice. lnformation is for guidance
only, and does not constitute all or any parl Of qn agreement
The City and all Proposals will be bound only s, 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 pslbs. Any respqrse to this solicitation may be accepted or rejected by the City for any reason, or for no
reason, without any resultant liability{6$te City. .,..:,
The City is governed by the Governmentin-fte-Sunshine gnd all Statement of Qualifications and supporting documents shall be
shall be submitted in sealed proposal form and shall remain
time selected for opening the responses. At that time, all
Propouls &:expected to make all @sures and declarations as requested in this solicitation. By submission of a Statement of
Qualifications, tte,Froposer acknowledges ard agrees,that the City has the right to make any inquiry or investigation it deems appropriate to
substantiate or su@ment information contaned in the Statement of Qualifications, and authorizes the release to the City of any and all
information sought in sudt inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is
true, accurate and com@h, to the best of iF knowledge, information, and belief.
Notwithstanding the foregoing u anythhg contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment
by a court of competent jurisdic{ion 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 shallbe limited to $10,000.00 as agreed-upon and liquidated damages. The
previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which
imposes no liability on the City.
In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
su bject to d isclosum.as rqut&$&y such llm'$ Statemenf'SfQlialifi cation s
confidential to tie extent peffiftfti$'Oy florida$Btutes, until the date and
documents received by the City shdlbecome publiumeords.
RFa 201 5-240-KB AppendixA-Poge5
54
I hereby certify that: l, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal;
Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this
solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure
and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the
solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to
comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal
with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges
that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public
Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications
Certification, Questionnaire and Affidavit are true and accurate.
Name of Proposer's Authorized Representative:Title of Proposer's Autprized Represenblivg:
':a::,.,:.. ..
.:. iti
Signafu re of Proposer's Aufi orized Representative:Date:
State of On this _day of _, 20_, personally
appeared before me who
County of ) stated that (s)he is the
of , a corporation, and that the instrument was signed in behalf of
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
Notary Public for the State of
My Commission Expires:
RFQ 20 I 5.240-KB AppendixA-Poge6
55
APPENDIX B
MIAMIBEACH
"No
, ...,
Form
'. ,r:
RFQ No.N5-2.40-KB
Architecfurol ond, Engineering
Design Services for the Future
Community Pork Project
.. PROCUREMENT DEPARTMENT
' :r ]700 Convention Center Drive
""'j,,,. Miomi Beoch, Florido 3313g
56
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFIGATIONS AT
THIS TIME FOR REASON(S) CHECKED AND/OR TNDTCATED BELOW:
_ Workload does not allow us to proposal
_lnsufficient 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 producVservice ' '
_OTHER. (Please specify)
We do _ do not _ uant to be retained on your mailing list for future proposals
of this_@;product andlor service.
Signature:
Title:
Legal Company Name:
:'Failure to , either by submitting a proposal or this completed form,
PLEASE RETUFH TO:
CITY OF MIAMI BEACH
DEPT. OF PROCUREMENT MANAGEMENT
ATTN: Kristy Bada
STATEMENTS OF QUALI FICATIONS #201 5-24O.KB
1755 Meridian Avenue, 3'd Floor
Miami Beach, Florida 33139
may result In your company being removed from our vendors list.
RFA 20 ) 5-240-KB AppendixB-Poge 1
57
APPENDIX C
MIAMIBEACH
inimum $equi?ements
& Specificotions
RFQ No .201 5-240-KB
ffchitecturol ond Engineering.: \''" Design Services for the Future
.. Community Pork Project
PROCUREMENT DEPARTMENT
1755 Meridion Avenue, 3rd Floor
Miomi Beoch, Florido 33,l39
58
C1. MINIMUM REQUIREMENTS:
The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit
detailed verifiable information affirmatively documenting compliance with each minimum requirement.
Proposals that fail to comply with minimum requirements will be deemed non-responsive and will not be
considered, Determination of compliance with the minimum eligibility requirements is strictly at the sole
discretion of the City of Miami Beach.
PRIME PROPOSER:
1. The Prime Proposer (Architectural/Engineering Firm) shall be certified as -Landscape Architect or
Architect or Certificate of Authorization" by the State of Florida,'Division of Business and
Professional Regulations, as applicable.
LEAD DESIGNER:
2, The lead designer shall be a Landscape Architect licensed by the State of 'Fl6lida, Division of
Business and Professional Regulations.
REQUtREDSlMILAREXPERlENCE:.......;;..;......
3. The Prime Proposer shall have completed construction documents for no less than three (3) park
projects within the last ten (10) years. Listed park prote€.siall be no less than 10 acres with
comparable amenities and features as illustrated on Appendixl$ilQoncept Plan,
Submittal Requirement: For':rgagh qualifying project, submit project name, project
contact information (phone and emaillrand prime proposei'srio[! i!,nrolect.
C2. STATEMENT OF WORK REQUIRED.
..i. I.ii,],I],.11'...I
..
The City's Office of Capital lmprovement Projects is'seeking to:.,,h!re a Consultant to develop the
construction documents for this project located atr795 Prairie Aienue, Miami Beach, FL, Proposed
improvements will include a Forrnal Entrance(s),:parking areas, Tennis Courts, Central Plaza and
Gardens, Open LaM, Dog Park, Vita Course Loop, Open Sodded Area, Landscape and lrrigation, ADA
Children's Play Area and Restroom Facility,
The Consultant shall p.lfue ai.h'itaCtrrrt,,structural engineering, mechanical, electrical, plumbing
engineerin$; civil engineering1,Environmental Engineering, Florida Department of Environmental
Pffiction Coaslal|lP,:gf:mitting, Department of Environmental Resource Management Permitting,
,Hndscape architectuie, consiruction cost estimating, surveying and geotechnicil services for the
Prqjectr The work shall inqlUde, but notirbe limited to, surveying, geotechnical, design development with
deliUelables at 30%, 600/0 and 90% development stages, estimates of probable construction cost at
each sta$e oldevelopment(ihcluding 100%), construction documents, permitting, bidding / award, and
constructi'ondm in istration seivices for the Project.
...
Plans shall include: all ,'necessary drawings and technical specifications needed to construct the
improvements and $hall be defining documentation of what is authorized and approved.
Proposer shall:. Prepare utility coordination, permits and advise of all fees associated with all site, utility etc. work.
. Prepare an environmental remediation plan,
. Prepare presentation materials to illustrate the final design and participate in public outreach and
regulatory agency review meetings,
o Obtain all required building permits as well all necessary permits from other regulatory agencies as
RFQ 20)5-240K3 AppendixC-Poge 1
59
necessary for the construction of the Park Facilities and attend public meetings as required by the
City.
The Consultant shall be required to provide design and construction documents and cost estimates for
approved phases.
The Consultant shall be required to identify, at each stage of design, items that could be value
engineered, and reduce construction cost.
Task One (1)- Desiqn Services: The Consultant will be required to prepare construction and permit
documents for the design and construction documents of the Park Ebments as described in each
construction phase, as to be bid and award.
The selected firm shall be required to perform a variety of forensic tasks to verify'existing site and
environmental condition and the accuracy of any available as-built drawings, surveys'Ati$. maps to be
used for development of the contract drawings. The subject property was formerly used as a golf
course. As such, an Environmental Site Assessment (ESA) shall be completed to sample for, analyze,
and report the presence or absence of chemicals of concem associated with the property's past uses,
including its use as a golf course. The sampling plan associaled with the ESA shall be in accordance
with the requirements outlined in the Florida Administrative Code and shall be submitted to Miami-Dade
County Pollution Remediation Section for review and approval prior &iraplementation, Should the ESA
indicate high concentrations of any contaminants of concern abov$&lOanup target levels, a soil
management plan shall be developed for construction ard an engineering control with maintenance or
remediation plan shall also be developed for the property. ,.1i ;a,.,
The Consultant will be required to provide Statements of Probable Construction Cost as defined by the
American Association of Cost Engineers, and make recommendations on constructability and value
engineering.
The Consultant shall establish.ihd maifitain an in-house Quality Assurance / Quality Control (OA/OC)
program designed to verify d@;rsure the quality, clarity, completeness, and constructability of its
contract documents. ln.additiorii',{p,selected firm shall follow City standards for the preparation of
contract documents, inclusive of dr@gq specifications, front-end documents and cost estimates,
Prwntation formats for revbw submlffi shall be prepared for submittal to the City's Design Review
Boad during the Concepfual Phase (30%), and at 60% (Design Development Phase), 90%
(ConstrWion Documents Phase) completion stages, Contract documents shall be subject to
Constructabi&J.?nd Value Engineering reviews by City and/or others.
The selected firiffliiilt uork with the City to revise/adjust project scope as may be deemed necessary to
meet established budgets as design evolves through the design stages of completion.
The selected firm will attend periodic meetings as needed during design development (provide, keep
and distribute meeting minutes). ln addition, the selected firm shall attend and make a presentation of
the prolect in a Community Design Review Meeting and a pre-construction / kick off meeting with the
residents to review the design, prolect phasing and construction schedule. The selected firm shall
address comments generated from these meetings on the construction documents. To facilitate the
implementation of a Public lnformation Program, the selected flrm will provide electronic files of all
prolect documents, as directed by the City.
RFG 2015 240-<3 AppendixC-Poge2
60
The selected firm shall be responsible for securing all required regulatory approvals of its contract
documents from all applicable jurisdictional agencies and boards prior to finalization, and will be
responsible for initiating submittals and reviews in a timely manner.
Task Two (2)-Bid and Award Services: The selected flrm shall assist the City in the bidding and award
of the project. Such assistance shall include attending pre-bid conferences, assisting with the
preparation of necessary contract addenda, attending bid openings where applicable, and assisting
with bid evaluations. The selected firm shall provide "As-Bid" documents for use during construction.
Task Three (3)-Construction Administration Services: The selected firm s[gll perform a variety of tasks
associated with the administration of the construction contract and
project. These shall include attendance at the pre-construction at weekly
construction meetings (provide, keep and distribute meeting minutes), responding to contractor
Requests for lnformation (RFl), clarification, responding to and evaluating contrmtor requests for
change orders and/or contingency draws, contract arnendments, review and apprcve of shop
drawings, review and approve of record drawings,'review and recommendation of contractor
applications for payment, specialty site visits, projecteldseout reviews,'lgluding substantial cornpletion,
final punch list development and project certification of final completi$bnd acceptance, and warranty
administration.
Task Four (4)-Additional Services: No additiggglservices are envisioned at this time, However, if such
services are required during the performarx!$Xdfthe work, they will be requested by the City and
negotiated in accordance with the Contract requirenents,
.il;r.
Task Five (S)-Reimbursable Services: The City may reimburse'peapproved additional expenses, such
as, but not limited to, repfiSidisn costs, and permits cost(s), ,
RFG 2015-240K9 AppendixC-Poge3
61
APPENDIX D
MIAMIBTACE{
SpeciolConditions
RFQ No .201 5-240-KB
Architecturol ond Engineering
D&sign$ervices for the Future
Community Pork Project
PROCUREMENT DEPARTMENT,l755 Meridion Avenue, 3rd Floor
Miomi Beoch, Florido 33,l39
62
1. TERM OF CONTRACT. Not Applicable.
2. OPTIONS TO RENEW. Not Applicable.
3. PRICES. Not Applicable,
4. EXAMINATION OF FACILITIES. Not Applicable.
5. INDEMNIFICATION. Provider shall indemnify and hold harmless the City and its o{icers, employees,
agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and
costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a
result of claims, demands, suits, causes of actions or proceedings of'dny kind ol,nature arising out of,
relating to or resulting from the perfonnance of this Agreement by the Provider or its employees,
agents, servants, partners principals or subcontractors. Prqyider shall pay all claims and losses in
connection therewith and shall investigate and defend all @rims, 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 theresl, Provider expressly understands ary{,agrees
that any insurance protection required by this Agreement or otherwise prcvided by Provider shall in no
way limit the responsibility to indemnify, keep and save harmle*and defend the City or its officers,
employees, agents and instrumentalities as herein provided. ":
6. PERFORMANCE BOND. Not Applicable.
7. REQUIRED CERTIFICATIONS. Not Applicabb.
9. DELIVERY RE$flREMENTS. hld Applicable.
I0.WARRANTYREOUt--lEillENT$.NotApplicable.
tr:.
1 1
I BACXGffiUilD CHECKS. Not Applicable.
$a COUpETIUE SWlCATlOltS. lt isthe goal of the City to maximize competition for the project
anp{q suppliers & confmtors. Consultant shall endeavor to prepare all documents, plans &
speci&qtions that are in accordance with this goal. Under no condition shall Consultant include means
& meth@or product specifuations that are considered "sole source" or restricted without prior written
approvalof frre City.
'l;
13. ADDITIONAL'TEA|I S OR CONDITIONS. This RFQ, including the attached Sample Contract,
contains all the terrqs and conditions applicable to any service being provided to the City resulting from
award of contract.Sy virtue of submitting a proposal, consultant agrees not to require additional terms
and conditions at the time services are requested, either through a separate agreement, work order,
letter of engagement or purchase order.
14. PRECLUSION. Successful Proposer and sub-consultants contracted to provide architectural and
engineering design services for a paffcular project are precluded from bidding/responding to the
competitive solicitation for the design construction of the project.
RFQ 2015-240K3 AppendixD-Poge 1
63
15. CHANGE OF PROJECT MANAGER. A change in the Consultant's project manager (as wellas any
replacement) shall be subject to the prior written approval of the City Manager or his designee (who in
this case shall be an Assistant City Manager), Replacement (including reassignment) of an approved
project manager or public information officer shall not be made without submitting a resume for the
replacement staff person and receiving prior written approval of the City Manager or his designee (i.e,
the City project manager).
16. SUB-CONSULTANTS. The Consultant shall not retain, add, or replace anysub-consultant 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. Any approval of a sub-consultant by the City
Manager shall not in any way shift the responsibility for the quality and.acceptability by the City of the
services performed by the sub-consultant from the Consultant to the City, Tte quality of services and
acceptability to the City of the services performed by sub-consultants shall be the,sole responsibility of
Consultant.
17. NEGOTIATIONS. Upon approval of selection by thd'City Commission, negotiations between the
City and the selected Proposer (s) will take place'b,.anive at a folually acceptable Agreement,
including final scope of services, deliverables and cost of services.
,.
RFQ 201 5 240-KB AppendixD-Poge2
64
APPENDIX E
MIAMIBEACH, I.
I nsuro nce Requirements
RFQ No .201 5-240-KB1. ,::
Architqcturol ond En gineering
;,,- Desigr Services for the Future, ,* Community Pork Project
..,4..
PROCUREMENT DEPARTMENT
1755 Meridion Avenue, 3rd Floor
Miomi Beoch, Florido 33139
65
MIAM|&TACH
!NSURANCE 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.
The providershallfurnishto Departmentof Procurement, Cityof Miami Beach, 1755 MeridianAvenue,3'o Floor, MiamiBeach,
Florida 33139, Certificate(s) of lnsurance which indicate that insurance coverage has been obtained which meets the
requirements as outlined below:
A. Worke/s Compensation lnsurance for all employees of the vendor as reQuircd by F.lorida Statute 440,
'': . t,r:, :B. Commercial General Liability on a comprehensive basis in an amount not less ttian $1,000,000 combined
single limit per occurTence for bodily injury and property damage...lity of Miami Beach must be shown as an
additional insured with respect to this coverage.
C. Automobile Liability lnsurance covering all owned, non-owngd and hired vehicles used in .onr.iiiOn with the
work, in an amount not less than $1,000,000 combined sir@ limit per (trtrurence for bodily injury and
property damage.
D. Professional Liability lnsurance in an amount not less than $2,000,000 wffi,the deductible per claim, if any, not
to exceed 10% of the limit of liability,
A waiver of subrogation in favor of the City must be inchded for the polbies required above. The insurance coverage required
shall include those classifications, as listed in standard liaHity insurarce m nUals, wihh most nearly reflect the operations of
the vendor' :r: : ::. :.
.'
All insurance policies required Sove shall be issued by companies authorized to do business under the laws of the State of
Florida, with the following Quaffireations
The company must be rahd no less tqr "B+" as to man4ement, and no less than "Class V" as to financial
strength, by*le latest edition of Best's lnsunarrce Gukle, published by A.M. Best Company, Oldwick, New
.ter$, or its dtuivahnt, subjecfb trc approval of the City Risk Management Division.
"'l':t-: 0f
.Ilb company must hotd a,salid Flori& Certifrcate of Authority as shown in the latest "List of All lnsurance
Ce1panies Authorized or @oved to Do Business in Florida; issued by the State of Florida Department of
lnsufuQ&And are membersof ftre Florida Guaranty Fund.
, t.
Certificates will indiede no modificatioii or change in insurance shall be made without thirty (30) days in advance notice to the
certificate holder.&ERTIFICATE HOLDER MUST READ:'''.
..,,,$TTY OF MIAMI BEACH..1700
CONVENTION CENTER DRIVE
3d FLOOR
MIAMI BEACH, FL 33139
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under
any other section of this agreement.
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject
to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes,
RFG 20I5 24OKB AppendixE-Poge 1
66
APPENDIX F
MIAMIBEACH
Future Community Poik
Cond€pt Plon
t:,t :t:"
. _.t
':'::''' ;i-,, RF,Q No.20t5-240-KB
&cffitecturol ond Engineering Design,rii '::: \-
Services for the Future':'1 Community Pork Project
,;..
PROCUREMENT DEPARTMENT,l755 Meridion Avenue, 3rd Floor
Miomi Beoch, Florido 33,l39
RFQ 2015-240-<g
67
68
69
(
w,J."
l',
_['. (-.
tsttk;*
;*,.rl(
70
71
-'ry
1
72
reffi
73
d#t'at ::
I
IItilj
k {; !3
Uqft--ffi*
I
*iIL?
74
I
,'l
I!,
:ffi
ai
r*qs%#:
75
E
c)
E.;
o
l-.cL
Sg qjggo'E o 3.otr'rog= e sEI-=O.g3..3 E. .i3
=EHE ;e gECL.-I=giEE E GE
=oor+o=
gEgE;€;aisaEeiE:Iis=HytiEf;s
E ! E g 1E E E E P E g HEEiE:Eig9&I=-ErEE;3i#Hn:E;ecLo=EEi-EE:E$t;
gg3:=f;EEEflE;E
T E 2l i il E; g l u } 3
TTEEEHiEI=i:3ggE6EE;6;EE&E
\Jo oorrrrrrrrrr
76
?
=3E L(E
g=o s B=[*!i p
= E
EE; E*EE:EEE Ei E E ;
IiiE ii E iiil i * E lli *l* i itl i;zo- oo. Jo z 6 0 -ro o o- (/) > o r- o >(5 uJ (L > N o o
{ts,
tr*: t-r.-
77
{-)
LO(5Ei<
= € rE
q o s B=Es8: I H= *
= E c =;<i:; ;* -E = ?i 'i SBS;z,.s=G :3 ,E= 3 g
I, iE i; I iI ii i * E E li il* E iil i;zo- o(L J6 z 6 0 -t@ o (L (, > o r -r =(5 ul (L > N o o
. :) .,--l .', :'') ..:i- i.'l
uC' $1 r"'{ .-"i -l " 4 -'r "'"-.)
.: r ' *,, :t, .:, ..-l
11 -'i ..1 r-i a.{ at., .1 rn i.{ r;/ Ur r*
iji-'.'*.-...-.,
*t s#3S&-r, ..LIi
I f,Jr# E+{tr,'q
{t-af
78
'#sr',rdI
a
i'ri
#
!$
$f\
/**t '.
79
.,\L
#\ td-t
80
*;Wffi,",i ffi
M',#,r
,#",i
'r f,, & \-.
i.
'' Mi; 4
il i,:il
,lr/
l:l
i,l}Wl*,*
*ww,\ryi,ff# ..@
.rk
too()
oo.oa
3 #t o3oPror$
o-lsfsf bogg e Giu-1,E=E
FL--Ero53rL3c)15: oolJ-+.iLE' C)?
5NE,31,I. or
I
P
E Sz E :
+|oSJ-t.a-LO);EsEg;s: =:iEotEs=fli Eo o o,F,F,ts + 9P = a tL
IEE;;;:3358E= = g I g b g ,g I o)
Eiqnqqq1flE$IrtslOsfslOOOtoOlO
::IIIITIIII
$,.
,u t
81
l, qq
\ *,T\
&@'
'W,
b\'t\. . ,))
r!',tl I r t
,t- "' fii,i \ ":t1
i . .,,;, .
gE gP .' yFi E= si :E- E J c ,: uoP\f, .A = = a G Jn sT
*EHgtIEifl FEEIbL$_,ts=uo= ziiE:[;;;q4qE8;
F= = U b b b u'E I N E
3c\c\c?qqc\qEEoElrJs{OstOrl={O(OOlOlt
IIIITTIIIII
82
ru;
83
'i.,'I'{
,,f
ds,,k4 aJEE*
{'r
:tt *B:*Uvtl,rd
rlri*
@'E;*w*qr* -,
84
t \."
$ r'l'E;1
*^ ''
G*i {: rlr
-tfLs?e:
85
#:::. '":"' f .t.:i. ,i,{
, ; ,, ..- .,1. .,.
",1-&1,,qr
-..*..,_._.,,_,._i.-
T
I tr:t\.cr ?-EE!
86
lr
a_
I
., I
l*
1r).l.'x
e. E*
{e I
&\
'*
#
LVt
d//i
$ilffi
F'lHuo*',IJ-,uj
f,,f W..a#&ek*",*
i"t.{''#
a*Wxsree*-"
87
,}
T.
I
I
ii;"r
i
l.e
{r -
ffiBU| 6 #=i
I''%mnmxu;tqr* ,o
88
"&*
,@
Y,
,&li.k
i't,,*'r,g{il
89
I
90
\,rrt? ,'
I,";T
rl '
$
'{7{=
f,t/ii,:
4
*,,rMd'@
91
i'{*. .ilr' i'
b
Ilr4l
- I .t'/'Jr{
a
,t tlr .ri
,r..tr
,1
v
i[tF]
ffiu
,l'@
ril
f*tQ
'q-.S .afti /.1 -J
92
:". , iE
:.ry.fi" .ne-in-'3 r
..iCd
",h{[
.'tr-m 'l ,{"'/GW
,, 6':
- $eil
'ry'
ffi
1
il .*&H;_
93
94
95
,-:,-_ _.-__f__":
h-y
i:r JJv r. v
4vM.-4
"rg$tlt
c ..,'.d
' q$#i
)
stft
ffi,,,1 ,ffi
^.e&
' ,|tt
,ffi
4
1
l;ry
rffi'u',
z, ]l
"*frEr'.-iint
r
96
97
&_*
h
%
$s
I tll
rifl
I
h
.\
\
I
)
fr
fl'T
.,,.,i
I
*i
"ti-it:;?*i'i{
ru
S
b
1."
t
98
a{,\E
thnr"-@\
M
99
\l
zK
ffiIEw k-.,g@tul*,ra
100
f -"qegi
k *,;%
[* iq
rfu
101
I'
rrt
try,{{e-wrfff,:
102
il
d-
4..**
103
.fb,.1-;
i .'- \rr fr
104
105
rL- ' ',,ra i:t t iGh. {.&
F -\-*';r!i ,q'ii L EF
\ sd\ or=,r
L q. -)lJ {E \ .. ?,,8
F,.,M#i&
-; mffiryqruH' r\w
H
106
ffi4E
107
108
iliYWTi"iX
.'
{_r
109
i;;^rir*,ri^i'
,ttttiiti;th,
l:/t',' t ti;t, :
i t", i ttii:it:ttt lilt:
110
APPENDIX G
MIAA/\IBEACH',
Stondord Forffr 330
: RFQ No .201 5-240-KB
., Arc hitecturol,o nd En gi n eerin g.' Desfgn Sqrvices for the Future-''',,..,- CommunitY Pork Project
&..," rrr!iffi:t'trX"','jt[T,=Jl
Miomi Beoch, Florido 33,l39
RFA 2015240K8
111
ARCHITEGT.ENGINEER QUALIFICATIONS OMB No.: 9000-0157
Expires: 1113012017
PAPERWORK REDUCTION ACT STATEI\4ENT: Public reporting burden for this collection of information is estimated to average 29 hours (25 hours for part 'l and 4 hours for
U.S. General Services Administration, Regulatory Secretariat (MVCByIC 9000-0157, Office of Governmentwide Acquisition Policy,1800 F Street, NW, Washington, DC 20405.
PURPOSE
Federal agencies use this form to obtain information from
architect-engineer (A-E) firms about their professional
qualiflcations. Federal agencies select firms for A-E contracts on
the basis of professional qualifications as required by a0 U.S.C.
chapter 11, Selection of Architects Engineers, and Part 36 of the
Federal Acquisition Regulation (FAR).
The Selection of Architects and Engineers statute requires the
public announcement of requirements for A-E services (with
some exceptions provided by other statutes), and the selection of
at least three of the most highly qualified flrms based on
demonstrated competence and professional qualifications
according to specific criteria published in the announcement. The
Act then requires the negotiation of a contract at a fair and
reasonable price starting first with the most highly qualified firm.
The information used to evaluate firms is from this form and other
sources, including performance evaluations, any additional data
requested by the agency, and interviews with the most highly
qualified firms and their references.
GENERAL INSTRUCTIONS
Part I presents the qualifications for a speciflc contract.
Part ll presents the general qualifications of a firm or a specific
branch office of a firm. Part ll has two uses:
1. An A-E firm may submit Part ll to the appropriate central,
regional or local office of each Federal agency to be kept on file.
A public announcement is not required for certain contracts, and
agencies may use Part ll as a basis for selecting at least three of
the rncst highly qualified firms for discussicns prior tc requesting
submission of Part l. Firms are encouraged to update Part ll on
flle with agency offices, as appropriate, according to FAR Part
36. lf a firm has branch offices, submit a separate Part ll for
each branch office seeking work.
2. Prepare a separate Part ll for each firm that will be part of
the team proposed for a specific contract and submitted with Part
l. lf a firm has branch offices, submit a separate Part ll for each
branch office that has a key role on the team.
INDIVIDUAL AGENCY INSTRUCTIONS
lndividual agencies may supplement these instructions. For
example, they may limit the number of projects or number of
pages submitted in Part I in response to a public announcement
for a particular project. Carefully comply with any agency
instructions when preparing and submitting this form. Be as
concise as possible and provide only the information requested
by the agency.
DEFINITIONS
Architect-Engineer Services: Defined in FAR 2.101.
Branch Office: A geographically distinct place of business or
subsidiary office of a firm that has a key role on the team.
Discipline: Primary technical capabilities of key personnel, as
evidenced by academic degree, professional registration,
certification, and/or extensive experience.
Firm: Defined in FAR 36.'102.
Key Personnel: lndividuals who will have major contract
responsibilities and/or provide unusual or unique expertise.
SPECIF!C INSTRUCTIONS
Part I - Contract-Specific Qualifications
Section A. Contract lnformation.
1. Title and Location. Enter the title and location of the
contract for which this form is being submitted, exactly as shown
in the public announcement or agency request.
2. Public Notice Date. Enter the posted date of the agency's
notice on the Federal Business Opportunity website
(FedBizOpps), other form of public announcement or agency
request for this contract.
3. Solicitation or Project Number. Enter the agency's
solicitation number and/or project number, if applicable,
exactly as shown in the public announcement or agency request
for this contract.
Section B. Architect-Engineer Point of Contact.
4-8. Name, Title, Name of Firm, Telephone Number, Fax
(Facsimile) Number and E-mail (Electronic Mail) Address.
Provide information for a representative of the prime contractor
or joint venture that the agency can contact for additional
information.
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV.3/2013) PAGE I OF INSTRUCTIONS
Prescribed by GSA - FAR (48 CFR) 53.236-2(b)
112
Section C. Proposed Team.
9-1 1. Firm Name, Address, and Role in This Contract.
Provide the contractual relationship, name, full mailing address,
and a brief description of the role of each firm that will be
involved in performance of this contract. List the prime
contractor or joint venture partners first. lf a firm has branch
offices, indicate each individual branch office that will have a key
role on the team. The named subcontractors and outside
associates or consultants must be used, and any change must
be approved by the contracting officer. (See FAR Part 52 Clause
"Subcontractors and Outside Associates and Consultants
(Architect-Engineer Services)".) Attach an additional sheet in the
same format as Section C if needed.
Section D. Organizational Chart of Proposed Team.
As an attachment after Section C, present an organizational
chart of the proposed team showing the names and roles of all
key personnel listed in Section E and the firm they are
associated with as listed in Section C.
Section E. Resumes of Key Personnel Proposed for This
Contract.
Complete this section for each key person who will
participate in this contract. Group by firm, with personnel of the
prime contractor or joint venture partner firms first. The following
blocks must be completed for each resume:
12. Name. Self-explanatory.
'l 3. Role in This Contract. Self-explanatory.
14. Years Experience. Total years of relevant experience
(block 14a), and years of relevant experience with current firm,
but not necessarily the same branch office (block 14b).
'15. Firm Name and Location. Name, city and state of the flrm
where the person currently works, which must correspond with
one of the firms (or branch office of a firm, if appropriate) listed
in Section C,
'16. Education. Provide information on the highest relevant
academic degree(s) received. lndicate the area(s) of
specialization for each degree.
17. Current Professional Registration. Provide information on
current relevant professional registration(s) in a State or
possession of the United States, Puerto Rico, or the District of
Columbia according to FAR Part 36.
18. Other Professional Qualifications. Provide information on
any other professional qualifications relating to this contract,
such as education, professional registration, publications,
organizational memberships, certifications, training, awards, and
foreign language capabilities.
19. Relevant Projects. Provide information on up to five
projects in which the person had a significant role that
demonstrates the person's capability relevant to herihis proposed
role in this contract. These projects do not necessarily have to
be any of the projects presented in Section F for the project team
if the person was not involved in any of those projects or the
person worked on other projects that were more relevant than
the team projects in Section F. Use the check box provided to
indicate if the project was performed with any office of the current
firm. lf any of the professional services or construction projects
are not complete, leave Year Completed blank and indicate the
status in Brief Description and Specific Role (block (3)).
Section F. Example Projects Which Best lllustrate Proposed
Team's Qualifications for This Contract.
Select projects where multiple team members worked
together, if possible, that demonstrate the team's capability to
perform work similar to that required for this contract. Complete
one Section F for each project. Present ten projects, unless
otherwise specified by the agency. Complete the following
blocks for each project:
20. Example Project Key Number. Start with "1" for the first
project and number consecutively.
21. Title and Location. Title and location of project or
contract. For an indefinite delivery contract, the location is the
geographic scope of the contract.
22. Year Completed. Enter the year completed of the
professional services (such as planning, engineering study,
design, or surveying), and/or the year completed of
construction, if applicable. lf any of the professional services or
the construction projects are not complete, Ieave Year
Completed blank and indicate the status in Brief Description of
Project and Relevance to This Contract (block 24).
23a. Project Owner. Project owner or user, such as a
government agency or installation, an institution, a corporation or
private individual.
231-.. Point of Cnntact Name. Provide name of a pe!-son
associated with the project owner or the organization which
contracted for the professional services, who is very familiar with
the project and the firm's (or firms') performance.
23c. Point of Contact Telephone Number Self-explanatory.
24. Brief Description of Project and Relevance to This
Contract. lndicate 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
requested by the agency for each example project.
STANDARD FORM 330 (REV.3/20i3) PAGE 2 OF INSTRUCTIONS
113
25. Firms from Section C lnvolved with This Project.
lndicate which firms (or branch offices, if appropriate) on the
project team were involved in the example project, and their
roles. List in the same order as Section C.
Section G. Key Personnel Participation in Example Projects.
This matrix is intended to graphically depict which key
personnel identified in Section E worked on the example projects
listed in Section F. Complete the following blocks (see example
below).
26. and 27. Names of Key Personnel and Role in This
Contract. List the names of the key personnel and their proposed
roles in this contract in the same order as they appear in Section
E.
28. Example Projects Listed in Section F. ln the column
under each project key number (see block 29) and for each key
person, place an "X" under the project key number for
participation in the same or similar role.
29. Example Projects Key. List the key numbers and titles of
the example projects in the same order as they appear in Section
F.
Section H. Additional lnformation.
30. Use this section to provide additional information
specifically requested by the agency or to address selection
criteria that are not covered by the information provided in
Sections A-G.
Section l. Authorized Representative.
31. and 32. Signature of Authorized Representative and
Date. An authorized representative of a joint venture or the prime
contractor must sign and date the completed form. Signing
attests that the information provided is current and factual, and
that all firms on the proposed team agree to work on the
project. Joint ventures selected for negotiations must make
available a statement of participation by a principal of each
member of the joint venture.
33. Name and Title. Self-explanatory.
SAMPLE ENTRTES FOR SECTTON G (MATRIX)
26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F
PERSONNEL
(From Section E,
Block 12)
CONTRACT
(From Section E,
Block 13)
(Fill in "Example Projects Key" section below first, before
completing table. Place "X" under project key number for
participation in same or similar role.)
1 2 3 4 tr 6 7 8 9 '10
Jane A. Smlth Chlef Architect x x
Joseph B. W:-Iliams Chief Mech. Englneer X x x x
Tara C. Donovan Chief Elec. Engineer x x x
29. EXAMPLE PROJECTS KEY
Justin J. Wilson Federal Building,
Baton Rouge, LA
TITLE OF EXAMPLE PROJECT ROM SECTION F
XYZ Corporation Headquarters, Boston/ MA
Founcter's Museum, Newport RI
TITLE OF EXAMPLE PROJECT (FROM SECTION
Federal Courthouse, Denver, CO
STANDARD FORM 330 (REV.3/2013) PAGE 3 OF INSTRUCTIONS
114
Part ll - General Qualifications
See the " General lnstructions " on page 1 for firms with branch
offices. Prepare Part ll for the specific branch office seeking
work if the firm has branch offices.
1. Solicitation Number. lf Part ll is submitted for a specific
contract, insert the agency's solicitation number and/or project
number, if applicable, exactly as shown in the public
announcement or agency request.
2a-2e. Firm (or Branch Office) Name and Address. Self-
explanatory.
3. Year Established. Enter the year the firm (or branch office,
if appropriate) was established under the current name.
4. DUNS Number. lnsert the Data Universal Numbering
System number issued by Dun and Bradstreet lnformation
Services. Firms must have a DUNS number. See FAR Part 4.6.
5. Ownership.
a. Type. Enter the type of ownership or legal structure of the
firm (sole proprietor, partnership, corporation, joint venture, etc.).
b. Small Business Status. Refer to
lndustry Classification System (NAICS)
American
the public
announcement, and indicate if the firm is a small business
according to the current size standard for that NAICS code (for
example, Engineering Services (part of NAICS 541330),
Architectural Services (NAICS 541310), Surveying and Mapping
Services (NAICS 541370)). The small business categories and
the internet website for the NAICS codes appear in FAR Part '19.
Contact the requesting agency for any questions. Contact your
local U.S. Small Business Administration office for any questions
regarding Business Status.
6a-6c. Point of Contact. Provide this information for a
representative of the firm that the agency can contact for
additional information. The representative must be empowered to
speak on contractual and policy matters.
7. Name of Firm. Enter the name of the firm if Part ll is
prepared for a branch office.
8a-8c. Former Firm Names. lndicate any other previous
names for the firm (or branch office) during the last six years.
lnsert the year that this corporate name change was
effective and the associated DUNS Number. This information is
used to review past performance on Federal contracts.
9. Employees by Discipline. Use the relevant disciplines and
associated function codes shown at the end of these instructions
and list in the same numerical order. After the listed disciplines,
write in any additional disciplines and leave the function code
blank. List no more than 20 disciplines. Group remaining
employees under "Other Employees" in column b. Each person
can be counted only once according to his/her primary function.
lf Part ll is prepared for a firm (including all branch offices), enter
the number of employees by disciplines ln column c(1). lf Part ll
is prepared for a branch office, enter the number of employees
by discipline in column c(2) and for the firm in column c(1).
10. Proflle of Firm's Experience and Annual Average
Revenue for Last 5 Years. Complete this block for the firm or
branch office for which this Part ll is prepared. Enter the
experience categories which most accurately reflect the firm's
technical capabilities and project experience. Use the relevant
experience categories and associated profile codes shown at the
end of these instructions, and list in the same numerical order.
After the listed experience categories, write in any unlisted
relevant project experience categories and leave the profile
codes blank. For each type of experience, enter the appropriate
revenue index number to reflect the professional services
revenues received annually (averaged over the last 5 years) by
the flrm or branch office for performing that type of work. A
particular project may be identified with one experience category
or it may be broken into components, as best reflects the
capabilities and types of work performed by the firm. However,
do not double count the revenues received on a particular
project.
11. Annual Average Professional Services Revenues of Firm
for Last 3 Years. Complete this block for the firm or branch office
for whrch this Part ll is prepared. Enter the appropriate revenue
index numbers to reflect the professional services revenues
received annually (averaged over the last 3 years) by the firm or
branch office. lndicate Federal work (performed directly for the
Federal Government, either as the prime contractor or
subcontractor), non-Federal work (all other domestic and foreign
work, including Federally-assisted projects), and the total. lf the
firm has been in existence for less than 3 years, see the
definition for "Annual Receipts" under FAR 19.101.
12. Authorized Representative. An authorized represent-
ative of the firm or branch office must sign and date the
completed form. Signing attests that the information provided is
current and factual. Provide the name and title of the authorized
representative who signed the form.
the North
code in
STANDARD FORM 330 (REV.3/2013) PAGE 4 OF INSTRUCTIONS
115
List of Disciplines (Function Codes)
Code
01
02
03
04
05
06
07
08
09
10
11
12
13
14
't5
16
17
'18
19
20
21
22
23
24
25
26
27
28
29
30
31
Description
Acoustical Engineer
Admlnlstrative
Aerial Photographer
Aeronautical Engineer
Archeologist
Architect
Biologist
CADD Technician
Cartographer
Chemical Engineer
Chemist
Civil Engineer
Communications Engineer
Computer Programmer
Construction lnspector
Construction Manager
Corrosion Engineer
Cost Engineer/Estimator
Ecologist
Economist
Electrical Engineer
Electronics Engineer
Environmental Engineer
Environmental Scientist
Fire Protection Engineer
Forensic Engineer
Foundation/Geotechnical Engineer
Geodetic Surveyor
Geographic lnformation System Specialist
Geologist
Health Facility Planner
Code
32
JJ
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
5'1
52
53
54
55
56
57
58
59
60
61
62
Description
Hydraulic Engineer
Hydrographic Surveyor
Hydrologist
lndustrial Engineer
lndustrial Hygienist
lnterior Designer
Land Surveyor
Landscape Architect
Materials Engineer
Materials Handling Engineer
Mechanical Engineer
Mining Engineer
Oceanographer
Photo lnterpreter
Photogrammetrist
Planner: Urban/Regional
Project Manager
Remote Sensing Specialist
Risk Assessor
Safety/Occupational Health Engineer
Sanitary Engineer
Scheduler
Security Specialist
Soils Engineer
Speciflcations Writer
Structural Engineer
Technician/Analyst
Toxicologist
Transportation Engineer
Value Engineer
Water Resources Engineer
STANDARD FORM 330 (REV.3/2013) PAGE 5 OF INSTRUCTIONS
116
List of Experience Categories (Profile Codes)
Code
A01
AO2
A03
404
405
406
A07
408
A09
A10
411
p.f2
Description
Acoustics, Noise Abatement
Aerial Photography; Airborne Data and lmagery
Collection and Analysis
Agricultural Development; Grain Storage; Farm Mechanization
Air Pollution Control
Airports; Navaids; Airport Lighting, Aircraft Fueling
Airports; Terminals and Hangars; Freight Handling
Arctic Facilities
Animal Facilities
Anti-Terrorism/Force P rotection
Asbestos Abatement
Auditoriums & Theaters
Automation; Controls; lnstrumentation
Barracks; Dormitories
Bridges
Cartography
Cemeteries (Planning & Relocation)
Charting: Nautical and Aeronautical
Chemical Processing & Storage
Child Care/Development Facilities
Churches; Chapels
Coastal Engineering
Codes; Standards; Ordinances
Cold Storage; Refrigeration and Fast Freeze
Commercial Building (low rise); Shopping Centers
Community Facilities
Communications Systems; TV; Microwave
Computer Facilities; Computer Service
Conservation and Resource Management
Construction Management
Construction Surveying
Corrosion Control; Cathodic Protection; Electrolysis
Cost Estimating; Cost Engineering and
Analysis; Parametric Costing; Forecasting
Cryogenic Facilities
Dams (Concrete; Arch)
Dams (Earth; Rock); Dikes; Levees
Desalinization (Process & Facilities)
Design-Build - Preparation of Requests for Proposals
Digital Elevation and Terrain Model Development
Digital Orthophotography
Dining Halls; Clubs, Restaurants
Dredging Studies and Design
Description
Ecological & Archeological lnvestigations
Educational Facilities; Classrooms
Electrical Studies and Design
Electronics
Elevators; Escalators; People-Movers
Embassies and Chanceries
Energy Conservation; New Energy Sources
Engineering Economics
Environmental lmpact Studies,
Assessments or Statements
Environmental and Natural Resource
Mapping
Environmental Planning
Environmental Remediation
Environmental Testing and Analysis
Fallout Shelters; Blast-Resistant Design
Field Houses; Gyms; Stadiums
Fire Protection
Fisheries; Fish ladders
Forensic Engineering
Forestry & Forest products
Garages; Vehicle Maintenance Facilities;
Parking Decks
Gas Systems (Propane; Natural, Etc.)
Geodetic Surveying: Ground and Air-borne
Geographic lnformation System Services:
Development, Analysis, and Data Collection
Geospatial Data Conversion: Scanning,
Digitizing, Compilation, Attributing, Scribing,
Drafting
Graphic Design
Harbors; Jetties; Piers, Ship Terminal
Facilities
Hazardous Materials Handling and Storage
Hazardous, Toxic, Radioactive Waste
Remediation
Heating; Ventilating; Air Conditioning
Health Systems Planning
Highrise; Air-Rights-Type Buildings
Highways; Streets; Airfield Paving; Parking
Lots
Historical Preservation
Hospital & Medical Facilities
Hotels; Motels
Housing (Residential, Multi-Family;
Apartments; Condom i n i ums)
Hydraulics & Pneumatics
Hydrographic Surveying
Code
E01
E02
E03
E04
E05
E06
EO7
E08
E09
E10
E11
E12
E13
F01
F02
F03
F04
F05
F06
G01
G02
G03
G04
G05
G06
H0't
H02
H03
H04
H05
H06
H07
H08
H09
H10
H'11
H12
H13
801
802
c01
c02
c03
c04
c05
c06
c07
c08
c09
c10
c11
c12
c13
c14
c15
c16
c17
c'18
c19
D01
D02
D03
D04
D05
D06
D07
D08
STANDARD FORM 330 (REV.3/2013) PAGE 6 OF INSTRUCTIONS
117
List of Experience Categories (Profile Codes)
Code Description Code Description
101 lndustrial Buildings; Manufacturing Plants P09 Product, Machine Equipment Design
102 lndustrial Processes; Quality Control PiO pneumatic Structures, Air-Support Buildings
103 lndustrial Waste Treatment p11 postal Facilities
104 lntelligent Transportation systems pe power Generation, Transmission, Distribution
105 lnterior Design; Space Planning ptg public Safety Facilities
106 lrrigation; Drainage
R01 Radar; Sonar; Radio & Radar Telescopes
J01 Judicial and courtroom Facilities Ro2 Radio Frequency systems & shierdings
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 (lnterior; Display; Theater, Etc.) RO7 Remote Sensing
L06 Lighting (Exteriors; Streets; Memorials; Rgg Research Facilities
Athletic Fields' Etc ) Rog Resources Recovery; Recycring
M01 Mapping Location/Addressing Systems R1O Risk Analysis
M02 Materials Handling Systems; Conveyors; Sorters R11 Rivers; Canals; Watenrvays; Flood Control
M03 Metallurgy R12 Roofing
M04 Microclimatology;TropicalEngineering
MOs Miritary Design standards s01
3il:[rttn'^"erins;
Accident Studies; osHA
M06 Mining & Mineralogy so2 security systems; lntruder & Smoke Detection
M07 Missile Facilities (Silos; Fuels; Transport) SO3 Seismic Designs & Studies
M08 Modular Systems Design; Pre-Fabricated Structures or
components 'rrrs Lres sr ' rre-raer uateu o.uc(ures or
::: ::lj:::]"r",#:::T::::::;:'"t''
506 Solar Energy UtilizationN01 Naval Architecture; off-Shore Platforms so7 Sorid wastes; rncineration; Landfiil
N02 Navigation structures; Locks sog special Environments; clean Rooms, Etc.
N03 Nuclear Facilities; Nuclear Shielding SOg Structural Design; Special Structures
OOI Office Buildings; lndustrial Parks S10 Surveying; Platting; Mapping; Flood
oo2 oceanographic Engineering Plain studies
O03 Ordnance; Munitions; Special Weapons S11 Sustainable Design
512 Swimming Pools
P01 Petroleum Exploration; Refining S13 Storm Water Handling & Facilities
Po2 Petroleum and Fuel (Storage and Distribution) To1 Terephone systems (Rurar; Mobite; rntercom,P03 Photogrammetry Etc )
P04 Pipelines (Cross-Country - Liquid & Gas) T02 Testing & lnspection Services
POs Planning (Community, Regional, Areawide and State) T03 Traffic & Transportation Engineering
PO6 Planning (Site, lnstallation, and Prolect) r04 Topographic Surveying and Mapping
T05 Towers (Self-Supporting & Guyed Sysfems)P07 Plumbing & Piping Design T06 Tunnels & Subways
P08 Prisons & Correctional Facilities
STANDARD FORM 330 (REV.3/2013) PAGE 7 OF INSTRUCTIONS
118
List of Experience Categories (Profile Codes)
Code Description
U01 UnexplodedOrdnanceRemediation
U02 Urban Renewals; Community Development
U03 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 \Mnd Tunnels; Research/Testing Facilities Design
201 Zoning, Land Use Studies
STANDARD FORM 330 (REV.3/2013) PAGE 8 OF INSTRUCTIONS
119
ARCHITECT . ENGINEER QUALIFICATIONS
PART I . CONTRACT.SPECIFIC QUAL!FICATIONS
A. CONTRACT INFORMATION
1. TITLE AND LOCATION (City and State)
2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER
B. ARCHITECT-ENG!NEER POINT OF CONTACT
4. NAME AND TITLE
5. NAME OF FIRM
C. PROPOSED TEAM
(Complete this section for the prime contractor and all key subcontractors.)
,10. ADDRESS
CHECK IF BRANCH OFFICE
CHECK IF BRANCH OFFICE
I ICliECT. IF BRAI.ICFI CFFICE
CHECK IF BRANCH OFFICE
11. ROLE IN THIS CONTMCT
D. ORGANIZATIONAL CHART OF PROPOSED TEAM J (Attached)
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV.3/2013) PAGE 1
120
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
14. YEARS EXPERIENCE
. WTH CURRENT FIRM
15. FIRM NAME AND LOCATION (City and State)
16. EDUCATTON (DEGREE AND SPEC\AL\ZAT|ON)17, CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
19. RELEVANT PROJECTS
(1) TITLE AND LOCATION (City and State)
(1) TITLE AND LOCATION (City and State)
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
(lt applicable)
(3) BRIEF DESCRIPTION (Bief scope, ske, cosf, efc.) ANO SPECIFIC ROLE
(3) BRIEF DESCRIPTION (Bief scope, size, cost, efc.) AND SPECIFIC ROLE
(3) BRIEF DESCRIPTION (Bief scope, she, cosl, etc.) AND SPECIFIC ROLE
f] Cnect if project performed with current firm
(2) YEAR COMPLETED
TRUCTION (lf applicable)
! Ctrect< if project performed with current firm
(2) YEAR COMPLETED
TRUCTION (lf applicable)
Check if project performed with current firm
d
(1) TITLE AND LOCATION (City and State)(2) YEAR COMPLETED
PROFESSIONAL SERVICES TRUCTION (lf applicable)
(3) BRIEF oESCRIPTION (Bief scope, size, cost, etc-) AND SPECIFIC ROLE Check if project perfr >rmed with current flrm
e.
(1) TITLE AND LOCATION (CiU and State)(2) YEAR
PRoFESSIoNAL SERVICES
COMPLETED
@
Check if project performed with current firm(3) BRIEF DESCRIPTION (Bief scope, slze, cost etc..) AND SPECIFIC ROLE
STANDARD FORM 330 (REV.3/20i3) PAGE 2
121
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projecfs 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
CONSTRUCTION (tf applicable)PROFESSIONAL SERVICES
23. PROJECT OWNER'S INFORMATION
b. POINT OF CONTACT NAMEa. PROJECT OWNER POINT OF CONTACT TELEPHONE
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (lnclude scope, size, and cost)
25. FIRMS FROM SECTION C INVOLVED WTH THIS PROJECT
a.
(1) FIRM NAME '2) FIRM t.OCATIAN (Citv and State)ROLE
b
(1) FIRM NAME '2) FIRM LOCATION (City and State)ROLE
c.
(1) FIRM NAME 2) FIRM LOCATION (City and State)3) ROLE
d
(1) FIRM NAME 12) FIRM LOCATION (City and State)3) ROLE
e.
(1) FIRM NAME ,2) FIRM LOCATION (City and State)ROLE
f.
(1) FIRM NAME '2) FIRM LOCATION (City and State)ROtE
STANDARD FORM 330 (REV.3/2013) PAGE 3
122
G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
27. ROLE IN THIS
CONTRACT
(From Section E, Block'13)
26. NAMES OF KEY
PERSONNEL
(From Section E, Block 12)
28. EXAMPLE PROJECTS LISTED IN SECTION F
(Fill in "Example Projects Key" section below before completing table.
Place "X" under project key number for participation in same or similar role.)
29. EXAMPLE PROJECTS KEY
STANDARD FORM 330 (REV.3/20i3) PAGE 4
123
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REOUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED
I. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
33. NAME AND TITLE
STANDARD FORM 330 (REV.3/2013) PAGE 5
124
ARCH ITECT.ENG INEER QUALIFICATIONS
PART II . GENERAL QUALIFICATIONS
lf a firm has branch offices,for each branch office
2a. FIRM (OR BRANCH OFFICE) NAME
2b. STREET
2c. CITY
6a. POINT OF CONTACT NAME AND TITLE
6b. TELEPHONE NUMBER
9. EMPLOYEES BY DISCIPLINE
a. Function
Code
1. SOLICITATION NUMBER (/fany)
4. DUNS NUMBER
5. OWNERSHIP
. SMALL BUSINESS STATUS
. NAME OF FIRM (lf block 2a is a branch office)
8c. DUNS NUMBER
10. PROFILE OF FIRM'S EXPERIENCE
AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
c. Revenue lndex
Number
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
8a. FORMER FIRM NAME(S) (/f any)
Total
1 1. ANNUAL AVERAGE PROFESSIONAL
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS
(lnseft revenue index number shown at right)
a. Federal Work
b. Non-Federal Work
c. Total Work
1. Less than $100,0002. $100,00 to less than $250,0003. $250,000 to less than $500,0004. $500,000 to less than $1 million
5. $1 million to less than $2 million
12. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
6. $2 million to less than $5 million
7. $5 million to less than $10 million
8. $10 million to less than $25 million
9. $25 million to less than $50 million
10. $50 million or greater
3. YEAR ESTABLISHED
8b. YR. ESTABLISHED
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV.3/2013) PAGE 6
125
APPENDIX H
MIAMIBEACH
Somple Coxrtr"oct
RFQ No .201 5-240-KB
Architectural ond Engineering
Des$n Services for the Future
^AComm u nify" Pork Project
PROCUREMENT DEPARTMENT.l755 Meridion Avenue, 3rd Floor
Miomi Beoch, Florido 33139
RFQ 2015-240-<3
126
AGREEMENT BETWEEN
GIry OF MIAMI BEACH
AND *
xxxxxxxxxxxxxxxxxrcOu)ux
FOR 'XXtt
PROFESSIONAL ARC H ITECTU RE AN D ENGINEERI NG SERVIG ES
FOR THE . .,,
xxxxxlfi xxxxxxxxxxxxxxxxxxxxxxxxx
Reeoli*on No.
't'it"'
: :lL
127
TABLE OF CONTENTS
DESCRIPTION
ARTICLE 1 DEFINIT'OA'S
ARTICLE 2. BASIC SERVICES
ARTICLE 3. THE CITY'S RESPONSIBILITIES
ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST
ARTICLE 5. ADDITIONAL SERVICES
ARTICLE 6. REIMBURSABTE EXPEAISES
PAGE
2
7
13
16
17
18
19
20
21
22
23
24
25
ARTICLE 7.
ARTICLE 8.
ARTICLE 9.
ARTICLE 10.
ARTICLE 11.
ARTICLE 12.
ARTICLE 13.
ARTICLE 14.
ARTICLE 15,
ARTICLEX&
LIMITATJON OF
NoTICE '':t'::' ''
LtABt$l'Y
'-:rt
CONSULTANT'S ACCOUNTING AND OTHER RECORDS
OWNERSHIP OF PROJECT DOCTJMENTS
TERMINATION OF AGREEMENT
INSURANCE
INDEMNIFICATION AND HOLD HARMLESS
ERRORS ANOOMISSIONS
26
26
MISCELLANEOUS PROVISIONS 27
128
SCHEDULES:
SCHEDULE A
SCHEDULE B
SCHEDULE C
SCHEDULE D
SCHEDULE E
SCHEDULE F
SCHEDULE G
SCHEDULE H
SCOPE OF SERVICES
CONSU LTANT COMPENSATION
HOURLY BILLING RATE
CONSTRUCTION COST BUDGET
PROJECT SCHEDULE
GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT
INSURANCE AND SWORN AFFIDAVITS
BEST VALUE AMENDMENT
33
34
35
36
37
38
39
40
129
TERMS AND CONDITIONS OF AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH
AND
XXXXXXXXXXW
FOR
PROFESS r ONAL ARCH TTECTU RE AN D E NG I NE ERt NeiA/E) S ERVTCES
FOR THE
This Agreement made and entered into this _ day of , 20XX, by and between the CITY OF
MIAMI BEACH, a municipal corporation axigting under the laws of the State of Florida, having its
principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred toasCity),and,aFloridaXxxxxxXXXxxhavingitsprincipalofficeat(hereinafterreferredtoasConsultant).
'tt'
: ."
"'
::;: :'1i- wl T NE,ss E T H:
WHEREAS, the City intends to undertake a proiect within the City of Miami Beach, which is more
particularly described in the Scope of Services attached as Schedute "A" hereto, and wishes to engage
the Consultant to Fpyrde specifrc pofessionalseryices including, without limitation, A/E services, for the
, the Condultant desires to contract with the City for performance of the aforestated
professional services relative to tlre Project, as hereinafter set forth; and
NOW THEREFOR!$iIy and Consultant, in consideration of the mutual covenants and
agreement herein contained, agree as follows.
130
ARTICLE 1. DEFINITIONS
1.1 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,
331 39.
1.2 Clry COMMISSION: "City Commission" shall mean the govemurg and legislative body of
the City.
:l; r'.111.3 CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the
City. The City Manager shall be construed to inqlude any duly authorized representatives
designated in writing (including the Project Coordinator) with respect to any specific matter(s)
concerning the Services and/or this Agreement (exclusive of $9se authorizations neserved to the
City Commission or regulatory or administrative bodies having jurisdiction over any matter(s)
related to the Project, the Services, and/or this Agreement).
1.4 PROPOSAL DOGUMENTS: .propos4 Documenk&. shall mean
XXXXXXXXXXXXX No. ,.XXXXXXXXXXX,
"XXXXXX ry" issued by
contemplation of this" Agree.r,r-nent, together with all amendments thereto (if
Request for
entitled
the City in
any), and the
Consultant's proiosal in respo4se thereto (Proposal), which is incorporated by reference to this
.,.1.5. CONSULTAHT:
shall,mean the has entered into a contract with the City to provide the
itl.
Servicee described undertris Agreement. When the term "Consultant" is used in this Agreement
it shall alsoo& deemed to include any officers, employees, sub-consultants, agents, and any
other person or enlity acting under the supervision, direction, or control of Consultant. Any sub-
consultants retained by Consultant for the Project shall be subject to the prior written approval of
the City Manager. Consultant shall provide the Project Coordinator with copies of the contract
between Consultant and any sub-consultant's. Any such contracts shall contain provisions that
preserve and protect the rights of the City under this Agreement. Nothing contained in this
Agreement shall create any contractual relationship between the City and sub-consultants. Any
approval of a sub-consultant by the City shall not, in any way, shift the responsibility for the
quality and acceptability by the City of the services performed by the sub-consultant, from the
Agreement and made3,part,!ereof; provided, horrever, that in the event of an express conflict
between,lle Proposal Documents and&is {$feement, the Agreement shall prevail.
'ia
.'.
Th€ named entity on page 1 of this Agreement, the "Consultant"
131
Consultant to City. Payment of sub-consultants shall be the responsibility of the Consultant, and
shall not be cause for any increase in compensation to the Consultant for payment of the Basic
Services. The quality of services and acceptability to the City of the services performed by such
sub-consultants shall be the sole responsibility of Consultant.
The following sub-consultants are hereby approved by the City Manager for the Project:
;
'
1.6 PROJECT COORDINATOR: The "Project Coordinato/' shall,,gp.ean the individual
designated in writing by the City Manager who shall be the City's authori*d representative to
coordinate, direct, and review (on behalf of the Clty) all matters related to the PfOiect during the
design and construction of the Project (unless expressly provided otherwise in this Agreement or
the Contract Documents).
1.7 [ntentionallyOmitted]
,a..,1.8 BASIC SERVICES: "Basic Services" shafl includo'those services which Consultant shall
perform in accordanm with the terms of the Agreement (and as required to complete the Project),
as further described in Article 2and Schedule "A" hereto. ln addition any Services not specifically
addressed as Additional Servicos (as defined herein) shall be considered Basic Services.
1.9 PROJECT; The "Wct" shall mean that certain City capital project that has been
qpryoved by the City Co0nmissi@die described in Schedule "A" hereto.
tt'
1'.'g.1 Proiect Gget:The "Project Cost", shall mean the estimated total cost of the
projed;€S prepared and established by the City, including the estimated Construction Cost
and Softt&its. The Project Cost may, from time to time, be revised or adjusted by the City,
in its sole diseretion, to accommodate approved modifications or changes to the Project or
scope of work.
1.9.2 ProiectScope: The "Project Scope" shall mean the description of the
Project in Schedule "A" hereto.
1.10 CONSTRUCTION GOST: The "Construction Cost" shall mean the sum which is the
132
actual total cost to the City of the Work (as established in the Contract Documents, as they may be
amended from time to time), including a contingency allowance for unforeseen conditions, not to
exceed ten percent (10%) of the construction cost for new construction, or twenty percent (20%) ot
the construction cost for rehabilitation of historic buildings.
For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or
competitive bid received and accepted from a responsive and responsible bidder or proposer for
such Work
l.l0.l GonstructionCostBudqet: The "Construction Cost Budget" shall mean the
amount budgeted by the City for the Construction Cost, as set forth in Schedule "A" hereto.
1.10.2 Statement Of Probable Construc,tiot!,Cost: The "statement ,;,,,pf Probable
Construction Cost" shall mean the latest approved wriften estimate of Construction Cost
submitted by Consultant to the City, in a format approved by the Project Coordinator.
For Work which bids or proposals have not been let, the Statement of Probable Construction
Cost shall be the same as the Constsuction Cost.
1.11 FORCE MA.IEURE:,:,::,,:Force Majeure'shall mean any delay occasioned by superior or
irresistible force occasioned by',vlolence in nature without the interference of human agency such
as hurricanes, tornad@s, flood$, loss caused by,fire and other similar unavoidable casualties; or
by changes inF_,,gderal, $&616r l6call$Kgrdrnances, codes or regulations enacted after the date
of this Rgreenidirt ; or other €trses beyond the parties' control which have, or may be reasonably
gIFcteO to have, a material adverse effect on the Project, or on the rights and obligations of the
paiiieo,under this Agreer.ripnt and.*vhich, 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 gtrb-consultants/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.
lf 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 Coordinator 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.
133
1.12 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.
1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together
with all exhibits, addenda, and written amendments issued thereto), and the documents prepared
by Consultant in accordance with the requirements of the Scope of Services in Schedule "A" hereto
(that form the basis for which the City can receive bids for the Work included in the documents).
The Contract Documents shall also include, without limitatiorii(together with all exhibits, addenda,
and written amendments issued thereto), the invitation to bid (lTB), inStriptions to bidders, bid
form, bid bond, the Contract for Construction, surety payment and performance bonds, Conditions
of the Contract for Construction [General, Sup.plenrcntary, and other Conditions], p.ivisions 0-17,
Construction Documents, an approved Change Order(s), approved Construction Change
Directive(s), and/or approved written order(s) for a mino'fdrange in the Work.
1.14 CONTRACT FOR CONSTRUCTIOH: "Contract for Construction" shall mean the legally
binding agreement between City and with Contr8{ftor for performance of the Work covered in the
1.15 CONSTRUCflON DOGtlillENTS: "Construction Documents" shall mean the final plans,
technical documents, and diagrams prepared by the Consultant pursuant
to this Agreement, which show the locali,gnE,.characters, dimensions and details of the Work to be
done, and whiitr are part of the Contract Doiiments.
1.16'i]SONTRAGT AMENDMENT: .Contract Amendment" shall mean a written modification to the
Agreen^rqnt approved by tfi9 City (as specified below) and executed between City and Consultant,
covering cha6ges, additions, or reductions in the terms of this Agreement including, without
limitation, author[i,qg a change in the Project, or the method and manner of performance thereof,
or an adjustment iitne fee and/or completion dates.
Contract Amendments shall be approved by the City Commission if they exceed twenty-five
thousand dollars ($25,000.00) or the City Manager if they are twenty-five thousand dollars
($25,000.00) or less (or other such amount as may be specified by the City of Miami Beach
Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five
thousand ($25,000.00), the City Manager reserves the right to seek and obtain concurrence of the
134
City Commission for approval of any such Contract Amendment.
1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to
the Basic Services in this Agreement, which the Consultant shall perform, at the City's option,
and which have been duly authorized, in writing, by the City Manager or his authorized designee,
prior to commencement of same.
1.18 WORK: "Work" shall mean all labor, materials, tools, equipment, services, methods,
procedures, etc. necessary or convenient to performance byjontractor of all duties and
obligations proposed by the Contract Documents. ,.,
1.19 SERVIGES: "Services" shall mean all services,
performed pursuant to or undertaken under this Agreement.
work, and actiohs by the Consultant
1.20 SOFT COSTS: "Soft Costs" shall mean coslq related to the Project other than
Construction Cost including, without limitation, Consultant's Basic Services, Additional Services,
surveys, testing, general consultant, financing, and permitting fees, etc.
1.21 BASE BID: "Base Bid" shall mean the elements contained in the Construction
Documents recommended by the Consultant (and approved by the City) as being within the
Construction Csst Budget. "Base Bid' shall not include Additive Alternates or Deductive
Alternates.
1Z? SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic
S$.ryices, and any Additional Services (as approved by the City), all as described in Schedule "A"
herdo.
1.23 SQI*EDULES: "schedules" shall mean the various schedules attached to this
Agreement arid refer:red to as follows:
Schedule A - Scope of Services.
Schedule B - Consultant Compensation.
Schedule C - Consultant Hourly Billing Rate Schedule.
Schedule D - Construction Cost Budget.
Schedule E - Project Schedule.
Schedule F - General Conditions of the Contract for Construction
135
Schedule G - lnsurance Requirements and Sworn Affidavits
Schedule H - Best Value Amendment
ARTICLE 2. BASIC SERVICES
2.1 The Consultant shall provide Basic Services for the Project, as required by the Contract
Documents and as set forth in Schedule "A" hereto.
2.2 The Services will be commenced upon issuance of tho,frst
shall be issued by the Project Coordinator and counter-signed by
Notices to Proceed shall also be issued by the Project Coordinator.
Notice to Proceed which
Gonsultant. Subsequent
A separate Notice to Proceed shall be required prior to commencement of each Task (as
same are set forth in Schedule "A" hereto).
2.3 As it relates to the Services ard the Project, Consultant warrants and represents to City
that it is knowledgeable of Federal, State, and local laws codes, rules and regulations applicable
in the jurisdiction(s) in which the Project is located, including, without limitation, applicable Florida
Statutes, and State of Florida codes, rules and regulations, and local (City of Miami Beach and
Miami-Dade County) ordinances, codes, and rules and regulations (collectively, "Applicable
Laws"). As they relde to the gsvices and to the Project, the Consultant agrees to comply with all
such Applicable Laws,.ryltetf6em*U,effect or as may be amended or adopted from time to time,
and shall furthr take intd@runt 'pending changes to the foregoing of which it should
reasonably be aware.
::.'
Recognizing that the construction of other projects within the City may affect scheduling of the
constructibn for the Projd, the Consultant shall diligently coordinate performance of the Services
with the Crty {tnrough fire Project Coordinator) in order to provide for the safe, expeditious,
economical and efiicient completion of the Project, without negatively impacting concurrent work
by others. The Consultant shall coordinate the Services with all of its sub-consultants, as well as
other consultants, including, without limitation, City provided consultants (if any).
2.4 The Consultant warrants and represents to 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 pro.lects in South Florida. Consultant warrants and represents to the City
that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to
136
perform the Services. Consultant warrants and represents to City that it is responsible for the
technical accuracy of the Services (including, without limitation, the Design Documents
contemplated in Schedule "A" hereto).
2.5 The Consultant's Basic Services shall consist of five (5) Tasks (inclusive of planning,
design, bidding/award, construction administration, and Additional Services [as may be
approvedl), all as further described in Schedule "A" hereto; 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 (attached as Schedule "F" hereto).
2.5.1 Planning Services:
Consultant shall provide
Documents and as set
Services").
t.
planning services for the Project, as requliiiid by the Contract
forth in Task 1 of Schedule "A" hereto (entitled "Planning
2.5.2 Desiqn Services:
Consultant shall prepare Design Documents for the Pn$6ct, as required by the Contract
Documents and as set forth in Task 2 of S@p{ule "A" herdo (entitled "Design Services")
2.5.3 Biddinq And Aurard Services:
Consultant shall govide biddi$ and award services for the Project, as required by the Contract
Documents and as se@rt1 in Task 3 of Schedule "A" hereto (entitled "Bidding and Award
Servhes").
2.5.4
Consultant shall;,,pqgvide q$nstruction administration services for the Project, as required
$,the Contract Dtrcuments and as set forth in Task 4 of Schedule "A" hereto (entitled
"Cong,tluction Administration Services").
"'.,:,r.,'r..
2.5.5
lf required (and so approved) by the City, Consultant shall provide Additional Services, as set
forth in Task 5 of Schedule "A" hereto.
2.6 RESPONSIBIL!ry FOR CLAIMS AND LIABILITIES: Written decisions and/or approvals
issued by the City shall not constitute nor be deemed a release of the responsibility and liability of
the Consultant (or of any of its officers, employees, sub-consultants, agents, and/or servants), for
137
the accuracy and competency of its/their designs, working drawings, plans, technical
specifications, or other technical documents, nor shall such approval and/or decisions be deemed
to be an assumption of such responsibility by the City for a defect, error or omission in designs,
working drawings, plans, technical specifications, or other technical documents; provided,
however, that the Consultant shall be entitled to reasonably rely upon the accuracy and validity of
written decisions and approvals furnished by the City pursuant to this Agreement.
2.7 TIME: lt is understood that time is of the essence in the coqpletion of the Project and, in
this respect, the parties agree as follows: i
:it2.7.1 Term: The term of this Agreement shall commence upon execution by the parties
(subject to approval of the Agreement by the Mayor and City Commission) (the Effective
Date), and shall be in effect until all Services are completed or until the work and/or services
under the Notices to Proceed in force at the end.gf the stated period of time have been
completed and the Services accesed, whichever may be later.
2.7.2
the standard of professional skill and
progress of the Work.
care
The Consultant shall perform the Services as expeditiously as is consistent with
require{ly this Agreement, and the orderly
2.7.3 The Ser$ices shall be performed in a manner that shall conform with the
apprqved Project'schedule, attachgd to'as Schedule "E" hereto. The Consultant may
submit requq$ for an adjustment to the Project Schedule, if made necessary because of
i. undue delays esulting frory untimely review taken by the City (or other governmental
arthorities having jurisdiction over the Project) to approve the Consultant's submissions, or
iny olher portion of the Services requiring approval by the City (or other governmental,.
authori$Q$ having jut{sdiction over the Project). Consultant shall immediately provide the
Project Coordinator with written notice stating the reason for the particular delay; the
requested ad1'ustment (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 Coordinator may require), the Project Coordinator 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 Coordinator's
approval (if granted) shall be in writing.
138
2.7 4 Nothing in this Section 2.7 shall prevent the City from exercising its rights
to terminate the Agreement, as provided elsewhere herein.
2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative
working relationship with the Project Coordinator, Contractor, and any and all other individuals
and/or firms that have been contracted, or othenruise retained, to perform work on the Project.
2.g The Consultant shall perform its duties under this Agreement in a competent, timely and
...:.'professional manner, and shall be responsible to the City for ry$pfa;lure in its performance, except
to the extent that acts or omissions by the City make such performan@ impossible.
The Consultant is responsible for the professional quality, technical accuracy, completeness,
performance and coordination of all work required under the Agreement (including the work
performed by sub-consultants), within the speo@,lime period and specified cost. The
Consultant shall perform the work utilizing the skill, knowledge, and judgment ordinarily
possessed and used by a proficient consulting with respect to the disciplines required for the
performance of the work in the State of Florida. The Consultant is responsible for, and shall
represent to City that the work conforms to City's reguirements, as set forth in the Agreement.
The Consultant shall b9
3_nO
remain liabldto the City for all damages to the City caused by the
Consultant's negligent actq€f .errors or omissions in the performance of the work. ln addition to
all other rights and remedies, which the City may have, the Consultant shall, at its expense, re-
perform all or any portion of the Services to porrect any deficiencies which result from the
Consultant's failure to perforrn in aicordance with the above standards. The Consultant shall also
be liable for &e replacernent .,or repair of any defective materials and equipment and re-
pdormance of anf non-conforming construction services resulting from such deficient Consultant
ser$l$&s for a period frcxtr the Effee{ive Date of this Agreement, until twelve (12) months following
final acceptance of the Work, and for the period of design liability required by applicable law. The
Project Coordinator shall notify the Consultant, in writing, of any deficiencies and shall approve
the method and timirg of the corrections. Neither the City's inspection, review, approval or
acceptance of, norpayment for, any of the work required under the Agreement shall be construed
to relieve the Consultant (or any sub-consultant) of its obligations and responsibilities under the
Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any
cause of action arising out of the performance of the Agreement. The Consultant and its sub-
consultants shall be and remain liable to the City in accordance with Applicable Laws for all
damages to City caused by any failure of the Consultant or its sub-consultants to comply with the
terms and conditions of the Agreement or by the Consultant or any sub-consultants' misconduct,
139
unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. With
respect to the performance of work by sub-consultants, the Consultant shall, in approving and
accepting such work, ensure the professional quality, completeness, and coordination of the sub-
consultant's work.
2.9.1 The Consultant shall be responsible for deficient, defective services and any
resulting deficient, defective construction services re-performed within twelve (12) months
following final acceptance and shall be subject to further re-performance, repair and
replacement for twelve (12) months from the date of initial rc-performance, not to exceed
twenty-four months (24) trom final acceptance.
2.9.2 Gonsultant Performance EvalB$on: The Consultant is advised that a
performance evaluation of the work ren__$@d througl"Uryt this Agreement will be completed
by the City and kept in the City's files f6i evaluation of$ltrye solicitations.
2.10 The City shall have the right, Stany time, in its sole and absolute discretion, to submit for
review to other consultants (engaged by tfie City at its expense) any or all parts of the Services
and the Consultant shall fully cooperate in sucfr review(s) \A/henever others are required to
verify, review, or consider any work performed by Consultant (including, without limitation,
contractors, other des(;n professionals, and/or other consuhants retained by the City), the intent
of such requir-ement is to enable the Consultant to receive input from others' professional
expertise to ide& any discrepancies, errors or omissions that are inconsistent with industry
standards for design'ror constn&n of comparable projects; or which are inconsistent with
Applimble La-ue; or which with standards, decisions or approvals provided by the
Qs under this
'66nsistent with
AEreement. '&6nsultant will use reasonable care and skill, in accordance and
customary professional standards, in responding to items identified by other
in writing;r*icluding,
this subsection. Consultant shall receive comments from reviewers,
limitation (and where applicable), via a set of marked-up drawings
and specificdions. Corcultant 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 flntentionallyOmittedl
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
140
duly licensed certified personnelto provide same.
2.13 Consultant agrees to designate, in writing, within five (5) calendar days after issuance of
the first Notice to Proceed, a qualified licensed professional to serve as its project manager
(hereinafter referred to as the "Project Manage/'). 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 $ity Manager or his designee
(who in this case shall be the Project Coordinator). Replacement {grcluding 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 Coordinator).
2.13.1 Consultant agrees, within fourteen ('14) calendar days of receipt of written notice
from the City Manager or his designee (which notice shall state the cause therefore), to
promptly remove and replace a Project Manager, or any other personnel employed or
otherwise retained by ConsultantJor the Project ( including, without limitation, any sub-
consultants).
, "''if'
2.14 Consultant agrees not to divulge, furnish or maks available to any third party(ies), any
non-public informationconceming the Servies or the Project, without the prior written consent of
the City Managdirr his desig*ee (who shall be the Project Coordinator), unless such disclosure
is incident to the proper perfgqn.ance of the Services; or the disclosure is required pursuant to
Florida Pqblic Records laws; or, in the qlursaof judicial proceedings, where such information has
been properly sr|$$oenaed. Consultant shall also require its employees and sub-consultants to
q9{!Ply with this subsec*ion ,.
2.15 ''Tlte City and Consultant acknowledge that the Services do not delineate every detail and
minor work lask requiredlto be performed by Consultant to complete the Project. lf, during the
course of periorminqd the Services, Consultant determines that work should be performed to
complete the Proffi which is, in the Consultant's reasonable opinion, outside the level of effort
originally anticipated in the Scope of Services, Consultant shall promptly notify the Project
Coordinator, in writing, and shall obtain the Project Coordinator's written consent before
proceeding with such work. lf Consultant proceeds with any such additional work without
obtaining the prior written consent of the Project Coordinator, said work shall be deemed to be
within the original Scope of Services, and deemed included as a Basic Service (whether or not
specifically addressed in the Scope of Services). Mere notice by Consultant to the Project
141
Coordinator shall not constitute authorization or approval by the City to perform such work.
Performance of any such work by Consultant without the prior written consent of the Project
Coordinator 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. ln addition, Consultant shall provide electronic document files
to the City upon completion of the Project.
:.:::::
2.17 The City's participation in the design and construction of the !1,9ect shall in no way be
deemed to relieve the Consultant of its professional duties and respon.Wrry; under the Contract
Documents or under Applicable Laws. '
,:::
218 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 SUB.GONSULTANTS:All services provided by sub-consultants shall be
consistent with those comrnltments made by the Consultant in its Proposal and during the
competitive solicitation
performed pursuant to
process and interview. Such services shall be undertaken and
written agrements between the Consultant and the sub-
consultants, which 1giors !!{:rpreserve and protect the rights of the City under
th is,Agrcement.'" Nothi ined in thi&rAgreement shall create any contractual relationship
hqlween the Cityi@ll1q sub Itants.
The.Consultant shall f$t retain,,''add, or replace any sub-consultant without the prior written
approval Ef the City Manager, in response to a written request from the Consultant stating the
reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager
shall not in any way shift the responsibility for the quality and acceptability by the City of the
services performed by the sub-consultant from the Consultant to the City. The quality of services
and acceptability to the City of the services performed by sub-consultants shall be the sole
responsibility of Consultant. The Consultant shall cause the names of sub-consultants
responsible for significant portions of the Services to be inserted on the plans and specifications.
ARTICLE 3. THE C/TY'S RESPONSIBILITIES
142
3.1 The City Manager shall designate a Project Coordinator, in writing, who shall be the City's
authorized representative to coordinate, direct, and review all matters related to this Agreement
and the Project during the design and construction of same (except unless othenruise expressly
provided in this Agreement or the Contract Documents). The Project Coordinator 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. However, the
Project Coordinator is not authorized to issue any verbal or wriften orders or instructions to
Consultant that would have the affect (or be interpreted as having the effect) of modifying or
changing, (in any way) the following:
a) the Scope of Services;
b) the time within which Consultant is obligated to commence and complete the Services;
or1
c) the amount of compensation the City is obligated or committed to pay Consultant.
3.2 The City shall make available to Consultant all informatior'i that the City has in its
possession pertinent to the Project. Consultant fereby agrees and acknowledges that, in making
any such information ayallable to Consult&irt, the City makes no express or implied certification,
warranty, and/or repres*itrrtion as to the aecuracy or completeness of such information. The
Consultant un@rstands, and hereby agrees and acknowledges, that it is obligated to verify to the
extent it deems necessary all lnformation furnisligllby the City, and that it is solely responsible for
the accuracy and applicability fi'an such in&dtion used by Consultant. Such verification shall
: a:-
include, without limitation, visual examination of existing conditions in all locations encompassed
,gy'tne Project, where such examination can be made without using destructive measures (i.e.
' e}6.i-qlon or demolition). Surveylinformation shall be spot checked to the extent that Consultant
has s d itself as to the reliability of the information.
..,i,
3.3 [ntentiondly@mitted]
'i:::l:lr"::-
3.4 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 sub-consultants or vendors).
3.5 lf the City observes or otherwise becomes aware of any fault or defect in the Project, or
143
non-conformance with the Contract Documents, the City, through the Project Coordinator, shall
give prompt written notice thereof to the Consultant.
3.6 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. No City
administrative (proprietary) approvals and/or decisions required under this Agreement shall be
unreasonably conditioned, withheld, or delayed; provided, however, that the City shall at all times
have the right to approve or reject any such requests for any reasonable basis..
:,..:,.
a..,.,.
.3.7 The City Commission shall be the final authority to do or to app@e the following actions
or conduct, by passage of an enabling resolution or amendment to this Agreqglgqt:
3.7.1 Except where othenryise expressly noted in the Agreement
-fr:"ine
Contract
Documents, the City Commission shall be the body to consider, comment upon, or
approve any amendments or modifications to this Agreement.
3.7.2 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 detngd to also include sale of the majority of the stock of a corporate
consultant.
3.7.3 Upon m$gn; stlfrom Consultant, the City Commission shall hear appeals
isions of'the City Manager or the Project Coordinator. ln such
's decision shall be final and binding upon all parties.
3.7.4 The Cit$€ommission shall approve or consider all Contract Amendments that
exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as
may be specifi€d by the City of Miami Beach Procurement Ordinance, as amended).
3.8 Except where othenrise 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 othenrise 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.
144
3.8.1 The City Manager shall have prior review and approval of the Project Manager
(and any replacements) and of any sub-consultants (and any replacements).
3.8.2 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. ln his/her discretion, the City Manager may
also consult with the City Commission on such matters.t'
:3.8.3 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
without the prior approval of the City
all) shall be in its sole and reasonable
by this Agreement) may not be inei,ei!.d
Commission, which approval (if grantd&
discretion.
3.8.4 fintentionally Omitted]
3.8.5 The- City Manager .rnay approve Contract Amendments which do not
exceed the.sum iiftwenty five thousand dollars ($25,000.00) (or other such amount as
mayJie specified py tn" City of Mifii Beach Purchasing Ordinance, as amended);
provided that no such amendments increase any of the budgets established by this
Agreement.
3.8.6 '.: The Slinager may, in his/her sole discretion, form a committee or
::1.;,t;2 committees, or inquire Of, or consult with, persons for the purpose of receiving advice
'':i: and recommendations relating to the exercise of the City's powers, duties, and
reaponsibilitie$ under this Agreement or the Contract Documents.
,r'
3.8.7 Ttd 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).
r:-
City
145
ARTICLE 4. RESPONSIBILITY FOR GONSTRUCTION COST
4.1 The City has established the Construction Cost Budget for the Project, as set forth in
Schedule "D", attached hereto.
4.2 Consultant shall certify and warrant to the City all estimates of Construction Cost prepared
by Consultant. :!
,t4.3 Consultant shall warrant and represent to the City that iti review and evaluation of the
Construction Cost Budget, Statement of Probable Construction' Cost, and any other cost
estimates prepared (or othenrvise provided) by Consultant for the Projed, represent Consultant's
best judgment as an experienced design professional familiar with the construction industry;
provided, however, that Consultant cannot (and does not) guarantee that bid{gr negotiated
prices will not vary from any estimates of Constructieryl Cost or other cost evaluation(s) prepared
(or otherwise provided) by Consultant.
4.4 The Construction Cost Budget{as.'&tablished in Schedule "D" hereto) shall not be
exceeded without fully justifiable, extraordinary, Ard wrforeseen circumstances (such as Force
Majeure) which are beyond the control of the parties. Any ex$enditure above this amount shall be
subject to prior Ciff Commission approval which, if granted at all, shall be at the sole and
reasonable discretion of the City Commission. The City Commission shall have no obligation to
approve an increasell tn3 Construction Cost Budget and, if such budget is exceeded, the City
Commisslos,,{nay, at itsriote and reasonable discretion, terminate this Agreement (and the
rellaining Servicq) without any further liability to the City.
.t
4'if" Jf the lowest and best bas.4 bid exceeds the Construction Cost Budget by more than five,percenffi%), the City'Commission may, at its sole option and discretion, elect any of the
following optigns: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and
(at its option) qutllg{ize rebidding of the Project; (3) abandon the Project and terminate the
remaining Services without any further liability to the City; (4) select as many Deductive
Alternative, ", ,"y be necessary to bring the lowest and best bid within the Construction Cost
Budget; or (5) work with the Consultant to reduce the Project Scope, construction schedule,
sequence of Work, or such other action, as deemed necessary, to reduce the Construction Cost
Budget. ln the event the City elects to reduce the Project Scope, the Consultant shall provide any
required revisions to the Contract Documents (including, without limitation, the Construction
Documents), and provide re-bidding services, as many times as reasonably requested by the
146
City, at no additional cost to the City, in order to bring any resulting, responsive and
responsible bids within five percent (5%) of the Construction Cost Budget.
ARTICLE 5. ADDITIONAL SERVICES
5.1 Additional Services shall only be performed by Consultant following receipt of written
authorization by the Project Coordinator (which authorization must be obtained prior to
commencement of any such additional work by Consultan$. The written authorization shall
contain a description of the Additional Services required; an hourly fee (in accordance with the
rates in Schedule "C" hereto), with a "Not to Exceed' amount; Reimbul$?ible Expenses (if any)
with a "Not to Exceed" amount; the amended ColStruction 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 cumulati@lpurly 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 Pr:oject Coordinator. The "Not to
Exceed" amount is not a guaranteed maximum.eost for the additioii'al work requested (or, in the
case of Reimbursables, for the expenses), and atrl coets applicable to same shall be verifiable
through time sheets (and, fsr Reimbursables, expense reviews).
5.2 nOditionalS&fvices nray include, but not be limited to, the following:
5.2.1 Prorii&rg additional work relative to the Project which arises from subsequent
circumstances and causes M do not currently exist, or which are not contemplated
by the Bry at the time of execution of this Agreement (excluding circumstances and
causes resultftg from error, omission, inadvertence, or negligence of Consultant).
l:..;,'
'6.2.2 Seiling as an expert witness in connection with any public hearing,:
arbitation proceeding, or legal proceeding, unless the subject matter at issue has
arisen:[om the error omission, inadvertence, or negligence of Consultant.
Intentionally Omitted]
5.2.4 Assistance in connection with bid protests, re-bidding, or re-negotiating contracts
(except for Contract Document revisions and re-bidding services required under
Section 4.5 hereof, which shall be provided at no additional cost to City).
5.2.3
147
ARTICLE 6. REIMBURSABLE EXPENSES
6.1 Reimbursable Expenses are an allowance set aside by the City and shall include actual
expenditures made by the Consultant in the interest of the Project. The Reimbursable Expenses
allowance, as specified in Schedule "B" hereto, belongs to, and shall be controlled by, the City.
Any money not directed to be used by City for Reimbursable Expenses shall remain with the City
(i.e. unused portions will not be paid to Consultant).
Notwithstanding the above, any Reimbursable Expenses in ercesS of $500 must be authorized,
in advance, in writing, by the Project Coordinator. lnvoices or vouchers for Reimbursable
Expenses shall be submitted to the Project Coordinator (along with any supporting receipts and
other back-up material requested by the Project Coordinator). Consultant shall certify as to each
such invoice and/or voucher that the amounts,d'n*ritems claimed as reimbursable are "true and
correct and in accordance with the Agreement.' lfi:
Reimbursable Expenses may include, but not be limited to, the following:
6.2.1 Cost of reproduction, @urier, and pstage and handling of drawings, plans,
6.2
specifications-,
of the
betwdFrn the Con
other Project&ocuments (excluding reproductions for the office use
$nd its sub-consultants, and courier, postage and handling costs
and its sub-censultants).
Costs forlgprocfuc-tion and preparation of graphics for community workshops.
fees rquired by City of Miami Beach regulatory bodies having
* jurisdiction olrer the Proiect (i.e. City permit fees).
,'
ARTTCLE 7. COMPEN$ATTOI(| FOR SERVICES
7.1 Consultant's "Not to Exceed" fee for provision of the Services shall be XXXXXXXX, with a
Reimbursable Expenses allowance of XXXXXXXX.
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 Coordinator. Payments shall be made in
proportion to the Services satisfactorily performed, so that the payments for Services never
6.2.2..
6.2.3
148
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.
7.3 Approved Additional Services shall be compensated in accordance with the hourly rates
set forth in Schedul€ "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). l
7.4 Approved Reimbursable Expenses shall be paid in acgrdance with Article 6 hereto, up to
the "Not to Exceed" Reimbursable allowance amount in Schedule *B" 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 ESGALATION: During the Term of this Agreexnent, the.,rCity may, by firitten directive
approved and executed by the City Manager, adjust the &es included in the Hourly Billing Rate
Schedule in Schedule "C" hereto, to pJlect the change in the Consumer Price lndex (CPl) on a
cumulg$y€ change of the CPI for the
Miami urban area, provided that in no event shall,any the annual increase exceed three percent
(3Yo).
,.:7.6 No retainagre shall bei,made from the Consultant's compensation on account of sums
withheld by the Citi gr payments to Contractor.
7.7 METHOD OF BILLIN&AND PAYIUiENT. Consultant shall invoice the Project Coordinator
in€ timely manner,ibut no more than once on a monthly basis. lnvoices shall identify the nature
diid.,extent of the work qerformed the total hours of work performed by employee category; and
the respective hourly Oiitrpg rate associated therewith. ln the event sub-consultant work is used,
the percentage of complgtion shall be identified. lnvoices shall also itemize and summ arize any
Additional Servlses andlor Reimbursable Expenses. A copy of the written approval of the Project
Coordinator for th6'requested Additional Service(s) or Reimbursable Expense(s) shall accompany
the invoice.
7.7.1 lf 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).
149
7.7 .2 The City shall pay Consultant within forty-five (45) calendar days from
receipt and approval of an acceptable invoice by the Project Coordinator.
7.7.3 Upon completion of the Services, Consultant's final payment shall require the prior written
approval of the City Manager before disbursement of same.
ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS
8.1 All books, records (whether financial or othenruise), correspondence, technical documents,
and any other records or documents related to the Seruices and/or Proiect will be available for
examination and audit by the City Manager, or his/her authbrized representatives, at Consultant's
office (atthe address designated in Article 15 ["l,lotices"]), during customary''business hours. All
such records shall be kept at least for a period of thhe (3) years after Consultant's completion of
the Services. lncomplete or incorrect entries in such r€eords and accounts relating personnel
services and expenses may be grounds for City's disallowance of any fees or expenses based
upon such entries. Consultant shalt alsg bind its sub-consuttants to the requirements of this
Article and ensure compliance therewith . .-
.i..{.
ARTICLE 9. OWNERSHIP OF PROJ&CT DOCUMENTS
9.1 All notes, corcspondeirce, documents, plans and specifications, designs, drawings,
renderings, calculations, specifications, models, photographs, reports, surveys, investigations,
*! "ny other documents (whether completed or partially completed) and copyrights thereto for
Sendces performed or poduced in the performance of this Agreement, or related to the Project,
wheiher,in 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.lons,qltant for use and reproduction, shall become the property of the City.
Consultant shall deliver all such documents to the Project Coordinator within thirty (30) days of
completion of t#'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, ln 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
150
or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein
shall be deemed to exclude any document from Chapter 1 19, Florida Statutes.
s)
g) 9.2 The Consultant is permitted to reproduce copyrighted material described above
subject to prior written approval of the City Manager.
s)
g) 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; houever, payment to the
Consultant for such adaptations will be limited to an amount n(f,greater than 5Oo/o of the original
fee earned to adapt the original copyrighted material to a new site.
s)
g) 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 resuEing from such modification.
s)
9.5 The Consultant shall nind atfiub-consultants to the Agreement requirements for re-use of
plans and specifications.
MENT
10.1 TERMINATION FOR qgK OF FUND$ 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 i&q&!0ordan th the terms and conditions of this Agreement. ln the event there
is,....a ]ack of adequdb''funding either for the Services or the Project (or both), the City may
tenffi&te this Agreementwithout further liability to the City.
10.2 TERMINATION FOR GAUSE: The City, through the City Manager, may terminate this
,i- -,"'Agreement for e6t gq' 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. ln 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 ln the event this Agreement is terminated for cause by the City, the City, at
151
10.2.2
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.
ln 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 mry$, due to Consultant
pursuant to this subsection 10.2.2, the City shall have no further liaffi to Consultant.
10.2.g As a condition precedent to release of any payment which may be due to
Consultant under subsection 10.2.2, the Consti$B!.t shall promptly assemble and deliver
to the Project Coordinator any and all Project documents prepared (or caused to be
prepared) by Consultant(including, without limitation, thoqe referenced in subsection 9.1
hereof). The City shall not be responsibte for any cost incurred by Consultant for
assembly, copy, and/or delivery of Project documents:pursuant to this subsection.
10.3 TERMINATTON FOR COIIENIENGE: ln addition to the City's right to terminate for cause,
the City through the City Marryer, may also terminate this Agreement, upon fourteen (14) days
prior written notice to Coaqgllaiit;for'Convenience, without cause, and without penalty, when (in
its sde discretion) it deems.'@[ termination to be in the best interest of the City. ln the event the
City terminates the Agreemenf'f?il:.eonvenience, 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),t'iind for Consulta-nt's costs in assembly and delivery to the Project Coordinator of the
Project doexrrrents (refercnced in subsection 10.2.3 above). Upon payment of any amount which
may be due to eonsultant 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. ln 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;
152
provided, however, that the City shall first be granted a thirty (30) day cure period (commencing
upon receipt of Consultant's initialwritten notice).
10.4.1The Consultant shall have no right to terminate this Agreement for convenience.
10.5 !MPLEMENTATION OF TERMINATION: ln the event of termination (whether for cause
orforconvenience), the Consultant shall immediately, upon receipt of lhe City's written notice of
termination: (1) stopthe performance of Services; (2) place nofurther orders or issue any other
subcontracts, except for those which may have already been approved, in writing, by the Project
Coordinator; (3) terminate all existing orders and subcontracts; afid {4) promptly assemble all
Project documents (for delivery to the Project Coordinator).
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
Coordinator:
(a) Professional Ltability lnsurance, in the amount of one million dollars
($1,000, 0), per o@irrence, with a maximum deductible of $150,000 per occurrence,
$450,000 aggr4,qte. C{lyltant shall notify the Project Coordinator, in writing, within thirty
(30) daylr,of any c$!,ms filed or macle against its Professional Liability lnsurance policy.
'.:, ri::t
(b).,Liability lnsurance, in the amount of one million dollars
it Bodily lnjury and Property Damage coverage, for each
occurrence, which shall include products, completed operations, and contractual liability
coverage. The City of Miami Beach, Florida must be named as an additional insured on
this policy.
(c) Worker's Compensation and Employer's Liability coverage within the statutory limits
required under Florida law.
11.2 The Consultant must give the Project Coordinator 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.
153
11.3 The insurance must be furnished by an insurance company rated B+:Vl 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.
11.4 Consultant shall provide the Project Coordinator 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. il
ARTIGLE 12. !NDEMNIFICATION AND HOLD HARMLESS.
12.1 Pursuant to Section 725.08, Florida Statutes, thqConsultant shall'indemnify and
hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities,
damages, losses, and costs, includi@ but not limited to, reasonable attorneys'fees, to the extent
caused by the negligence, recklessness, or intentionally wrongfUl'eonduct of the Consultant and
other persons employed or utilized by the Consultaht 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 a@ns of any kind or nature in the name of the City, where applicable,
including appellatdlf,qceedingei, and shall pay all costs, judgments, and attorney's fees which
may issue thereon. Consultant expressly ,glderstands and agrees that any insurance protection
required by this {greement or othenryise provided by Consultant shall in no way limit its
rgpponsibility to indemnify, keep, and save harmless and defend the City or its officers,
erq$gyees, agents, a hd,irl,stru m e@lities as herei n provided.
12.2 The Consultant agrees and recognizes that the City shall not be held liable or
responsible for aay$aims which may result from any negligent, reckless, or intentionally wrongful
actions, errors or'-6missions of the Consultant in which the City participated either through review
or concurrence of the Consultant's actions. ln 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 sub-consultants and/or
any registered professionals (architects and/or engineers) under this Agreement).
154
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.
.:l::,
Damages shall include delay damages caused by the effor, omission, o.'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 Consuttant may appeal this determination, in writing,
to the City's Capital lmprovement Projects Director (the . The Director's decision on all
claims, questions and disputes shall be final,nd binding upon the parties hereto
unless such determination is clearly'.ffifiary or unreasonable. ln the event that the Consultant
does not agree with the decision of the Director, the Consultant sl1qtl present any such objections,
in writing, to the City Manager. The Diredor and the Consultant shall abide by the decision of the
City Manager. This paragraph does not constifute a waiver of any party's right to proceed in a
court of competent jurisdic'tion after the above administrative remedies have been exhausted.
ARTTCLE 14. LTMTTATTON OqLIABTLTTY
. -ia
,,1&8 CitV 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
Agreery1.ry{, so that its liability for any such breach never exceeds the "not to exceed" amount of
the fee &A to Consultant under this Agreement, less any amount(s) actually paid to Consultant
.l
hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with
Consultant's recoyery from the City for any damages for action for breach of contract to be limited
to Consultant's "iiot 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
155
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: XXXXXXXXXXXXX :''': ':':
"
with a copy to: ..1, t,
Capital I m provemenlProjects Office
City of Miami ryry
1700 Convention Center Drive r
Miami Beach, Florida 33139 ,..
Attn: ffi
Allutr@n notices givento.the Consultant from the City shall be addressed to:
ffi
xxxxxxxxxrcOo0v(
W
M
Attn: XXXXXXXXXXX
All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified
mail, return receipt requested.
156
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 HAVEry$ TRIAL BY JURY OF ANY
CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT.
16.2 EQUAL OPPORTUNTTY EMPLOHIENT GOALS: Consultant agrees that it will
not discriminate against any employee or applicant for employment for wod< 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 emptOyees are treated during employment without regard to
race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or
familial status, or age.
.,r,.il.,..
16.3 PUBLIC EHTITY CRIilES AGT: ln accordance with the Public Entity Crimes Act (Section
287.133, Florida Stiatutes), a person or affiliate wh*is a consultant, who has been placed on the
convicted vendor list followiqg a csnviction for a public entity crime may not submit a bid on a
contract to prps{g,.any goqdqlcr services to the City, may not submit a bid on a contract with the
Ciff for the construction or repair of a public building or public work, may not bid on leases of real
.,f@perty to the City, rnay not be awaded or perform work as a contractor, supplier, subcontractor,
or subdansultant under a contract with the City, and may not transact business with the City in
excess otthe 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
157
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 othenruise 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 Federal,
State, Miami-Dade County, and City laws, ordinances, and codes which may have a
bearing on the Services involved in the Project. , f;,
,,f-,r.r.
16.5.2ProiectDocuments. ln accordance with Section 119.07 (3) (""),1fui0, Statutes,
entitled "lnspection, Examination, and Duplication of Records;
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.
lnformation made exempt by thia paragraph, with prior written approval from the City
Manager, may be disclosed to another erfiity 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 sh@llrg of good cause before a court of competent jurisdiction. The
entities or peq6gls
information. 'ta
. .:iri.:r.tr .
ng such information shall maintain the exempt status of the
'.r..i1..::i, ..,: .::.
16.e?.& ln ,&dition to the requirements in this subsection 16.5.2, the
Consult& agrees{o abide by all applicable Federal, State, and City procedures,
as may be.amended from time to time, by which the documents are handled,
copied, arid distributed which may include, but is not limited to, each employee of
Consultant and sub-consultants 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 sub-consultants agree in writing that the
Project documents are to be kept and maintained in a secure location.
158
16.6
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.
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 sub-consultants. 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 SeMqg$related thereto.
16.7 WARRANTY: The Consultant wanants that. the Services furnished to the City
under this Agreement shall conform to the quality expected of and usually provided by the
profession in the State of Florida applicable to the deegn and construction of public and
'a)t::.:.
commercial facilities' - :,:i.
't1,,'
16.8 NON-EXCLUSIVIW: Noh^,ithgtandin$ any provision of this non-exclusive
Agreement, the City is not precluded from retaining or utilizing any other architect, engineer,
design professional or other consultant to perform any incidental Basic Services, Additional
Services, or other profiessional.lggrvices within the contract limits defined in the Agreement. The
Consultant shall have iie6a!im againe! the City as a result of the City electing to retain or utilize
such other arctritecf, engineer, design professional, or other consultant to perform any such
irrcidental Services.
g) 1,6,9
Agreemerit&,,3n, other person, firm, association or corporation, in whole or in part, without the
prior written tbnsent 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 sub-consultants, subject to the prior written approval
of the City Manager.
s)
16.10 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
A$SIGNMENT: The Consultant shall not assign, transfer or convey this
159
changes in the ownership structure and composition of the Consultant. Failure to do so
constitutes a breach of this Agreement by the Consultant.
16.11 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVIGES: ln the performance
of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all
salaries, wages, materials, equipment, sub-consultants, and other purchased services, etc., as
necessary to complete said Services.
16.12 INTENT OF AGREEMENT:
g) 16.12.1 The intent of the Agreement is for the Consuttant to provide design
services, and to include all necessary items fsr the proper completion of,Su-
,
r"rvices for a
fully functional Project which, when constructed in accordance with the desig$will be able to
be used by the City for its intended purpose. The Consultant shall perform, ad Basic Services,
such incidental work which may not be specifically referenced, as necessary to complete the
Project.
g) 16.12.2 This Agreement is for the benefit of the parties only and it does not grant
rights to a third party lqneficiary, to any person, nor does it authorize anyone not a party to the
Agreement to maintain a strit for personal injuries, professional liability, or property damage
pursuant to the terms or prd\lisions of the Agreement.
1G.,12.3No , ordei; paynlent, or certificate of or by the City, or its employees or
agents, stlall either City from asserting any rights or operate as a waiver of any
.4,
provisions heretf or of or right herein reserved to the City or of any rights to
damages herein provided.
16.13 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. lt 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.
160
F:\atIo\AGUR\AGREEMENT FORMS\A & E AGREEMENTS\A & E Agreement - NEW BOILER PLATE (Clean Version 8-2-10).doc
lN 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 M]AMI BEACH:
CITY CLERK 14 YqF
' ,:ll.:.:::.:. :
:.,ti:lr'.
ffi
Attest
Signature/Secretary
:.::r, :l::::'
Print Name
.,....::: ..:.
Signature/President
Print Name
161
162
SGHEDULE A
SCOPE OF SERVICES
163
SCHEDULE B
CONSULTANT COMPENSATION
Planning Services *
Design Services*
Bidding and Award Services
Construction Administration **
Reimbursable Allowance***
Schedule of Payments
,..,,$. 0.00
$x)tr)fixxx
$xxxxxrcu
t $xxxxxxxx
,''' $xxxxxxxx
$ o.ooHistoric Preservation Board / Design Review Board (if required)
Note*: These services will be paid lump sum based on percentage complete of each phase as
identified in the individualtasks"
Note**: Gonstructlol flf,ministration will be paid on a monthly basis upon commencement of
construction.
ln the event that, through no fautt of,'trte Consultant, Construction Administration services are
required to be which extension shall be subject to prior Gity approval, and what shal!
be at the City's solii thq,Gonsultant agrees to extend said services for $XXXXXX, per
to @lpplete the Project.month, fgr the duration required
,,Reimbursable Allowance belongs to the City and must be approved in writing, in
the Project Gogfrdinator. Unused portions will not be paid to the Consultant.
t:.'a
.:,a .
advance, by
164
SCHEDULE C
HOURLY BILLING RATE SCHEDULE
165
SCHEDULE D
COSTRUCTION COST BUDGET
166
PROJECT SCHEDULE
SGHEDULE E
167
SGHEDULE F
GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT
168
SCHEDULE G
INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS.
169
SCHEDULE H
BEST VALUE AMENDMENT
The Consultant agrees to abide by all the required documentation of the City's Performance lnformation
Procurement System and submit the weekly reports.
170