Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PSA between the CMB and Media Relations Group, LLC for PIO services RFQ-2025-423-DF
2025-33958 Contract No. 25-423-03 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND MEDIA RELATIONS GROUP, LLC FOR PUBLIC INFORMATION OUTREACH (PIO) SERVICES PURSUANT TO RFQ-2025-423-DF MAR 1 1 2026 This Professional Services Agreement ("Agreement") is entered into this ("Effective Date"), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (the "City"), and MEDIA RELATIONS GROUP, LLC,. a Florida limited liability company, whose address is 14707 South Dixie Highway, Suite 404, Miami Florida 33176 ("Consultant"). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Consultant, including any exhibits and amendments thereto. Authorization to Commence Work: A letter, or written communication, issued by the Project Manager (or his/her designee) authorizing the Consultant to commence work on a specific task. Completion due dates and fees are specified in this document. City Manager: The chief administrative officer of the City. City Manager's Designee: The City staff member who is designated by the City Manager to administer this Agreement on behalf of the City. The City Manager's designee shall be the Neighborhood Affairs Division Director. Consultant: The Consultant is the Successful Proposer(s) retained by the City to perform Public Information Outreach Services on Neighborhood Improvement Projects (NIPs) described in this Scope of Services. Department: City Departments, including but not limited to Office of Capital Improvement Projects (CIP), Transportation, Environmental & Sustainability, Marketing and Communications, and the City Manager's Office. • Contract No. 25-423-03 Project Manager: The City's staff member(s), manager(s) or consultant(s) with overall responsibility and authority to oversee the Public Information Outreach Services on Neighborhood Improvement Projects (VIPs) in Miami Beach. Services: All services, work and actions by the Consultant performed or undertaken pursuant to the Agreement. Task Assignment: One or more tasks assigned under this contract in connection with the Public Information Outreach Services on Right of Way and Facilities Projects in the City of Miami Beach. Fee: Amount paid to the Consultant as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach, RFQ No. 2025-423- DF ("RFQ") for Public Information Outreach (PIO) Services together with all amendments thereto, issued by the City in contemplation of this Agreement, RFQ, and the Consultant's proposal in response thereto ("Proposal"), all of which are hereby incorporated and made a part hereof; provided, however, that in the event of an express conflict between the Proposal documents and this Agreement, the following order of precedent shall prevail: this Agreement, the RFQ and the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139; telephone number (305) 673-7000, Ext. 6435; and fax number (305) 673-7023. SECTION 2 SCOPE OF SERVICES 2.1 In consideration of the Fee to be paid to Consultant by the City, Consultant shall provide public information outreach services on Citywide efforts or projects, including but not limited to Neighborhood Improvement Projects (NIPs), as more fully delineated in the Scope of Services attached hereto as Exhibit "A" (the "Services"). Although Consultant may receive a schedule of the available hours to provide its Services, the City shall not control nor have the right to control the hours of the Services performed by the Consultant; where the Services are performed (although the City will provide Consultant with the appropriate location to perform the Services); when the Services are performed, including how many days a week the Services are performed; how the Services are performed, or any other aspect of the actual manner and means of accomplishing the Services provided. Notwithstanding the foregoing, all Services provided by the Consultant shall be performed in accordance with the terms and conditions set forth in Exhibit "A" and to the reasonable satisfaction of the City Manager. If there are any questions regarding the Services to be performed, Consultant should contact the following person: Lauren Firtel Neighborhood Affairs Division Manager Marketing & Communications Department at Lau rentFirteIftmiamibeachfl.aov Ph: 305-673-7575 2 Contract No. 25-423-03 2.2 Consultant's Services, and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in Exhibit "A" hereto and/or the applicable Consultant Service Order. 2.3 Consultant work shall be awarded based on specialty. The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order (CSO) in the form attached hereto as Exhibit "B." Consultant Service Orders shall be executed in accordance with the City's Contract Approval Authority Procedure 03.02. Consultant shall countersign the Consultant Service Order upon receipt and return an original signed copy to the City. SECTION 3 TERM The term of this Agreement ("Term") shall commence upon execution of this Agreement by all parties hereto (the Effective Date set forth on p. 1 hereof), and shall have an initial term of three (3) years with one (1) two-year renewal option, to be exercised at the City Manager's sole option and discretion, by providing Consultant with written notice of same no less than thirty (30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein, Consultant shall adhere to any specific timelines, schedules, dates, and/or performance milestones for completion and delivery of the Services, as same is/are set forth in the timeline and/or schedule referenced in the CSO. SECTION 4 FEE 4.1 Consultant's maximum or "Not to Exceed" fee for provision of the Services, or portions thereof, shall be agreed to at the time of service, in accordance with the hourly rates set forth in Exhibit "C" attached hereto, and shall be set forth in the Consultant Service Order issued for a particular Project. 4.2 Reimbursable Expenses (as defined below) must be authorized, in advance, in writing, by the City Manager's Designee. Invoices or vouchers for Reimbursable Expenses shall be submitted to the City Manager's Designee, along with any supporting receipts and other back-up material requested by the City Manager's Designee. Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." "Reimbursable Expenses" may include, but are not limited to, the following: Printing and copying services, including fliers, brochures, and other outreach materials. 4.4 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Contract No, 25-423-03 Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable Division: Payables@miamibeachfl.gov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Consultant shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate `or cause, the City shall notify the Consultant of its violation of the particular term(s) of this Agreement, and shall grant Consultant ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Consultant. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City for any breach of the Agreement by the Consultant. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's rights and remedies against Consultant. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF SUCH NOTICE, ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONSULTANT, MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONSULTANT SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. 4 Contract No. 25-423-03 SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Consultant agrees to indemnify, defend and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its officers, employees, agents, contractors, or any other person or entity acting under Consultant's control or supervision, in connection with, related to, or as a result of the Consultant's performance of the Services pursuant to this Agreement. To that extent, the Consultant shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the Consultant's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The parties agree that one percent (1 %) of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The Consultant shall maintain and carry in full force during the Term, the following insurance: A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. 5 Contract No. 25-423-03 D. Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $1,000,000. City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Consultant's insurance. Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this Agreement. All certificates and endorsements must be received and approved by the City before any work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, and exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachO-hskworks.com The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve Consultant of its liability and obligation under this Section or under any other section of this Agreement. SECTION 7 LITIGATION JURISDICTION/VENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, 2 Contract No. 25-423-03 exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By entering into this Agreement, Consultant and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of $10.000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS; COPYRIGHT; AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE With respect to the performance of the Services contemplated herein, Consultant shall exercise that degree of skill, care, efficiency and diligence normally exercised by reasonable persons and/or recognized professionals with respect to the performance of comparable work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the Services, Consultant shall comply with all applicable laws, ordinances, and regulations of the City, Miami -Dade County, the State of Florida, and the federal government, as applicable. 9.3 PATENT RIGHTS: COPYRIGHT: CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as well as all information specifications, processes, data and findings, are intended to be the property of the City and shall not otherwise be made public and/or disseminated by Consultant, without the prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. 7 Contract No. 25-423-03 All reports, documents, articles, devices, and/or work produced in whole or in part under this Agreement are intended to be the sole and exclusive property of the City, and shall not be subject to any application for copyright or patent by or on behalf of the Consultant or its employees or sub -consultants, without the prior written consent of the City Manager. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Consultant, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Consultant shall maintain any and all such records at its place of business at the address set forth in the "Notices' section of this Agreement. 10.2 INSPECTOR GENERAL AUDIT RIGHTS (A) Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. (B) The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (C) Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review Contract No. 25-423-03 operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. (D) The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back -change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. (E) The Consultant shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this Agreement, for examination, audit, or reproduction, until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: If this Agreement is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals, litigation, or claims are finally resolved. (F) The provisions in this section shall apply to the Consultant, its officers, agents, employees, subcontractors and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this Agreement. (G) Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Consultant or third parties. 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING Consultant shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this section, and any attempt to make such assignment (unless approved) shall be void. E Contract No. 25-423-03 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Consultant shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NO DISCRIMINATION In connection with the performance of the Services, the Consultant shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, Consultant shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment (including independent contractors), housing, public accommodations, public services, and in connection with its membership or policies because of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, hair texture and/or hairstyle, domestic partner status, labor organization membership, familial situation, or political affiliation. 10.6 CONFLICT OF INTEREST Consultant herein agrees to adhere to and be governed by all applicable Miami -Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami -Dade County Code, as may be amended from time to time; and by the City of Miami Beach Charter and Code, as may be amended from time to time; both of which are incorporated by reference as if fully set forth herein. Consultant covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. Consultant further covenants that in the performance of this Agreement, Consultant shall not employ any person having any such interest. 10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C) Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of "Contractor" as defined in Section 119,0701(1)(a), the Consultant shall: (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within 10 Contract No. 25-423-03 a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. (D) REQUEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2) Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. (3) A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (E) CIVIL ACTION. (1) If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: a. The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. (2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 11 Contract No. 25-423-03 (F) IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, OR AS TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAE LGRANADO(a),MIAMIB EACH FL.GOV PHONE: 305-673-7411 10.8 FORCE MAJEURE (A) A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. (8) If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately, upon learning of the occurrence of the event or of the commencement of any such delay, but in any case within fifteen (15) business days thereof, provide notice: (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to 12 Contract No. 25-423-03 perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (D) Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event, causing the suspension of performance, shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. (E) Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. 10.9 E-VERIFY (A) To the extent that Consultant provides labor, supplies, or services under this Agreement, Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E- Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of this Agreement or such other extended period as may be required under this Agreement. (B) TERMINATION RIGHTS. (1) If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, which prohibits any person from knowingly employing, hiring, recruiting, or referring an alien who is not duly authorized to work by the immigration laws or the Attorney General of the United States, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. 13 Contract No. 25-423-03 (2) If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 10.9(A), but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the contract with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate this Agreement for cause. (3) A contract terminated under the foregoing Subsection (B)(1) or (13)(2) is not in breach of contract and may not be considered as such. (4) The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (13)(1) or (Bx2) no later than 20 calendar days after the date on which the contract was terminated. (5) If the City terminates the Agreement with Consultant under the foregoing Subsection (Bx1), Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. (6) Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 10.9. 10.10 CONSULTANT'S COMPLIANCE WITH ANTI -HUMAN TRAFFICKING LAWS Consultant agrees to comply with Section 787.06, Florida Statutes, as may be amended from time to time, and has executed the Anti -Human Trafficking Affidavit, containing the certification of compliance with anti -human trafficking laws, as required by Section 787.06(13), Florida Statutes, a copy of which is attached hereto as Exhibit "D." 10.11 PROHIBITION ON CONTRACTING WITH A BUSINESS ENGAGING IN A BOYCOTT Consultant warrants and represents that it is not currently engaged in, and will not engage in, a boycott, as defined in Section 2-375 of the City Code. In accordance with Section 2-375.1(2)(a) of the City Code, Consultant hereby certifies that Consultant is not currently engaged in, and for the duration of the Agreement, will not engage in a boycott of Israel. 10.12 PROHIBITION ON CONTRACTING WITH AN INDIVIDUAL OR ENTITY WHICH HAS PERFORMED SERVICES FOR COMPENSATION TO A CANDIDATE FOR CITY ELECTED OFFICE Consultant warrants and represents that, within two (2) years prior to the Effective Date, Consultant has not received compensation for services performed for a candidate for City elected office, as contemplated by the prohibitions and exceptions of Section 2-379 of the City Code. For the avoidance of doubt, the restrictions on contracting with the City pursuant to Section 2- 379 of the City Code shall not apply to the following: (a) Any individual or entity that provides goods to a candidate for office. (b) Any individual or entity that provides services to a candidate for office if those same services are regularly performed by the individual or entity in the ordinary course of business for clients or customers other than candidates for office. This includes, without limitation, banks, telephone or internet service providers, printing companies, event venues, restaurants, caterers, transportation providers, and office supply vendors. (c) Any individual or entity which performs licensed professional services (including for example, legal or accounting services). 14 Contract No. 25-423-03 10.13 PROHIBITION AGAINST CONTRACTING WITH FOREIGN COUNTRIES OF CONCERN WHEN AN INDIVIDUAL'S PERSONAL IDENTIFYING INFORMATION MAY BE ACCESSED Consultant hereby agrees to comply with Section 287.138, Florida Statutes, as may be amended from time to time, which states that as of January 1, 2024, a governmental entity may not accept a bid on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant the entity access to an individual's personal identifying information (PII), unless the entity provides the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in Paragraphs 2(a)-(c) of Section 287.138, Florida Statutes: (a) the entity is owned by a government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in the entity; or (c) the entity is organized under the laws of or has its principal place of business in a foreign country of concern (each a "Prohibited Entity"). A foreign country of concern is defined in Section 287.138 (1)(c), Florida Statutes, as may be amended from time to time, as the People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro, or the Syrian Arab Republic, including any agency of or any other entity of significant control of such foreign country of concern. Additionally, beginning July 1, 2025, a governmental entity may not extend or renew a contract with a Prohibited Entity. Consultant warrants and represents that it does not fall within the definition of a Prohibited Entity, and as such, has caused an authorized representative of Consultant to execute the "Prohibition Against Contracting with Entities of Foreign Countries of Concern Affidavit", incorporated herein by reference and attached hereto as Exhibit "E." SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the Consultant and the City listed below or may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice, in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: Media Relations Group, LLC Alicia Gonzalez 14707 South Dixie Highway, Suite 404 Miami, Florida 33176 Ph: 305-254-8598 Email: agonzalez(a%mrgmiami.com TO CITY: City of Miami Beach Lauren Firtel, Neighborhood Affairs Manager Marketing & Communications Department 1700 Convention Center Drive Miami Beach, FL 33139 Email: laurenfirtel(a)miamibeachfl.gov 15 Contract No. 25-423-03 Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. Notice shall be deemed given on the date of an acknowledged receipt, or, in all other cases, on the date of receipt or refusal. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 WAIVER OF BREACH A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A party's waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 12.4 JOINT PREPARATION The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been a joint effort of the parties, the language has been agreed to by parties to express their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. 12.5 ENTIRETY OF AGREEMENT The City and Consultant agree that this is the entire agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 16 Docusign Envelope ID: OD4121D5-E077-4696-AVE-6359F1314C548 ( on(racl No. 25.423-W IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY ATTEST: 7V Rafael ranado, City Clerk Date: MAR 1 1 2026 FOR CONSULTANT: ATTEST: _ O&P Witness Signature Dayana Sanjurjo, Sr. PIO Print Name/Title—-- Date: Februarv20, 2026 17 CITY OF MIAMI BEACH, FLORIDA By: -�- - v Eric T. Carpenter, ity Manager MEDIA RELATIONS GROUP, LLC = f.� IMMETIRINAM APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attorney Date Contract No. 25-423-03 EXHIBIT "A" SCOPE OF SERVICES This Statement of Work describes and defines activities which may be required by the City for a range of services including, but not limited to: communications planning and implementation, public relations and community involvement, establishment and execution of open office hours, the planning and execution of virtual public meetings, understanding of virtual software for virtual meetings as needed, understanding of the City's efforts in harmonization and the resilience campaign, ability to create and execute physical mailing via every door direct mail (EDDM) or other means, customer service, general translation and interpreting services, revamping project collaterals. ability to record public meetings, ability to create video recaps as needed, preparation of related media communications and collateral materials, preparation of audio/video presentations, recording of public meetings and include public comment, project planning, coordination and implementation, web content development, franchise utility communication, ability to send mass emails as the city and familiarity with mass email platforms, follow the external communications plan in each project special events coordination, hosting public meetings and other services that may be related. This includes, but is not limited to, those operations necessary for mobilization, the movement of personnel, equipment, supplies, expertise, incidentals, permits, notifications, and fees associated with such notifications, if any. The City shall request Consultant Services on an as -needed basis. There is no guarantee that any or all of the Services described in this RFQ will be assigned during the term of this resulting Agreement. Further, Consultant is providing these Services on a non- exclusive basis. The City, at its option, may elect to have any of the Services set forth herein performed by other consultants or City staff. 1. JOB CLASSIFICATIONS AND DESCRIPTIONS For any given engagement, the City may request services from any of the following positions and determine the required service level. 1.1. Project Manager: Primary point of contact with the City's Project Manager (or his/her designee) on overall activities of the contract; ensures contract compliance; manages budgets and invoices, executes special projects and performs QA/QC on all collateral materials. Responsible for entire staff assigned to this contract to include staff supervision and work production. Works with City's Project Manager on streamlining processes and developing cost effective methods of doing business. 1.2 Senior Public Information Liaison. The Senior Public Information Liaison serves as the lead communications representative for complex, high -profile projects. This position provides strategic oversight and guidance for all public information activities, ensuring alignment with the City's community engagement objectives. The role requires advanced communication skills, leadership capabilities and strong bilingual proficiency (English/Spanish) to effectively manage stakeholder relationships and public outreach. 1.3 Public Information Liaison: Serves as liaison between project stakeholders and Neighborhood Affairs Division. Assists the Neighborhood Affairs Division and user department for project related information and due to extensive interaction with the City of Miami Beach community. bilingual (English/Spanish) is strongly desired; completes all necessary documents listed in the external communication plan; identifies potential impacts to the public as a result of construction plans; prepares and disseminates collateral materials to the public; develops strategic alliances and partnerships with appropriate parties; prepares and presents project information for meetings; coordinates resolution of issues; record public meetings; maintains database of stakeholders; maintains project issue log; prepares information for updating website; edits website content, create and edit (for the City's approval) social media content, drafts media responses in writing as needed; coordinates and staffs formal and informal public meetings; arranges field meetings and special events and executes other duties relevant to the position. 1.4 Assistant Public Information Liaison: Provides support to the public information liaison for each of the tasks listed above. Should be able to create a database, conduct door-to-door outreach and assist with other clerical needs. (English/Spanish) is desired. Assist stakeholder followup and interaction, particularly in regards to harmonization documents. The position will be utilized at the decision of the project team for certain needs. Should have an understanding of communication tools, the external communications plan, virtual meeting software, and will execute other duties relevant to the position. 18 Contract No. 25423-03 1.5 Digital Media Specialist (Graphic DesigneriAV/Videographer/Photography): Designs and maintains collateral materials; creates and updates templates and newsletter layouts: depicts project information on maps that serve as visual explanations to stakeholders; assist in the products of Audio/Video (A/V) or web content for social media; performs other duties relevant to the position. Familiarity with municipal governments and/or construction concepts are a plus. 2. CONSULTANT RESPONSIBILITIES 2.1 Coordination with the City: All aspects of each task shall be coordinated through the Office of Marketing and Communications, Director (or his/her designee); All authorizations and approvals shall be in writing and executed by the Neighborhood Affairs Manager (or his/her designee) prior to the commencement of work. 2.2 Services to be provided: The following procedures are general for all projects. One or more of them may be necessary depending on the scope of the project. The necessary steps will be identified, and a schedule of activities will be established by the City's Project Manager in coordination with the Neighborhood Affairs Manager. If the procedural regulations referenced herein are revised or superseded before the services by Consultant are rendered, compliance with the most up-to-date version and/or amendments/statutes will be required. 2.3 Public Relations, Community Involvement and Customer Service. - Consultant may be tasked with the following duties and responsibilities: • Close coordination with the Neighborhood Affairs Division staff • Developing public involvement plans in close coordination with the external communication plan • Developing project -related informational materials • Collateral production (English/Spanish) • Social media needs — Photography & Video Content production and editing as needed • Communicating project information and addressing citizen/stakeholder concerns • Take all phone calls related to the individual project • Preparing related media communications and informational materials • Preparing talking points • Preparing information for dissemination through the Neighborhood Affairs Division and/or user department • Ability to create, plan and execute effective mailers using every door direct mail (EDDM) or other services • Coordinating emergency communications • Preparing emergency collateral quickly and effectively • Developing presentations and talking points • Planning, organizing and attending special events and meetings • Preparing audio/video presentations • Ability to record public meetings and public comments • Writing newsletters and feature stories • Translating collateral material developed • Designing and developing templates and graphics informational materials (usually maps that depict project information) • Preparing web content and web copywriting • Developing ads • Coordinating franchise utility communication • Arranging and documenting field meetings • Stakeholder satisfaction surveys • Coordinating medialspecial events such as public meetings, block parties, community meetings, and ribbon cuttings, etc. • Prepare and present encroachment information for public projects • Prepare and present harmonization agreements and related documents • Prepare, plan, execute and document harmonization meetings as needed 19 Contract No. 25-423-03 • Coordinate special events as needed • Ability to host virtual meetings using Zoom, Microsoft teams or other appropriate platforms • Ability to send and respond to emails through a city domain (if assigned). • Ability to send mass emails through email marketing software, through the City's or awarded firm(s) own. 3. Once a Consultant Service Order (CSO) is issued, deliverables to the City will be phased as follows: 3.1 Design and Pre -Construction Communications - In this phase, a plan is developed delineating how the community will be informed throughout the life of the project. The community is provided with information regarding design, when the project is to commence and how stakeholders will be affected. Meetings are held with stakeholders to introduce the project team and consultant(s) that will be working in the area. During the design phase, the firm will need to be well versed with the city's resilience program and understand any harmonization efforts on each project. 3.2. Project Information - This phase begins concurrently with construction and is finalized when the project is substantially complete. Residents, business owners and civic organizations are provided regularly with information relevant to the progress of the work on a regular basis. Meetings are held on an as -needed basis with individual stakeholders or interested groups. The Public Information Liaison serves as liaison between residentsistakeholders and the Neighborhood Affairs Division. 3.3. Post -Construction Communications - In this phase, project -close out information is sent out to stakeholders informing them that construction has been finalized and providing them with contact information for various owner agencies. 20 Contract No. 25423-03 EXHIBIT "B" CONSULTANT SERVICE ORDER ® Non-A/E Services By accepting this CSO, the Consultant agrees to prov.oe services pursuant to the attached proposal dated and the terms, conditons. am rates estabkshed :n the above -referenced eomract berween the City and the Consultant. Consultant exVotly agrees that no other terms and con64ons shag appy to the work regardless of whether said other terms and cordd ons are included herein or in any allacMnent to this CSO Any deviation horn the scope of work agreed to hereinn sha7 regwre a change order approved by the City Notes For City (Name) Project Admim Signature Date Dept Directou AOCK CM For Consultant (Name) Signature Date -IV uv ammo, his ronruAwl uan wkw3ow thM this Cso Is rrw vHd, nd no wurtr mW Curnmems until ttw Ctr km MeuW a Ourchse urCW hr ttw C sca The any Min not W WM" rw Cha UM I NAUN to any wUM that tY rot putauud to a GtyiwW PurUnrr ur*r- 21 Contract No. 25-423-03 EXHIBIT "C" Hourly Billing Rate Schedule Public Information Services I Hourly Project Manager $110.00 Senior Public Information Liaison $95.00 Public Information Liaison $89.00 Assistant Public Information Liaison $58.00 Digital Media Specialist (Graphic I $79.00 Designer/AV/Videographer/Photography) 22 Contract No. 25-423-03 EXHIBIT "D" ANTI -HUMAN TRAFFICKING AFFIDAVIT Affidavit of Compliance with Anti -Human Trafficking Laws RFQ-2025-423-DF-Public Information Outreach Officer Contract Number and Title Pursuant to section 787.06(13), Florida Statutes, this portion of the form must be completed by an officer or representative of the nongovernmental entity executing, renewing, or extending a contract with a governmental entity. Name of entity does not use coercion for labor or services as defined in section 787.06, Florida Statutes. Under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true. p �, Entity Name: ✓�C-(M1 &Q, P Representative/Officer's Printed Name :�l�� A_J dova le7- 23 Contract No. 25-423-03 EXHIBIT "E" PROHIBITION AGAINST CONTRACTING WITH FOREIGN COUNTRIES OF CONCERN AFFIDAVIT In accordance with Section 287.138, Florida Statutes, incorporated herein by reference, the undersigned, on behalf of Consultant, hereby attests under penalty of perjury that Consultant does not meet any of the following criteria in Paragraphs 2(a)-(c) of Section 287.138, Florida Statutes: (a) Consultant is owned by a government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in Consultant, or (c) Consultant is organized under the laws of or has its principal place of business in a foreign country of concern. I understand that I am swearing or affirming under oath, under penalties of perjury, to the truthfulness of the claims made in this affidavit and that the punishment for knowingly making a false statement includes fines and/or imprisonment. The undersigned is authorized to execute this affidavit on behalf of Consultant. CONSULTANT: K4edia,Relations oup, L a Florida limited liability company. Name/Title: ��/ ,' Address) State of Florida ) AwJ County of Miami -Dade The foregoing instrument was acknowledged before me by means of ❑ physical presence or V online notarization, this 20th day of February 1 2026 by , as , of Media Relations Group, LLC, a Florida limited liability company, known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTA PUBLIC: (Signature PauletteRidgard Summers (Print Name) My commission expires: March 29, 2029 Iff PAULETTE RIDGARD SUMMERS -*: •= MY COMMISSION I HH 647414 EXPIRES: March 29, 2029 ATTACHMENT A RESOLUTION & COMMISSION AWARD MEMO 2025-33958 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) 2025-423-DF FOR PUBLIC INFORMATION OUTREACH SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE FOLLOWING THREE FIRMS FOR THE PROVISION OF PUBLIC INFORMATION OUTREACH SERVICES ON AN AS -NEEDED BASIS: HML PUBLIC OUTREACH LLC AND INFINITE SOURCE COMMUNICATIONS GROUP, LLC, AS THE TIED FIRST RANKED PROPOSERS, AND MEDIA RELATIONS GROUP, LLC AS THE THIRD RANKED PROPOSER; AND FURTHER, AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING UPON THE CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on June 25, 2025, the Mayor and City Commission authorized the issuance of Request for Qualifications (RFQ) No. 2025-423-DF (the "RFQ") for Public Information Outreach ("PIO") Services; and WHEREAS, the RFQ was released on June 27, 2025; and WHEREAS, a voluntary pre -proposal meeting was held on July 7, 2025; and WHEREAS, on August 25, 2025, the City received eight (8) RFQ proposals from EXP U.S. Services Inc., HML Public Outreach LLC, Infinite Source Communications Group, LLC, Ingage Biz, Inc., Media Relations Group, LLC, Quest Corporation of America, Inc., Raftelis Financial Consultants, Inc., and Sirena Media LLC; and WHEREAS, on August 4, 2025, the City Manager, via Letter to Commission No. 324- 2025, appointed an Evaluation Committee comprised of Maria Cerna, Assistant Director, Office of Capital Improvement Projects, Lauren Firtel, Neighborhood Affairs Manager, Office of Marketing and Communications, Rodney Knowles, Assistant Director, Public Works Department, Lindsey Precht, Assistant Director, Environment and Sustainability Department, and Otniel Rodrigez, Assistant Director, Transportation and Mobility Department; and WHEREAS. the Evaluation Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. general information on the scope of services and a copy of each proposal; and WHEREAS, the Evaluation Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the evaluation process resulted in the proposers being ranked by the Evaluation Committee in the following order: 151 HML Public Outreach LLC 151 Infinite Source Communications Group, LLC 3'11 Media Relations Group, LLC 41' Quest Corporation of America, Inc. 51" Ingage Biz, Inc 611 EXP U.S. Services Inc. 71' Raftelis Financial Consultants, Inc. 81 Sirena Media LLC; and WHEREAS, after reviewing all of the submissions and the Evaluation Committee process, the City Manager concurs with the Evaluation Committee and finds that HML Public Outreach LLC, Infinite Source Communications Group, LLC, and Media Relations Group, LLC are the best qualified firms to be included in the prequalified pool of consultants for future engagements relating to public information outreach services; and WHEREAS, these firms are current City vendors for PIO services and have performed to the City's satisfaction; and WHEREAS, these firms have also provided the same services for neighboring municipalities and other public agencies; and WHEREAS, accordingly, the City Manager recommends that the Mayor and City Commission (i) authorize the Administration to enter into negotiations with the following three firms for the provision of public information outreach services on an as -needed basis: HML Public Outreach LLC and Infinite Source Communications Group, LLC, as the tied first ranked proposers, and Media Relations Group, LLC as the third ranked proposer, and (ii) authorize the City Manager and City Clerk to execute agreements with each of the foregoing upon the conclusion of successful negotiations by the Administration. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendatior of the City Manager pursuant to Request for Qualifications (RFQ) 2025-423-DF for public information outreach services; authorize the Administration to enter into negotiations with the following three firms for the provision of public information outreach services on an as -needed basis: HML Public Outreach LLC and Infinite Source Communications Group, LLC, as the tied first ranked proposers, and Media Relations Group, LLC as the third ranked proposer; and further, authorize the City Manager and City Clerk to execute agreements with each of the foregoing upon the conclusion of successful negotiations by the Administration. PASSED and ADOPTED this t 7 day of ct �d �>r 20 Steven Meiner, Mayor ATTEST: / DEC 2 2 2025 Rafael E. Grana o, City Clerk _ ` ,0M-%'AVW ,�`y' APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ✓'� �, lol ' aa7.5" City Rfforney Date Procurement Requests - C2 A MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Eric Carpenter, City Manager DATE December 17, 2025 TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA. ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) 2025423- DF FOR PUBLIC INFORMATION OUTREACH SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE FOLLOWING THREE FIRMS FOR THE PROVISION OF PUBLIC INFORMATION OUTREACH SERVICES ON AN AS -NEEDED BASIS: HML PUBLIC OUTREACH LLC AND INFINITE SOURCE COMMUNICATIONS GROUP, LLC. AS THE TIED FIRST RANKED PROPOSERS, AND MEDIA RELATIONS GROUP. LLC AS THE THIRD RANKED PROPOSER: AND FURTHER, AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING UPON THE CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION (MARKETING AND COMMUNICATIONS) RECOMMENDATION The City Administration ("Administration") recommends that the Mayor and City Commission ("City Commission") approve the Resolution. This solicitation is under the Cone of Silence. BACKGROUND/HISTORY Since 2011, the City of Miami Beach ("City") has utilized the services of firms to provide public information outreach (PIO) services to regularly communicate with the public regarding Neighborhood Improvement Projects (NIPS) and other city efforts that involve the local community, although not exclusively, pursuant to an open and competitive procurement process These firms, or proposers, work closely with city staff to develop and execute communication efforts, including public relations (PR), content production, social media coordination, video production, and email blasts for events, among others, for both active and future construction of Capital Improvement Projects (CIP), Public Works Protects, Environmental & Sustamability projects, Transportation initiatives. Parks, and other citywide efforts The proposers may also assist with communication for public works operations, special protects, citywide initiatives, and public safety marketing campaigns. On October 14, 2020, the Mayor and City Commission approved the award of contracts pursuant to Request for Qualifications (RFQ) 2020-118-WG for PIO services related to right-of-way and facilities construction projects. The following four (4) firms were awarded contracts pursuant to the RFQ: Infinite Source Communications Group. LLC; HML Public Outreach LLC, Media Relations Group. LLC; and The Valenn Group, Inc. The contract had an initial term of three (3) years. with an option to renew for two (2) additional one-year periods The current contract is set to expire on January 10. 2026, with no further renewals available The estimated annual expenditure for this contract is approximately $214,000.00 and may increase or decrease based on workload and the City's budgeting process 62 of 3458 F In order to consider a replacement agreement. the Administration developed RFQ 2025-423-DF for public information outreach (PIO) services in order to ensure there is no gap in the delivery of services ANALYSIS On June 25, 2025, the Mayor and City Commission authorized the issuance of RFQ 2025-423- DF for public information outreach (PIO) services. On June 27, 2025, the RFQ was issued. A voluntary pre -proposal conference was held on July 7. 2025, to provide information to proposers submitting a response. Three (3) addenda were issued, and 104 prospective bidders accessed the advertised solicitation RFQ responses were due and received on August 25, 2025 The City received eight (8) proposals from EXP U.S Services Inc. HML Public Outreach LLC Infinite Source Communications Group, LLC Ingage Biz. Inc Media Relations Group, LLC Quest Corporation of America, Inc. Raftelis Financial Consultants, Inc. Sirena Media LLC On August 4. 2025, the City Manager appointed the Evaluation Committee ('Committee") via Letter to Commission (LTC) # 324-2025. The Committee was comprised of Maria Cerna. Assistant Director, Office of Capital Improvement Projects: Lauren Firtel, Neighborhood Affairs Manager, Office of Marketing and Communications; Rodney Knowles. Assistant Director, Public Works Department, Lindsey Precht, Assistant Director, Environment and Sustainability Department-, and Otniel Rodrigez. Assistant Director, Transportation and Mobility Department. The Committee convened on September 12, 2025.. to consider the proposals received The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance. and the Government Sunshine Law The Committee was also provided general information on the scope of services and a copy of each proposal The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated below and in Attachment A. 1 S' HML Public Outreach LLC 15' Infinite Source Communications Group, LLC 3rd Media Relations Group, LLC 411' Quest Corporation of America. Inc 51h Ingage Biz, Inc 61i' EXP U.S. Services Inc 7"' Raftelis Financial Consultants, Inc. 811' Sirena Media LLC The Evaluation Committee scoring resulted in both HML Public Outreach LLC and Infinite Source Communications Group, LLC being ranked as the top proposers, tied as first. The Committee highlighted that HML Public Outreach LLC ("HML') submitted a proposal that. despite being a long-standing City incumbent vendor showed eagerness and contained innovative solutions to benefit future City projects. Their experience was showcased by providing a targeted proposal specific to the City's needs. The Committee also noted that HML's previous experience with the City included noteworthy communication and responsiveness. as well as HML s intuitive selection of team members who always met the appropriate bandwidth requirements for any given 63 of 3458 iW City project Over the past 15 years. HML Public Outreach LLC has continued to grow and expand its depth of resources by developing talented professionals who are dedicated to addressing the questions and expectations of Miami Beach's vibrant and diverse community. Throughout its years of service, HML has intentionally focused on South Florida projects, particularly in coastal communities. allowing its team to become deeply entrenched in the neighborhoods it serves. HML's local experience includes resilience. transportation and neighborhood improvements projects such as the multi -phase West Avenue Neighborhood Improvements, Indian Creek Drive Flooding Mitigation Project. and 41 Street Corridor Revitalization Project. HML has provided services to the Florida Department of Transportation (FDOT), the Village of Key Biscayne, and the City of Hollywood Community Redevelopment Agency (CRA). All references provided positive feedback. HML is also an incumbent vendor in the City's current RFQ 2020-118-WG for PIO services and has received satisfactory evaluations from City staff. Infinite Source Communications Group, LLC ("ISC") was also top -ranked. The Committee noted that Infinite Source, also an incumbent vendor, submitted a proposal that did not rest on its laurels by providing new strategies that could be applied to future outreach campaigns. The Committee emphasized that the proposal did well to lay out its many tools available to the City for future City projects. The Committee added that ISC's past experience, specifically with the City, showcases its in-house capacity to understand the targeted audience and appropriate stakeholders to deliver the City's messaging effectively. The Committee specifically mentioned Infinite Source's positive outcome with regard to the City's reforestation efforts that help fortify rapport between the Administration, residents, and elected officials. Founded in 2009, ISC specializes in delivering adaptable, creative, and results -driven communication strategies across both general and Hispanic markets. With over 20 years of industry experience, ISC supports a diverse clientele including municipalities, agencies, and private sector companies through high -quality branding, outreach. and public engagement services. ISC is certified as a Small Business Enterprise (SBE) by Miami -Dade County. ISC has provided services for the Florida Department of Transportation (FDOT), Miami -Dade County, Univision Communications, Inc. All references provided positive feedback. ISC is also an incumbent vendor in the City's current RFQ 2020-118-WG for PIO services and has received satisfactory evaluations from City staff. The Evaluation Committee also deemed Media Relations Group, LLC ("MRG") the third -ranked proposer well qualified to provide PIO services The Committee highlighted MRG's proposal, which provided new and fresh ideas, despite being an incumbent vendor. The Committee noted that MRG's previous experience with the City includes work that emphasized community outreach that was early and often, and MRG's invaluable input in providing information regarding projects happening in the surrounding areas beyond City limits, which keeps the Administration abreast of significant changes to the community at large. In addition, the Committee spoke highly of MRG's in-house capabilities, including an Emmy-awarded video production staff that produces impactful campaigns for its clients Based in Miami, MRG specializes in multilingual media relations, grassroots consensus building, and creative services tailored to transportation and infrastructure projects. MRG is known for its hands-on approach, acting as an extension of its clients' teams to deliver strategic, cost-effective public involvement campaigns. In 2023, the firm supported the citywide water meter upgrade project which transferred over 60,000 customers to new Badger water meters. MRG also supports community service initiatives and offers in-house graphic design, branding, and digital media solutions. MRG is certified as a small business enterprise (SBE) by Miami -Dade County. Its clients include the Florida Department of Transportation (FDOT), Miami -Dade County, and the Broward Metropolitan Planning Organization (BMPO). All references provided positive feedback. MRG is also an incumbent vendor in the City's current RFQ 2020-118-WG for PIO services and has 64 of 3458 received satisfactory evaluations from City staff. FISCAL IMPACT STATEMENT The budget for these services is allocated from projects that the City will require in the future, as needed. All funds are contingent upon funding availability within the project and/or approval during a future budget process. It is not anticipated that grant funding will be utilized for this project. Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE) was published on: See BIE at: https:/Iwwvv.miamibeachfl.gov/city-hall/city-clerk/meeting-notices/ FINANCIAL INFORMATION [� CONCLUSION Based on the foregoing, it is recommended that the Mayor and City Commission approve the Resolution authorizing the Administration to establish a pool of pre -qualified consultants for specific tasks relating to public information outreach (PIO) services: authorizing the Administration to enter into negotiations with HML Public Outreach LLC, Infinite Source Communications Group, LLC, and Media Relations Group. LLC, as the top -ranked proposers. The Resolution also authorizes the City Manager and City Clerk to execute the agreements upon the conclusion of successful negotiations by the Administration. Applicable Area Citywide Is this a "Residents Right to Know" item, pursuant to City Code Section 2-17? N Is this item related to a G.O. Bond Project? No Was this Agenda Item initially requested by a lobbyist which as defined in Code Sec. 2-481. includes a principal engaged in lobbying? No If so, specify the name of lobbyist(s) and principal(s) Department Procurement Sponsor(s) 65 of 34S8 Co-sponsors) Conderiz-�ed Title Award RFQ 2025-423-DF, Public Information Outreach Services. MC/PR Previous Action (For City Clerk Use Only) 66 of 3458 ATTACHMENT A m,.v.. L _Suwon I OD J } «. 93 y8 91 es; 8U ;o SP QrNt Corpore4on Of AtnMlte _ i o RM�M Fra+M G9r+lWM� OQ _ - �..__ �. 3. 90 _ { . 13 eu -- -� -�� -- -_. �. . 93 __ 94 93Rt*wm � d _ _ eo G 89a.. 7 0 7Q 4 __�_ t 1 6z_ _ -. _ _ 9. 0_ 9 O 9a !t _ �. __ 7 S7 9 !T Q _ ! _ 70 Q - 9 -r" P*w TM ommum s >Mmannft _ p VS $O mos - --- S - Q--- L Raw: oatreed s 9 0 nwe wasp _ - 5 0 _.. a +9e 9kz -----� — - 5 0 _ _ 0. ---- " R"b" Gmw s .9 0 w corpomw of AmWj" ; s o Q Fgwwmi Cw 1 s 0 - - _ 0 rn Mlft s 0 0 67 of 3458 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION MIAMSEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES August 6, 2025 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). REVISION: RFQ DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Tuesday, August 19, 2025. All bids received and time stamped through Bidnet Direct, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7000 ext. 26652 Dann Flores miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, for Kristy Bada Chief Procurement Officer ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue. 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS NO. 2025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES August 15, 2025 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). REVISION: RFQ DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Monday, August 25, 2025. All bids received and time stamped through Bidnet Direct, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7000 ext. 26652 DannyFlores@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Manager ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS NO.2025423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue. 3,d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES August 18, 2025 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). REVISION: Section 0300 — Proposal Submittal Instruction and Format, Section 4 Electronic Proposal Format, Tab 2 Experience and Qualifications is hereby amended as follows: *.x 2.2 Relevant Experience of Prime Proposer (or its principals): Submit at least three (3) detailed projects with information regarding the history, relevant experience and proven track record of providing the scope of services as identified in this solicitation to public sector clients, municipal governments, agencies or levels of government, or private sector clients , for the firm and/or its principals. For each project that the proposer (inclusive of the project manager, public information liaison, assistant public information liaison, and graphic designer) submits as evidence of similar experience, the following is required: project description, role of the firm and responsibilities, agency (client) name, agency (client) contact, contact telephone and email, month and year the whole project was started and completed, and your firm's term of engagement. For each project provide the following: a. project name and scope of services provided: b. name of individuals that worked on the referenced project that have been included in Section 2.1 above. C. client; d. client project manager and contact information; e. costs of the services provided; and f. term of the engagement. 2.3 Relevant Experience of Sub-consultant(s)/Sub-contractor(s) (if applicable): Summarize projects where the Sub-consultant(s)/Sub-contractor(s) and/or its principals have provided professional public information outreach services, to public sector clients, municipal governments, agencies or other levels of government, or private sector clients ,. For each project provide the following: project name and scope of services provided; name of individuals that worked on the referenced project that have been included in Section 2.1 above. C. client; d. client project manager and contact information; e, costs of the services provided; and term of the engagement. f. Resumes for each assigned team member of the sub-consultant(s)/sub-contractor(s) ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO 2025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue. 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov II. REVISION: Section 0300 — Proposal Submittal Instruction and Format, Section 4 Electronic Proposal Format, Tab 3 Approach and Methodology is hereby amended as follows: If available, submit a sample video (archival; used on previous engagements) illustrating the firm's ability to inform the public in projects the subject matter may include but is not limited to the following topics: sargassum, a design/bid/build, design/build process, harmonization processes, capital improvement projects, right of waV improvements, capital renewal and replacements projects . Proposers must label the sample video with project information (agency name, project name, date, etc.). III. ATTACHMENT(S) • Attachment A (LINK EXPIRES 08/27/25) — RFQ 2025-423-DF Add 2 Attachment A • Attachment B (LINK EXPIRES 08/27/25) — RFQ 2025-423-DF Add 2 Attachment B • Attachment C — LTC Evaluation Committee Relative to RFQ 2025-423-DF IV. RESPONSES TO QUESTIONS RECEIVED: Q1: Please provide all submissions of presentations, and transcripts or audio for RFQ# 2020-118-WG. Al: Please refer to Attachment A for the evaluation committee recording. Due to a technical error, the recording commences with the second proposer. There was no pre -proposal meeting for the referenced solicitation. Q2: Tab 2.2 states: Relevant Experience of Prime Proposer: Submit at least three (3) detailed projects with information regarding the history, relevant experience and proven track record of providing the scope of services as identified in this solicitation to public sector clients, municipal governments, agencies or levels of government for the firm and/or its principals. Will the City of Miami Beach consider proposers past experience in leading PIO services for private, corporate or commercial large scale capital improvement projects? A2: Please refer to Section II revision. Q3: Section 3.3.3 outlines the duties and responsibilities such as planning, organizing and attending special events, coordination of block parties, community meetings. Do we need to include this in the project cost and does the City of Miami Beach have venues in place for this? A3: City venues are often used for City events. The purpose of the RFQ is to select the best - qualified (as determined by the City) firm for PIO services. Responses pursuant to the RFQ are 2 1 ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO 2025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue. 3,1 Floor Miami Beach, Florida 33139 www miamibeachfl.gov not to include cost or scope. Rather, as required per the RFQ, proposers are to submit their qualifications as indicated in Section 0300. After selection, the City and the selected firm will negotiate scope, terms, and cost. Q4: I was unable to attend the pre -proposal meeting held for RFQ 2025-423-DF Public Information Outreach (PIO) Services. I would like to know and request if available a copy of the recorded meeting minutes of today's pre -proposal meeting. A4: Please refer to Attachment B. Q5: Regarding the Tab 3 video submission. If we do not have an existing video, are you requesting a sample public information video on any of the topics as if we were educating the public? A5: The sample video shall be an archival video exemplifying the firm's experience in previous engagements related, but not limited to, the listed topics. Please refer to Revision III above. Q6: Can the video be shared within the proposal submission PDF itself? A6: Yes. However, the Proposer shall ensure that the link provided is accessible. Proposers may alternatively submit the video separately within Bidnet Direct. Video submissions are limited to 500mb. Below is the list of acceptable file types: Acceptable file types: 7z, csv, doc, docx, dwf, dwfx, gif, gz, gzip, jpg, jpeg, Iwp, msg, pdf, png, pps, ppt, pptx, rar, rtf, txt, wk1, wk3, wk4, wpd, xls, xlsx, xml, zip, dwg, xlsm, htm, html, dot, bmp, tif, tiff, cpg, dbf, prj, sbn, sbx, shp, shx, agi, avi, balk, css, dgn, dll, docm, dotx, dxf, ecw, eml, flv, gpx, ies, jnlp, kml, kmz, las, Ipdf, m4a, m4v, mht, mov, mp3, mp4, mpeg, mpg, mpp, ods, odt, pages, pak, plf, ppsx, pub, rtfd, rvt, vsd, webarchive, wir, wmv, wps, xer, xlsb, xps, z01, zipx, nwf, nwd, pc3, ctb, nwc, Atm, xltx, dotm Log files are not accepted. Q7: In tab 2, 2.2., in reference to relevant experience — The focus is mainly on public agencies. Is experience in the private/commercial industry count as previous experience? A7: See response to Q2 above. Q8: In regards to event tasks (private events, block parties, etc) — Does the City have preferred venues or is that something that proposers should include as costs? A8: See response to Q3 above. Q9: For clarification, we have done video updates for construction projects — not necessarily about design/build process. Will this be viable? A9: Refer to Revision III above. Q10: Is this City able to say who is on the evaluation committee for this procurement? ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO 2025423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES 101AMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue. 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov A10: Please refer to Attachment C. Q11: On the sample video, if the City could pick two or three things that would specifically affect the scoring from the evaluation committee, could you provide more detail? All: A breakdown of the qualitative criteria to be used by the evaluation committee is found in Section 0400 of the RFQ. Q12: Is there any additional preference in this RFQ, besides veteran -owned businesses, that will allot additional points for proposers? Al2: No. Q13: 1 wanted to confirm whether we may include the current Contract Manager as a reference, given that we are actively working under the existing contract. Per Appendix A — Bid Certification, Questionnaire, and Affidavits, Page 3, Section 5 — References and Past Performance states: "Bidder shall submit at least three (3) references for whom the Bidder has completed work similar in size and nature as the work referenced in the solicitation." In addition, please advise if it would be appropriate to include other City of Miami Beach personnel as references for this proposal. A13: Bidder may include the current Contract Manager and other City of Miami Beach personnel as references. Q14: a) What is the budget for this bid? b) What's been your major pain point with your current marketing providers? c) From your perspective, what is the number one reason to engage in this initiative? d) Does this bid plan to negotiate after the contract is awarded? e) How long and what was the value of the previous contract? A14: a) The estimated average annual expenditure for this contract is $214,000.00. b) The City faces various challenges regarding PIO services; however one of the biggest challenges is balancing a given project's goals, timelines, and construction tasks with resident and business preferences and schedules (rush hours, sleep hours, lunch or dinner time service, etc.). c) The City does not have the internal resources required, hence the need to outsource these services. d) After selection, the City and the selected firm(s) will negotiate scope, terms, and cost. e) The current contract has a term of five (5) years and is set to expire on January 10, 2026, with no additional renewals available. The expenditures to date under the contract are approximately $926,000. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO 2025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d Floor Miami Beach, Florida 33139 www.miamibeachfi.gov of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7000 ext. 26652 DannyFlores@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, for Kristy Bada Chief Procurement Officer ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2025.423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES MIAMI BEACH ATTACHMENT C MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue. 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl gov LTC 324-2025 Evaluation Committee Meeting 2025-423-DF Public Information Outreach (PIO) Services ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO 2025423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES MIAMIBEACH Docusign Envelope ID: 035774CD-EEF4.4OD3-9E12-BDOOAB2F22FO NA, BEACH OFFICE OF THE CITY MANAGER PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3nI Floor Miami Beach, Florida 33139 www.miamibeachfi.gov LTC #324-2025 LETTER TO COMMISSION TO Honorable Mayor Steven Meiner and Members of the City Commission a--,— FROM: Eric Carpenter, City Managero� DATE: August 04, 2025 SUBJECT: Evaluation Committee Relative to Request for Qualifications (RFQ) No. 2025- 423-DF for Public Information Outreach (PIO) Services The purpose of this Letter to Commission (LTC) is to update the Mayor and City Commission on the status of Request for Qualifications (RFQ) No. 2025-423-DF for Public Information Outreach (PIO) Services. The RFQ seeks proposals for PIO Services on Citywide efforts or projects, including but not limited to Neighborhood Improvement Projects (NIPs). Proposals pursuant to this RFQ will be received on August 11, 2025. The responsive proposals will be reviewed by the Evaluation Committee in accordance with the criteria established in the RFQ. I have appointed the following individuals to serve on the Evaluation Committee: • Christina Baguer, Chief of Staff, City Manager's Office • Maria Cerna, Assistant Director, Office of Capital Improvement Projects • Lauren Firtel, Neighborhood Affairs Manager, Office of Marketing and Communications • Rodney Knowles, Assistant Director, Interim Public Works Director • Lindsey Precht, Assistant Director, Environment and Sustainability Department • Otniel Rodriguez, Assistant Director, Transportation and Mobility Department I have also appointed the following individuals as alternates: • Juanita Ballesteros, Sustainability and Resilience Manager, Environment and Sustainability Department • Matthew LePera, Construction Manager, Public Works Department • Kevin Pulido, Neighborhood Affairs Division Director, Office of Marketing and Communications As a reminder, this solicitation is under the cone of silence. For questions or additional information, please contact Kristy Bada at kristybadal�miamibeachfl.gov. i ht kt EC/MBIKB/ND PUBLIC INFORMATION OUTREACH (PIO) SERVICES MIAMI BEACH Request for Qualifications (RFQ) 2025-423-DF Public Information Outreach (PIO) Services TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT (uploaded as a separate attachment) APPENDIX B SPECIAL CONDITIONS APPENDIX C SAMPLE CONTRACT APPENDIX D INSURANCE REQUIREMENTS MIAMI BEACH SECTION 0100 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Bidders to submit proposals for the City's consideration in evaluating qualifications to select a firm with whom it may negotiate an agreement for the purpose noted herein. The City utilizes Bidnet Direct (Government Bids Opportunities and RFP I BidNet Direct) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective Bidder who has received this RFQ by any means other than through Bidnet Direct must register immediately with Bidnet Direct to ensure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of the Proposal submitted. 2. BACKGROUND/PURPOSE. On October 14, 2020, the Mayor and City Commission approved the award of contract for Request for Qualifications (RFQ) 2020-118-WG for public information outreach services for right of way and facilities construction projects. The contract had a term of three (3) years with an option to renew for two (2) additional one-year periods. The current contract is set to expire on January 10, 2026 with no additional renewals available. The estimated annual expenditure for this contract is approximately $214,000.00 and is subject to increase or decrease in accordance with workload and the City's budgeting process. In order to consider a replacement agreement, the City of Miami Beach is accepting qualifications for Public Information Outreach (PIO) Services on Citywide efforts or projects including but not limited to Neighborhood Improvement Projects (NIPs). By means of this RFQ, the City desires to establish term contracts with a pool of qualified successful proposers, with the required expertise and personnel, in order to facilitate the assignment of these services for all neighborhood and facility projects. The successful proposers will work closely with city staff in developing and executing the communication efforts (public relations (PR), content production, social media coordination, video production, building contact list(s), tracking project details, email blast for events, transcribing translation (English and Spanish) et al) for active and future construction of Capital Improvement Projects (CIP), Public Works Projects, Environmental & Sustainability projects, Transportation initiatives, Parks, and other citywide efforts. The proposers may also assist with communication for public works operations, special projects, citywide initiatives and public safety marketing campaigns. The activity produced by NIPs, Public Works Operations, parking lots, parking garages, structural and park facilities, as well as capital renewal and replacement projects generate an exponential need for proper and timely notification to the City's stakeholders. Keeping residents, business owners, Business Improvement Districts (BIDs), and civic organizations well informed and actively involved is a key factor of the City's ongoing and growing commitment to maintaining constant communication with area residents and keeping all stakeholders informed at all times. Communications regarding the individual project process is a critical element of every project. In order to achieve this, an external communication plan has been established to help guide each firm. The assigned city's project representative will provide milestones that each firm may need to, but may not be limited to, follow in three phases: Design and Pre -Construction Communications — In this phase, a plan is developed delineating how the community will be informed throughout the life of the project. The community is provided with information regarding design, when the project is to commence and how stakeholders will be affected. Meetings are held with stakeholders to introduce the project team and consultant(s) that will be working in the area. During the design phase, the firm will need to be well versed with the city's resilience program and understand any harmonization efforts and potential impacts to properties on each project. MIAMI BEACH 2. Project Information — This phase begins concurrently with construction and is finalized when the project is substantially complete. Residents, business owners and civic organizations are provided regularly with information relevant to the progress of the work on a regular basis. Meetings are held on an as -needed basis with individual stakeholders or interested groups. The Public Information Liaison (PIL) serves as a connector between residents, stakeholders, business group(s), user departments, and the Neighborhood Affairs Division. 3. Post -Construction Communications — In this phase, project -close out information is sent out to stakeholders informing them that construction has been finalized and providing them with contact information for various owner agencies. The awarded PIL consultant for any given project shall be responsible for turning over all final documents for future use of the City. 3. STATEMENT OF WORK REQUIRED. This Statement of Work describes and defines activities which may be required by the City for a range of services to include, but not limited to: communications planning and implementation, public relations and community involvement, establishment and execution of open office hours, the planning and execution of virtual public meetings, understanding of virtual software for virtual meetings as needed, understanding of the city's efforts in harmonization and the resilience campaign, ability to create and execute physical mailing via every door direct mail (EDDM) or other means, customer service, general translation and interpreting services, revamping project collaterals, ability to record public meetings, ability to create video recaps as needed, preparation of related media communications and collateral materials, preparation of audio/video presentations, recording of public meetings and include public comment, project planning, coordination and implementation, web content development, franchise utility communication, ability to send mass emails as the city and familiarity with mass email platforms, follow the external communications plan in each project special events coordination, hosting public meetings and other services that may be related. This includes, but is not limited to, those operations necessary for mobilization, the movement of personnel, equipment, supplies, expertise, incidentals, permits, notifications, and fees associated with such notifications, if any. The City shall request consultant services on an as -needed basis. There is no guarantee that any or all of the services described in this RFQ will be assigned during the term of this resulting agreement. Further, the Consultant is providing these services on a non-exclusive basis. The City, at its option. may elect to have any of the services set forth herein performed by other consultants or City staff. 3.1 DEFINITIONS 3.1.1 Consultant(s) - The Consultant is the Successful Proposer(s) retained by the City to perform Public Information Outreach Services on Neighborhood Improvement Projects (NIPs) described in this Scope of Services. 3.1.2 CCU - The City of Miami Beach 3.1.3 Department - City Departments, including but not limited to Office of Capital Improvement Projects (CIP), Transportation, Environmental & Sustainability, Marketing and Communications and the City Manager's Office. 3.1.4 Authorization to Commence Work - A letter, or written communication, issued by the Project Manager (or his/her designee) authorizing the Consultant to commence work on a specific task. Completion due dates and fees are specified in this document. 3.1.5 Project Manager - The City's staff member(s), manager(s) or consultant(s) with overall responsibility and authority to oversee the Public Information Outreach Services on Neighborhood Improvement Projects (NIPs) in Miami Beach. MIAMI BEACH 3.1.6 Task Assignment - One or more tasks assigned under this contract in connection with the Public Information Outreach Services on Right of Way and Facilities Projects in the City of Miami Beach. 3.2 JOB CLASSIFICATIONS AND DESCRIPTIONS 3.2.1 Project Manager: Primary point of contact with the City's Project Manager (or his/her designee) on overall activities of the contract; ensures contract compliance; manages budgets and invoices; executes special projects and performs QA/QC on all collateral materials. Responsible for entire staff assigned to this contract to include staff supervision and work production. Works with City's Project Manager on streamlining processes and developing cost effective methods of doing business. 3.2.2 Public Information Liaison: Serves as liaison between project stakeholders and Neighborhood Affairs Division. Assists the Neighborhood Affairs Division and user department for project related information and due to extensive interaction with the City of Miami Beach community, bilingual (English/Spanish) is strongly desired; completes all necessary documents listed in the external communication plan; identifies potential impacts to the public as a result of construction plans; prepares and disseminates collateral materials to the public; develops strategic alliances and partnerships with appropriate parties; prepares and presents project information for meetings; coordinates resolution of issues; record public meetings; maintains database of stakeholders; maintains project issue log; prepares information for updating website; edits website content: create and edit (for the City's approval) social media content, drafts media responses in writing as needed; coordinates and staffs formal and informal public meetings; arranges field meetings and special events and executes other duties relevant to the position. 3.2.3 Assistant Public Information Liaison: Provides support to the public information liaison for each of the tasks listed above. Should be able to create a database, conduct door-to-door outreach and assist with other clerical needs. (English/Spanish) is desired. Assist stakeholder followup and interaction, particulary in regards to harmonization documents. The position will be utilized at the decision of the project team for certain needs. Should have an understanding of communication tools, the external communications plan, virtual meeting software, and will execute other duties relevant to the position. 3.2.4 Graphic Designer: Designs and maintains collateral materials; creates and updates templates and newsletter layouts; depicts project information on maps that serve as visual explanations to stakeholders; assist in the products of Audio/Video (AN) or web content for social media; performs other duties relevant to the position. Familiarity with municipal governments and/or construction concepts are a plus. 3.3 CONSULTANT RESPONSIBILITIES 3.3.1 Coordination with the City: All aspects of each task shall be coordinated through the Office of Marketing and Communications, Director (or his/her designee): All authorizations and approvals shall be in writing and executed by the Neighborhood Affairs Manager (or his/her designee) prior to the commencement of work. 3.3.2 Services to be provided: The following procedures are general for all projects. One or more of them may be necessary depending on the scope of the project. The necessary steps will be identified, and a schedule of activities will be established by the City's Project Manager in coordination with the Neighborhood Affairs Manager. MIAMIBEACH If the procedural regulations referenced herein are revised or superseded before the services by the CONSULTANT are rendered, compliance with the most up-to-date version and/or amendments/statutes will be required. 3.3.3 Public Relations, Community Involvement and Customer Service: The successful firms may be tasked with the following duties and responsibilities: • Close coordination with the Neighborhood Affairs Division staff • Developing public involvement plans in close coordination with the external communication plan • Developing project -related informational materials • Collateral production (English/Spanish) • Social media needs — Photography & Video Content production and editing as needed • Communicating project information and addressing citizen/stakeholder concerns • Take all phone calls related to the individual project • Preparing related media communications and informational materials • Preparing talking points • Preparing information for dissemination through the Neighborhood Affairs Division and/or user department • Ability to create, plan and execute effective mailers using every door direct mail (EDDM) or other services • Coordinating emergency communications • Preparing emergency collateral quickly and effectively • Developing presentations and talking points • Planning, organizing and attending special events and meetings • Preparing audio/video presentations • Ability to record public meetings and public comments • Writing newsletters and feature stories • Translating collateral material developed • Designing and developing templates and graphics informational materials (usually maps that depict project information) • Preparing web content and web copywriting • Developing ads • Coordinating franchise utility communication • Arranging and documenting field meetings • Stakeholder satisfaction surveys • Coordinating media/special events such as public meetings, block parties, community meetings. and ribbon cuttings, etc. • Prepare and present encroachment information for public projects • Prepare and present harmonization agreements and related documents • Prepare, plan, execute and document harmonization meetings as needed • Coordinate special events as needed • Ability to host virtual meetings using Zoom, Microsoft teams or other appropriate platforms • Ability to send and respond to emails through a city domain (if assigned). • Ability to send mass emails through email marketing software, through the City's or awarded firm(s) own. 3.1 Interested Parties. Interested parties are invited to submit proposals in accordance with Section 0300. A Pre -proposal conference will be held in accordance with Section 0100, Sub -sections 6 and 7. All proposals will be evaluated in accordance with the criteria found in Section 0400. MIAMI BEACH 4. ANTICIPATED RFQ TIMETABLE. The tentative schedule for this solicitation is as follows: RFQ Issued June 27, 2025 Pre -Proposal Meeting July 7, 2025 at 10:00am EDT Microsoft Teams Need help? Join the meeting now Meeting ID: 295 322 845 447 4 Passcode: B9og96WZ Dial in by phone +1 786-636-1480„566448299# United States, Miami Find a local number Phone conference ID: 566 448 299, then # Deadline for Receipt of Questions July 25, 2025 at 5:00pm EDT Responses Due August 11, 2025 at 3:00pm EDT Microsoft Teams Need help? Join the meeting now Meeting ID: 265 247 126 780 7 Passcode: Qx329vg6 Dial in by phone +1 786-636-1480„463772885# United States, Miami Find a local number Phone conference ID: 463 772 885, then # Evaluation Committee Review TBD Tentative Commission Approval October 29, 2025 Contract Negotiations Following Commission Approval 5. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone. Email: Dannv Flores (305)673-7000, x26652 danr The Proposal title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than fifteen (15) calendar days prior to the date proposals are due as scheduled in Section 0100- 5. All responses to questions/clarifications will be sent to all prospective Bidders in the form of an addendum. MIAMI BEACH 6. PRE -PROPOSAL MEETING OR SITE VISIT(S). A pre -proposal meeting or site visit(s) may be scheduled. Attendance for the pre -proposal meeting shall be via web conference and recommended as a source of information but is not mandatory. Bidders interested in participating in the Pre -Proposal Meeting must follow these steps: Microsoft Teams Need help? Join the meeting now Meeting ID: 295 322 845 447 4 Passcode: B9og96WZ Dial in by phone +1 786-636-1480„566448299# United States, Miami Find a local number Phone conference ID: 566 448 299, then # Bidders who are participating should send an email to the contact person listed in this RFQ expressing their intent to participate. 7. PRE -PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders 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 that are 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 Bidnet Direct. Any prospective bidder who has received this RFQ by any means other than through Bidnet Direct must register immediately with Bidnet Direct to ensure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of the Proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 8. CONE OF SILENCE. This RFQ is subject to, and all bidders 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. Bidders shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado(a)miamibeachfl.gov 9. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Bidders (or Bidder team members or sub -consultants) to determine qualifications (including, but not limited to, litigation history, regulatory action, or additional references) and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 10. BIDDER'S RESPONSIBILITY. Before submitting a response. each Bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Bidder from any obligation to comply with every detail and with all provisions and requirements of the contract and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Bidder. 11. DETERMINATION OF AWARD. The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received. The evaluation committee is advisory only to the city manager. The city manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed MIAMI BEACH relevant. The City Manager's recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity, and skill of the Bidder to perform the contract. (2) Whether the Bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Bidder with laws and ordinances relating to the contract. The City Manager may recommend to the City Commission the Bidder(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. 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 that it deems to be in the best interest of the City, or it may also reject all Proposals. 12. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Bidder. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Bidder in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Bidders that no property, contract, or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to, approved by the City, and executed by the parties. 13. E-VERIFY. As a contractor, you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 14. BIDNET DIRECT. The Procurement Department utilizes Bidnet Direct, as its electronic bidding (e-Bid) platform. If you would like to be notified of available competitive solicitations released by the City, you must register through Bidnet Direct, www.bidnetdirect.com/florida/cityofmiamibeach. Registration is easy and will only take a few minutes. For detailed instructions on registering and submitting electronic bids, visit https://www.miamibeachfl.gov/city- hall/procurement/for-approva I -how -to -become -a -vendor/. If you have any questions regarding this system or registration, please visit the link above or contact Bidnet Direct at support@Bidnet.com or 1-800-835-4603 option 2. 15. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS). In addition to registering with Bidnet Direct, the City encourages vendors to register with our online Vendor Self -Service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self - Service (VSS) webpage (https://selfservice.miamibeachfl.gov/vss/Vendors/default.aspx) will also provide you with purchase orders and payment information. Should you have any questions or comments, do not hesitate to submit them to vendorsupport c-�miamibeachfl.gov. 16. SUPPLIER DIVERSITY. The City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC), and small and disadvantaged businesses, as certified by Miami - Dade County. See authorizing resolutions here. MIAMI BEACH If your company is certified as an LGBT-owned business by NGLCC or as a small or disadvantaged business by Miami -Dade County, click on the link below to be added to the City's supplier registry (Vendor Self -Service) and bid system (Bidnet Direct. Supplier -to -Government). These are two different systems, and it is important that you register for both. Click to see acceptable certification and to register: https://www.miamibeachfl.gov/city-hall/procurement/how-to- become-a-vendor/. Balance of Page Intentionally Left Blank MIAMI BEACH SECTION 0200 GENERAL CONDITIONS FORMAL SOLICITATIONS TERMS & CONDITIONS - GOODS AND SERVICES. By virtue of submitting a proposal in response to this solicitation, the Bidder agrees to be bound by and in compliance with the Terms and Conditions for Services (dated 10.27.2022), incorporated herein, which may be found at the following link: https://www. miamibeachfl.gov/city-hall/procuremenUstandard-terms-and-conditions/ Balance of Pape Intentionally Left Blank MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Bidnet Direct on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A bidder may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals. The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4 below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to ensure that its bid, including all attachments, is uploaded successfully. Only proposal submittals received and time stamped by Bidnet Direct prior to the proposal submittal deadline shall be accepted as submitted in a timely manner. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Bidnet Direct by contacting support(a)Bidnet.com or 1-800-835-4603 option 2. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its Proposal is successfully submitted in Bidnet Direct prior to the deadline for proposal submittals. 2. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non - responsiveness. Non -responsive proposals will not be considered. 1. Certification. Questionnaire & Requirements Affidavit (Appendix A, uploaded separately to Bidnet Direct). 2. Failure to comply with the Minimum Eligibility Requirements (if applicable). 3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Certification, Questionnaire & Requirements Affidavit (uploaded separately to Bidnet Direct) with the bid and by the deadline for submittals shall render a proposal non -responsive. Non -responsive proposals will not be considered. With the exception of the Certification, Questionnaire & Requirements Affidavit (uploaded separately to Bidnet Direct), the City reserves the right to seek any omitted information/documentation or any additional information from the Bidder or other source(s), including but not limited to any firm or principal information. applicable licensure, resumes of relevant individuals, client information.. financial information, or any information the City deems necessary to evaluate the capacity of the Bidder to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in the Proposal being deemed non -responsive. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process, and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic Proposal shall be submitted through the "Documents" attachment tab in Bidnet Direct. MIAMI BEACH Cover Letter, Table of Contents, and Proposal Certification, Questionnaire & Requirements Affidavit 1.1 Cover Letter and Table of Contents. The table of contents should indicate the tabs, sections with tabs, and page numbers to facilitate the evaluation committee's review. The cover letter must be signed by a principal or agent able to bind the firm. 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A) (Attached Separately to Bidnet Direct). Failure to complete and submit the Certification, Questionnaire & Requirements Affidavit with the bid shall result in the bid being deemed non -responsive. nce and Qualifications 2.1 Organizational Chart: An organizational chart depicting the structure and lines of authority and communication for all firms, principals, and personnel (and resumes for each) involved in the project. Include information that describes the intended structure regarding project management, accountability and compliance with the terms of the RFQ. 2.1.2 Key Team Members. Provide a comprehensive summary that elaborates on the experience and qualifications of the following key team members: • Project Manager • Public Information Liaison • Assistant Public Information Liaison • Graphic Designer 2.2 Relevant Experience of Prime Proposer (or its principals): Submit at least three (3) detailed projects with information regarding the history, relevant experience and proven track record of providing the scope of services as identified in this solicitation to public sector clients, municipal governments, agencies or levels of government for the firm and/or its principals. For each project that the proposer (inclusive of the project manager, public information liaison, assistant public information liaison, and graphic designer) submits as evidence of similar experience, the following is required: project description, role of the firm and responsibilities, agency (client) name, agency (client) contact, contact telephone and email, month and year the whole project was started and completed, and your firm's term of engagement. For each project provide the following: a. project name and scope of services provided; b. name of individuals that worked on the referenced project that have been included in Section 2.1 above. c. client; d. client project manager and contact information; e. costs of the services provided; and f. term of the engagement. 2.3 Relevant Experience of Sub-consultants)/Sub-contractors) (if applicable): Summarize projects where the Sub-consultant(s)/Sub-contractor(s) and/or its principals have provided professional public information outreach services, to public sector clients, municipal governments, agencies or other levels of government. For each project provide the following: a. project name and scope of services provided; b. name of individuals that worked on the referenced project that have been included in Section 2.1 above. c. client; d. client project manager and contact information; e. costs of the services provided; and term of the engagement. f. Resumes for each assigned team member of the sub-consultant(s)/sub-contractor(s) MIAMI BEACH 2.4 Evidence of Prior Working Experience: If sub-consultant(s)/sub-contractor(s) are included in the proposal, submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit the project description, agency name, agency contract, contact telephone & email, year(s), and term of engagement. roach and Meth Submit detailed information on the approach and methodology that the Proposer and its team has utilized on previous engagements to accomplish a similar scope of work, including detailed information, as applicable, which addresses, but need not be limited to: • Project specific approach to handling communication for neighborhoods, Homeowner Associations (HOAs), versus parks, NIP's, facilities and public information campaigns. • General communications plan for public information and outreach. • Demonstrate an understanding of various construction project methods such as design -bid -build vs. design - build construction. Suggest innovative ways to communicate with and/or educate the public on the differences, drawbacks, benefits of each, etc. • Additional cost-effective methods, that may not currently be in use by the City, to actively engage and keep stakeholders informed. Note that current cost-effective methods currently utilized by the City include: Email blasts via Constant Contact and/or regular email; project pages on the Miami Beach website and associated websites; door- to -door distributions; Maintenance of Traffic for all projects posted on the City's website or GIS' website; as needed, regular construction updates are sent out for each individual project; Abobe design and Indesign products (and similar software) outreach collateral templates, in various common formats, are available for use; and meetings with HOAs/affected stakeholders occur regularly. • Description of the quality assurance and quality control (QA/QC) process used by the Proposer to ensure sufficient management of the contract and required deliverables. • Description of the intended billing and invoicing procedure. • Submit a sample video (archival) up to three (3) minutes in length illustrating the firm's ability to inform the public including but not limited to the following topics: Sargassum, a Design/Bid/Build vs. Design/Build process, or harmonization processes. Balance of Page Intentionally Left Blank SECTION 0400 PROPOSAL EVALUATION 1. EVALUATION COMMITTEE. An Evaluation Committee, appointed by the City Manager, may meet to evaluate each Proposal in accordance with the qualitative criteria set forth below. In doing so, the Evaluation Committee may review and score all proposals received, with or without requiring presentations. It is important to note that the Evaluation Committee is advisory only and does not make an award recommendation to the City Manager or the City Commission. The City Manager will utilize the results to take one of the following actions: a. In the event that only one responsive Proposal is received, the City Manager, after determination that the sole responsive Proposal materially meets the requirements of the RFQ. may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations or b. The City Manager may recommend that the City Commission authorize negotiations or award a contract to one or more firms in accordance with Section 0100, Sub -section 11, or c. The City Manager may Recommend that the City Commission short-list one or more firms for further consideration by the Evaluation Committee or d. The City Manager may recommend to the City Commission that all firms, if more than one (1) responsive submittal is received, be rejected. 2. PRESENTATIONS BY SHORT-LISTED FIRMS. If a short -listing of firms responding to this RFQ is approved, the short-listed firms may be required to make presentations to and be interviewed by the Evaluation Committee. In further considering the short-listed firms, the Evaluation Committee will utilize the criteria set forth in Sub -section 4 below. 3. TECHNICAL ADVISORS. The City, at its discretion, may utilize technical or other advisers to assist the evaluation committee or the City Manager in evaluating proposals. 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: 5. QUALITATIVE CRITERIA. The Evaluation Committee shall review responsive, responsible proposals and assign points for the qualitative factors only. The Evaluation Committee shall not consider quantitative factors (e.g., veteran's preference) in its review of proposals. The Evaluation Committee shall act solely as an advisory to the City Manager. The results of the Evaluation Committee process do not constitute an award recommendation. The City Manager may utilize, but is not bound by, the results of the Evaluation Committee process, as well as consider any feedback or information provided by staff, consultants, or any other third party in developing an award recommendation in accordance with Section 0100, Sub -section 9. In its review of proposals received, the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the evaluation criteria. 6. QUANTITATIVE CRITERIA. Following the results of the evaluation of the qualitative criteria by the Evaluation Committee, the Bidders may receive additional points, which will be added by City staff. Veterans' Preference points will be assigned in accordance with Section 2-374 of the City Code. 7. DETERMINATION OF FINAL RANKING. The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: Committee Member 1 Qualitative Points Bidder..• 82 74 80 Quantitative Points 10 5 0 Total 92 79 80 Rank 1 3 2 Committee Member 2 Qualitative Points 82 85 72 Quantitative Points 10 5 0 Total 92 90 72 Rank 1 2 3 Committee Member 2 Qualitative Points 90 74 66 Quantitative Points 10 5 0 Total 100 79 66 Rank 1 1 2 1 3 It is important to note that the results of the proposal evaluation process in accordance with Section 0400 do not represent an award recommendation, The City Manager will utilize the results of the proposal evaluation process and any other information he deems appropriate to develop an award recommendation to the City Commission, which may differ from the results of the proposal evaluation process and final rankings. Balance of Page Intentionally Left Blank APPENDIX A MIAMI BL �CH Certification, Questionnaire & Requirements Affidavit (uploaded as a separate attachment) 2025-423- D F Public Information Outreach (PIO) Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 APPENDIX B MIAMIBF:ACH Special Conditions 2025-423- D F Public Information Outreach (PIO) Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1. TERM OF CONTRACT. The term of the Agreement resulting from this RFQ shall be for an initial term of three (3) years. 2. OPTION TO RENEW. The City, through its City Manager, will have the option to extend for one (1) two-year renewal term or two (2) one-year renewal terms at the City Manager's sole discretion. The successful Contractor shall maintain, for the entirety of any renewal period, the same terms and conditions included within the originally awarded contract. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative and not a right of the successful Contractor. 3. COST ADJUSTMENTS. On or about the anniversary of each contract year, the Contractor may request, and the city manager may approve, a cost adjustment based on documented cost increases for the following contract year. Cost adjustments should be limited to changes in the applicable Bureau of Labor Statistics index for the local region or other verifiable evidence of price increases. The Contractor's adjustment request must substantiate the requested increase. The City of Miami Beach, through its city manager, reserves the right to approve a requested adjustment or may terminate the Agreement and readvertise for bids for the goods or services. 4. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Consultant will take place to arrive at a mutually acceptable Agreement, including the final scope of services, deliverables, and cost of services. 5. COMPETITIVE SPECIFICATIONS. It is the goal of the City to maximize competition for the project among suppliers & contractors. Consultant shall endeavor to prepare all documents, plans and specifications that are in accordance with this goal. Under no condition shall the Consultant include means & methods or product specifications that are considered "sole source" or restricted without prior written approval of the City. 6. CHANGE OF PROJECT MANAGER. A change in the Consultant's project manager (as well as any replacement) shall be subject to the prior written approval of the Neighborhood Affairs Division (Manager or Director) or user department Director. 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 from the aforementioned staff (i.e., the City project manager). 7. SUB -CONSULTANTS. The Consultant shall not retain, add, or replace any sub -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. The quality of services and acceptability to the City of the services performed by sub -consultants shall be the sole responsibility of the Consultant. 8. LICENSURE. Consultant(s) shall require employees performing work for this contract to hold and maintain the adequate license or certification necessary (County, State.. or otherwise) to successfully complete the work herein specified throughout the contract term. APPENDIX C MIAMIBEACH Sample Contract 2025-423- D F Public Information Outreach (PIO) Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 APPENDIX D MIAMI BEACH INSURANCE REQUIREMENTS 2025-423- D F Public Information Outreach (PIO) Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 TYPE 7 — PROFESSIONAL SERVICES (NON -CONSTRUCTION) INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $1,000,000. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: City of Miami Beach c/o Exigis Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miam ibeach(a-)riskworks. com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. 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. ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO RFQ 9/23/25, 2:08 PM Detail by FEI/EIN Number Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Limited Liability Company MEDIA RELATIONS GROUP, LLC Filing Information Document Number L03000027416 FEI/EIN Number 20-0118620 Date Filed 07/25/2003 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 04/0912004 Event Effective Date NONE Principal Address 14707 SOUTH DIXIE HWY SUITE 404 MIAMI, FL 33176 Changed: 01/16/2019 i ing Address 14707 SOUTH DIXIE HWY SUITE 404 MIAMI, FL 33176 Changed: 01 /16/2019 Registered Agent Name & Address GONZALEZ, OSCAR III 14707 SOUTH DIXIE HWY SUITE 404 MIAMI, FL 33176 Name Changed: 02/16/2011 https:llsearch. sunbiz.org/Inquiry/Corporation Search/SearchResultDetail?inquirytype=Fei N umber&directionType=Initial&searchNameOrder=200118620L030000274160&agg regateld=flal-103000027416-... 1 /3 9/23/25, 2:08 PM Detail by FEI/EIN Number Address Changed: 01/16/2019 Authorized Person(s) Detail Name & Address Title MGR GONZALEZ, ALICIA 19941 CUTLER COURT MIAMI, FL 33189 Title MGRM GONZALEZ, OSCAR III 19941 CUTLER COURT MIAMI, FL 33189 Annual Reports Report Year Filed Date 2023 02/15/2023 2024 01 /08/2024 2025 01/17/2025 Document lmages 01/17/2025 --ANNUAL REPORT Mew Image in PDF format '.. 01/08/2024 —ANNUAL REPORT Mew Image In PDF format 02/15/2023 —ANNUAL REPORT Mew image in PDF format 02/01/2022 —ANNUAL REPORT Mew image in PDF format 01/19/2021 —ANNUAL REPORT View image in PDF format 03/10/2020 — ANNUAL REPORT Mew Image In PDF format 01/16/2019 —ANNUAL REPORT Mew image in PDF format 01/30/2018 —ANNUAL REPORT Mew image In PDF format 01/31/2017 — ANNUAL REPORT Mew image in PDF format 01/05/2010 — ANNUAL REPORT Mew image in PDF format 01/27/2015 —ANNUAL REPORT Mew image in PDF format 01/08/2014 —ANNUAL REPORT Mew image In PDF format 01/21/2013 --ANNUAL REPORT Mew image in PDF format 01/16/2012 —ANNUAL REPORT Mew image In PDF format 02/16/2011 —ANNUAL REPORT Mew image in PDF format 02/15/2010 —ANNUAL REPORT Mew image In PDF format 01/27/2009 —ANNUAL REPORT Mew image in PDF format 02/10/2008 —ANNUAL REPORT Mew image In PDF format https://search.sunbiz.org/Inquiry/Corporation Search/SearchResultDetail?inquirytype=Fei Nu mber&directionType=lnitial&search NameOrder=200118620L03000027416( &agg regate I d =fl al-103000027416-. 2/3 9/23125, 2:08 PM Detail by FEI/EIN Number 01 /12/2005 —ANNUAL REPORT 07/01/2004—ANNUAL REPORT 04/0912004 — Amendment 02/06/2004 — Amendment 07/25/2003 -- Florida Limited Liabilites View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image In PDF format View Image In PDF format View image in PDF format https:llsearch. sunbiz.org/Inquiry/Corporation Search/SearchResultDetail?inquirytype=Fei N umber&directionType=1 nitial&searchN ameOrder=200118620L030000274160&agg regatel d=flal-103000027416-... 3/3 -e •r� 6. ti 4 iN� 4.1 t a l l 1 �J7 r M R G Media Relations Group, LLC REQUEST FOR QUALIFICATIONS (RFQ) I 2025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES AUGUST 25, 2025 Media Relations Group, LLC (MRG) is pleased to once again submit our qualifications for consideration in response to the Request for Qualifications (RFQ) to provide Public Information Outreach Services for the City of Miami Beach (City). For the past 13 years, it has been our honor to partner with the City supporting some of its most significant and groundbreaking initiatives. If selected, MRG will continue to serve as an extension of the Office of Marketing and Communications, delivering timely, relevant, and accessible information to the City's more than 82,800 residents and thousands of businesses. With over 26 years of experience providing public outreach services to similar South Florida municipalities and the Florida Department of Transportation (FDOT), MRG has helped launch some of South Florida's most innovative infrastructure and mobility improvements. Our team consistently disseminates clear, effective communication about construction, capital improvement, and water and sewer projects for a wide range of clients, including the City. We are proud to always deliver these services on time or ahead of schedule and within budget or under budget. This ongoing collaboration has allowed us to represent the City in a highly professional and positive light, reinforcing public trust and enhancing the City's image. The projects we have supported have been met with great success, not only in execution but also in their ability to keep the community well-informed and engaged. Through proactive outreach, we ensure that residents feel heard and valued throughout every phase of a project. Over the past 13 years, MRG has built strong, collaborative relationships with the City's elected officials, the City Manager, and senior leadership across City departments. We understand the nuances of working within a politically dynamic environment and have successfully adapted to serve multiple administrations with professionalism and consistency. Our approach is rooted in transparency, responsiveness, and a deep respect for the City's governance structure, allowing us to maintain trust and alignment regardless of leadership transitions. This stability has positioned us as a reliable partner capable of delivering continuity and institutional knowledge that supports the City's evolving goals. Clear, cohesive communication from the City regarding construction projects and initiatives is essential to keeping all stakeholders informed and engaged. MRG understands the importance of maintaining this delicate balance, delivering consistent messaging while effectively managing the diverse needs of the entire community. MRG understands what it takes to successfully deliver on all tasks outlined in the scope of work. We are eager to continue supporting the City in this role and to bring added value through our services. Our team is highly qualified, with a deep knowledge of the City's procedures and a strong understanding of the unique dynamics involved in serving its diverse population. The City's residents and businesses are at the heart of its daily operations, but the needs of over 28 million annual tourists must also be addressed. One of the City's ongoing challenges is effectively reaching and communicating with these varied audiences —residents, businesses, tourists, and commuters —each with distinct and sometimes conflicting priorities. MRG has a proven track record of navigating these complexities with thoughtful, strategic communication that meets the needs of all stakeholders. Proposed Public Information Liaison Dayana Sanjurio with City Staff at the City of Miami Beach City of Miami Beach Advanced Metering Infrastructure (AM/) Upgrades Project Closeout Meeting REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES Pg. By adopting a forward -thinking approach that centralizes communication through a single, cohesive source, the City can more effectively keep residents, business owners, and civic organizations informed and engaged in the decision - making process. MRG will leverage its in-depth knowledge and proven strategies to measure outreach effectiveness, deliver cost-efficient and innovative solutions, and ensure timely, accurate dissemination of information. Our team is committed to streamlining communication processes across all departments while serving as a trusted extension of the Marketing and Communications Department. MRG has supported several agencies in executing successful virtual and hybrid outreach efforts, gaining valuable insights that can be applied to further enhance the City's communication with its residents. MRG has worked with several departments within the City of Miami Beach including Public Works, the Office of Capital Improvement Projects (CIP), Parks and Recreation, the Office of Marketing and Communications (including Neighborhood Affairs), the Police Department, the Transportation Department and the City Manager's office as well as with other entities on City projects including FDOT, Miami -Dade Transportation and Public Works (DTPW) and Miami -Dade County Water and Sewer Department (WASD). Our team understands the importance of all Departments working together for the best and most effective product for all customers. In addition to public involvement services on the assigned projects, we will also offer implementation of citywide streamlining processes that will function independently. Over the past 13 years, our services and techniques have evolved drastically to keep up with the City's changing population and the ways they access information. Our team understands the vital role communication plays in building a resilient City and how essential it is to educate local communities while also elevating global awareness of the City's forward - thinking ideas and innovations. We are committed to working closely with the Marketing and Communications Department to ensure these efforts receive the recognition they deserve. MRG is a locally owned, FDOT-certified Disadvantaged Business Enterprise (DBE) and a Florida - certified Minority Business Enterprise, with a team rooted in Miami -Dade County and over two decades of experience working with the City. Since 1999, we have proudly served the South Florida community. In recent years, MRG has successfully scheduled and conducted hundreds of briefings with elected officials across the tri-county area, while executing numerous effective public meetings and hearings. We are proud to highlight the capabilities of the MRG Creative Services Department, our in-house team of creative professionals specializing in marketing, branding, video production, digital and print collaterals, and web design and development. With a deep understanding of this contract and our experience executing similar scopes of work, our Creative Services Department plays a key role in enhancing critical tasks through the smart use of technology —boosting efficiency across the board. Their expertise allows us to streamline processes while delivering impactful communication strategies. One of the department's greatest strengths is its ability to improve communication between the City and its residents. =- FACTS NOTKE City of Miami Beach collateral samples produced by MRG MIAMI BEACH LIGHT RAIL STREETCAR PROJECT ©� REQUEST FOR QUALIFICATIONS (RFQ) ( 2025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES Pg. II Using modern digital tools and the development of high - quality audiovisual and graphic materials, the team excels at simplifying complex projects and making technical information more accessible to the public. As a core part of the MRG team, our Creative Services Department provides a robust suite of digital tools and creative services that elevate public understanding of projects, meet the City's communication goals, and support its commitment to innovation and transparency. We have proudly provided these services to the City for the past 13 years and look forward to the opportunity to continue doing so. Proposed Graphic Designer Vanessa Salinas and Graphic Designer Melany Rodriguez at the MRG office MRG has an innate understanding of how to effectively engage the public and communicate critical information throughout all phases of construction. We continuously evolve our strategies to meet the diverse needs of the South Florida communities we serve, particularly the City. Our ongoing collaboration with the City's robust Marketing and Communications Department has given us valuable insight into their tools and resources, which we will leverage to ensure consistent, transparent, and timely communication with the community. The integration of City resources with ours enables us to elevate service delivery without duplicating efforts. Through our previous and ongoing work in the City, MRG has developed deep institutional knowledge and strong relationships with elected officials, City staff, homeowners associations (HOAs), business groups, local agencies, and media outlets. We understand that Miami Beach residents and businesses expect and receive white - glove service. We are fully committed to maintaining this high standard by delivering timely, unified messaging about any activity that may impact them. For this contract, we have assembled a highly capable and experienced team, ready to be deployed. Our team includes Principal Oscar Gonzalez; Project Manager Alicia Gonzalez; Public Information Liaisons Dayano Sanjurjo (Lead) and Sandra Antonio; Graphic Designer Vanessa Salinas (Lead); Assistant Public Information Liaisons Isela Carmiol (Lead) and Deborah Souverain and Graphic Designer Melany Rodriguez. Five of these team members are bilingual, and two are trilingual, ensuring inclusive and effective communication across the City's diverse communities. All but one proposed staff member, including every lead and our Proposed Project Manager, have been serving this contract for years. MRG is fully prepared to deliver all technical skills and services required to meet any public information or public involvement needs promptly. In addition to our understanding of the City's three-phase communication approach for construction projects, our team brings extensive experience and capacity in the following critical areas of public relations, community engagement, and customer service: • Coordination with the Neighborhood Affairs Division staff • Developing Public Involvement Plans (PIP) • Developing project -related informational materials • Collateral production (English/Spanish/Creole) • Social media content production • Communicating project information and addressing citizen/stakeholder concerns • Developing presentations and talking points • Preparing information for dissemination through the Neighborhood Affairs Division • Ability to create, plan and execute effective mailers using every door direct mail (EDDM) • Planning, organizing and attending special events and meetings • Preparing audio/video presentations • Preparing related media communications and • Expanding video library informational materials • Recording public meetings and public comments • Coordinating emergency communications • Writing newsletters and feature stories REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF Pg. II PUBLIC INFORMATION OUTREACH (PIO) SERVICES • Translating collateral material developed • Designing and developing templates and graphics informational materials • Preparing web content and web copywriting • Developing ads • Coordinating franchise utility communication • Arranging and documenting field meetings • Stakeholder satisfaction surveys • Coordinating media/special events such as media availability days, community meetings and ribbon cuttings • Prepare and present encroachment information for public projects • Prepare, plan, execute and document harmonization meetings, as needed • Hosting virtual meetings using Zoom, GoToWebinar, Microsoft Teams or other appropriate platforms • Live streaming capabilities using Instagram and Facebook Live • Ability to send and respond to emails through a City domain MRG has become a go -to firm to provide communication services on districtwide and construction contracts. We have a proven track record of successfully representing the City, FDOT, City of Miami, Town of Cutler Bay, City of Doral, Village of Key Biscayne, Town of Medley, Town of Bay Harbor Islands, City of Hialeah, City of Homestead, • Ability to send mass emails through email marketing software from the City • Crisis Management • 24/7 Customer Service • Interagency Coordination ADDITIONAL NEW SERVICES TO BE PROVIDED: • Video Production and Motion Graphics • Voiceover and Narration Services • Strategic Marketing Campaign Development and Planning • Multilingual Media Buying and Targeted Ad Placement • Data Analysis and Reporting for Campaign Performance • Trilingual Hotline Management with Real -Time Customer Relationship Management (CRM) Integration • Digital Feedback Tools (QR code surveys, live polling during events, presentations) Village of Palmetto Bay, City of Sarasota, Florida's Turnpike Enterprise (FTE), Miami -Dade Transportation Planning Organization (TPO), Broward Metropolitan Planning Organization (MPO), Hillsborough County MPO, Forward Pinellas, DTPW and WASD, to name a few. Our submittal provides clear evidence that we meet and YouTube video series exceed the requirements outlined in the RFQ and highlights o o "In the Know with the TPO", MRG's areas of professional specialization in public produced and branded by information outreach services. Our project experience MRG for the Miami -Dade TPO demonstrates our proven ability to continue delivering what the City needs for this contract. At MRG, building and maintaining strong, trusted relationships with our clients has Educational video been key to our continued success. We have included client "How to Use Ramp Signals" F p o references and encourage you to contact them to learn E.aA� e 19 produced by MRG for more about the quality of our work and our commitment to FDOT District Four excellence. GooPUBLIC INFORMATION OUTREACH (PIO) SERVICES Pg. IV MRG Team at the Miami Office We are thrilled to submit our qualifications and truly believe that MRG is not only the most qualified, but also the ideal partner for this important work. We look forward to the opportunity to continue supporting the City with passion, dedication, and proven results. Sincerely, Oscar Gonzalez Principal Media Relations Group, LLC Qg-*,C) A Alicia Gonzalez Project Manager Media Relations Group, LLC ©� REQUEST FOR QUALIFICATIONS (RFQ) j 2025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES Pg. V TAB 1 1.1 Cover Letter 1.1 Table of Contents VI 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Attached at the end of Tab 1) TAB 2 2.1 Organizational Chart 1 2.1.2 Key Team Members 10 2.2 Relevant Experience of Prime Proposer (or its principals) 13 2.3 Relevant Experience of Sub-consultant(s)/Sub-contractor(s) (Not Applicable) 2.4 Evidence of Prior Working Experience (Not Applicable) TAB 3 A. Project Specific Approach to Handling Communications for Neighborhoods and HOAs for Different Types of Projects 17 B. General Communications Plan for Public Information and Outreach 21 C. Understanding of Various Construction Project Methods: Design -Bid -Build and Design Build 23 D. Cost -Effective Methods 26 E. Quality Assurance and Quality Control (QA/QC Process) 27 F. Billing and Invoicing Procedure 29 G. Sample Video 30 Pg. VI Goo PUBLIC INFORMATION OUTREACH (PIO) SERVICES Solicitation No: Solicitation Title: RFQ 2025-423-DF Public Information Outreach (PIO) Services BIDDER'S NAME: Media Relations Group, LLC NO. OF YEARS IN BUSINESS: 26 NO. OF YEARS IN BUSINESS LOCALLY: 26 NO. OF EMPLOYEES: 24 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: None BIDDER PRIMARY ADDRESS (HEADQUARTERS): 14707 South Dixie Highway, Suite 404 CITY: Miami STATE: Florida ZIP CODE: 33176 TELEPHONE NO.: 305-254-8598 TOLL FREE NO.: None FAX NO.: 305-256-1613 BIDDER LOCAL ADDRESS: 14707 South Dixie Highway, Suite 404 CITY: Miami STATE: Florida ZIP CODE: 33176 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Alicia Gonzalez ACCOUNT REP TELEPHONE NO.: 786-280-6645 ACCOUNT REP TOLL -FREE NO.: None ACCOUNT REP EMAIL: agonzalez@mrgmiami.com FEDERAL TAX IDENTIFICATION NO.: 20-0118620 By virtue of submitting a bid, Bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; b) to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; c) that the Bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that Bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the Bidder agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he is the principal of the applicant and duly authorized to execute this questionnaire. The contents of said document(s) are complete, accurate, and correct to the best of their knowledge and belief. Name of Bidder'�P/ utp orized Representative: I Title of Bidder's Authorized I /� 'r Representative: Alicia Gonzalez President After the issuance of the solicitation, the City may release one or more addenda to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every Bidder, having received solicitation through the City's e-procurement system. However, Bidders are solely responsible for assuring they have received all addenda issued pursuant to the solicitation. This Acknowledgement of Addendum section certifies that the Bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt AG .- - ,Addendum 1 Addendum 6 Addendum 11 AG Addendum 2 Addendum 7 Addendum 12 AG �, u, Addendum 3 Addendum 8 Addendum 13 v Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. All Bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. = YES 0 NO If ves, please disclose the name(s): NIA 0 FIRST AND LAST NAME OCCUPATION 0 When requested by the City, each Bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. The cost of the preparation of the SQR shall be the responsibility of the Bidder. The Bidder shall request the SQR report from D&B at: https://www.cialdnb.com/third-party-risk/suppl ier-qualifier-report Bidders are responsible for the accuracy of the information contained in their SQR. It is highly recommended that each Bidder 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. Bidder shall have Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with the bid or within three (3) days of request by the City. SECTION 5 - REFERENCES AND PAST PERFORMANCE Project No. RFQ2025-423-DF Project Title Public Information Outreach (P/0) Services Bidder shall submit at least three (3) references for whom the Bidder has completed work similar in size and nature as the work referenced in the solicitation. Reference NO Finn Name: City of Miami Beach First Street &South Pointe Stormwater Neighborhood Improvements Contact Individual Name and Title. Kevin Pulido. Neighborhood Affairs Director, COMB Address. 1700 Convention Center Drive, Miami Beach, FL 33139 Telephone: 305-673-7575 x 2112 Contact's Email KevinPulido@MiamiBeachFl.gov Narrative on Scope of Services Provided: MRG was contracted by the City to assist with the communication campaign and community outreach for the First Street Neighborhood Improvements & South Pointe Stormwater Project. Responsibilities included developing a public involvement plan in close coordination with the City's Neighborhood Affairs Division staff, developing project -related informational materials, coordinating community outreach meetings, producing bilingual collateral, communicating project information, and addressing citizen/stakeholder concerns. Firm Name: City of Miami Beach Advanced Metering Infrastructure (AMI) Upgrades Project Contact Individual Name and Title: Jose "Joe" Gomez Deputy City Manager, Coral Gables Address 2151 Salzedo Street, Coral Gables, FL 33134 Telephone: 305-569-1850 Contact's Email jgomez@coralgables.com Narrative on Scope of Services Provided: MRG was contracted by the City to manage the communication campaign and community outreach to prepare and inform stakeholders about the upgrade of water meters to AMI (Advanced Metering Infrastructure) technology. Responsibilities included developing public involvement plans in coordination with the City's Neighborhood Affairs Division, creating informational materials, producing collateral, conducting extensive outreach and door-to-door engagement, coordinating analog meter options for religious purposes, communicating project details, and addressing citizen and stakeholder concerns. Reference No.3 Finn Name: FDOT District Six I-395lSR 836/1-95 Design -Build Project Contact Individual Name and Title: Maria Higgins Fallon, Public Information Director, FDOT Address: 1000 NW 111th Ave, Room 6134, Miami, FL 33172 Telephone 305-470-5277 Contact's Email: maria.higginsfallon@dot.state.fl.us Narrative on Scope of Services Provided. MRG leads the development and ongoing management of the 1-395/SR 836/1-95 Design -Build Project website and branding, ensuring dynamic page design, accessible content, mobile responsiveness, integrated analytics and alert systems. PI services include stakeholder outreach, inquiry responses, CAP development and QA/QC of media materials. MRG led staff also plans and executes special events, produces weekly lane closure alerts, designs collateral materials and complex detour plans, which are often featured on local TV traffic segments. MRG produces educational videos, shared through social media and other platforms, that serve as The Standard Terms and Conditions are available at hUl/www.miamibeachl.Qov/city-halVprocuremenVstandard-terms-an -condi ons/ By virtue of submitting a bid, Bidder attests that they have read and understand the applicable Standard Terms and Conditions as indicated in the solicitation. Project No. RFQ 2025-423-DF Project Title Public Information Outreach (PIO) Services Bidders are expected to be or become familiar with the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFl RE. Bidders 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 all sanctions, as prescribed therein, including disqualification of their bid submittal, in the event of such non-compliance. Are there any individuals or entities (including your sub -consultants) with a controlling financial interest that have contributed to the campaign, either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach? 0 YES NO N/A W0AWIIKNII• • • • 1 • • . - First and Last Name Contributor Occupation Amount Date of Contribution Has Bidder ever been debarred, suspended, or other legal violation, or had a contract canceled due to non-performance by any public sector agency? 0 YES NO If the answer above is "YES," Bidder shall submit a statement detailing the reasons that led to action(s): N/A APPENDIX A, 44 CFR PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Bidder certifies, to the best of their knowledge, that. 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, USC § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Bidder certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Bidder understands and agrees that the provisions of 31 USC § 3801 et seq. apply to this certification and disclosure, if any. virtue of submitting "id, Odder certifies or affirms its co noe with the Byrd Anti -Lobbying Amendment Certification. Name of Bidder's tI Representativq� Title of Bidder's Authorized Representative: Alicia GonzalezAI I d /,Uln VPresident The Bidder acknowledges that: (1) This Contract is a covered transaction for purposes of 2 CFR pt. 180 and 2 CFR pt 3000. As such, the Bidder is required to verify that none of the Bidder, its principals (defined at 2 CFR § 180.995), or its affiliates (defined at 2 CFR § 180.905) are excluded (defined at 2 CFR § 180.940) or disqualified (defined at 2 CFR § 180.935). (2) The Bidder must comply with 2 CFR pt. 180, subpart C and 2 CFR pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower -tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Bidder did not comply with 2 CFR pt. 180, subpart C and 2 CFR pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension or debarment. (4) The Bidder agrees to comply with the requirements of 2 CFR pt. 180, subpart C and 2 CFR pt. 3000, subpart C, while this offer is valid and throughout any contract that may arise from this offer. The Bidder further agrees to include a provision requiring such compliance in its lower fier covered transactions " By virtue of submitting a bid, Bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder'sRepresentati Title of Bidder's Authorized Representative: Tlk Alicia Gonzalez / , n I/I,GV" President Pursuant to City Resolution No.2000-37879, the Bidder shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its response or within three (3) days upon receipt of the request. The Code shall, at a minimum, require the Bidder to comply with all applicable governmental rules and regulations, including, among others, the conflict of interest, lobbying, and ethics provision of the City of Miami Beach and Miami Dade County. Bidder shall submit firm's Code of Business Ethics within three (3) of request by the City. In lieu of submitting the Code of Business Ethics, the Vendor may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ Bidder adopts the City of Miami Beach Code of Business Ethics. 0 YES 0 NO Bidder will submit the firm's Code of Business Ethics within three 3 da s of request by the City. YES X_JO The Drug -Free Workplace Certification is available at: https://www.miamibeachfl.gov/wp-contenVui)loads/2019/04/DRUG-FREE-WORKPLACE-CERTIFICATION.i)df By virtue of submitting a bid, Bidder certifies or affirms it has adopted policies, practices, and standards consistent with the City's Drug -Free Workplace Certification. SECTION Pursuant to City of Miami Beach Ordinance No. 2011- 3748, https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIP R DIV3COPR S2-374PRPRPRVECOGOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service -disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best Bidder, by providing such Bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders, which are a small business concern owned and controlled by a veteran(s) or a service -disabled veteran business enterprise, constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service. The award shall be made to the service -disabled veteran business enterprise. Is the Bidder a service -disabled veteran business enterprise certified by the State of Florida? 0 YES = NO Is the Bidder a service -disabled veteran business enterprise certified by the United States Federal Government? = YES = NO CONCERNSECTION 14 — AFFIDAVIT OF COMPLIANCE WITH CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF •• DA STATUTE 287.138 Bidder has reviewed Section 287.138 of the Florida Statutes and certifies that, under penalty of perjury, it does not meet any of the criteria listed in Section 287.138(2)(a)-(c) of the Florida Statutes. XD YES 0 NO The Bidder certifies that it has reviewed Section 2-375-1 of the Code of the City of Miami Beach, is not engaged in a boycott of Israel, and agrees not to engage in such a boycott for the duration of its contract. XD YES 0 NO Pursuant to section 787.06(13), Florida Statutes, this portion of the form must be completed by an officer or representative of the nongovernmental entity executing, renewing, or extending a contract with a governmental entity. By virtue of submitting a bid, Bidder certifies or affirms its compliance with the Human Trafficking Laws Certification. Enter the name and tit/ th idder's authorized re resenta Name of Bidder's A thori Representative Title of Bidder's Authorized Representative: Alicia Gonzalez President Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami -Dade County, that have been certified as a Small or Disadvantaged Business by Miami -Dade County. Does Bidder possess Small or Disadvantaged Business certification by Miami -Dade County? 0 YES 0 NO Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT-owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does Bidder possess LGBT Business Enterprise Certification by the NGLCC? 0 YES XD NO The Fair Chance Ordinance No. 2016-4012 is available at: https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHO R By virtue of submitting a bid, Bidder certifies that it has adopted policies, practices, and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract and shall entitle the City to immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to Mississippi, as well as the purchase of goods or services sourced in Mississippi. Bidder shall agree that no travel shall occur on behalf of the City to Mississippi, nor shall any product or services it provides to the City be sourced from this state. By virtue of submitting a bid, Bidder agrees it is and shall remain in full compliance with Resolution 2016-29375 https:llwww.miamibeachfi.gov/wp-contentluploads/202l /O4/2Ol6-29375-Resolution-Moratorium-for-North-Carolina-Mississipi.pdf If applicable, pursuant to Section 2-408 of the City of Miami Beach Code (as currently stated or as may be amended), covered employees shall be paid the required living wage rates (https://www.miamibeachfl.gov/city-hall/procurement/procurement-related- ordinance-and-procedures/). Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal. 96 Z� mz�. Pop AlW 14V 'IMF U CL 0 V) MIAMIBEA('F CITY OF MIAMI BEACH MARKETING & COMMUNICATIONS DEPARTMENT KEVIN PULIDO Neighborhood Affairs Division Director LAUREN FIRTEL South Beach Neighborhood Affairs Manager OSCAR GONZALEZ Principal (Bilingual) ALICIA GONZALEZ Project Manager (Bilingual) DAYANA SANJURJO Public Information Liaison (Lead/Bilingual) ISELA CARMIOL Assistant Public Information Liaison (Lead/Bilingual) VANESSA SALINAS Graphic Designer (Lead/Bilingual) Locally owned, FDOT certified Disadvantaged Business Enterprise (DBE) and Florida -certified Minority Business Certification firm MRG has maintained this contract for the past 13 consecutive years, supported by a consistent team of staff members. RRUVffln Scan or click above to view " a short video introducing our M proposed key team members. Additional Support SANDRA ANTONIO Public Information Liaison/ Video Editor (Trilingual) Additional Support DEBORAH SOUVERAIN Assistant Public Information Liaison (Trilingual) Additional Support MELANY RODRIGUEZ Graphic Designer (Bilingual) GooREQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF Pg. 1 PUBLIC INFORMATION OUTREACH (PIO) SERVICES Oscar Gonzalez III Principal (Bilingual) PROFESSIONAL CREDENTIALS Bachelor of Arts, Environmental Studies, Florida International University, 2001 BASIS FOR TEAM SELECTION Significant experience working with the City of Miami Beach, DTPW, FDOT, WASD, the City of Miami, Town of Medley and other municipalities Proven record of delivering targeted public involvement campaigns for complex, high - profile initiatives Long-standing relationships with local media, spanning broadcast, print and digital Proficient in Spanish media, writing and inquiries Bilingual: (English/Spanish) 6" Media Relations Group, LLC Oscar Gonzalez, Principal at Media Relations Group, LLC (MRG), brings over 31 years of leadership in public information strategy for major transportation and infrastructure projects across South Florida. His expertise spans Planning Studies, Design, and Design -Build phases, with a proven record of delivering targeted public involvement campaigns for complex, high -profile initiatives. Mr. Gonzalez has directed multimillion -dollar outreach efforts for agencies including FDOT, Florida's Turnpike Enterprise (FTE), Miami -Dade WASD, Miami -Dade Transit, Greater Miami Expressway (GMX) Agency, and SFRTA. He leads teams through structured review cycles, compliance protocols, and real-time adjustments to meet the demands of construction sensitive communications. He personally oversees the development of outreach collateral to ensure alignment with agency standards and audience needs. His long-standing relationships with local media, spanning broadcast, print and digital helps secure strong project visibility and community engagement. His commitment to accuracy and clarity is reinforced through rigorous QAIQC oversight. Mr. Gonzalez maintains trusted partnerships with elected officials, municipalities and community organizations throughout Miami -Dade County. His collaborations with the City of Miami Beach, DTPW and the Town of Medley, reflect his ability to build strategic alliances, address community sensitivities and support impactful infrastructure improvements in both coastal and urban areas. Select ProjectExoerience Includes: 2017 — Present — FDOT District Six 1-3951 State Road (SR) 836/1-95 Design -Build Project, Miami -Dade County, Florida — This approximately $866 million design -build project involves the double decking of SR 836 from NW 17 Avenue to 1-95, the reconstruction of the Interstate 395 (1-395) corridor from the 1-951Midtown Interchange (I- 951State Road 836/1-395) to the MacArthur Causeway Bridge and adding an auxiliary lane on northbound 1-95 from NW 17 Street to NW 29 Street and the concrete replacement from NW 8 Street to NW 29 Street, in Miami -Dade County. Mr. Gonzalez is responsible for the day-to-day construction outreach coordination, he works closely with the Construction Engineering Inspection (CEI) team, the contractor and the FDOT project managers to ensure that accurate and timely information is provided to residents/businesses adjacent to the project as well as the commuting public. He works with his outreach team to develop outreach content (social media, email alerts, press releases and website content) and materials to make sure that stakeholders are always informed of ongoing construction activities and lane closures. In addition, he coordinates and leads monthly stakeholder project meetings and a maintenance of traffic working group meeting that is comprised of local agency representatives and assists the Department in responding to media inquiries as well as media interviews. Reference. Maria Higgins Fa//on, FDOT Communications Manager, 305.470.5349, Project Role: Sr Community Outreach Specialist 2023 — 2024 — Miami Shores Village Bayfront Park Engineering and Architectural Design Services, Miami -Dade County, Florida— Mr. Gonzalez was the lead Community OFFICE LOCATION: Outreach Specialist on this contract, responsible for all public outreach efforts and project Miami, Florida related collateral dissemination. Reference.- Patrick Kaimrajh, P.E., Ken Moore & Associates, 796. 453. 9184. Project Role: Community Outreach Specialist Alicia Gonzalez Project Manager (Bilingual) PROFESSIONAL CREDENTIALS Bachelor of Science, Telecommunications, University of Florida-1992 6" Media Relations Group llC Alicia Gonzalez, Principal at Media Relations Group (MRG), is a seasoned public relations and communications expert with over 32 years of experience leading public involvement programs for traffic operations and infrastructure projects. Since co-founding MRG in 1999, she has successfully delivered strategic campaigns for FDOT Districts 1 through 7, Florida's Turnpike Enterprise, the Miami -Dade Expressway Authority and Miami -Dade County across all phases including ITS, Planning, PD&E, Design, Design -Build and Construction. Mrs. Gonzalez has directed high-level communications strategies, managed numerous crisis responses and navigated political sensitivities while overseeing many FDOT and municipal contracts successfully for over two decades. Her leadership includes contract compliance, budget oversight, special project execution and QAIQC of all outreach materials and deliverables. She has extensive experience with municipal contracts throughout Miami -Dade County, including overseeing strategic communications efforts for the City of Miami Beach. Her bilingual fluency in English and Spanish enhances community engagement, allowing her to also provide translation services at public meetings and events. Select Project Experience Includes: BASIS FOR 2022 — Present — City of Miami Beach First Street and South Pointe Stormwater TEAM SELECTION Neighborhood Improvements Project, Miami -Dade County, Florida — Mrs. Gonzalez Over 32 years of oversees all PI efforts for this design project of proposed improvements along First Street experience in public from Alton Road to Washington Avenue, ensuring consistent engagement and relations and communication with key stakeholders. Reference: Kevin Pulido, Nei hborhood Affairs infrastructure y g communications Director, 305.673.7575x2112. ProjectRole.-ProjectManager Extensive experience across Miami -Dade County, including 2021— 2024 — City of Miami Beach Advanced Metering Infrastructure (AMI) Upgrades, strategic communications Miami -Dade County, Florida — On this contract, Mrs. Gonzalez oversaw activities for the City of Miami Beach performed by the Lead Public Information Liaison. Responsibilities included developing Expertise in managing public involvement plans in coordination with the City's Neighborhood Affairs Division, sensitive issues and high creating informational materials, producing collateral, conducting extensive outreach and stakes messaging for FDOT and municipal door-to-door engagement, coordinating analog meter options for religious purposes, clients communicating project details, and addressing citizen and stakeholder concerns. Experienced in contract Reference: Kevin Pulido, Neighborhood Affairs Director, 305.673.7575 x 2112. Project compliance, budget Role. Project Manager oversight, special project execution and QA/QC protocols 2020 — Present — Miami Beach Public Information Outreach Services for Right of Way Bilingual: and Facilities Construction Projects, Miami -Dade County, Florida — MRG was (English/Spanish) contracted by the City to provide Public Relations and Community Involvement services for this contract. Mrs. Gonzalez works closely with the lead PIL, who is responsible for OFFICE LOCATION: conducting outreach efforts, developing public involvement plans in coordination with the Miami, Florida City's Neighborhood Affairs Division, creating project -related informational materials, producing bilingual collateral, and communicating project updates —among other tasks — throughout the duration of the contract. Reference. Kevin Pulido, Neighborhood Affairs Director, 7,96. 56.9 6051. Project Role: Project Manager Dayana Sanjurjo Public Information Liaison (Lead/Bilingual) PROFESSIONAL CREDENTIALS Associates of Arts, International Fine Arts College, Miami, FL, 2003 Bachelor of Fine Arts, Interior Design, Art Institute of Fort Lauderdale, FL, 2005 BASIS FOR TEAM SELECTION 20 years of professional experience in public information and communications, with a strong managerial background Currently leads the PI activities for the City's Fire Flow Packages (FFP) 1 S 2 Well-known within the City of Miami Beach having led outreach for key municipal projects Successfully manages public involvement from planning through design and construction Bilingual: (English/Spanish) OFFICE LOCATION Miami, Florida 6" Media Relations Group, LLC Dayana Sanjurjo brings over 20 years of professional experience in public outreach and communications, with a strong managerial background leading high -profile transportation initiatives. In her expanded leadership role at MRG, she oversees public engagement strategies and provides direct guidance to MRG's team of PILs, ensuring consistent, high -quality outreach across multiple projects. Mrs. Sanjurjo specializes in strategic communications, stakeholder engagement, consensus building, interagency coordination and media relations. She is highly skilled in developing content for internal and external publications and executing educational outreach campaigns that guide projects from planning through design and construction. She is a trusted and familiar presence in the City of Miami Beach and has successfully led public involvement efforts for key municipal initiatives. She also played a pivotal role in FDOT District Six's Districtwide Communication Programs and Special Projects Contract, collaborating with the City's Police Department to distribute safety materials and engage the public at high -crash corridors along Alton Road and Collins Avenue. Select Project Experience Includes: 2020 — Present — City of Miami Beach Public Information Outreach Services for Right of Way and Facilities Construction Projects, Miami -Dade County, Florida — Mrs. Sanjurjo is the Public Information Liaison on this contract. Responsibilities include developing public involvement plans in close coordination with the City's Neighborhood Affairs Division staff, developing project -related informational materials, collateral production (English/Spanish) and communicating project information and addressing citizen/stakeholder concerns, among other tasks. Reference: Kevin Pulido, Neighborh000'Affairs Manager, 305.673.7575x2112. Project Role: Public Information Liaison 2022 — Present — City of Miami Beach First Street and South Pointe Stormwater Neighborhood Improvements Project, Miami -Dade County, Florida — Mrs. Sanjurjo leads PI efforts for this design project of proposed improvements along First Street from Alton Road to Washington Avenue, including new storm drainage line installation, a new water treatment system with a pump station, force main installation, landscaping, and lighting. She coordinates and staffs multiple meetings with key stakeholders from the South of Fifth area, oversees harmonization agreement coordination, and continues to conduct door-to-door distributions, stakeholder coordination, meeting summaries, and maintenance of a stakeholder database specific to this project. Reference: Kevin Pulido, Neighborhood Affairs Director, 305.673.7575 x 2112. Project Role: Public Information L iaison 2021 — 2024 — City of Miami Beach Advanced Metering Infrastructure (AMI) Upgrades Miami -Dade County, Florida — Media Relations Group (MRG) was contracted by the City to manage the communication campaign and community outreach to prepare and inform stakeholders about the upgrade of water meters to AMI (Advanced Metering Infrastructure) technology. Responsibilities included developing public involvement plans in coordination with the City's Neighborhood Affairs Division, creating informational materials, producing collateral, conducting extensive outreach and door-to-door engagement, coordinating analog meter options for religious purposes, communicating project details, and addressing citizen and stakeholder concerns. Mrs. Sanjurjo spearheaded all PI efforts under this contract. Reference.* Kevin Pulido, Neighborhood Affairs Director, 305.673.7575 x 2112. Project Role: Public Information Liaison Sandra Antonio Public Information Liaison/Video Editor (Trilingual) PROFESSIONAL CREDENTIALS Bachelor of Arts, Sports Management/ Business - Barry University — 2009 CERTIFICATIONS FEMA J IS/J IC - 2021 FEMA Basic PIO - 2016 BASIS FOR TEAM SELECTION Extensive experience in public information and public relations focusing on engaging the public in Transportation and Public Works projects including the SMART Program Beach Corridor Rapid Transit Project in Miami Beach Substantial expertise in coordinating news reporting and media efforts across various construction projects "o Media Relations Group, LLC Sandra Antonio is an Emmy Award -winning Investigative Producer with over 30 years of experience in media, public engagement, and government communications, specializing in Miami-Dade's transportation landscape. Her career began in broadcasting journalism, where she served as a videotape editor, helicopter photographer, producer, field producer and assignment desk manager at leading South Florida News stations WPLG and WFOR. In these roles, she managed staff, and coordinated coverage of major events. Ms. Antonio transitioned to public service as the Public Information Officer (PIO) for Miami-Dade's Department of Transportation and Public Works (DTPW) where she played a pivotal role in engaging with officials, stakeholders, and the community on major transportation projects, including the Better Bus Network (BBN), The Underline and the Dadeland South Intermodal Station. Ms. Antonio leads MRG's community engagement for major transportation and infrastructure projects such as the SMART Program Beach Corridor Rapid Transit Project in Miami Beach, the Bear Cut Bridge Rehabilitation, Dadeland South Intermodal Station, Better Bus Network (BBN), Vision Zero, and the Miami-Dade's Sustainable Solid Waste Campus. Sandra's leadership in public engagement ensures community voices are integrated into transformative projects, enhancing transportation safety, accessibility, and sustainability across South Florida. Select Project Experience Includes: 2025 to Present - FDOT District Six 1-395/ State Road (SR) 836/1-95 Design -Build Project, Miami -Dade County, Florida - Mrs. Antonio is responsible for shooting and editing videos for social media platforms to highlight project updates and activities. She also supports the Senior Community Outreach Specialist with project tours and other assigned duties as needed. Reference: Maria Rosa Higgins Fallon, FDOT Public Information Director, 305 470 5349 Project Role: Uidecgrapher and Editor, Community Outreach Specialist. 2023 to Present — Miami -Dade County Department of Transportation and Public Works Vision Zero Initiative, Miami -Dade County, Florida — Ms. Antonio leads the public engagement efforts for this critical, lifesaving program. Her role includes coordinating outreach events, conducting surveys to gather community input, and fostering direct engagement with residents to raise awareness and encourage participation. By working closely with local communities, stakeholders, and advocacy groups, Ms. Antonio ensures that Vision Zero's message reaches diverse audiences, driving forward the county's goal of safer, more equitable transportation for all. Reference: Miami -Dade County DTPW Chief of Infrastructure Planning, Gabriella Serrado, 786.960.1882. Project Role: Sr. Public Involvement Specialist Trilingual: 2022 — 2023 — SMART Program Beach Corridor Rapid Transit Project, Miami -Dade (English, Spanish and County, Florida - The Beach Corridor Rapid Transit Project is a PD&E Study and is part Portuguese) of the Strategic Miami Area Rapid Transit (SMART) Program. The project goal is to provide rapid transit connections from the Miami Design District/Midtown and Downtown OFFICE LOCATION Miami, Florida Miami, along 1-395/SR AlA (MacArthur Causeway), to the Miami Beach Convention Center area. Ms. Antonio led the public involvement efforts and coordination of all community public meetings on this project. Reference: Maria Elisa Colmenares, Former Assistant Director Planning, MD-DTPW, 786 469 5394 Project Role.- Public Information Officer. Isela Carmiol Assistant Public Information Liaison (Lead/Bilingual) PROFESSIONAL CREDENTIALS 6" Media Relations Group, LLC Isela Carmiol is a highly skilled, fully bilingual communications professional with over 12 years of specialized experience in social media strategy, e-marketing outreach, and public engagement. She brings more than two years of focused public involvement expertise supporting districtwide safety campaigns across Miami -Dade and Broward Counties. Her project experience within the City of Miami Beach includes the Advanced Metering Infrastructure (AMI) Upgrades and the First Street Improvements projects. In her current role at MRG, Ms. Carmiol plays a key part in supporting Public Information Managers and Lead Specialists across all phases of outreach. Her responsibilities include maintaining detailed project records, monitoring deadlines, and coordinating materials fulfillment to ensure seamless execution. Known for her exceptional client service and organizational precision, she actively contributes to projects spanning Feasibility, Planning, Bachelor of Science, Public Project ment and Environment (PD&E Development Studies, Design and Construction. Select Relations, Advertising and p ) g Applied Communication, Project Experience Includes: Florida International University - 2021 2022 — Present — City of Miami Beach First Street and South Pointe Stormwater BASIS FOR Neighborhood Improvements Project, Miami -Dade County, Florida — Ms. Carmiol TEAM SELECTION supports the Lead Public Information Liaison in managing PI efforts for this design project Hands-on experience of proposed improvements along First Street from Alton Road to Washington Avenue. Her supporting community contributions include assisting with door-to-door distributions, coordinating with outreach initiatives and stakeholder engagement stakeholders to address concerns, and ensuring timely communication of project updates. throughout Miami Beach Reference. Kevin Pulido, Neighborhood Affairs Director, 305.673.7575 x 2112. Project Highly skilled in providing Role: Public Information Liaison high-level customer service as well as written/verbal communication 2021— 2024— City of Miami Beach Advanced Metering Infrastructure (AMI) Upgrades, Versed in completing Miami -Dade County, Florida — Ms. Carmiol assisted MRG's Public Information Liaison stakeholder research, in conducting door-to-door distributions to inform stakeholders about the upgrade of water developing and maintaining meters to AMI (Advanced Metering Infrastructure) technology. Her role included engaging databases, coordinating with campaign partners and residents and business owners directly, answering questions, and ensuring stakeholders special interest groups were aware of project benefits, timelines, and available resources. Reference: Kevin Proficient in social media Pulido, Neighborhood Affairs Manager, 305-673-7575 x 2112. Project Role. Asst. platforms and e-marketing Community Outreach Specialist applications Excellent computer skills 2025 — FDOT District Six 1-3951 State Road (SR) 83611-95 Design -Build Project, Miami - including WordPress, Wix, Mailchimp, Canva, Dade County, Florida — Ms. Carmiol is responsible for developing and maintaining a InDesign, and Photoshop detailed event schedule for all major stakeholders, venues, and events in the project area Bilingual: and regionally, as well as providing updated information to the project team on a weekly (English/Spanish) basis. She prepares weekly press releases, maintains databases and mailing lists, and performs other relevant duties as required to support the outreach team. Reference: Maria OFFICE LOCATION yigginsFadon, FDOTCommumcationsManager, 305 470 5277 Project Role: Scheduling Miami, Florida Assistant Deborah Souverain Assistant Public Information Liaison (Trilingual) PROFESSIONAL CREDENTIALS BS in Journalism & Mass Communication, Florida International University, Miami April 2012 BS in Political Science, Florida International University, Miami April 2012 BASIS FOR TEAM SELECTION Over 12 years of Media and Public Relations experience Content creation and curation across multiple platforms Skilled in media coverage and communication strategies in addition to digital marketing campaigns Leverages Al for data -driven analysis and insights, incorporating response strategies for clear and effective communication Skilled in social media, writing, and video editing for content creation Recently supported multiple summits and foundation events including the Claude Pepper Annual Awards Trilingual: (English, Spanish, and Creole) OFFICE LOCATION 6" Media Relations Group, LLC Deborah Souverain is a seasoned Communications Specialist with over 12 years of experience in media relations, strategic communications and public engagement. She excels in crafting communications plans that strengthen stakeholder relationships and amplify project messaging across diverse platforms. With advanced proficiency in Al tools and data analytics, Deborah has successfully led media campaigns that drive measurable audience growth and engagement. Her passion for innovative storytelling and cross - functional collaboration has consistently elevated communication strategies and delivered impactful results. At Media Relations Group (MRG), she has actively supported public outreach by preparing for and attending numerous Florida Department of Transportation (FDOT) and Broward Metropolitan Planning Organization (MPO) public meetings across Broward, Indian River and Martin counties, further reinforcing her expertise in public involvement and stakeholder engagement. Select Project Experience /ncludes: 2025 — Broward Metropolitan Planning Organization (BMPO) General Planning Consultant Services (GPC) TWO 24, Fort Lauderdale Roadway -Railroad Underpass Feasibility Study, Broward County, Florida — Ms. Souverain was tasked with preparing and drafting the Public Participation Plan (PPP) for this study. Other duties include attending monthly progress meetings and assisting with the coordination of upcoming public meetings and stakeholder outreach. Reference. Stewart Robertson, P.E., Kim/ey- Horn, 954 535 5104 Project Role., Community Outreach Specialist 2025 — Broward Metropolitan Planning Organization (BMPO) and City of Weston Lets Go Biking Event, Broward County, Florida — Ms. Souverain staffed the Let's Go Biking Event and assisted with event set-up and breakdown, managed the sign -in desk, and assisted attendees with event questions or concerns. Reference: Kerrie MacNeil, Planning and Programming Senior Planner, BMPO, 954.876.0072. Project Role- Community Outreach Spec/al/st 2025 — FDOT District Four State Road (SR) 7361Davie Boulevard Bridge (Bridge No. 860038) over the South Fork New River, Broward County, Florida — Ms. Souverain supported the lead Community Outreach Specialist for this bridge rehabilitation project by staffing a Public Meeting held in June 2025. Responsibilities included preparing meeting materials, managing the sign -in table, documenting public comments, answering resident questions, and assisting with post -meeting summary documentation for the public involvement record. Reference.- Vamsee T/runagar/, P.E., FDOT Project Manager, 954,777 4061. Project Role.- Community Outreach Spec/al/st, 2024 — 2025 — Miami -Dade County Department of Transportation and Public Works, Miami -Dade County, Florida — Ms. Souverain drafted and curated content for DTPW's award -winning weekly newsletter, delivering key updates to County employees and external subscribers. Lead public relations campaigns and media strategies, fostering strong relationships with journalists and stakeholders while managing crisis communications. She coordinated with cross -functional teams to align messaging, ensure consistent communication, and strengthen departmental reputation. Project Role.- Med/a and Public Relations Offlcer Ft. Lauderdale, Florida Vanessa Salinas Graphic Designer (Lead/Bilingual) PROFESSIONAL CREDENTIALS Bachelor of Fine Arts in Graphic Design, Minor in Social Media and E-MarketingAnalytics, Minor in Art History, Florida International University - 2020 Associates of Arts in Graphic Design, Miami International University of Art and Design - 2018 BASIS FOR TEAM SELECTION Over 9 years in branding, visual communications, and public outreach design Skilled in marketing campaigns, event collateral, presentations, print and digital media, social content, video production, editing and branding Demonstrated success on key City projects including AMI Water Meter Replacement and First Street Neighborhood Improvements 4019 Media Relations Group, LLC Vanessa Salinas, MRG's Creative Services Manager and Lead Graphic Designer, has over 9 years of experience in branding, visual communications, and public outreach design. For the past 5 years, she has supported the City of Miami Beach with dedicated graphic services, earning recognition for her expertise in visual standards, community sensitivities and project branding. She transforms technical content into clear, engaging visuals and collaborates daily with MRG's Public Information Specialists to produce tailored materials such as construction alerts, advisories and newsletters. Her work spans marketing campaigns, public event collateral, presentations, print and digital media, social content, video production and branding. Ms. Salinas has delivered creative solutions for FDOT, Miami -Dade DTPW, WASD and the Miami -Dade TPO, and was recently recognized for leading visual communications for the 2024 DTPW Engagement Symposium and contributing to the SCTPA's 2050 LRTP companion document. She is deeply familiar with City of Miami Beach requirements and will lead MRG's design team in producing consistent, high -quality materials aligned with the City's branding standards. Select Project Experience Includes: 2025 — Present — City of Miami Beach Fire Flow Packages (FFP) 1 and 2, Miami -Dade County, Florida — On this recently assigned contract, Ms. Salinas is responsible for designing and regularly updating weekly advisories and construction alerts distributed to key stakeholders along the project corridor. She also provides audiovisual and graphic design support for the development of visually engaging content, including social media posts, flyers, construction notices and other materials that enhance stakeholder engagement. Reference: Kevin Pulido, Neighborhood Affairs Manager, 305.673.7575 x 2112. Project Role. Graphic Designer 2021— 2024 — City of Miami Beach Advanced Metering Infrastructure (AMI) Upgrades, Miami -Dade County, Florida — Media Relations Group (MRG) was contracted by the City to manage the communication campaign and community outreach to prepare and inform stakeholders about the upgrade of water meters to AMI (Advanced Metering Infrastructure) technology. Ms. Salinas worked with the Lead Public Information Liaison to develop project fact sheets and designed communication materials for door-to-door outreach. Reference: Kevin Pulido, Neighborhood Affairs Director, 305.673.7575 x 2112. Project Role.- Graphic Designer Website design and 2022 — Present — City of Miami Beach First Street and South Pointe Stormwater management for numerous Neighborhood Improvements Project, Miami -Dade County, Florida — As Lead Graphic municipalities Designer on this project, Ms. Salinas was responsible for designing and producing the Bilingual: hybrid public meeting notification postcard for stakeholder distribution. She collaborated (English/Spanish) closely with the Public Information Liaison to develop required outreach collateral, including OFFICE LOCATION sign -in sheets, comment forms, and event signage, which were completed in alignment with Miami, Florida the City's standards and branding guidelines. Reference. Kevin Pulido, Neighborhood Affairs Director, 305.673.7575 x 2112. Project Role: Graphic Designee Melany Rodriguez Graphic Designer (Bilingual) PROFESSIONAL CREDENTIALS AS Graphic Design Technology, Miami Dade College, Miami, FL- 2021 Adobe Certified Associate, Graphic Design & Illustration using Adobe Illustrator - 2020 BASIS FOR TEAM SELECTION Recently provided graphic design assistance on the First Street and South Pointe Stormwater Neighborhood Improvements Project Assists senior staff in producing public meeting materials Highly skilled in Adobe Creative Cloud Software and Microsoft Office 365 Suite Photo editing, developing graphics for print and web; brand design & development Bilingual: (English/Spanish) OFFICE LOCATION Miami, Florida "49 Media Relations Group, LLC Melany Rodriguez is a creative and versatile graphic designer with 6 years of experience producing impacfful visual content across diverse industries. Her background includes design roles with FranklinCovey, Brighter Messaging and a range of freelance clients, where she consistently delivered high -quality marketing collateral in collaborative, fast - paced environments. At Media Relations Group, LLC (MRG), Ms. Rodriguez supports the Creative Services Manager and Lead Graphic Designer in developing transportation and infrastructure -related print and digital materials. Her work spans website design, bilingual content creation, social media campaigns and marketing assets tailored to public outreach. She plays a key role in the Miami -Dade County Vision Zero Initiative, assisting in the design of social media content, project fact sheets, and presentation graphics that enhance public engagement. She also contributes to social media monitoring and content planning, ensuring consistent, strategic communication across numerous platforms. In addition, she supported branding and educational materials for the Broward MPO Transportation Academy's 2024 class, helping to elevate its launch and outreach impact through cohesive visual storytelling. In 2024, Ms. Rodriguez also assisted with the design of meeting materials for key stakeholder meetings held on the City of Miami Beach First Street and South Pointe Stormwater Neighborhood Improvements Project. Select Project Experience Includes. 2022 — Present — City of Miami Beach First Street and South Pointe Stormwater Neighborhood Improvements Project, Miami -Dade County, Florida — Ms. Rodriguez provided graphic design assistance on the project which included name tags, sign -in sheets and a postcard notification for a meeting held in 2024. Reference.- Kevin Pulido, Neighborhood Affairs Director, 305, 673. 7575 x 2112. Project Role. Public Information Liaison 2022 — Present — FDOT District Six 1-1951State Road (SR) 1121Julia Tuttle Causeway from NW 12 Avenue to SR 9071AIton Road Project Development and Environment (PD&E) Study, Miami -Dade County, Florida — In 2022, MRG was contracted by the FDOT to conduct a PD&E Study for the SR 9341NE 79 Street (John F. Kennedy Causeway) from west of Pelican Harbor Drive to east of Adventure Avenue. Ms. Rodriguez assisted MRG's Senior Graphic Designer with designing and developing social media graphic -led posts to keep the community engaged. Reference: Robert Linares, PE., Metric Engineering, 305. 969 7943. Project Role: Graphic Designer 2023 — Present — Miami -Dade County Vision Zero Initiative, Miami -Dade County, Florida — Miami -Dade County has committed to eliminating traffic deaths and serious injuries within their transportation network by 2040 through the Vision Zero Program. MRG is leading the public engagement efforts for this life-saving initiative, which includes developing the project fact sheet, website, and outreach materials for underserved communities. Ms. Rodriguez assists the lead designer in creating social media content, informational materials such as the project fact sheet and outreach presentation graphics. Reference.- Miami -Dade County Project Manage,; Paola Baez, 305 469 5204 Project Role. Graphic Designer ALICIA GONZALEZ Project Manager Alicia Gonzalez, President and Founder of MRG, brings over 32 years of proven leadership in strategic public involvement, specializing in infrastructure and mobility initiatives throughout South Florida. As Principal since MRG's founding in 1999, Mrs. Gonzalez oversees the firm's operations and supervises a team of 20 Public Information Officers, leading major public outreach campaigns for local agencies including FDOT Districts 1 through 7, FTE, Greater Miami Expressway (GMX) Agency, and DTPW. Alicia Gonzalez has served as the Project Manager for this contract since its inception. Her expertise spans all phases of project delivery, from Feasibility Studies, Planning and Project Development and Environmental (PD&E) Studies to Design, Design -Build and Construction. She brings exceptional crisis communication capabilities and a deep understanding of stakeholder dynamics and political sensitivities, ensuring effective messaging and trust across diverse communities. Currently, Mrs. Gonzalez manages the $866 million I-395/State Road (SR) 836/1-95 Public Information Contract for FDOT District Six, where she leads branding, Alicia Gonzalez at the meeting sign -in table for the Light Rail/ Modern Streetcar Project Public Meeting in Miami Beach Alicia Gonzalez in Miami -Dade TPO briefing for the SR 826 (Palmetto Expressway)/SR 836 (Dolphin Expressway) Interchange Reconstruction website development, public meeting coordination, media relations, and outreach collateral production. Her hands-on experience in managing contract compliance, budgets, and staffing makes her a trusted and efficient partner throughout every project phase. Her work for the City includes outreach for neighborhood projects such as Parkview Island, Sunset Islands 3 and 4, Central Bayshore South, Palm and Hibiscus Islands, and the South Pointe Park Rehabilitation. She also led public involvement for the citywide Sewer Rehabilitation Project (SSES), 1 st Street Improvements, Flamingo Park upgrades, and installation of a landmark 54-inch force main. Currently, she oversees communications for the First Street & South Pointe Stormwater Neighborhood Improvements Project and continues to facilitate public hearings and coordinate with stakeholders on other FDOT projects in the City. As Project Manager, Mrs. Gonzalez will serve as the primary liaison with the City, providing oversight for task orders, budgets, and departmental coordination, as well as quality assurance and control of all outreach materials. Her process -oriented approach supports cost-effective engagement strategies designed to reach broad stakeholder audiences with minimal billable hours. Fully committed to contract success, she will guide all phases and milestones while enhancing innovation and communication efficiency within the City's Communications Department, drawing on her strong familiarity with all City processes for work order executions and invoicing. She has demonstrated her availability by being accessible 24/7 on her cell phone whenever needed. GooPUBLIC INFORMATION OUTREACH (PIO) SERVICES Pg. 10 DAYANA SANJURJO Public Information Liaison MRG's proposed Public Information Liaison (PIL) is Dayana Sanjurjo. She brings more than 20 years of professional managerial experience and, in her expanded leadership role at MRG, she oversees public outreach efforts and provides direct guidance to MRG's team of Public Information Liaisons across multiple high -profile transportation projects throughout Miami - Dade County. She specializes in strategic communications, stakeholder engagement, partnership and consensus building, interagency collaboration, media relations, development of content for internal and external publications as well as extensive educational outreach for transportation and construction initiatives successfully taking projects from the planning phase through design and construction. Ms. Sanjurjo is a trusted and recognized presence within the City of Miami Beach community, having successfully led public involvement efforts on major municipal initiatives such as the AMI Upgrades Project, where she conducted extensive outreach and door-to-door engagement, coordinated analog meter options for religious purposes, communicated project details, and addressed citizen and stakeholder concerns. She currently manages all public involvement for the First Street & South Pointe Stormwater Neighborhood Improvements Project, coordinating and staffing multiple meetings with key stakeholders from the South of Fifth area, overseeing harmonization agreement coordination, and conducting door-to-door distributions and stakeholder engagement. Additionally, she manages public involvement for the Fire Flow Prevention Packages (FFPP) 1 & 2, which involves critical infrastructure upgrades, including upsizing existing water mains and installing new water connections. In these roles, Ms. Sanjurjo has demonstrated a strong command of community engagement best practices, effectively reaching residents and businesses through door-to-door outreach, stakeholder coordination, and multilingual communications that ensure clarity and transparency throughout every phase of these projects. Mrs. Sanjurjo has also been responsible for coordination with Clients, implementation of effective QA/QC and the supervision of project personnel on major municipal contracts for the DTPW which includes the Bear Cut PD&E Study and the Better Bus Network (BBN) Transit Connections Outreach Campaign. 40, Dayana Sanjurjo discussing design project details with a stakeholder for the First Street & South Pointe Stormwater Neighborhood Improvements Project On the Miami Shores Village Bayfront Park Project and Town of Bay Harbor Islands Road Causeway Bridge Replacement PD&E Study, she played a crucial part in engaging the community, where she organized multiple public meetings and supported communication strategies to enhance public awareness and participation. Fluent in English and Spanish, Mrs. Sanjurjo excels in bilingual communications, stakeholder research, and planning and executing community outreach activities. She plays a central role on the 1-395/SR 836/1-95 multi -million - dollar design -build project where she led efforts in maintaining comprehensive project databases, coordinated stakeholder meetings, monitored fulfillment timelines and managed both staff and client communications. For the Town of Medley NW South River Drive Drainage Improvements Project, Ms. Sanjurjo played a key leadership role, representing the project during stakeholder and client meetings, conducting field visits, overseeing door-to-door distribution of materials, and managing outreach deliverables throughout construction. She also led on -the -ground efforts as part of the FDOT District Six Districtwide Communication Programs and Special Projects Contract, collaborating with the City of Miami Beach Police Department to distribute educational materials and engage directly with the public at high -crash corridors along Alton Road and Collins Avenue. She also managed logistics for public meetings and facilitated direct engagement with property owners and tenants. Her work in Miami Beach reflects a deep understanding of the community's expectations, need for consistent messaging, their sensitivities and communication preferences. This experience positions her to continue delivering high -quality engagement that supports project success and strengthens citywide trust. 0049 PUBLIC INFORMATION OUTREACH (PIO) SERVICES Pg. 11 ISELA CARMIOL I Assistant Public Information Liaison MRG's proposed Assistant Public Information Liaison (APIL) is Isela Carmiol. Ms. Carmiol is a fully bilingual (English/Spanish) communications professional with more than 12 years of specialized experience in outreach, public engagement, and digital strategy. She provides direct support to Public Information Liaisons, offering a versatile skill set that includes database creation and management, door-to-door outreach, clerical support, and stakeholder follow-up, particularly in relation to harmonization documents. Ms. Cormiol's background includes social media coordination, e-marketing outreach, and hands-on community engagement for major safety and infrastructure initiatives across Miami -Dade, Monroe, Broward, and Lee counties. She has been a key contributor to MRG's public engagement efforts, supporting Lead Public Information Officers and FDOT District Six's ITS management team by developing outreach materials, managing digital communications, and delivering responsive customer service. In Miami Beach, Ms. Carmiol supports public involvement efforts for the First Street & South Pointe Stormwater Neighborhood Improvements Project, assisting the Lead Public Information Liaison with door-to-door distributions to ensure timely and accurate communication of project updates and upcoming community meetings. She also contributed to the AMI Upgrades project by conducting extensive door-to-door outreach, engaging residents and business owners, responding to inquiries, maintaining a detailed stakeholder concerns log, and ensuring the public was well-informed on project benefits, timelines, and resources. Currently, she supports MRG's Public Information Managers and Lead Specialists across multiple transportation and infrastructure contracts. Her contributions include maintaining accurate project records, tracking deliverables, coordinating stakeholder engagement activities, organizing community events, and managing inquiries in real time. She is highly proficient with communication tools, virtual meeting platforms, and the execution of external communications plans, and she is frequently relied upon by project teams to take on specialized assignments as needed. Ms. Carmiol consistently demonstrates outstanding organizational skills, resourceful problem -solving, and a focused approach, making her a valuable asset to high -impact municipal initiatives. VANESSA SALINAS I Graphic Designer Vanessa Salinas, MRG's Creative Services Manager and Lead Graphic Designer, brings over nine years of experience in branding, visual communications and public outreach design. For the pastfive years, she has provided dedicated graphic design services to the City, establishing herself as a trusted expert in the City's visual standards, community sensitivities and project branding needs. Ms. Salinas is recognized for her ability to transform technical content into clear, visually engaging materials for the public. She works closely with MRG's Public Information Specialists to create community -tailored graphics such as construction alerts, advisories, and newsletters. She also manages multiple projects that include marketing campaigns, public event collaterals, project presentations, print design, infographics, email newsletters, social media messaging, website editing, video production and editing, photography, and branding. As MRG's Creative Services Manager and Lead Graphic Designer, Ms. Salinas has delivered creative solutions for agencies including the FDOT, DTPW, WASD and the Miami -Dade TPO. Most recently, she was recognized for leading the visual communications for the 2024 DTPW Engagement Symposium and Industry Forum. She was also recently recognized in a publication by the Sun Coast Transportation Planning Alliance (SCTPA) for her contributions to the 2050 West Central Florida Regional Long Range Transportation Plan (LRTP) companion document, to support the plan's regional visibility and helps to enhance stakeholder understanding across West Central Florida. She is well -versed in City of Miami Beach project requirements, public outreach, and branding standards. Her project experience includes FDOT District Six's 1-195/Julia Tuttle Causeway PD&E Study, 1-395/SR 836/1-95 Design -Build Project, and the City's Public Information Services Right of Way and Facilities Construction contract, as well as the First Street & South Pointe Stormwater Neighborhood Improvements Project. REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF pg. 12 PUBLIC INFORMATION OUTREACH (PIO) SERVICES Project Name Scope of Services Provided Name of Individuals that worked on the Client Client Project Manager and Contact Cost of The Services Referenced Project Information Provided As part of its three-year Capital Improvement Program (CIP), MRG was contracted by the City to provide public information services on Kevin Pulido, Neighborhood Affairs $244,600 the Right of Way and Facilities Construction contract, which involved more than 200 CIP projects and effectively communicating construction Alicia Gonzalez, City of Director, COMB (first contract) information to the residents of the City. As part of the project scope, MRG Dayana Sanjurjo, Miami Beach Phone: was responsible for providing extensive outreach. MRG developed a full Vanessa Salinas, (COMB) 305-673-7575 x 2112 $195,700 campaign including templates for collaterals such as door hangers, fliers, Isela Carmiol Email: (second fact sheets, construction advisories and updates. After successfully fulfilling KevinPulido@MiamiBeachFI.gov contract) contract needs, MRG was hired for a second time to continue services on the contract with an extension. MRG was contracted by the City to assist with the communication Kevin Pulido, Neighborhood Affairs campaign and community outreach for the First Street Neighborhood Improvements & South Pointe Stormwater Project. Responsibilities Alicia Gonzalez, City of Director, COMB included developing a public involvement plan in close coordination with Dayana Sanjurjo, Miami Beach Phone: $114,970 the City's Neighborhood Affairs Division staff, developing project -related Vanessa Salinas, (COMB) 305-673-7575 x 2112 informational materials, coordinating community outreach meetings, Isela Carmiol Email: producing bilingual collateral, communicating project information, and KevinPulido@MiamiBeachFI.gov addressing citizen/stakeholder concerns. MRG was contracted by the City to manage the communication campaign Jose "Joe" G6mez Deputy City Manager, and community outreach to prepare and inform stakeholders about the upgrade of water meters to AMI (Advanced Metering Infrastructure) Alicia Gonzalez, Coral Gables (Former Public Works Director technology. Responsibilities included developing Public Involvement City of Dayana Sanjurjo, for COMB) Plans (PIP) in coordination with the City's Neighborhood Affairs Division, Miami Beach Vanessa Salinas, Phone: $96,590 creatinginformational materials, producing collateral, conducting P 9 9 (COMB) 305-569-1850 extensive outreach and door-to-door engagement, coordinating analog Isela Carmiol Email: meter options for religious purposes, communicating project details, and jgomez@coralgobles.com addressing citizen and stakeholder concerns. When the Advanced Metering Infrastructure (AM I) Upgrades Project was brought up to me and 1 saw the magnitude of the PI component it required, I knew immediately that this had to be done by Media Relations Group. The MRG team has been crucial 44 in the success of this project, and I thank them for their hard work and support. - Joe Gomez, former Public Works Director for the City of Miami Beach REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES Term of the Engagement First Contract: Start date: 05/2012 End date: 07/2015 Second Contract Start date: 08/2015 End date: 11 /2020 Renewal: Start Date: 01 /2021 End Date: 01/2026 Start date: 07/2022 End date: Ongoing Start Date: 12/2021 End Date: 06/2024 `91 Pg. 13 Project Name Scope of Services Provided Name of Individuals that worked on the Client Client Project Manager and Contact Information Cost of The Services Term of the Engagement Referenced Project Provided The Alton Road Outreach Effort Phases I & II were designed to inform pedestrians and bicyclists to stay safe when crossing the roads and reminding drivers to yield to pedestrians along Alton Road between 5 Maria Higgins Fallon, Public Information Street and Dade Boulevard in Miami Beach. MRG increased awareness regarding the dangers of improper use of pedestrian crosswalks and mid- Director, FDOT District Six block crossings through the distribution of existing campaign collaterals "Alert Alicia Gonzalez, FDOT Phone: $25Start Date: 06/2019 including Today, Alive Tomorrow" and Rectangular Rapid Flash Dayana Sanjurjo District Six 305-470-5277 ,400 End Date: 02/2020 Beacon (RRFB) brochures, and coordinating with the City of Miami Beach Email: in utilizing their existing communication resources. MRG also performed maria.higginsfallon@dot.state.fl.us physical distribution and education on the Miami Beach Trolley and prepared social media messaging for distribution via various FDOT District Six platforms. MRG leads the development and ongoing management of the 1-395/SR 836/1-95 Design -Build Project website and branding, ensuring dynamic page design, accessible content, mobile responsiveness, integrated First Contract: anal ics and alerts stems. PI services include stakeholder outreach, Yt Y Alicia Gonzalez, Oscar Maria Higgins Fallon, Public Information Start date: 09/2009 inquiry responses, CAP development and QA/QC of media materials. Gonzalez, Dayana Director, FDOT District Six End date: 02/2016 MRG led staff also plans and executes special events, produces weekly Sanjurjo, Sandra FDOT Phone: $2.8 Million lane closure alerts, designs collateral materials and complex detour plans, District Six 305-470-5277 Second Contract: which are often featured on local TV traffic segments. MRG produces Antonio, Vanessa Email: Snort Date: 01 8 educational videos, shared through social media and other platforms, Salinas, Isela Carmiol maria.higginsfallon@dot.state.B.us End Date: Present that serve as on effective tool to clearly explain complex construction (Estimated 2029) operations and Maintenance of Traffic (MOT) plans, helping the public understand project impacts. This project involves the study and analysis of existing/future congestion and future travel demand projected as a result of area -wide population Maria Higgins Fallon, Public Information and employment growth along the 1-195 corridor. MRG leads all public Alicia Gonzalez, Director, FDOT District Six Start Dote: 07/2022 involvement efforts for this study, including scheduling and participating in Isela Carmiol, FDOT Phone: $232,254.93 End Date: Ongoing elected official briefings and coordinating numerous public meetings, such Vanessa Salinas, District Six 305.470.5277 as Community Advisory Group meetings, Project Advisory Team meetings, Melany Rodriguez Email: (Estimated 2026) a kick-off meeting, and an alternatives public meeting. MRG is currently maria.higginsfallon@dot.state.A.us preparing for a public hearing scheduled for 2026. This is the "A" TEAM! Thank you and congratulations on an outstanding job! Aileen Boucle, AICP, Executive Director, Miami -Dade Transportation Planning Organization REQUEST FOR QUALIFICATIONS (RFQ) j 2025-423-DF Pg. 14 PUBLIC INFORMATION OUTREACH (PIO) SERVICES Project Name Scope of Services Provided Name of Individuals that worked on the Client Client Project Manager and Contact Cost of The Services Term of the Engagement Referenced Project Information Provided MRG was responsible for the public involvement for all phases of this Adriona P. Lamar, Public Affairs Manager, project and served as the department liaison to the project managers. WASD (Retired) The team scheduled and coordinated team participation during meetings, Phone: prepared meeting minutes and responded to all action items as determined 786-552-8087 by the project administrators. MRG successfully prepared a PIP which Email: served as the living document throughout the project and produced a project fact sheet in accordance with Miami -Dade WASD standards Miami -Dade olamar@miamidade.gov which was distributed to key stakeholders. Throughout the project, MRG County Water Alicia Gonzalez, Oscar Start date: 04/2011 was responsible for coordinating periodic project meetings which detailed Gonzalez and Sewer Additional Contact: $121,000 End date: 10/2013 the latest construction -related activities, future proposed impacts, potential Department Jennifer L. Messemer-Skold, public involvement issues and provided necessary strategies for how (WASD) Communications Manager, outreach efforts would be coordinated. MRG's PIO Alicia Gonzalez Office of Public Engagement, WASD acted as a liaison between the county and municipalities and hosted the construction public information meetings for project. This project also Phone: required daily interaction with the South Pointe residents and businesses, 786-552-8251 as well as the City of Miami Beach Engineering and Public Information Email: staff. Jennifer.Messemer-Skold@miamidade.gov Thank you so much, MRG team, for the wonderful job you've done not just this year but since the beginning of the program. Each of you is an integral part of this effort. 44 — Paola G. Baez, PE, Chief, Multimodal Development Section, Transportation Planning and Policy Division, " Miami -Dade County DTPW, referring to the County's award -winning Vision Zero Project Outreach REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES Pg. 15 A. Project Specific Approach to Handling Communications for Neighborhoods and HOAs for Different Types of Projects In this tab, MRG will present its comprehensive knowledge of the approaches and methodologies addressing all seven bullets outlined in the RFP for Tab 3. We will detail not only our understanding and proven techniques but also highlight the specific projects where these strategies have been successfully applied. In addition, we will identify the proposed staff members who were or are currently involved in these efforts. For this response, we have categorized the City's projects into two types: neighborhood improvements and parks/facilities. While each requires a slightly different communications approach, many core components remain consistent. The City prioritizes ensuring that all citizens and business owners are notified of upcoming or ongoing improvements before work begins. In alignment with the City's request, we are providing a project -specific approach that demonstrates how our team manages communications for both neighborhoods and parks/facilities, using examples from past and current City projects. In addition, we outline general outreach methods that are applicable to both project types and can be adapted as needed. Neighborhood Improvement Projects Neighborhood improvement projects often include infrastructure and roadway enhancements that require significant public outreach and close coordination with property owners, residents, and homeowners associations (HOAs). MRG's previous projects —including Sunset Islands 3 and 4 Neighborhood Improvements, Flamingo Park Neighborhood Improvements, Central Bayshore South, South Pointe Rehabilitation, South Pointe Park Water Feature, Parkview Island, and the current First Street & South Pointe Stormwater Neighborhood Improvements Project, required extensive outreach to residents and property owners, as well as coordination with the respective HOAs. For the current First Street and South Pointe project, MRG's public information liaison (PIL) assists the Neighborhood Affairs Manager with the community outreach, coordinating with stakeholders and communicating project information and updates to the South of Fifth HOA through presentations and one-on-one meetings. The first major step in any project is the kickoff meeting, where the project team reviews the project's history and scope. During this meeting, the PIL can assess the community's stance on the improvements and determine the type of outreach needed. These meetings can be conducted virtually if necessary, and the communication approach for each project is tailored to the community. This process not only engages stakeholders but also supports grassroots outreach efforts. For example, most communications for Sunset Islands 3 and 4 were sent via email blasts, whereas in neighborhoods like Parkview Island —where HOA participation is voluntary and residents are less digitally connected —door-to-door distributions were implemented. The next step is the creation of the project fact sheet. M RG's Senior Graphic Designer and PIL have over six years of experience preparing multilingual fact sheets using City templates, including developing new templates as needed. Once approved, the fact sheet is first distributed to the HOA, if applicable. For Sunset Islands 3 and 4, the HOA president requested distribution to all residents via email. Additionally, MRG conducts door-to-door distribution, which allows the team to collect resident and property owner contact information, build rapport, and develop a living project contact database that is maintained throughout the project's duration. Residents can submit questions to the PIL, who either routes them to the project team or schedules follow-up meetings. UPDATE ®Iwo Collateral sample for the City of Miami Beach Sunset Islands 3 and 4 Neighborhood Improvement Project REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF pg. 17 PUBLIC INFORMATION OUTREACH (PIO) SERVICES New conduits, wire and service points for existing streetlights Roadway reconstruction, r-- -i-- -- and/or rehabilitation Lining of the sanitary sewer main, including structures and laterals Concrete valley gutter New water main and electronic water meters Sidewalk extensions Installation of new stormwater drainage system Brick paver speed tables c and pump stations roundabouts Pavement markings and sii Cleaning and lining existing drainage outfalls � Tree planting Overhead utility (FPL, ABB and ATT) I Driveway and swale harm undergrounding Pedestrian/Bicycle improv MRG maintains contact with residents according to each community's preference —daily, weekly, semi -weekly, or monthly —and provides updates when major delays or changes occur. For road closures, electronic signage is recommended two weeks prior, along with notifications to residents and property owners impacted by construction. The mayor and commissioners are also informed through in - person meetings or written communication, depending on City protocol. City staff coordinate with these offices before, during, and after construction to keep officials updated. All existing City communication channels are leveraged and expanded as projects progress. MRG staff on site for the first AM water meter installation at Hibiscus Island Prior to construction, MRG's PIL coordinates a community Community members have the opportunity to voice concerns, public meeting with support from the City's Neighborhood which may be addressed during the meeting or in follow-up Affairs Manager. Residents, businesses, and relevant communications. Throughout construction, MRG continues City staff are invited, along with the design -builder or day-to-day communications and administrative tasks, as contractor, to present the project and answer questions. well as project wrap-up activities as completion approaches. GooREQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF pg. 18 PUBLIC INFORMATION OUTREACH (PIO) SERVICES Parks and Facilities Projects Parks and facilities construction projects often require a tailored approach. For example, MRG's South Pointe Park Landscape Rehabilitation Project involved removing existing sod and soil, installing new materials, rehabilitating landscaping, improving underground drainage, replacing sections of sidewalks and pathways, and expanding the off -leash dog area. To keep the community informed, MRG developed and distributed a fact sheet prior to construction —delivered door-to-door to all residents south of Fifth Street and shared via e-blast. The e-blast was sent to a stakeholder database MRG created from distribution efforts, supplemented with an existing City contact list. Leveraging and enhancing existing resources rather than starting from scratch is a key principle of our outreach strategy. Consistent communication with neighborhood associations is also essential. For South Pointe Park, this meant working closely with the South of Fifth Neighborhood Association (SOFNA), one of the City's most active HOAs. MRG maintains a strong relationship with SOFNA's leadership, including current President Keith Marks. Construction updates and advisories were issued as needed via email to ensure residents and businesses remained informed. Outreach materials also emphasized project benefits, identified alternate facilities available during construction, and included the projected completion date —balancing awareness of impacts with a clear focus on community improvements. First Street and South Pointe Stormwater Neighborhood Improvements SOFNA Meeting Presentation MRG also tailors communication methods to the preferences of each neighborhood. In South Pointe Park, residents responded well to email, while in other communities additional methods may be more effective. For projects affecting public parking, coordination with the City's Parking Department is required, and "No Parking" signs are placed at least two days in advance. If construction vehicles require curbside parking, MRG proactively notifies nearby businesses of dates, times, and potential impacts, coordinating with contractors to minimize disruptions. A project sign is also posted in the park, as required by the City. WWW F*ah" Renovalion rlea. p€n . fa n DEDICATION CEREMONY cebbeohng the om p"m of he SOUTH POINTE PARK WATER FEATURt dedioaied in memory of CHIFF MARK OVi! FORM€! ,. . .. CH€re Thursday, January 18, 2018 5:30 p.m. Entrance of South Point* Pork, at the south end of Washington A~ — Collateral sample for the City of Miami Beach South Pointe Park Water Feature Renovation Finally, when working in parks or facilities, coordination with the Parks and Recreation Department, Arts and Culture Department, and other City liaisons is essential to avoid conflicts with scheduled events, film permits, or other public uses of these spaces. MRG recognizes the importance of planning ahead with individuals such as Diana Bego, Special Events Coordinator, and Shama Johnson, Film and Print Production Liaison to ensure that construction activities do not interfere with planned events. While MRG strives to accommodate these requests whenever possible, City leadership is promptly notified if conflicts arise. The Public Information Liaison plays a critical role in monitoring and communicating any local or City -sponsored events that may intersect with project activities. REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF Pg. 19 PUBLIC INFORMATION OUTREACH (PIO) SERVICES Public Information Campaigns For 26 years, MRG has a proven track record of designing and delivering impactful public information campaigns that educate, inform, and inspire meaningful action. Whether focused on traffic safety, sustainability, or public health, our campaigns are built on a foundation of traditional outreach, digital engagement, and grassroots strategies that effectively engage Miami Beach's diverse residents, visitors, and business owners. Our campaign development begins with clearly identifying goals, target audiences, and key messages. We then build partnerships with City departments, law enforcement, local organizations, schools, and businesses to expand reach and foster community buy -in. Kick-off meetings, virtual or in -person, are held to align messaging, distribute trilingual materials (English, Spanish, Creole), and ensure consistency across all platforms. We specialize in producing multi -faceted campaigns that combine digital and print media, social media and web content, branded collaterals (flyers, fact sheets), event planning, earned media coverage, and on -the -ground outreach. All materials align with City standards while also reflecting the multilingual and multicultural makeup of the community. Our portfolio includes high visibility campaigns such as: • Alton Road Educational Campaign • Palmetto Express Tolling Phase Educational Campaign • Put it Down Distracted Driving • Drive Safe Aggressive Driving • Ride Smart Motorcycle Safety • Alert Today Alive Tomorrow (Pedestrian & Bicycle Safety) • Walk Wise • Adaptive Signal Control Technologies (ASCT) Pilot Project • Wrong -Way Driving Initiative Phases I & II Campaign Collateral Samples RORIDATEXTING AND DRIVING LAW h.n nlll<.r u., Ya E.Inp Mn. .�0 Mry un yell You NO text. NO call. NOTHING I II SPAY HANDS -FREE �© WHILE DRIVING IN SCHOOL ZONES �ffGll�� VOD ARE OODFOTNEYFRRNO NAY. rwny ARowro Ryrmumr. • REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES A standout example of our campaign work is the Alton Road pedestrian safety campaign for FDOT District Six. In partnership with the City of Miami Beach and the Miami Beach Police Department, MRG developed and executed an outreach effort along Alton Road from 5th Street to Dade Boulevard. The campaign's goal was to raise awareness about pedestrian safety laws and encourage drivers to yield to pedestrians. Dayona Saniurio during FDOT District Six Alton Road educational outreach and with sample collateral MRG created and distributed educational materials including Alert Today Alive Tomorrow and Rectangular Rapid Flash Beacon (RRFB) brochures, which were handed out by staff aboard City trolleys and placed in on -board literature slots for ongoing access. We hosted pop-up education stations along the corridor and supported educational activities with law enforcement within the City to reinforce safe crossing behavior. By leveraging existing City communication. channels and resources, the campaign achieved wide visibility without adding operational burden to City departments. Importantly, our involvement doesn't end at deployment. MRG places strong emphasis on measurement and transparency, tracking engagement levels, feedback, and reach. Each campaign concludes with a comprehensive final report, executive summary, and when applicable, a video recap highlighting impact, lessons learned, and recommendations for future efforts. In today's information -saturated environment, simply sharing a message is no longer enough. MRG's campaigns are designed to cut through the noise, connect with real people, and promote long-term behavior change. With deep experience managing public awareness initiatives for both FDOT and the City of Miami Beach, we are ready to support the City in developing forward -thinking, culturally competent campaigns that create real, measurable impact. B. General Communications Plan for Public Information and Outreach Public communication and community engagement are critical to the success of any initiative within the City of Miami Beach. Each project, regardless of its size or complexity, requires key communication components to ensure transparency, build trust, and keep stakeholders informed. Core Outreach Components All efforts include, but are not limited to: • Pre -implementation and on -site field visits • Development of tailored Public Involvement Plans (PIPS) • Coordination of public meetings and individual stakeholder meetings ` Production and distribution of multilingual informational materials • Maintenance of project webpages and digital updates • Management of a project -specific contact database and stakeholder issues log The assigned public information liaison will manage these components, while project managers will oversee quality control. Initial Coordination At the onset of a project, the communications team will meet with City staff to define goals and messaging priorities. This initial assessmentwill also review current outreach tools and identify opportunities to expand communication channels and resources. Each project will receive a customized approach based on its specific needs and stakeholder groups. Atthis stage, we also identify and formally introduce the assigned Public Information Liaison to the community, ensuring residents and stakeholders know exactly who their primary point of contact is for questions, concerns, and project -related information. Multilingual and Inclusive Communication All materials will be developed in English and Spanish, or additional languages as needed, in alignment with the City's diverse population. Communication efforts will span all project phases: 6" REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF Pg. 21 PUBLIC INFORMATION OUTREACH (PIO) SERVICES • Pre -implementation: Clearly outline the benefits of the project, potential impacts, and mitigation strategies to nearby residents and businesses. Active project period: Maintain ongoing dialogue with the community through e-blasts, signage, meetings, and real-time issues log that tracks and addresses inquiries. Post -completion: Summarize outreach efforts, gauge community satisfaction, evaluate which strategies and activities were most effective, and ensure all restoration and clean-up tasks have been completed. Outreach to Elected and Appointed Officials Key stakeholders, including the City's elected and appointed officials, will receive advance notice of significant projects. Briefings and informational materials will be prepared to support internal communications and community engagement efforts led by these officials and their staff. Residential Stakeholder Engagement Residents, whether property owners or renters, will be notified of upcoming projects through a variety of channels, including: • Door hangers, mailed flyers, and newsletters • Lobby postings in multi -unit buildings • Direct emails and phone calls to property managers and HOAs • Coordination with neighborhood associations and community resource officers The communications team will work to build trust and encourage open communication with residents, ensuring they know how to get questions answered promptly. B�l+l j Assistant Public Information Liaison Deborah Souverain conducting door-to-door outreach Proposed Assistant Public Information Liaison Isela Cormiol conducting door-to-door outreach for the First Street Public Update meeting Business Community Coordination Businesses affected by projects will be contacted early to understand their specific needs and operations. Information about delivery schedules, customer access, and operating hours will be gathered to inform traffic and construction planning. Businesses will receive: • Printed materials and flyers to share with employees and customers • Maps detailing alternate routes, contact information, and timeline summaries • Inclusion in a -blast updates and direct outreach as necessary Event Coordination and High -Impact Periods The City hosts numerous annual festivals, races, and cultural events that increase pedestrian and vehicle traffic. When construction overlaps with these events, the communications team coordinates proactively with event organizers and City staff to adjust schedules, issue notifications, and facilitate logistical support. Digital Communications and Alerts Digital outreach tools such as e-blasts, social media updates, and dedicated project webpages will serve as core communication channels. The team will: • Use tools like Constant Contact or Mailchimp to distribute regular updates via email • Coordinate with the City's Geographic Information System (GIS) and communications departments for real-time traffic alerts • Maintain an active digital presence across the City's official website and social media platforms GooREQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF Pg. 22 PUBLIC INFORMATION OUTREACH (PIO) SERVICES Resource Coordination The City of Miami Beach has many resources available to support communication efforts, such as construction signage, local media relationships, and neighborhood publications. The communications team will collaborate with relevant departments to utilize these tools effectively and support citywide coordination across multiple projects. Media and Public Relations The communications team will work with the City's Marketing and Communications staff to notify media outlets of important developments, delays, or emergencies. Support will include drafting press releases, coordinating interviews, and ensuring accurate and timely reporting through trusted media channels. In addition, the team will track community concerns as well as monitor, collect, and archive media stories and clips related to the project. WHY SELECT MRG? C. Understanding of Various Construction Project Methods: Design -Bid -Build and Design Build MRG ensures that each design project is executed with the highest level of organization and precision. During this critical transition period, it is essential that projects be managed with close attention and care. MRG is committed to involving the public in all decision -making processes to ensure that concerns and questions are addressed well before the project advances to the final construction phase. A key goal at this stage is to collaborate closely with the engineering consultant to identify impacted stakeholders and resolve potential issues early, helping to avoid costly construction delays later in the process. To foster a strong understanding of the community's needs, we coordinate a series of public meetings at key milestones throughout the design phase. The MRG team will continue to address the following critical requirements, as has been proven: • A strong record of accomplishment on similar projects, and the understanding of every project discipline from design through construction • Development of public involvement strategies for multiple City projects including overall messaging and educating the public • Establish relationships with community and government leaders, business organizations and other key stakeholders throughout project limits and the City • Provide all the technical skills and services necessary to meet virtually any public information or public involvement requirement as quickly as possible • An understanding of work previously performed in the area, including other construction segments within the City • An unmatched level of experience on construction projects throughout the City and South Florida • An understanding of the procedures of the CIP Office and other City departments, and the need for continued coordination throughout the life of each project • The provision of qualified personnel in sufficient numbers to simultaneously conduct first-rate public relations and public involvement services for this project • Experienced staff with a thorough understanding of the City that will serve as resource that no other proposer possesses • A commitment to utilizing lessons learned from current projects on future projects • A proven track record of representing the City in the areas designated in the scope • REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF PUBLIC INFORMATION OUTREACH (PIO) SERVICES Pg. 23 As part of this process, we also coordinate and attend briefings with elected officials to keep them informed of the most current and relevant project updates, while also gathering their input. MRG frequently organizes and staffs formal presentations for concerned HOAs to keep residents engaged and informed. Additionally, we prepare a comprehensive record of team commitments prior to the start of construction to ensure that all questions and concerns have been thoroughly addressed. At this point, the design team formally transitions the project to the construction team, providing a complete summary of all public involvement efforts to date. MRG ensures that all design -build projects are managed in a structured, organized, and efficient manner, mirroring the disciplined approach used in traditional design and construction phases. We collaborate closely with the project team and impacted stakeholders to build strong consensus and support. Ongoing engagement with local elected and appointed officials is vital to ensure that accurate information is shared across communities and that stakeholders are given meaningful opportunities to express concerns or PROS AND CONS OF DESIGN -BUILD For Design -Build, the project owner develops conceptual design between 30 and 60 percent plans and performance specifications, then selects a design -build team based on a combination of qualifications, project approach and price to complete the design and build the project. The project owner signs off on design "packages" generally at 60, 90 and 100 percent plans developed by the design -build team. Once project owner signs off on the design plans, the design -build team implements the construction of the project. Project owner approves the construction and then operates and maintains the completed project. PROS: V Selection based on quality and price; design -build team responsible for both design and construction; limits price changes d Generally, a faster delivery method as design and construction occur concurrently V Less common; usually pursued by medium/large firms with higher competition d Fosters innovation ask questions. In design -build projects, in particular, it's important to emphasize the project schedule and keep the public informed in advance of major milestones or activities. Through public meetings and workshops, MRG provides forums for dialogue and engagement, working directly with the community to ensure awareness of evolving design plans, upcoming construction activities, and other key project developments. As a design -build project progresses, MRG continues to support the project team, helping maintain momentum and address community needs. These projects often require additional outreach and one-on-one meetings, especially when limited engagement has occurred before the contractor is brought on board. Once the contractor's proposed methods and materials are accepted by the City and project manager, it's critical to clearly communicate these decisions to the public to maintain transparency and trust. MRG tailors its public involvement (PI) approach to the specific needs of Design —Bid —Build (DBB) and Design — Build (DB) projects. For DBB projects, our PI efforts are CONS: Less project owner control; the more "control" over X these approvals leads to more risk transfer back to the project owner X Project owner must be comfortable with innovation, risk transfer, and performance specs to be successful Build quality is warranted for a short period — X typically one to three years; project owner takes the full risk of the cost of operations and maintenance MRG EXPERIENCE - DESIGN -BUILD Several WASD infrastructure projects - Alicia Gonzalez, Dayana Sanjurjo, Isela Carmiol, and Vanessa Salinas SR 836/Palmetto Expressway Reconstruction (Design -Build -Finance, later Design -Build) - Alicia Gonzalez and Oscar Gonzalez 1-595 Corridor Improvements (Design -Build - Finance -Operate -Maintain - first in the state) - Alicia Gonzalez and Oscar Gonzalez Several DTPW projects - Oscar Gonzalez, Alicia Gonzalez, Dayana Sanjurjo, Sandra Antonio, Iselo Carmiol, Deborah Souverain, Vanessa Salinas, and Melany Rodriguez GooREQUEST FOR QUALIFICATIONS (RFQ) jj 2025-423-DF Pg. 24 PUBLIC INFORMATION OUTREACH (PIO) SERVICES PROS AND CONS OF DESIGN -BID -BUILD (DBB) For DBB, MRG understands that the project owner develops 100 percent design and specifications, competitively bids this in the open market and normally selects the low -price bid. The selected contractor builds the project in accordance with the owner developed design and specifications. Project owner approves final construction and then operates and maintains the completed project. The contractor is paid monthly progress estimates. PROS: V Project owner controls the complete design and specifications d Lowest price for the project Simple and most common approach used in the market, so contractors understand it V Normally a higher level of competition CONS: • Any changes in the field in design or specifications such as quantities, conditions or errors are the responsibility of the project owner and increases bid price in the range of 10% plus or minus. X Time to design, bid, and build collectively can be a slower method for project delivery. X Low bid price selection may not consider quality of the contractor team selected. X Build quality is warranted for a short period — typically one to three years, may be longer for special items like rolling stock and technology for manufacture warranties. X Project owner takes the full risk of the cost of operations and maintenance. MRG EXPERIENCE - DESIGN -BID -BUILD Okeechobee Road Reconstruction (PD&E, Design, and Construction) — Alicia Gonzalez, Dayana Sanjurjo, Isela Carmiol, Deborah Souverain, and Vanessa Salinas Several DTPW projects — Oscar Gonzalez, Alicia Gonzalez, Dayana Sanjurjo, Isela Carmiol, Sandra Antonio, and Vanessa Salinas FDOT Miscellaneous Construction Contracts in Miami -Dade and Monroe Counties — Dayana Sanjurjo, Isela Carmiol, and Vanessa Salinas primarily concentrated in the planning and design phases, where we support the agency and design consultant in presenting project alternatives, facilitating public meetings, and documenting community feedback. The goal at this stage is to build understanding and transparency before the project advances to construction. Once construction begins, our role shifts to providing updates on anticipated impacts and maintaining clear communication with stakeholders. On Design —Build projects, MRG takes on a more dynamic and ongoing PI role. Because design and construction often overlap, our team delivers continuous communication throughout the project lifecycle. We develop and distribute project materials, manage construction alerts, and coordinate closely with the Design -Build team and agency staff to address evolving community impacts such as traffic, access, and noise. Our proactive approach ensures stakeholders receive timely information and that feedback can be integrated quickly into project activities. By adapting our PI strategy to each delivery method, MRG ensures consistent, transparent, and effective communication that builds trust and supports project success. With more than 20 years of experience in both design -bid - build and design -build projects across South Florida, MRG has a deep understanding of the distinctions between the two methods and how to effectively communicate them to the public. We specialize in translating complex concepts into relatable, easy -to -understand information. „1 J95/SR !36/I-95 Daapi Build Pmi I s � 1-3951SR 93611 95 Dngn Build P geci Milestones AccomPlis6ed w .u. ms. �.re yc�o-..n' _ llpcominq Milestones FD0T,sIwrt.Sdery •�.IQueRry • 'i i Collateral sample for the 1-3951SR 83611-95 Design Build Project Pg. 25 Goo PUBLIC INFORMATION OUTREACH (PIO) SERVICES As shown in the previous charts, we offer a simple yet informative comparison of both approaches, outlining their respective benefits and challenges. One of our most effective tools is the infographic format, which visually simplifies information through the use of charts, graphics, and concise text. With thoughtful use of color and design, these materials become impactful and memorable. We also produce short videos that can be distributed via social media or email blasts, showcasing real -life examples of South Florida projects built using both methods. These videos help residents connect with the content and better understand the construction process. We can develop a video series tailored for both virtual and in -person presentations that highlights the differences and advantages of each method. For communities that may not rely on digital Platforms, we also provide printed outreach materials, such as double -sided postcards that explain the key differences and benefits of each project type in a clear, reader -friendly format. �FSocial media video series By The Numbers" produced '0 by M RG for the 1-3951SR 83611-95 Design Build Project Ultimately, MRG aims to leverage its extensive expertise to inform and empower communities through effective communication, helping the City meet its outreach goals and keep the public informed, engaged, and confident throughout the project lifecycle. D. Cost -Effective Methods MRG will continue to explore cost-effective methods, beyond those currently in use by the City, to actively engage stakeholders and keep them informed. In addition to the existing strategies, the City may consider the following approaches to further enhance communication and community engagement: • Utilizing social media platforms (e.g., Facebook, X, Instagram, Nextdoor) to share real-time project updates and foster community interaction Ik , City of Miami Beach First Street & South Pointe Stormwater Neighborhood Improvements Project Update Meeting Nov 2024 Stakeholder Notification Postcard Example • Implementing a subscription -based text alert system to provide timely notifications on traffic impacts, construction milestones, and emergency updates • Hosting virtual community meetings or webinars to improve accessibility and encourage greater participation • Producing short video updates or project highlight reels for distribution through the City's website and social media channels • Incorporating QR codes on flyers, signage, or mailers that link directly to project -specific pages or updates • Launching a monthly e-newsletter that summarizes active and upcoming projects in a clear and concise format • Partnering with local schools, libraries, and community centers to expand outreach and reach a wider audience 44 1 have rarely been impressed with service from a vendor, but MRG is simply amazing. Report card A+! - Bryan Caletka, Director of Transportation, Broward Metropolitan Planning Organization (MPO) G" REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF Pg. 26 PUBLIC INFORMATION OUTREACH (PIO) SERVICES E. Quality Assurance and Quality Control (QA/QC Process) MRG's goals for project quality control are to provide our clients with documents that are complete, orderly and correct. Generating high -quality products is vital to our continued professional viability and success. It is of utmost importance to maintain and execute an internal quality management process for all of our clients that ensures products are accurate and delivered in a timely manner. MRG has collaborated closely with City staff to develop project collateral that has been adopted by all public information firms contracted by the City. As a result, MRG has a deep understanding of the City's preferences and requirements. This experience enables us to consistently deliver high -quality materials that not only meet but exceed the expectations of City staff when creating new collateral. All work products and documents developed by our team undergo a thorough Quality Assurance/Quality Control (QA/QC) process to ensure client satisfaction and successful project delivery across all contracts. MRG is consistently recognized for the high quality of its work, a direct result of our rigorous and detail -oriented internal QA/QC procedures. The team's goals for project quality are to provide our clients with documents that: • Are clear and concise, and represent the client well • Are suitable for the intended purpose and audience and fully comply with the Scope of Services • Are compliant with the City's requirements and standard practice • Communicate the message and project information clearly Examples of those documents include the following: • Invitation letters • Media advertisements QA/QC GOALS To achieve our Quality Control (QC) goals, both employees and management are trained and dedicated to consistently delivering high -quality professional services. This commitment is reinforced through the implementation of our comprehensive QA/QC Plan. We believe quality is achieved through: • Management and staff commitment to excellence • Strong policy on quality workmanship and error prevention • Experienced staff who meet regularly to share best practices, ensuring consistency and excellence across all projects and deliverables • Proper planning, execution and review of work • Allocation of time to check work and perform quality control reviews • Quality Assurance audits by MRG principals • Checklists and timelines for deliverables that allow for multiple reviews • Project newsletters • Public involvement binders • Website materials • Manuals • Reports • Trilingual materials • Social media messages Quality Control (QC) refers to those actions, procedures and methods that should be routinely employed at the production and administrative levels under the jurisdiction of the project manager to produce the desired result of quality professional services. • Fact sheets • Project advisories Quality Assurance (QA) refers to those actions, procedures and methods to be employed at management • Public Involvement Plans (PIP) levels to observe and assure that prudent quality control • Signage procedures are in place and are being carried out. The • Public meeting materials Quality Assurance Auditor is a principal of MRG, Oscar REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF pg. 27 PUBLIC INFORMATION OUTREACH (PIO) SERVICES Gonzalez. The Project Quality Control Plan (PQCP) defines and outlines specific actions and procedures to be used to achieve the project goal of quality professional services. This plan also delineates who will be responsible for those actions and when they should occur. The Responsible Professionals (RP) are the additional public information liaisons or the creator of the document who is assigned primary technical responsibility to produce a specific work element or task. The Quality Control Manager (QCM) is the lead public information liaison (Ms. Sanjurjo), or project team leader, responsible for the overall administration, management and production coordination of all documents. The Quality Assurance Auditor (QA Auditor) has primary management responsibility for overseeing the company's compliance to the MRG QC policy and adherence to the PQCP. The QA Auditor is responsible for ensuring the completeness of the technical reviews and will certify that each Quality Control Review has been performed in accordance with the procedures specified in the PQCP. Dayana Sanjurjo and Sandra Antonio with Iselo Carmiol during a project meeting at the M RG office Quality Assurance Prior to delivery to the client, each document undergoes a comprehensive Quality Assurance review conducted by MRG Principals Alicia and Oscar Gonzalez. This review ensures that all QC procedures have been properly followed and that the document meets MRG's high -quality standards. During this process, the QA Auditor also verifies that all client edits and feedback have been accurately incorporated. As the proposed Public Information Liaison, Dayana Sanjurjowould managethis processforthe creative team and APILs, ensuring all materials are prepared and refined prior to final review. Once confirmed, the final document is submitted to the client. Quality Control Manager (QCM) 17 Dayana Sanjurjo Responsible Professional (RP) Isela Carmiol Quality Assurance Auditor (GA) Alicia Gonzalez & Oscar Gonzalez Management Plan Throughout each step of the project, the MRG team will be in constant coordination with the City to ensure that all responsibilities are carried out in compliance with the specified scope. This includes overseeing the planning, task assignment, quality control and staffing requirements needed to execute a successful project. The MRG team is committed to providing the highest level of professionals to fulfill duties and represent the City in the community. The staff assigned to this contract will provide frequent project updates to the designated Neighborhood Coordinator and other relevant City personnel. These REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF pg. 28 PUBLIC INFORMATION OUTREACH (PIO) SERVICES MRG Team at the 1-395/SR 836/ 1-95 Design -Build Project construction site updates will include written reports, charts, and any other supporting materials necessary to communicate team progress. In addition, MRG will provide all required content for inclusion on the City's website related to construction projects. Our team will also maintain an up-to-date events calendar and ensure that the City's Marketing and Communications staff are informed of any upcoming project activities that may impact the community. If desired, MRG is able to provide 30-day and 60- day look -ahead reports in order to prepare for critical upcoming items and tasks along with budgets to date. This has proven to be a useful tool for many clients who find that such a system keeps the entire team uniformly on course and on schedule to reach a successful end result. F. Billing and Invoicing Procedure MRG is deeply committed to maintaining the highest standards of accounting accuracy and compliance. Our billing procedures are carefully structured to reflect each client's unique invoicing requirements, which are formally documented in the initial consultant services agreement. By adhering to these specifications, we not only ensure clarity and consistency in financial reporting but reinforce our dedication to delivering high-level financial services that support long-term project success. MRG will also provide a comprehensive invoicing package with detailed information regarding services performed, timelines, progress reports, and relevant supporting documentation. MRG has been successfully processing invoices for the City of Miami Beach for several years and, as such, requires no learning curve regarding project invoicing. Our accounting department prepares invoice packages at the beginning of each month, which include the invoice along with a detailed hours report for the preceding month. In accordance with the City's request, we also consolidate billing by waiting until a minimum of five hours have been accrued for each project before submitting an invoice. Importantly, throughout our years of service, we have never had an invoice rejected. Media Relations Cmup• "-C Invoice 14707 South Dixie Hwy suite 404 1—" Data imraz a. Palmctto Bay. PL 33176 usrzoxs �z�m3< i 911 To: Cky a Mimi Bsr� (11@oe M ('cp,.ial Iipr�wmrn Rrry.n. 1'NI Meridian Armuc. IN PIS Mvni Bea# FL I? I10 M.laerlod IYgb tunas mniro ..u.aes... ft— Dsti" l«nAN hY Mlaua CanF ID II x 1131:teyueninr Nn. 2:3Ya: Pur<hau OM,, No. 2022312)-0U iD-D. Sr1j tAddlL �nEmbllln (llfim (wyuu SaelaTl E4Mua1 ♦.awe: f Prt w �;�b0 E Tuna Bucd: f Tm'. Bdad rn Dear S MW Nol aalna E MRG Invoice Package Sample for the City of Miami Beach REQUEST FOR QUALIFICATIONS (RFQ) 12025-423-DF pg. 29 PUBLIC INFORMATION OUTREACH (PIO) SERVICES G. Sample Video This archival video was created by MRG on behalf of FDOT District Six as part of the 1-395/SR 836/1-95 Design -Build Project. The video was used during previous public engagement efforts to inform residents, commuters, and stakeholders about ongoing construction activities and how they might be affected. The production clearly illustrates MRG's ability to deliver timely, accessible, and engaging project information to the public. The content highlights project milestones, construction activity, and traffic impacts while demonstrating the design -build process in action. It served as an effective outreach tool, ensuring the community remained informed about project progress, roadway improvements, and safety considerations throughout the duration of the work. Proposed personnel, including Principal Oscar Gonzalez, Project Manager Alicia Gonzalez, Public Information Liaison Dayana Sanjurjo, and Graphic Designer Vanessa Salinas, were directly involved in the production of this video. Agency Name: FDOT District Six Project Name: 1-395/SR 836/1-95 Design -Build Project Video Title: Closure of the North Bayshore Ramp to the MacArthur Causeway Date: September 2021 CLICK OR SCAN TO VIEW GooPUBLIC INFORMATION OUTREACH (PIO) SERVICES