Loading...
HomeMy WebLinkAbout24539AGREEMENT INFORMATION AGREEMENT NUMBER 24539 NAME/TYPE OF AGREEMENT KIMLEY-HORN & ASSOCIATES, INC. DESCRIPTION PROFESSIONAL SERVICES AGREEMENT/MISCELLANEOUS ARCHITECTURAL & LANDSCAPE ARCHITECTURAL SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS/MATTER ID: 23-1269 EFFECTIVE DATE July 25, 2023 ATTESTED BY TODD B. HANNON ATTESTED DATE 7/25/2023 DATE RECEIVED FROM ISSUING DEPT. 7/26/2023 NOTE DOCUSIGN AGREEMENT BY EMAIL DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Max Sagesse/Luis Caseres EXT. 1895 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Kimley-Horn and Associates, Inc. IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $500,000.00 FUNDING INVOLVED? ❑■ YES ❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑■ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑■ YES ❑ NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) PURPOSE OF ITEM (BRIEF SUMMARY) Services for Citywide Capital Improvements RFQ 21-22-017 - Miscellaneous Architectural and Landscape Architectural COMMISSION APPROVAL DATE: N/A FILE ID: N/A ENACTMENT NO.: N/A IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: Contract is within the City Manager's delegated approval authority. ROUTING INFORMATION Date Signature/Print APPROVAL BY DEPARTMENTAL DIRECTOR Reviewed by FVP. OK to proceed. June 9, 2023 A�,pp 1 I�y:� ZEDT � —DocuSigned by: � ,;o. ,by SUBMITTED TO RISK MANAGEMENT June 12, 2023 fAr0-MJ 9§11'W-pe --eEeas�sa ... --DocuSigned by: SUBMITTED TO CITY ATTORNEY Matter ID# 23-1269 Pablo R. Velez on behalf of (6/26/23) June 26, 2023 IVigtprA uNI, t--DocuS�gnedd by: APPROVAL BY BU5GET OFFICE Funding determine at PO issuance LEM July 14, 2023 Q I eo99 Y.1 EDT g`r"gE DocuSigned bby457... ,__7 APPROVAL BY ASSISTANT CITY MANAGER July 18, 2023 I�_rg r EDT 6v"146 (b 95_. APPROVAL BY DEPUTY CITY MANAGER July 18, 2023 n µ, I ribe2eitiN C9D2602B97E54D4... DocuSigned by: kf�� �,,, 4F94464F.E4944,8... RECEIVED BY CITY MANAGER July 24, 2023 IA5Y915 7iPi r—DocuSignedby: ilt MA -Kr Wilt ` —85 CF-6.C-3.7-21;11;) .2^ SUBMITTED TO AND ATTESTED BY CITY CLERK July 25, 2023 ITAl r oriDT DocuSigned by: JI 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT E46D7560DCF1459... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 23119 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT OR AMENDMENT OVERVIEW PSA TITLE: Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements 1. AWARD DELEGATED AUTHORITY: 0 Chief Procurement Officer — Authority level of $ City Manager — Authority level of $ 500,000.00 ❑ City Commission — RESOLUTION No. N/A 2. PROCUREMENT METHOD: RFP/Q 0 ITB 0 SOLE SOURCE 0 PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 0 OTHER (Please explain): 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. N/A 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? ❑ YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? 5. WHAT IS THE SCOPE OF SERVICES? The Consultant shall provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the Agency. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Office of Capital Improvements 7. IS THE AWARDEE THE INCUMBENT? N/A 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? N/A 10.WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Florida Statutes Sec. 287.055, Consultants' Competitive Negotiation Act (CCNA) DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D CITY OF MIAMI DEPARTMENT OF PROCUREMENT PROFESSIONAL SERVICES AGREEMENT Service Category Miscellaneous Architectural And Landscape Architectural Services For Citywide Capital Improvements Contract Type Continuing Contract Consultant Kimley-Horn and Associates, Inc. TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 4 ARTICLE 2 GENERAL CONDITIONS 6 2.01 TERM 6 2.02 OPTIONS TO RENEW 6 2.03 SCOPE OF SERVICES 6 2.04 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS 6 2.05 COMPENSATION 6 ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 3.03 CONSULTANT KEY STAFF 3.04 TIME FOR PERFORMANCE 3.05 STANDARD OF CARE ARTICLE 4 SUBCONSULTANTS 4.01 GENERAL 4.02 SUBCONSULTANT RELATIONSHIPS 4.03 CHANGES TO SUBCONSULTANTS ARTICLE 5 DEFAULT 5.01 GENERAL 5.02 CONDITIONS OF DEFAULT 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE 6.02 CONSULTANT'S RIGHT TO TERMINATE 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT ARTICLE 7 DOCUMENTS AND RECORDS 7.01 7.02 7.03 7.04 OWNERSHIP OF DOCUMENTS DELIVERY UPON REQUEST OR CANCELLATION RE -USE BY CITY NON -DISCLOSURE 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 7.06 E-VERIFY ARTICLE 8 INDEMNIFICATION ARTICLE 9 INSURANCE 9.01 COMPANIES PROVIDING COVERAGE 9.02 VERIFICATION OF INSURANCE COVERAGE 9.03 FORMS OF COVERAGE 9.04 MODIFICATIONS TO COVERAGE ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION 10.02 ENTIRE AGREEMENT 10.03 SUCCESSORS AND ASSIGNS 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 10.05 APPLICABLE LAW AND VENUE OF LITIGATION 10.06 NOTICES 10.07 INTERPRETATION 10.08 JOINT PREPARATION 10.09 PRIORITY OF PROVISIONS 10.10 MEDIATION - WAIVER OF JURY TRIAL 10.11 TIME 10.12 COMPLIANCE WITH LAWS 10.13 NO PARTNERSHIP 7 7 7 7 7 7 8 8 8 8 8 8 8 8 9 9 9 9 9 9 10 10 10 10 11 11 11 12 12 12 12 12 12 13 13 13 13 13 14 14 14 15 15 15 15 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT 10.14 DISCRETION OF DIRECTOR 15 10.15 RESOLUTION OF CONTRACT DISPUTES 15 10.16 INDEPENDENT CONTRACTOR 16 10.17 CONTINGENCY CLAUSE 16 10.18 THIRD PARTY BENEFICIARY 16 10.19 ADDITIONAL TERMS AND CONDITIONS 16 ATTACHMENT A - SCOPE OF WORK 21 ARTICLE Al GENERAL 21 A1.01 SCOPE OF SERVICES 21 A1.02 WORK ORDERS 22 A1.03 PAYMENTS 22 ARTICLE A2 BASIC SERVICES 22 A2.01 DEVELOPMENT OF OBJECTIVES 23 A2.02 SCHEMATIC DESIGN 23 A2.03 DESIGN DEVELOPMENT 24 A2.04 CONSTRUCTION DOCUMENTS 24 A2.05 BIDDING AND AWARD OF CONTRACT 25 A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT 26 A2.07 TIME FRAMES FOR COMPLETION 28 ARTICLE A3 ADDITIONAL SERVICES 28 A3.01 GENERAL 28 A3.02 EXAMPLES 28 A3.03 ADDITIONAL DESIGN 29 ARTICLE A4 REIMBURSABLE EXPENSES 29 A4.01 GENERAL 29 A4.02 SUBCONSULTANT REIMBURSEMENTS 29 ARTICLE A5 CITY'S RESPONSIBILITIES 30 A5.01 PROJECT AND SITE INFORMATION 30 A5.02 CONSTRUCTION MANAGEMENT 30 SCHEDULE Al - SUBCONSULTANTS 31 SCHEDULE A2 - KEY STAFF 31 ATTACHMENT B - COMPENSATION AND PAYMENTS 32 ARTICLE B1 METHOD OF COMPENSATION 32 B1.01 COMPENSATION LIMITS 32 B1.02 CONSULTANT NOT TO EXCEED COMPENSATION 32 ARTICLE B2 WAGE RATES 32 B2.01 FEE BASIS 32 B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 32 B2.03 MULTIPLIER 32 B2.04 CALCULATION 32 B2.05 EMPLOYEE BENEFITS AND OVERHEAD 32 B2.06 ESCALATION 33 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 33 B3.01 LUMP SUM 33 B3.02 HOURLY RATE FEES 33 B3.03 REIMBURSABLE EXPENSES 33 B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES 33 B3.05 FEES FOR ADDITIONAL SERVICES 34 B3.06 PAYMENT EXCLUSIONS 34 B3.07 FEES RESULTING FROM PROJECT SUSPENSION 34 ARTICLE B4 PAYMENTS TO THE CONSULTANT 34 B4.01 PAYMENTS GENERALLY 34 B4.02 FOR COMPREHENSIVE BASIC SERVICES 34 B4.03 BILLING - HOURLY RATE 34 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 35 B4.05 DEDUCTIONS 35 ARTICLE B5 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 35 B5.01 GENERAL 35 SCHEDULE B1 - WAGE RATES SUMMARY 36 SCHEDULE B2 - CONSULTANT INVOICE 37 Miscellaneous Architectural and Landscape 2 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT CITY OF MIAMI DEPARTMENT OF PROCUREMENT PROFESSIONAL SERVICES AGREEMENT Service Category Miscellaneous Architectural And Landscape Architectural Services For Citywide Capital Improvements Contract Type Continuing Contract Consultant Kimley-Horn and Associates, Inc. Consultant's Office Location 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 City Authorization Section 18-87, City of Miami Code Agreement Number 21-22-017 / 9 THIS PROFESSIONAL SERVICES AGREEMENT ("PSA" or "Agreement") made this 25 day of Juky in the year 2023 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "City," and Kimley-Horn and Associates, Inc. hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 21-22-017 on September 9, 2022, for the provision of Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements ("Services") and the Consultant's proposal ("Proposal"), in response thereto, was selected as one of the most qualified for the provision of said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents ("Solicitation Documents"), and are, by this reference, expressly incorporated into and made a part of this Agreement as if set forth in full. The Solicitation Documents are deemed as being attached hereto and incorporated by reference herein as supplemental terms, providing, however, that in the event of any conflicts(s) or inconsistencies with the terms of this Agreement, this Agreement shall control and supersede any such conflicts(s). B. WHEREAS, the City, through action of the City Manager and/or the City Commission, as applicable, has selected the Consultant in accordance with Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"), and the applicable provisions of the City Procurement Ordinance, including, without limitation, City Code Section 18- 87, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: Miscellaneous Architectural and Landscape 3 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT ARTICLE 1 DEFINITIONS 1.01 Additional Services means any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachments means the Attachments to this Agreement, which are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services means those services designated as such in a Work Order. 1.05 City Commission means the legislative body of the City of Miami. 1.06 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.07 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency that is a party hereto and for which services under this Agreement are to be performed. In all respects hereunder, the City's performance is pursuant to the City's position as the Owner of the Project. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws, and ordinances shall be deemed to have occurred pursuant to the City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein as "City." For the purposes of this Agreement, "City" without modification shall mean the City Manager who may delegate certain tasks the Director as defined in Section 1.12. 1.08 City Risk Manager shall mean the Risk Manager of the City of Miami who heads the Department of Risk Management 1.09 Commission means the legislative body of the City of Miami. This has the same meaning as City Commission and is an abbreviation. 1.10 Consultant means the individual, partnership, corporation, association, joint venture, limited liability company, other recognized business entity, or any combination thereof, of properly registered professional architects, or engineers, or surveyors and mappers, as applicable, which has entered into this Agreement to provide professional services to the City. 1.11 Contractor means an individual, partnership, corporation, association, joint venture, or any combination thereof, which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.12 Department means or refers to the City of Miami's Office of Capital Improvements ("OCI") formerly known as Capital Improvements and Transportation Program ("CITP"). 1.13 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project or projects covered under this Agreement. Unless otherwise specified herein or in a Work Order, for this Agreement, the Director is the top administrator of the Office of Capital Improvements or their authorized designee. 1.14 Errors means items in the plans, specifications, or other documents prepared by the Consultant that are shown incorrectly, which results in a change to the Services and results in the need for the Contractor to perform corrective work, rework, or additional work or which causes a delay to the completion of construction. 1.15 Errors and Omissions means design deficiencies in the plans, specifications or other documents prepared by the Consultant, which must be corrected in order for the project to function or be built as intended. 1.16 Federal Disaster Assistance means the collective multiple types of major disaster assistance in funding, personnel, equipment, facilities, goods, services, projects, grants, processes, coordination, resources, and other recovery assistance, and efforts created and authorized from time to time by the Federal Government. 1.17 Federal Government means the government of the United States of America. 1.18 Federal Requirements means collectively, the Robert T. Stafford Disaster Relief and Emergency Assistance Act, 42 U.S. C. 5121 et seq., as amended ("Stafford Act"), and all other federal rules, procurement thresholds, compliance, audit and reporting procedures, regulations, and guidelines established for Federal Disaster Assistance from time to time. Miscellaneous Architectural and Landscape 4 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT 1.19 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by the City to make observations of Work performed by a Contractor. 1.20 Key Personnel means Staff positions assigned on a full-time basis to the Program by the Program Coordinator with the Director's approval, to serve as an extension of the City's staff typically working inside the City's Miami Riverside Center (MRC) or other requested City facility. 1.21 Notice to Proceed ("NTP') means the same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that all precedent conditions have been met and/or directing that the Consultant may begin work on the Project. 1.22 Omissions means items that are not shown or included in the plans, specifications, or other documents prepared by the Consultant which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 1.23 Primary Services means those Services considered by City to be fundamental to the successful management of the Project as stated in the RFQ, and in Attachment A of this Agreement. 1.24 Project Manager means an employee or representative of the City assigned by the Director to manage and monitor Work to be performed under this Agreement or the construction of a project as a direct representative of the City. 1.25 Program means the City's multi -year Capital Improvements and Transportation Programs, prepared on an annual basis that details the planned financial resources and implementation schedule and strategies for the City's capital projects over a five (5) year period. 1.26 Project means the design, construction, alteration and/or repair, and all services and incidentals thereto, of a City facility as contemplated and budgeted by the City. The Project or Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.27 Professional Services means those services within the scope of the practice of architecture, professional engineering, or registered surveying and mapping, as applicable, as defined by the laws of the State of Florida, or those performed by any architect, professional engineer, or registered surveyor or mapper in connection with his or her professional employment or practice. These services may be abbreviated herein as "architectural/engineering services" or "professional services," as applicable, which are within this definition. 1.28 Professional Services Agreement ("Agreement" or "PSA") means this Agreement, all attachments, and any authorized amendments thereto. In the event of a conflict between the Request for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ shall control. In the event of any conflict between the Consultant's response to the RFQ and this PSA, this PSA shall control. In the event of any conflict between this PSA and its attachments, this PSA shall control. 1.29 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement, or increase the Project Budget, among other matters. 1.30 Risk Management Administrator means the City's Risk Management Director, or their designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. 1.31 Scope of Services or Services means a comprehensive description of the activities, tasks, design features, objectives, deliverables, and milestones required for the completion of a Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.32 Small Business Enterprise ("SBE") formerly referred to as Community Business Enterprise ("CBE"), means a firm that has been certified by Miami -Dade County, who will provide architectural, landscape architectural, engineering, or surveying and mapping professional services to the Consultant as required pursuant to City Code Section 18-87. 1.33 Subconsultant means a person or organization of properly registered professional architects, engineers, registered surveyor, or mapper, and/or other professional specialties, who has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.34 Wage Rates means the effective direct expense to the Consultant and/or the Subconsultant, on an hourly rate basis, for employees in the specified professions and job categories assigned to provide services under this Agreement that justify and form the basis for professional fees regardless of actual manner of compensation. Miscellaneous Architectural and Landscape 5 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT 1.35 Work means all services, materials and equipment provided by/or under this Agreement with the Consultant. 1.36 Work Order means a document internal to the City, which authorizes the performance of specific professional services for a defined Project or Projects. 1.37 Work Order Proposal means a document prepared by the Consultant, at the request of the City for Services to be provided by the Consultant on a specific phase of a Project. ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall be for two (2) years commencing on the effective date hereof. This specified term is intended for administrative and budget control purposes and is not to be considered or interpreted as a time limitation. 2.01-1 Extension of Expiration Date: In the event the Consultant is engaged in any Project(s) on the Agreement expiration date, then this Agreement shall not expire and shall remain in effect until completion or termination of said Project(s). New Work Orders shall not be issued after the expiration date. The City, by action of the City Manager or the City Manager's designee, reserves the right to automatically extend this Agreement for up to one hundred eighty (180) calendar days beyond the stated contract term, in order to provide City departments with continual service while a new agreement is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Consultant, in writing, of its intent to extend the Agreement at the same terms and conditions for a specific number of days. Additional extensions over the first one hundred eighty (180) day extension may occur. Extensions shall comply with applicable approvals and regulations. 2.02 OPTIONS TO RENEW The City, by action of the City Manager or the City Manager's designee, shall have the option to renew the original term for two (2) additional periods of one (1) year each, subject to continued satisfactory performance as determined by the Director, and to the availability and appropriation of funds. City Commission's authorization of this Agreement includes delegation of authority to the City Manager to administratively approve said options to renew provided that the compensation limits set forth in Article 2.05 are not exceeded. 2.03 SCOPE OF SERVICES The Consultant agrees to provide the Services as specifically described and under the special terms and conditions set forth in Attachment A, "Scope of Work," hereto, which is incorporated into and made a part of this Agreement. 2.04 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS Prospective Firms must (shall) adhere to the following requirements: 1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami - Dade County as a Small Business Enterprise ("SBE"), formerly referred to as Community Business Enterprise ("CBE"), in good standing; 2) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries. For information on the SBE requirements, visit the Miami -Dade County, Internal Services Department website at http://www.miamidade.gov/smallbusiness/certification-programs.asp. Failure to adhere to these requirements will cause the firm to be disqualified as nonresponsive or at a subsequent time cause the Agreement to be canceled. 2.05 COMPENSATION 2.05-1 Compensation Limits: The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B, "Compensation and Payments," attached hereto; provided, however, that in no event shall the amount of compensation exceed Five Hundred Thousand Dollars ($500,000) in total over the term of the Agreement and any extension(s), unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any Miscellaneous Architectural and Landscape 6 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT compensation, payment, reimbursable expenditure, cost, or charge beyond the compensation limits of this Agreement, as it may be amended from time to time. This Agreement, as amended and/or renewed, is subject to the compensation limits set forth in 287.055, Florida Statutes, Consultant's Competitive Negotiation Act, for Continuing Contracts, and other limitations on compensation, as applicable. 2.05-2 Payments: Unless otherwise specifically provided in Attachment B, "Compensation and Payments," payment shall be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of the Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to constitute a "Proper Invoice" as defined by Section 218.72 (8), Florida Statutes, and to allow a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled to reimbursement of travel expenses, then all bills authorized and approved for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. The Consultant shall utilize Attachment B, Schedule B2, "Consultant Invoice," for the submission of invoices. ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as constituting an agreement between the City and said another person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or their designee may make written requests to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Subconsultants, or any personnel of any such Subconsultants engaged by the Consultant to provide and perform Services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen (14) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. All decisions involving personnel will be made by the Consultant. Such request shall solely relate to the work of said employees under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part, based on qualifications of particular staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as "Key Staff." The Consultant shall ensure that Key Staff are available for Work upon request from the City, if said Key Staff is in the Consultant's employ. The Consultant will obtain prior written approval from the Director or their designee to change or add to Key Staff. The Consultant shall provide Director, or their designee with information required to determine the suitability of proposed new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such approval shall not constitute any responsibility or liability for the individual's ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed ("NTP") issued by the Director or their designee and to complete each assignment, task or phase within the time stipulated in the NTP. Time is of the essence with respect to performance of Work under this Agreement. A reasonable extension of the time for completion of various assignments, tasks, or phases may be granted by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement as stated herein. Such extension of time shall not be cause for any claims by the Consultant for additional compensation or for any damages. 3.05 STANDARD OF CARE Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall perform all Services in compliance with Florida Administrative Code Chapter 61G1, Chapter 471 (Engineering), and Chapter 481 (Architecture, Interior Design, and Landscape Architecture) of the Florida Statutes, as amended, and all regulations promulgated applicable to these professions. Consultant shall perform due diligence, in accordance with best industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy, and coordination of all designs, drawings, specifications, and other Services furnished by the Consultant under this Agreement. Consultant shall correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services without additional compensation. Consultant shall also be liable for claims for delay costs, and any increased costs in Miscellaneous Architectural and Landscape 7 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its surveys, maps, designs, drawings, specifications, or other Services. ARTICLE 4 SUBCONSULTANTS 4.01 GENERAL 4.01-1 A Subconsultant, as defined in Article 1.28, Subconsultant is a firm that was identified as part of the consulting team during the competitive selection process by which the Consultant was chosen to perform the Services under this Agreement, and as such, is identified and listed in Attachment A, Schedule Al - Subconsultants attached hereto and incorporated herein by reference. 4.01-2 A Specialty Subconsultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and/or specialized professional services necessary for a project or task described under Additional Services. Such Specialty Subconsultant shall be in addition to those identified in Attachment A, Schedule Al. 4.02 SUBCONSULTANT RELATIONSHIPS 4.02-1 All services provided by the Subconsultants shall be performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. 4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship between the City and the Subconsultants. The Consultant acknowledges that the Subconsultants are entirely under his direction, control, supervision, retention, and/or discharge. 4.03 CHANGES TO SUBCONSULTANTS The Consultant shall not add to, modify, or change the Subconsultants listed in Attachment A, Schedule Al without prior written approval by the Director or designee, in response to a written request from the Consultant stating the reasons for any proposed change. ARTICLE 5 DEFAULT 5.01 GENERAL If the Consultant fails to comply with any term or condition of this Agreement or any other Agreement it has with the City, or fails to perform any of its obligations hereunder, then the Consultant shall be in Default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to the Consultant, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. In the event of Default, the City may also suspend or withhold reimbursements to the Consultant until such time as the actions giving rise to default have been cured. 5.02 CONDITIONS OF DEFAULT A finding of Default and subsequent termination for cause may include, without limitation, any one or more of the following: 5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/ licensure, insurance or bonding herein required. 5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with the City, beyond the specified period allowed to cure such Default. 5.02-3 The Consultant fails to commence the Services within the time provided or contemplated herein or fails to complete the Work in a timely manner as required by this Agreement. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE The City, through the Director or designee, shall provide written notice to the Consultant as to a finding of Default, and the Consultant shall take all necessary action to cure said Default within the time stipulated in Miscellaneous Architectural and Landscape 8 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT said notice, after which time, the City may terminate the Agreement. The City, at its sole and absolute discretion, may allow additional days to perform any required cure if the Consultant provides written justification deemed reasonably sufficient. If the Default has not been corrected by the Consultant within the time specified, the Agreement may be automatically terminated on the last day of the time stipulated in said notice, without the necessity of any further action by the City. Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City (including specifically the City Manager or the Director acting administratively), has the right to terminate this Agreement for any reason or no reason, upon ten (10) business day's written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other data and/or documents, including all electronic (digital) copies related to Work authorized under this Agreement, whether finished or not, must be turned over to the Director or the Director's designee. The Consultant shall be paid in accordance with provisions of Attachment B, provided that said documentation is turned over to the Director or the Director's designee within ten (10) business days of termination. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by the Consultant until all documentation is delivered to the Director or designee. 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to receive and retain the fees, and allowable costs or reimbursable expenses, earned as compensation for the Services that were performed in complete compliance with the Agreement, as full and final settlement of any claim, action, demand, cost, charge, or entitlement it may have, or will, have against the City, its officials or employees. The Consultant has voluntarily acknowledged the applicability of this Section by submitting a response to this solicitation. 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this Agreement, in writing, for cause following breach by the City, if breach of contract has not been corrected within sixty (60) calendar days from the date of the City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this Agreement. Consultant shall give the City prior written notice in the manner provided herein specifying the City's breach and afford the City sixty (60) calendar days to cure. 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to recover from the Consultant the full amount of any and all fees, commissions, percentages, gifts, or other consideration paid to undisclosed lobbyists or agents. ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, including all electronic digital copies, will be considered works made for hire and will, based on incremental transfer wherein the above shall become the property of the City upon payments made to the Consultant or termination of this Agreement without restriction or limitation on their use, and will be made available, on request, to the City at any time during the performance of such services and/or upon completion or termination of this Agreement. The Consultant shall not copyright any material and products or patent any invention developed under this Agreement. The City shall have the right to visit Project sites for inspection of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies, including reproducible copies, solely for information and reference in connection with the City's use and occupancy of the Project. Miscellaneous Architectural and Landscape 9 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT 7.02 DELIVERY UPON REQUEST OR CANCELLATION Failure by the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director or designee within ten (10) business days of cancellation, or within ten (10) business days of request by the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such documents. The Consultant shall have no recourse from these requirements. 7.03 RE -USE BY CITY It is understood that all Consultant Agreements and/or Work Orders for new work will include the provision for the re -use of surveys, maps, plans, specifications, and other Consultant work products, at the City's sole option, and, by virtue of signing this Agreement, the Consultant agrees to such re -use in accordance with this provision without the necessity of further approvals, compensation, fees, or documents being required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of plans, documents, studies, or other data for any purpose other than that intended by the terms and conditions of this Agreement. 7.04 NON -DISCLOSURE To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third person, firm or organization, without Director's or their designee's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative proceedings, or otherwise required by law, where such information has been properly subpoenaed, any non-public information concerning the Services to be rendered by the Consultant hereunder, and the Consultant shall require all of its employees, agents, and Subconsultants to comply with the provisions of this paragraph. 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS The Consultant shall keep adequate records and supporting documentation, which concern or reflect its Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter 119, as amended, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation shall be retained by the Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents or representatives of the City, shall have the right to audit, inspect, and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the three (3) year period noted above, provided, however, such activity shall be conducted only during normal business hours. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (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 a reasonable time at a cost that does not exceed the cost provided in this chapter 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 contract if the contractor does not transfer the records to the City; (4) upon completion of the contract, transfer, at no cost, to the City all public records in possession of the contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor 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. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF Miscellaneous Architectural and Landscape 10 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT MIAMI OFFICE OF CAPITAL IMPROVEMENTS ("OCI") WHO IS ADMINISTERING THIS CONTRACT. 7.06 E-VERIFY Consultant 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 Consultant during the term of the Agreement and 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 during the Agreement term. ARTICLE 8 INDEMNIFICATION The Consultant shall indemnify, hold harmless, save and defend the City, its officers, agents, directors, instrumentalities, agencies, and/or employees from all liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of services under this Contract. Consultant shall, further, hold the City, its officials and/or employees, harmless for, and defend the City, its officials and/or employees against, any civil actions, statutory, contractual, tort, strict liability, or other claims, actions, injuries, or damages arising or resulting from the work, unless it is alleged that the City, its officials and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Consultant shall, upon written notice from the City, resist and defend such action or proceeding by counsel reasonably satisfactory to the City Attorney. 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 responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. The indemnification provided above shall obligate the Consultant to defend, at its own cost and expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceedings, or to provide for such defense, at the City's option, against any and all claims of liability and all claims, suits and actions of every name and description which may be brought against the City, in connection with services performed by the Consultant or persons employed or utilized by Consultant. This indemnity, hold harmless and duty to defend, shall survive the term of this Agreement, and shall also survive the cancellation or expiration of this Agreement. This indemnity shall be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Section 725.06 and/or Section 725.08, Florida Statutes, as applicable. If any portion of the Indemnity is invalidated by a court of competent jurisdiction to be invalid, unenforceable, or illegal, the unenforceable provision shall not affect the otherwise valid terms and provisions of this Section. The applicable terms and provisions shall be deemed modified and will be given effect to the extent necessary to render such provision(s) enforceable, and the rights and obligations of the parties will be construed and enforced accordingly, preserving to the fullest extent possible the intent and agreements of the parties as are set forth in this Section. The Consultant shall require all Subconsultant agreements to include a provision that they shall indemnify the City. The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Consultant in which the City participated, either through review or concurrence of the Consultant's actions. In reviewing, approving, or rejecting any submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant or Subconsultant under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained and provided to the City all insurance required hereunder and the City's Risk Management Administrator also known as the Director of the Risk Management Department, or their authorized designee, has approved such insurance. Miscellaneous Architectural and Landscape 11 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and be rated at least A(X), in accordance with A.M. Best Company's Key Rating Guide, latest edition. 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Procurement Department and Risk Management Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount, and classification required by these provisions, and in accordance with Insurance Exhibit C contained herein. The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. The Consultant shall furnish copies of insurance policies pertaining to this Agreement to the Procurement Department and Risk Administrator within ten (10) business days of written request. 9.03 FORMS OF COVERAGE 9.03.1 Commercial General Liability and Automobile Liability: The Consultant shall maintain commercial general liability coverage written on a primary and non-contributory basis, with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations, Contingent and Contractual Liability, and Products and Completed Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favor of the certificate holder. The coverage shall be written on a primary and non-contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03.2 Business Automobile: The Consultant shall provide business automobile liability coverage including coverage for all owned, hired, and non -owned autos with a minimal combined single limit of $1,000,000.00 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03.3 Professional Liability Insurance: The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum amount of $1,000,000.00 per claim, $1,000,000.00 aggregate providing for all sums which the Consultant shall be legally obligated to pay as damages for claims arising out of the services performed by the Consultant or any person employed by the Consultant in connection with this Agreement. This insurance shall be maintained for at least one (1) year after completion of the construction and acceptance of any project covered by this Agreement. Coverage must reference the retroactive date. 9.03.4 Worker's Compensation Insurance: The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes, Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000.00 each occurrence. 9.03.5 Subconsultant Compliance: The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. 9.04 MODIFICATIONS TO COVERAGE The Risk Administrator or their authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles, or other insurance obligations by providing a thirty (30) calendar day written notice to the Consultant in accordance with Article 10.06, Notices, herein. The Consultant shall comply with such requests unless the insurance coverage is not then readily available in the national market and may request additional consideration from the City accompanied by justification. ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION The City reserves the right to audit the Consultant's accounts during the performance of this Agreement and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies of any records necessary, in the opinion of the Director, to approve any requests for payment by the Consultant. The inspection and audit provisions provided for City contracts set forth in Section 18-101 and Miscellaneous Architectural and Landscape 12 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT Section 18-102 of the City Code are applicable to this Agreement and are deemed as being incorporated by reference herein. 10.02 ENTIRE AGREEMENT This Agreement, as it may be amended from time to time, represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements, written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of a breach of any other provision of this Agreement. 10.03 SUCCESSORS AND ASSIGNS The performance of this Agreement shall not be transferred pledged, sold, delegated, or assigned, in whole or in part, by the Consultant without the written consent of the City, acting by and through its City Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. The Consultant's services are unique in nature and any assignment, sale transference without City Commission approval shall be cause for the City to terminate this Agreement. The Consultant shall have no recourse from such termination. The City may require bonding, other security, certified financial statements and tax returns from any proposed assignee and the execution of an assignment/assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Consultant and the City each binds one another, their partners, successors, legal representatives, and authorized assigns to the other party of this Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of NTP. The original Project price and any addition thereto will be adjusted to exclude any significant sums by which the City determines the project price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such price adjustments will be made within one (1) year following the end of the Project. 10.05 APPLICABLE LAW AND VENUE OF LITIGATION This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees except in actions arising out of the Consultant's duties to indemnify the City under Article 8, Indemnification, herein where the Consultant shall pay the City's reasonable attorney's fees in the event the City must maintain an action to enforce the duty to indemnify the City. 10.06 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by electronic mail, and registered United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice: For Citv of Miami: Arthur Noriega V City Manager Office of the City Manager, City of Miami 444 SW 2nd Avenue, 10th Floor Miami, Florida 33130-1910 Email: ANorieaa@miamigov.com Phone: 305-416-1025 Miscellaneous Architectural and Landscape 13 Architectural Services for Citywide Capital Improvements RFQ No. 21-22-017 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement, City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130-1910 Email: AnniePerez@miamigov.com Phone: 305-416-1910 Victoria Mendez City Attorney Office of the City Attorney, City of Miami 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130-1910 Email: VictoriaMendez@miamigov.com Phone: 305-416-1832 With Copies to: Hector Badia, Interim Director Office of Capital Improvements, City of Miami 444 SW 2nd Avenue, 8th Floor Miami, Florida 33130-1910 Email: HBadia@miamigov.com Phone: 305-416-1236 Kimley-Horn and Associates, Inc. George Puig, PLA, ASLA Project Manager 2 Alhambra Plaza, Suite 500 Coral Gables, FL, 33134 Georae.Puig@kimley-horn.com 786-725-5698 10.07 INTERPRETATION The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all the subsections of such Section, unless the reference is made to a subsection or subparagraph of such Section or Article. 10.08 JOINT PREPARATION Preparation of this Agreement has been a joint effort of the City and the Consultant, and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. 10.09 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in this Agreement shall prevail and be given effect. Miscellaneous Architectural and Landscape 14 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT 10.10 MEDIATION - WAIVER OF JURY TRIAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the design and /or construction of the subject project(s), and/or following the completion of the projects(s), the parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees to include such similar contract provisions in the agreements with all Subconsultants and/or independent contractors retained for the project(s), thereby providing for non -binding mediation as the primary mechanism for dispute resolution. Each party shall bear their own attorney's fees. In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Agreement. 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations, and resolutions including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement. The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law in connection with the performance of this Agreement. 10.12-1 Non -Discrimination: The City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with the Consultant's performance under this Agreement on account of race, color, gender, religion, age, handicap, marital status, national origin, or sexual orientation. The Consultant further covenants that no otherwise qualified individual shall, solely by reason of their race, color, gender, religion, age, handicap, marital status, national origin, or sexual orientation, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 10.12-2 OSHA Compliance: The Consultant warrants that it will comply with all safety precautions as required by federal, state, and local laws, rules, regulations, and ordinances. The City reserves the right to refuse the Consultant's access to City property, including project jobsites, if the Consultant's employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non-compliance with safety regulations is exhibited by the Consultant. 10.12-3 ADA Compliance: The Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines and standards. Additionally, the Consultant shall take affirmative steps to -insure nondiscrimination in employment of disabled persons. 10.13 NO PARTNERSHIP The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the City to any promise, debt, default, contract liability, or undertaking of the Consultant. 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or the Director's authorized designee. 10.15 RESOLUTION OF CONTRACT DISPUTES The Consultant understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit a copy to the City of Miami personnel identified in Article 10.06, Notices. Miscellaneous Architectural and Landscape 15 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their dispute in writing, with all supporting documentation, to the Director of OCI, as identified in Article 10.06, Notices. Upon receipt of said notification, the Director of OCI shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of OCI fail to resolve the dispute the Consultant shall submit their dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification, the Director of Procurement, shall review the issues relative to the dispute and issue a written finding. The Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for their resolution, is required prior to the Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $500,000.00, the City Manager's decision shall be approved or disapproved by City Commission. The Consultant shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by City Commission if applicable; or (ii) a period of sixty (60) calendar days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of (90) calendar days has expired where the City Manager's decision is subject to City Commission approval; or (iii) The City has waived compliance with the procedure set forth in this section by written instrument(s) signed by the City Manager. 10.16 INDEPENDENT CONTRACTOR The Consultant has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. The Consultant further understands that Florida Workers' Compensation benefits available to employees of the City are not available to the Consultant and agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering services to the City under this Agreement. The City is not a guarantor of any debt or obligation of the Consultant and the Consultant has no ability to bind the City in this regard. 10.17 CONTINGENCY CLAUSE Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and this Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) calendar days' notice. 10.18 THIRD PARTY BENEFICIARY The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a third -party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. 10.19 ADDITIONAL TERMS AND CONDITIONS If a PSA or other Agreement was provided by the City and included in this solicitation for the project(s), no additional terms, or conditions, which materially or substantially vary, modify or alter the terms or conditions of this Agreement, in the sole opinion and reasonable discretion of the City, will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other Agreement. 10.20 SEVERABILITY If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law or regulation, or is unenforceable or void for any reason, such term, provision, or combination of same shall be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation for convenience. 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Miscellaneous Architectural and Landscape 16 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Architectural and Landscape 17 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Kimley-Horn and Associates, Inc., a Signature Julio Collier, P.E., Vice President Foreign P/•' :.or,•n ei /, Signat Leonte I. Almonte, P.E., Associate Print Name, Title Print Name, Title ATTEST: George E. Puig, PLA, Associate Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: (Corporate Seal CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: ,-DocuSigned by: g&title Novititt O CF1.459... igned 850-cF6F-3,7-2oD42A.. Todd B. Hannon, City Clerk rthur Noriega V, City Manager APPROVED AS TO INSURANCE REQUIREMENTS: ,-DocuSigned by: 1m 1 autaa Ann Marie Sharpe, Director Risk Management Department APPROVED AS TO LEGAL FORM AND CORRECTNESS: /--//DocuSigned by: Victor f1EFJia . en4 .. ez, City Attorney (Matter 23-1269) DS C �v Miscellaneous Architectural and Landscape 18 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of Kimley-Horn and Associates, Inc. a corporation organized and existing under the laws of the State of NC , held December, on the 15 day of , a resolution was dulypassed and adopted authorizing(Name) p LeonteAlmonte as (Title) Associate of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 4th day of May , 20 23 . Secretary: { Print: George E. Puig, PLA, Associate CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws , held on the _day of , , a resolution was duly passed of the State of and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip Miscellaneous Architectural and Landscape 19 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20_ Signed: Print: STATE OF COUNTY OF kites i— aia/61. NOTARIZATION ) SS: The for going instrument was acknowledged before me this 5- day of Watt' 20 ,3 , by Jr: , who is personally known to me or who haI/ produced *- as identification and who (did / did not) take an oath. SIGNATU STATE OF PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements 20 RFQ No. 21-22-017 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL The City has procured a qualified and experienced architectural and/or landscape architectural firm to provide Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements, under the direction of the Office of Capital Improvements ("OCI"), and in accordance with all applicable laws, building and environmental regulations, including code requirements for the State of Florida, Miami -Dade County, and the City, and the Scope of Services contained in this RFQ. The Proposer and its Subconsultants must be able to perform every element and task included in, but not limited to, those outlined in Section A1.01, "Scope of Services." The Consultant has been selected in accordance with Section 287.055 of the Florida Statutes, CCNA, as amended. A1.01 SCOPE OF SERVICES The Consultant shall provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the Agency. The required disciplines are Architecture and Landscape Architecture. Consultants shall apply for, process, and obtain permits from various environmental regulatory agencies having jurisdiction including, but not limited to, the Miami -Dade County Division of Environmental Resources Management ("DERM"), Department of Environmental Protection ("DEP"), Federal Emergency Management Agency ("FEMA"), the Department of Homeland Security ("DHS"), and Army Corps of Engineers ("ACOE"), as required for City projects. The Professional Service Agreement (PSA or Agreement) may detail the deliverables that will be required of the Consultant. A detailed scope of work will be developed for each work order issued. Projects will typically be issued on a rotational basis factoring in amount of dollars awarded to any member of the pool as a result of this solicitation, performance of previous work orders issued, and expertise and experience to assume new work orders to be assigned. The Successful Proposer shall provide one or more of the following services, among others, in an on -going and as -needed basis with respect to various project sites to be identified by the City. Further details concerning the Scope of Services will be detailed in the ensuing Agreement/s, and will be further specified and clarified in Work Order Proposals solicited as project sites are identified: • Project Manager The Project Manager shall be responsible for execution of all assignments, and compliance of work with all applicable laws, rules, and regulations, whether at the federal, state, or local levels, as applicable. • Lead Architect and Lead Landscape Architect The Successful Proposer(s) will be required to provide: • Surveying existing sites, when as built drawings are not available; • Producing construction drawings and documents, including specifications and supplementary documents necessary for the execution and completion of projects; • Developing design criteria packages; • Completing feasibility studies and facility assessments; • Supplying information, drawings, and documents pertaining to the project to other Consultants/Lead Consultant and Contractors for the execution of projects; • Conducting Top Supervision, or Continuous Supervision if required as additional Scope of Work, including issuing instructions to Contractors to ensure that projects are completed in accordance with the specifications; and • Project Management of multi -scale architectural and landscape architectural projects, including management, coordination, and oversight of the work of other consultants. Miscellaneous Architectural and Landscape 21 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 • Other Proposed Consultants Master Planning of Site Developments and Roadway Beautification Projects: o Inspecting sites and analyzing factors such as site function, existing natural features such as climate, soil, flora, fauna, surface and subsurface water and drainage, and human -generated elements; o Creating and conducting landscape programming activities and design studies; o Conducting environmental and visual impact landscape assessments; and o Developing landscapes schematics and figures for review and for public/ community meetings or Homeowner Associations (HOAs) or charrettes. • Design Management and Production of Working Documents through Schematics, Design Development, and Final Design, including architecture, landscape architecture, and multi- discipline engineering -related projects; • Design Management and Production of a complete set of Design Contract Documents including Contract Specifications and Plans for Bidding and Construction, cost estimates, and project schedules, including architecture, landscape architecture, and multi -discipline engineering -related projects; • Obtaining approval of all required and applicable permits; • Post design services: o Review and responding to RFI's, review of shop drawings; and o Monitoring and inspecting the structure and detail of architecture, landscape architecture, and multi -discipline engineering -related proposals to ensure compliance with plans, specifications of work, cost estimates, and time schedules. • Peer review and plan check of landscape plans prepared by third -party consultants; • Advising the City regarding methods of work and sequences of operations for architecture, landscape architecture, and multi -discipline engineering -related projects; and • Project Management of multi -scale planning and design architecture, landscape architecture, and multi -discipline engineering -related projects, including management, coordination, and oversight of the work of other consultants. Further details concerning the Scope of Services are contained in the Agreement for Architectural and Landscape Architectural Services, which will be negotiated with the selected Consultant/s, and further specified and clarified in Work Order Proposals solicited as project sites are identified. A1.02 WORK ORDERS When OCI has determined that the Project is to proceed, the Director or authorized designee will request in writing a Work Order Proposal from the Consultant based on the proposed Scope of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director or designee, and others, if appropriate, may have preliminary meetings, if warranted, to further define the Scope of Services and to resolve any questions. The Consultant shall then prepare a Work Order Proposal following the format provided by the City, indicating the proposed Scope of Services, time of performance, staffing, proposed fees, Subconsultants, and deliverable items and/or documents. The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal, OCI will prepare a Work Order that will be reviewed by OCI staff and the Director or designee. Upon approval, OCI will issue a written Notice to Proceed (NTP) subsequent to approval of the Work Order by the Director or designee. A1.03 PAYMENTS The City will pay the Consultant in accordance with provisions and limitations of Attachment B, Compensation and Payments. No payment will be made for the Consultant's time or services in connection with the preparation of any Work Order Proposal or for any Work done in the absence of an executed Work Order, NTP and/or Purchase Order. ARTICLE A2 BASIC SERVICES Consultant agrees to provide complete engineering services as set forth in the tasks enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state, county and City of Miami, Florida, Laws, Codes and Ordinances. Consultant shall maintain an adequate staff of qualified personnel on the Work at all times to ensure its performance as specified in this Agreement. Miscellaneous Architectural and Landscape 22 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Consultant shall submit one (1) electronic set of all documents and seven (7) copies of documents required under Article A2, without additional charge, for review and approval by the City. Consultant shall not proceed with the next task of the Work until the documents have been approved, in writing, by City, and an Authorization to Proceed with the next task has been issued by City. Consultant is solely responsible for the technical accuracy and quality of their Work. Consultant shall perform all Work in compliance with Chapter 471 of the Florida Statutes and Rules 61G15-18 through 61G15-37 of the Florida Administrative Code. Consultant shall perform due diligence, in accordance with best industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy and coordination of all design, drawings, specification, and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services. A2.01 DEVELOPMENT OF OBJECTIVES A2.01-1 Consultant shall confer with representatives from the City, the Project Manager, and other jurisdictional agencies to develop several options for how the various elements of the project will be designed and constructed. A2.01-2 Consultant shall, utilizing a compilation of available documentation, confer with representatives from the City, the Project Manager, and other jurisdictional agencies in order to comprehensively identify aspects of the completed facility program that may require further refinement to attain the requisite detail of design development required to begin the creation of Construction Documents. For clarity of scope, the items that need further development will be called Conceptual and the remaining items will be called Designs. A2.01-3 Consultant shall prepare written descriptions of the various options and shall participate in presentations to multiple groups explaining alternative options. Sufficient detail shall be provided to support the presentation materials. A2.01-4 The Consultant shall hire the appropriate subcontractor to provide surveying services which are not in-house. Such surveys shall include the location of all site structures including all utility structures and facilities. The Consultant shall also engage a soil testing firm to perform soil borings and other tests required for new construction work. The extent to which this work will be needed shall be based on the surveying and soil borings performed previously by the City. Cost of the surveyor and soil engineering firm shall be billed as reimbursable expenses. A2.02 SCHEMATIC DESIGN A2.02-1 Consultant shall prepare and present, in writing and at an oral presentation if requested, for approval by City, a Design Concept and Schematics Report, comprising Schematic Design Studies, including an identification of any special requirement affecting the Project, a Statement of Probable Construction Cost, Project Development Schedule and review of Constructability Review reports. A2.02-2 Schematic Design Studies consist of site plan(s), floor plans (where applicable), elevations, sections, and all other elements required by City or Project Manager to show the scale and relationship of the components and design concepts of the whole. The floor plans may be single -line diagrams. A simple perspective rendering, or sketch, model or photograph thereof may be provided to further show the design concept. A2.02-3 A Statement of Probable Construction Cost, prepared in Construction Standard Index (CSI) format, to include a summary of the estimated project cost and an evaluation of funding allocation. Such summary shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and construction contingency. Such evaluation shall comprise a brief description of the basis for estimated costs per each element and similar project unit costs. Costs shall be adjusted to the projected bid date. Recommendations for reducing the scope of the Project in order to bring the estimated costs within allocated funds, in the event that the statement of Probable Construction Costs exceeds allocated funds, Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced scope. Any "Statement of Probable Construction Costs" prepared by Consultant represents a reasonable estimate of cost in Consultant's best judgment as a professional familiar with the local construction industry. Miscellaneous Architectural and Landscape 23 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A2.02-4 The Project Development Schedule shall show the proposed completion date of each task of the Project through design, bidding, and post design services. A2.02-5 Constructability Review reports shall be conducted by the City and/or its consultants at design stages deemed necessary by the Project Manager. The Consultant shall provide five additional deliverable plan sets for distribution, by the City, to others for this purpose. There shall be an established deadline for review report submission back to the City. The Consultant shall provide written responses to all comments within two weeks and shall maintain files of all related review reports and response reports. If necessary, the City may coordinate Constructability Review meetings with some or all the reviewers with the Consultant present to discuss specific issues. In addition to the Constructability Review process mentioned above, the City reserves the right to conduct a Peer Review of the project documents at any design stage. Cost of such a Peer Review would be borne by the City. Any findings as a result of said Peer Review would be addressed by the Consultant, and if requested by the City, would be incorporated into the design documents, at no additional cost to the City and no extension of time to the schedule. A2.03 DESIGN DEVELOPMENT From the approved Schematic Design documents, Consultant shall prepare and present in writing, and at oral presentations, if requested, for approval by City, separate Design Development Documents, updated Project Development Schedules, updated Statements of Probable Construction Costs, and a review of Constructability Review reports. A2.03-1 The Design Development Documents shall consist of drawings (site plans, floor plans, elevations, sections), outline specifications, and other documents. A2.03-2 Design Development consists of continued development and expansion of architectural and/or civil Schematic Design Documents to establish the final scope, relationships, forms, size, and appearance of each element through: • Plan sections and elevations • Typical construction details • Final materials selection • Construction phasing plan A2.03-3 The updated Development Schedules shall show the proposed completion dates of each milestone of each Project through design, bidding, construction and proposed date of occupancy. Consultant will also detail all long lead procurement items and architecturally significant equipment that will need to be purchased prior to the completion of Construction Documents. A2.03-4 Provide updated Statements of Probable Construction Cost. If either statement of Probable Construction Cost exceeds allocated funds, Consultant shall prepare recommendations for reducing the scope of that particular Project in order to bring the estimated costs within allocated funds. Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced scope. A2.03-5 Constructability Review reports. A2.04 CONSTRUCTION DOCUMENTS From the approved Design Development Documents, Consultant shall prepare for written approval by City, Final Construction Documents setting forth all design drawings and specifications needed to comprise a fully biddable, permittable, constructible Project. Consultant shall produce 30%, 60%, 90% and Final Construction Documents for review and approval by City, which shall include the following: • A Drawing Cover Sheet listing an index of all number of drawings by each discipline. Drawings not included in the 30%, 60%, 90% and Final review shall be noted. Consultant shall attach an index of all anticipated drawing sheets necessary to fully define the Project. • The updated Project Development Schedule to include an outline of major construction milestone activities and the recommended construction duration period in calendar days. • An updated Statement of Probable Construction Cost in CSI format. • Consultant may also be authorized to include in the Construction Documents approved additive and/or deductive alternate bid items, to permit City to award a Construction Contract within the limit of the budgeted amount. Miscellaneous Architectural and Landscape 24 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 • A Project Specifications index and Project Manual with at least 30%, 60%, 90% and Final of the Specifications completed. Documents submittal shall also include all sections of Divisions "0" and "1". • Consultant shall include, and will be paid for, City -requested alternates outside of the established Project scope or that are not constructed due to a lack of funds. No fee will be paid by City in connection with alternates required by the failure of Consultant to design the Project within the Fixed Limit of Construction Cost. • Consultant shall not proceed with further construction document development until approval of the 30% documents is received in writing from City. Approval by City shall be for progress only and does not relieve Consultant of its responsibilities and liabilities relative to code compliance and to other covenants contained in this Agreement. Consultant shall resolve all questions indicated on the documents and make all changes to the documents necessary in response to the review commentary. The 30% Documents review (check) set shall be returned to City upon submission of 60% complete Construction Documents and Consultant shall provide an appropriate response to all review comments noted on these previously submitted documents. Of the seven (7) copies to be provided, the Consultant shall submit four (4) full size copies of the drawings and specifications, and one digital copy in .pdf format. A2.04-1 Maximum Cost Limit: Prior to authorizing the Consultant to proceed with preparation of Construction Document Development, the City shall establish and communicate to the Consultant, a maximum sum for the cost of construction of the Project ("Maximum Cost Limit"). If the City has not advertised for bids within ninety (90) days after the Consultant submits the Final Design to the City, the estimate of the cost of construction shall be adjusted by Consultant. Notwithstanding anything above to the contrary, the City may require the Consultant to revise and modify Construction Documents and assist in the re -bidding of the Work at no additional cost or fee to the City if all responsive and responsible bids received exceed ten (10%) percent of the Maximum Cost Limit. A2.04-2 Dry Run Permitting: The Consultant shall file and follow-up for approval of building permits at the earliest practicable time during the performance of the Work, for approval by City, County, State and/or Federal authorities having jurisdiction over the Project by law or contract with the City, and shall assist in obtaining any such applicable certifications of permit approval by such authorities prior to approval by CITP of the final set and printing of the Construction Documents. The Consultant shall promptly, at any time during the performance of the Work hereunder, advise the City of any substantial increases in costs set forth in the Statement of Probable Construction Cost that in the opinion of the Consultant is caused by the requirement(s) of such. Upon completion of dry run permitting, Consultant shall provide as part of the seven (7) copies to be submitted, five (5) full size sealed copies of the drawings and specifications. Consultant shall also provide digital versions of the drawings in .dwg, plt, and .pdf formats. The specification additional terms and conditions shall be provided in both .pdf and .doc formats" A2.05 BIDDING AND AWARD OF CONTRACT A2.05-1 Bid Documents Approvals and Printing: Upon obtaining all necessary approvals of the Construction Documents, from authorities having jurisdiction, acceptance by the City of the 100% Construction Documents and latest Statement of Probable Construction Cost, the Consultant shall assist the City in obtaining bids, preparing and awarding the construction contract. The City, for bidding purposes, will have the bid documents printed, or, at its own discretion, may authorize such printing as a reimbursable service to the Consultant. A2.05-2 Issuance of Bid Documents, Addenda and Bid Opening • The City shall issue the Bid Documents to prospective bidders and keep a complete List of Bidders. • The Consultant shall assist the City in the preparation of responses to questions if any are required during the bidding period. All addendum or clarifications, or responses shall be issued by the City. • The Consultant shall prepare revised plans, if any are required, for the City to issue to all prospective bidders. • The City will schedule a "Pre -Bid Meeting" on an as needed basis, for the Project. The Consultant shall attend all any pre -bid meeting(s) and require attendance of Subconsultants at such meetings. • The Consultant will be present at the bid opening, if requested by the City. Miscellaneous Architectural and Landscape 25 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A2.05-3 Bid Evaluation and Award: The Consultant shall assist the City in evaluation of bids, determining the responsiveness of bids and the preparation of documents for Award of a contract. If the lowest responsive Base Bid received exceeds the Total Allocated Funds for Construction, the City may: • Approve an increase in the Project cost and award a Contract; • Reject all bids and re -bid the Project within a reasonable time with no change in the Project or additional compensation to the Consultant; • Direct the Consultant to revise the scope and/or quality of construction and rebid the Project. The Consultant shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost based on such revisions within the Total Authorized Construction Budget. The City may exercise such option where the bid price exceeds 10% of the Fixed Construction Budget provided to the Consultant and as may be modified by the City and the Consultant prior to soliciting bids. • Suspend, cancel, or abandon the Project. NOTE: Regarding scope revisions, the Consultant shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost within the budgeted amount. A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT A2.06-1 The Construction Phase will begin with the award of the construction contract and will end when the Consultant has provided to the City all post construction documents, including Contractor As - Built drawings, the Consultant's record drawings, warrantees, guarantees, operational manuals, and Certificate(s) of Occupancy have been delivered to the City and the City approves the final payment to the Consultant. During this period, the Consultant shall provide administration of the construction contract as provided by this Agreement, and as provided by law. A2.06-2 The Consultant, as the representative of the City during the Construction Phase, shall advise and consult with the City and shall have the authority to act on behalf of the City to the extent provided in the General Conditions and the Supplementary Conditions of the construction contract and their Agreement with the City. A2.06-3 The Consultant and respective Subconsultants shall visit the site to conduct field observations, at a minimum on a weekly basis, and at all key construction events; to ascertain the progress of the Project and shall visit the site as appropriate to conduct field inspections to ascertain the progress of the Project and determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Consultant shall provide any site visits necessary for certification if required by the authorities having jurisdiction. Threshold inspection shall be provided by the Consultant at no additional cost to the City. The Consultant shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. The Consultant and/or Subconsultants will not be required to make extensive inspections or provide continuous daily on -site inspections to check the quality or quantity of the Work unless otherwise set forth in this Agreement. The Consultant will be responsible for writing minutes of all meetings and field inspections report it is asked to attend, as well as the distribution of the minutes. The Consultant and Subconsultants will not be held responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. The Consultant and his/her Subconsultants will not be held responsible for the Contractor's or subcontractors', or any of their agents' or employees' failure to perform the work in accordance with the contract unless such failure of performance results from the Consultant's acts or omissions. A2.06-4 The Consultant shall furnish the City with a written report of all observations of the Work made by the Consultant and require all Subconsultants to do same during each visit to the Project. The Consultant shall also note the general status and progress of the Work, on forms furnished by the City, and shall submit them in a timely manner. The Consultant and the Subconsultants shall ascertain that the Work is acceptable to the City. The Consultant shall assist the City in ensuring that the Contractor is making timely, accurate, and complete notations on the "as -built" drawings. Copies of the field reports shall be attached to the monthly Professional Services payment request for construction administration services. The Consultant's failure to provide written reports of all site visits or minutes of meeting shall result in the rejection of payment requests and may result in a proportional reduction in Construction Administration fees paid to the Consultant. Miscellaneous Architectural and Landscape 26 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A2.06-5 • Based on observations at the site and consultation with the City, the Consultant shall determine the amount due the Contractor based on the pay for performance milestones and shall recommend approval of such amount as appropriate. This recommendation shall constitute a representation by the Consultant to the City that, to the best of the Consultant's knowledge, information and belief, the Work has progressed to the point indicated and that, the quality of the Work is in accordance with the contract and the Contractor is entitled to amount stated on the requisition subject to; • A detailed evaluation of the Work for conformance with the contract upon substantial completion; • The results of any subsequent tests required by the contract; • Minor deviations from the contract correctable prior to completion; • Any specific qualifications stated in the payment certificate and further that the Contractor is entitled to payment in the amount agreed upon at a requisition site meeting or as stated on the requisition. Prior to recommending payment to the Contractor, the Consultant will prepare a written statement to the City on the status of the Work relative to the Construction Schedule, which shall be attached to the Contractor's Requisition. Such statement shall be prepared immediately following the requisition field meeting and shall not be cause for delay in timely payment to the Contractor. By recommending approval of a Payment Certificate, the Consultant shall not be deemed to represent that the Consultant has made any examination to ascertain how and for what purpose the Contractor has used money paid on account of the Construction Contract Sum. A2.06-6 The Consultant shall be the interpreter of the requirements of the Contract Documents and the judge of the performance there under. The Consultant shall render interpretations necessary for the proper execution or progress of the Work upon written request of either the City or the Contractor, and shall render written decisions, within maximum of ten (10) calendar days, on all claims, disputes, and other matters in question between the City and the Contractor relating to the execution or progress of the Work. Interpretations and decisions of the Consultant shall be consistent with the intent of and reasonably inferable from, the Contract Documents and shall be in written or graphic form. A2.06-7 The Consultant shall have the authority to recommend rejection of Work, which does not conform to the Contract Documents. Whenever, in his/her reasonable opinion, the Consultant considers it necessary or advisable to ensure compliance with the Contract Documents, the Consultant will have the authority to recommend special inspection or testing of any Work deemed to be not in accordance with the Contract, whether or not such Work has been fabricated and/or delivered to the Project or installed and completed. A2.06-8 The Consultant shall promptly review and approve, reject, or take action on shop drawings, samples, RFIs and other submissions of the Contractor. Changes or substitutions to the Contract Documents shall not be authorized without concurrence of the City's Project Manager and/or Director of Capital Improvements. The Consultant shall have a maximum of ten (10) calendar days from receipt of shop drawings, samples, RFI's or other submittals by the Contractor, to return the shop drawings or submittals to the Contractor with comments indicating either approval or disapproval. The Consultant shall provide the Contractor with a detailed written explanation as to the basis for rejection. Consultant shall have five (5) calendar days to review contractor payment applications to ensure the City complies with Florida Statute §218.70. A2.06-9 The Consultant shall initiate and prepare required documentation for changes as required by the Consultants own observations or as requested by the City and shall review and recommend action on proposed changes. Where the Contractor submits a request for Change Order or Change Proposal request, the Consultant shall, within ten (10) calendar days, review and submit to the City, his/her recommendation, or proposed action along with an analysis and/or study supporting such recommendation. A2.06-10 The Consultant shall examine the Work upon receipt of the Contractor's request for substantial completion inspection of the Project and shall, prior to occupancy by the City, recommend execution of a "Certificate of Acceptance for Substantial Completion after first ascertaining that the Project is substantially complete in accordance with the contract requirements. The Consultant shall in conjunction with representatives of the City and the Contractor prepare a punch list of any defects and discrepancies in the Work required to be corrected by the Contractor in accordance with Section Miscellaneous Architectural and Landscape 27 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 218.735, Florida Statutes. Upon satisfactory completion of the punch list the Consultant shall recommend execution of a "Certificate of Final Acceptance" and final payment to the Contractor. The Consultant shall obtain from the Contractor upon satisfactory completion of all items on the punch list all necessary closeout documentation from the Contractor, including but not limited to all guarantees, operating and maintenance manuals for equipment, releases of liens/claims and such other documents and certificates as may be required by applicable codes, law, and the contract, and deliver them to the City before final acceptance shall be issued to the Contractor. A2.06-11 The Consultant shall monitor and provide assistance in obtaining the Contractor's compliance with its contract relative to 1) initial instruction of City's personnel in the operation and maintenance of any equipment or system, 2) initial start-up and testing, adjusting, and balancing of equipment and systems and 3) final clean-up of the Project to assure a smooth transition from construction to occupancy by the City. A2.06-12 The Consultant shall furnish to the City the original documents, including drawings, revised to "as -built" conditions based on information furnished by the Contractor; survey, and specific condition. In preparing the "as -built" documents the Consultant shall rely on the accuracy of the information provided by the Contractor, including the Contractor's record drawings. Any certifications required under this Agreement including the contents of "as -built" documents are conditioned upon the accuracy of the information and documents provided by the construction contractor. Transfer of changes made by "Change Authorization", "Change Order", "Request for Information", substitution approvals, or other clarifications will be the Consultant's responsibility to incorporate into the "as -built" and record documents. Changes made in the field to suit field conditions, or otherwise made by the Contractor for its convenience shall be marked by the Contractor on the "Field Record Set" and transferred to the original contract documents by the Consultant. The original documents as well as the "Field Record Set" shall become the property of the City. A reproducible set of all other final documents will be furnished to the City free of charge by the Consultant. A2.06-13 The Consultant shall review the Contractor's "as built" drawings and submit them to the City upon approval by the Consultant. The Contractor is responsible for preparing the "as built" drawings. A2.06-14 The Consultant shall furnish to the City a simplified site plan and floor plan(s) reflecting "as -built" conditions with graphic scale and north arrow. Plans must show room names, room numbers, overall dimensions, square footage of each floor and all fonts used in the drawings. Two sets of drawings shall be furnished on 24" x 36" sheets and one electronic copy. A2.06-15 The Consultant shall assist the City in the completion of the Contractor's performance evaluation during construction work and upon final completion of the Project. A2.07 TIME FRAMES FOR COMPLETION Time frames for completion of the several steps required to complete any given assignment, from Development of Objectives through and including Construction Contract Administration, will be determined at the time each Work Order is assigned to the Consultant by the City. ARTICLE A3 ADDITIONAL SERVICES A3.01 GENERAL Services categorized below as "Additional Services" may be specified and authorized by City and are normally considered to be beyond the scope of the Basic Services. Additional Services shall either be identified in a Work Order or shall be authorized by prior written approval of the Director or City Manager and will be compensated for as provided in Attachment B, Article B3.05, Fees for Additional Services. A3.02 EXAMPLES Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to the following: A3.02-1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. A3.02-2 Specialty Design: Any additional special professional services not included in the Scope of Work. A3.02-3 Pre -Design Surveys & Testing: Environmental investigations, site evaluations, or comparative studies of prospective sites. Surveys of the existing structure required to complete as -built documentation are not additional services. Miscellaneous Architectural and Landscape 28 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A3.02-4 Extended Testing & Training: Extended assistance beyond that provided under Basic Services for the initial start-up, testing, adjusting, and balancing of any equipment or system; extended training of City's personnel in operation and maintenance of equipment and systems, and consultation during such training; and preparation of operating and maintenance manuals, other than those provided by the Contractor, sub -contractor, or equipment manufacturer. A3.02-5 Major Revisions: Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by City and are due to causes beyond the control of Consultant (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). A3.02-6 Expert Witness: Preparing to serve or serving as an expert witness in connection with any mediation, arbitration, or legal proceeding, providing, however, that Consultant cannot testify against City in any proceeding during the course of this Agreement. A3.02-7 Miscellaneous: Any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural/engineering practice related to construction. A3.03 ADDITIONAL DESIGN The City may, at its option, elect to proceed with additional services relating to the Project. ARTICLE A4 REIMBURSABLE EXPENSES A4.01 GENERAL Reimbursable Expenses cover those services and items authorized by the City in addition to the Basic and Additional Services and consist of actual, direct expenditures made by the Consultant and the Subconsultant for the purposes listed below. A4.01-1 Communications Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier, and express mail between the Consultant's various permanent offices and Subconsultants. The Consultant's field office at the Project site is not considered a permanent office. Cell phones will not be considered as reimbursable expenses under this agreement. A4.01-2 Reproduction, Photography: Cost of printing, reproduction, or photography, beyond that which is required by or of the Consultant's part of the work, set forth in this Agreement. A4.01-3 Geotechnical Investigation: Identifiable Soil Borings and Reports and testing costs approved by the Project Manager. A4.01-4 Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the Consultant. A4.01-5 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. A8.01-5 Transportation and/or travel per diem expenses: Expenses incurred by authorized persons, as defined by Florida Statutes, Section 112.061, as "A person who is called upon by an agency to contribute time and services as consultant or adviser." All travel must be authorized and approved by the Director or their designee, in advance and in writing. A8.01-6 Other: Items not indicated in Article A4, Reimbursable Expenses, when authorized by the Project Manager. A4.02 SUBCONSULTANT REIMBURSEMENTS Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultant's agreement provides for reimbursable expenses and when such agreement has been previously approved, in writing, by the Director and subject to all budgetary limitations of the City and requirements of this Agreement. Miscellaneous Architectural and Landscape 29 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE A5 CITY'S RESPONSIBILITIES A5.01 PROJECT AND SITE INFORMATION City, at its expense and insofar as performance under this Agreement may require, may furnish Consultant with the information described below, or, if not readily available, may authorize Consultant to provide such information as an Additional Service, eligible as a Reimbursable Expense. A5.01-1 Surveys: Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions, easements, boundaries, and topographic data of a building site, and existing utilities information regarding sewer, water, gas, telephone and/or electrical services. A5.01-2 Soil Borings, Geotechnical Testing: Soil borings or test pits; chemical, mechanical, structural, or other tests when deemed necessary; and, if required, an appropriate professional interpretation thereof and recommendations. Consultant shall recommend necessary tests to City. A5.01-3 General Project Information: Information regarding Project Budget, City and State procedures, guidelines, forms, formats, and assistance required establishing a program pursuant to Article A2.02, Schematic Design. A5.01-4 Existing Drawings: Drawings representing as -built conditions at the time of original construction, subject to as -built availability. However, such drawings, if provided, are not warranted to represent conditions as of the date of receipt. Consultant must still perform field investigations as necessary in accordance with Article A2.01, Development of Objectives, to obtain sufficient information to perform its services. Investigative services in excess of "Normal Requirements," as defined, must be authorized in advance. A5.01-5 Reliability: The services, information, surveys and reports described in Articles A5.01-1 through A5.01-4 above, shall be furnished at City's expense, and Consultant shall be entitled to rely upon the accuracy and completeness thereof, provided Consultant has reviewed all such information to determine if additional information and/or testing is required to properly design the Project. A5.02 CONSTRUCTION MANAGEMENT A5.02-1 During construction, Consultant and the Project Manager shall assume the responsibilities described in the general conditions and supplementary conditions of the construction contract relating to review and approval of the construction work by the Contractor. A5.02-2 If City observes or otherwise becomes aware of any fault or defective Work in the Project, or other nonconformance with the contract during construction, City shall give prompt notice thereof to Consultant. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Architectural and Landscape 30 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A SCHEDULE Al - SUBCONSULTANTS FIRM NAME CONSULTING FIELD Burton Hersh Architects, P.A. Architecture Bello and Bello Land Surveying Corporation Surveying SCHEDULE A2 - KEY STAFF NAME JOB CLASSIFICATION George Puig, PLA, ASLA Project Manager Burton Hersh, AIA Lead Architect Tricia Richter, PLA, ASLA Lead Landscape Architect Juan Fuentes, P.E., S.E., S.I., LEED AP Structural Engineer Odelys Bello, PSM Surveyor Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements 31 RFQ No. 21-22-017 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services for each Work Order shall be determined by one of the following methods or a combination thereof, at the option of the Director or designee, with the consent of the Consultant. a) A Lump Sum as defined in Article B3.01, Lump Sum. b) An Hourly Rate as defined in Article B3.02, Hourly Rate Fees, and at the rates set forth pursuant to the same. B1.01 COMPENSATION LIMITS The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant payable by the City under this Agreement shall be limited to the amount specified in Article 2.05-1 Compensation Limits, as the maximum compensation limit for cumulative expenditures under this Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may be alleged or claimed by the Consultant, beyond the cumulative amount provided herein, except where specifically approved in accordance with the City Code by the City Manager or City Commission as applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement. B1.02 CONSULTANT NOT TO EXCEED COMPENSATION Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall have no liability or responsibility for paying any amount of such excess, which will be at the Consultant's own cost and expense. ARTICLE B2 WAGE RATES B2.01 FEE BASIS All fees and compensation payable under this Agreement shall be formulated and based upon the averages of the certified Wage Rates that have been received and approved by the Director. The averages of said certified Wage Rates are summarized in Schedule B1 - Wage Rates Summary incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of the Consultant and Subconsultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Schedule B1 - Wages Rates Summary identifies the professions, job categories and/or employees expected to be used during the term of this Agreement. These include architects, engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers, clerical/administrative support, and others engaged in the Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend the use of the Consultant employees at particular Wage Rate levels. B2.03 MULTIPLIER For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field office shall apply to Consultant's hourly Wage Rates in calculating compensation payable by the City. Said multiplier is intended to cover the Consultant employee benefits and the Consultant's profit and overhead, including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, stenographic, administrative, and clerical support, other employee time or travel and subsistence not directly related to a project. B2.04 CALCULATION Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific assignments and Work Orders as requested by the City. The Consultant shall identify job classifications, available staff, and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones, and deliverables identified under the Scope of Work as exemplified in Schedule B1 - Wage Rates Summary. B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by the City shall, via the Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g., sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance, and unemployment Miscellaneous Architectural and Landscape 32 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 benefits), and an overhead factor. Failure to comply with this section shall be cause for termination of this Agreement. B2.06 ESCALATION The escalation of said Wage Rates may be considered upon request by the Consultant. The Consultant may have to supply documentation to justify any requested percentage increase in cost to the City. The City reserves the right to approve or reject said requests for escalation. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following manner: B3.01 LUMP SUM Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation. B3.01-1 Lump Sum: Shall be the total amount of compensation where all aspects of Work are clearly defined, quantified and calculated. B3.01-2 Modifications to Lump Sum: If the City authorizes a substantial or material change in the Scope of Services, the Lump Sum compensation for that portion of the Services may be equitably and proportionately adjusted by mutual consent of the Director or designee and Consultant, subject to such additional approvals as may be required by legislation or ordinance. B3.01-3 Lump Sum Compensation: Compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses. Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump Sum compensation. Such verification shall present sufficient information as depicted in Attachment A, Schedule A2 - Key Staff. B3.02 HOURLY RATE FEES B3.02-1 Hourly Rate Fees: Hourly Rate Fees shall be those rates for Consultant and Subconsultant employees identified in Schedule B1. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for any fee, cost, or expense above this figure. B3.02-2 Conditions for Use: Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify, and/or calculate the complete nature, and/or aspects, tasks, man-hours, or milestones for a Project or portion thereof at the time of Work Order issuance. Hourly Rate Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses per Article A4, above, shall not include charges for the Consultant handling, office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. All reimbursable services shall be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee including, without limitation, detailed bills, itemized invoices, and/or copies of cancelled checks. B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES The design of additive and deductive alternates contemplated as part of the original Scope for a Project as authorized by the Director will be considered as part of Basic Services. The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget may be billed to the City as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above, as mutually agreed by the Director and the Consultant. Miscellaneous Architectural and Landscape 33 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B3.05 FEES FOR ADDITIONAL SERVICES The Consultant may be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement under Article A4 and B3.03 respectively, may be applicable. The Consultant shall utilize the Work Order Proposal Form and worksheets, which can be found on the City's Webpage at https://www.miamigov.com/Government/Departments-Organizations/Ofce-of- Capital-I mprovements. The webpage also provides the procedures for completing these forms. Failure to use the forms or follow the procedures will result in the rejection of the Work Order Proposal. B3.05-1 Determination of Fee: The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum or Hourly Rate with a Not to Exceed Limit. B3.05-2 Procedure and Compliance: An independent and detailed Notice to Proceed (NTP), and an Amendment to a specific Work Order, shall be required to be issued and signed by the Director for each additional service requested by the City. The NTP will specify the fee for such service and upper limit of the fee, which shall not be exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the Consultants' Competitive Negotiation Act, and other applicable laws. B3.05-3 Fee Limitations: Any authorized compensation for Additional Services, either professional fees or reimbursable expenses, shall not include additional charges for office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications, mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. For all reimbursable services and Subconsultant costs, the Consultant will apply the multiplier of one (1.0) times the amount expended by the Consultant. B3.06 PAYMENT EXCLUSIONS The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of the Consultant as determined by the City. B3.07 FEES RESULTING FROM PROJECT SUSPENSION If a project is suspended for the convenience of the City for more than three months or terminated without any cause in whole or in part, during any Phase, the Consultant shall be paid for services duly authorized, performed prior to such suspension or termination, together with the cost of authorized reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses resulting from such suspension or termination. If the Project is resumed after having been suspended for more than three months, the Consultant's further compensation shall be subject to renegotiations. ARTICLE B4 PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to services performed during each Phase of the Work. The Subconsultant fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by the Consultant. The Consultant shall utilize the City's Invoice Form, which can be found at the end of this document. Failure to submit an invoice(s) within sixty (60) calendar days following the provision of Services contained in such invoice may be cause for a finding of default. Failure to use the City Form will result in rejection of the invoice. B4.02 FOR COMPREHENSIVE BASIC SERVICES For those Projects and Work Orders where comprehensive design services are stipulated, said payments shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each Phase. B4.03 BILLING — HOURLY RATE Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by the Subconsultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate Miscellaneous Architectural and Landscape 34 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Additional Services may be requested monthly in proportion to the services performed. When such services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to or costs incurred by the Subconsultants engaged on the project or task. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors. ARTICLE B5 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B5.01 GENERAL It is understood that all Consultant agreements and/or work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals, compensation, fees, or documents being required and without recourse for such re -use. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Architectural and Landscape 35 RFQ No. 21-22-017 Architectural Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED AVERAGE HOURLY RATE (2.9 Home Multiplier Applied) ADJUSTED AVERAGE HOURLY RATE (2.4 Field Multiplier Applied) Principal* $200.00 Project Manager $66.27 $192.18 $159.05 Lead Architect $56.90 $165.01 $136.56 Lead Landscape Architect $61.14 $177.31 $146.74 Resilience/Climate Change Specialist $63.80 $185.02 $153.12 Civil Engineer $63.80 $185.02 $153.12 Structural Engineer $61.14 $177.31 $146.74 Landscape Architect $61.14 $177.31 $146.74 MEP Engineering $59.20 $171.68 $142.08 Project Landscape Architect $50.90 $147.61 $122.16 Landscape Designer $37.49 $108.71 $89.96 Secretary/Clerical $34.50 $100.05 $82.80 (*) Flat rate, no multipliers applied. Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements 36 RFQ No. 21-22-017 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE ` OFFICE OF CAPITAL CONSULTANT CRY OF MIAMI IMPROVEMENTS (OCI) STANDARD INVOICE Invoice Number: Invoice Date: Page Invoice period: Contract No.: Contrxt Tine: PTa'eCt No.: Project Name. Purchase Order No.: Work Omsf No: To: ATTN:I Ervin: NOTE: Gty Of Wm, Office of Captal Improvements (OCI) 444 SW 2nd Avenue - 8t Floor Miami. FL 33130 MYNA OD. 0000 From To• Month X. DCOO '. crtth OO. 0000 _ ... F.ok.e re....t P.et 2.00 Prepare moots Robert, to Each ewer.* east be owes mud.. ra bid.. sotvrw P11 witt.. •• o p..J r1e. lb. Nw,1 B. ..Le Cvw r elesiguted wvio whoa Olaf be a Pr1nepel dew Sim 10 aorocon Yte. mobs sutmt hie 17) epee Runde k6tY10E TOM SODOMITE 7 0�1E NAMED CONTRACT AMOUNT PREVIOUSLY 1v01c® CURRENT INVOICE AMOUNT BOIe ete Deep NO) $ - 5 - $ _ - 5 - 5 - 5 - $ - S - Deep Development (OD) 30% Colwd upn DocIr110 s OD% COI . $ - $ - $ - S - 401I CtIrlflecbn Ooclr lED% CO) i ___ i i - S0% CoMMAIon 010UneSS (10% COI tBD% COlte eete Documents 1100% CO) ' Dry Run Pennell. . I SIve or Nepauean Prose ' CCOORKSon Aane+raslonICA) 5 - --5 - 5 - $ - $ - 5 - •5 - $ - 1 - 5 - S - 5 - $ - $ - S - S - 5 - . $ - $ - ' i - 5 - 5 - $ - 'S - $ - $ - 5 - 5 - 5 - 5 - 5 - $ - .5 - $ - $ - 5 - $ - $ - $ - 5 - Ree ntersele Eames 5 - $ - 5 - 5 - 1. Mee) 2.ITne) 3. (Tee) AD3D 'Lem ce 1. one. _.:7te 3. (Pee 5 - 5 - . . . $ - 5 - $ - 5 - S - 5 - S - 5 - S - 5 - 5 - 5 - 5 - 5 - 5 - S - S - S - $ - 5 - 5 - $ - S _ - - S - 5 - S - 5 - 5 - 5 - _ 5 - $ - TOTLL Prior to thle Invoice Remaining Contract Balance: $ - 5 - 5 - - $ - I 11 000081t. $ - DEOICMORY Total dm:$ TO BE COMPLETED BY CONSULTANT FIRM 1 CIF rI1-C -,4uF.tic' _._.11,_ 1 0• SUPPORTING DOCUMENTSCRECKLEIT: Acchake SutWt•to MSked Leber of Phw temp INNeed Doo.O.rs M h ete Coreen.`n'n seen Repo-[ ISu.eeue of PI ccw) ene Prpnrr bowman Ear. t. Nsbenz Ion. 1 - trot Nerve w Teo of Pnnc0Ol CITY OF MAM APPROVAL- AREA TO BE COMPLETED BY CITY OF MIAM DATE SIGNATURE DOE Rec bred CIP PROECT CMEF PROJECT MANAGER eeANAL)ER Jorge L. Mora Due Recce:Ned Tor Paln,ete Protez:hp (Budget Debb•SN C. e ASSISTANT DIRECTOR Hector 'NrERnr Bac a DPE:-:,R Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements 37 RFQ No. 21-22-017 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V City Manager Annie Perez, CPPO, Director/Chief Procurement Officer Department of Procurement DocuSigned by: 89540EB73CAC468... DATE: May 10, 2023 FILE: SUBJECT: Recommendation for Award of Contracts for Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements REFERENCES: Request for Qualifications (RFQ) No. 21-22-017 ENCLOSURES: Report of Evaluation Committee Memorandum, Evaluation Committee Appointment Memorandum, Proposal Security List RECOMMENDATION Based on the findings below, the Department of Procurement ("Procurement") hereby recommends the award of professional services agreements (PSAs) to Wolfberg Alvarez and Partners, Inc., Gurri Matute, P.A., BEA Architects, Inc., Alleguez Architecture, Inc., Carty Architecture, LLC, Ferguson Glasgow Schuster Soto, Inc., R.E. Chisholm Architects, Inc., Chen Moore and Associates, Inc., Kimley-Horn and Associates, Inc., Design2Form, LLC, and Diaz, Carreno, Scotti & Partners, Inc. (collectively the "Consultants") for Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements (the "Project"). The Services are necessary to provide the City of Miami (the "City') with full design services for architectural and landscape architectural services projects. The Consultants have demonstrated substantial prior experience in providing architectural and landscape architectural services. Detailed scopes of work will be developed for each assignment, which will typically be issued on a rotational basis factoring in performance and dollars allocated for previous work orders issued because of this solicitation. It is anticipated that services provided by the Consultants may include, but not be limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the City. FISCAL IMPACT The fiscal impact to the City because of the Work included under each of these PSAs will not exceed your delegated authority of $500,000.00. The hourly rates proposed by the Consultants for their key personnel varied between $325.00 for Principals and $25.00 for the lowest required classification. The hourly rates proposed by the City, and accepted by the Consultants, ranged from $225.00 to $25.00 for the proposed classifications, resulting in considerable savings for our taxpayers. DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Page 2, Recommendation for Award of Contract for Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements Arthur Noriega V, City Manager BACKGROUND On September 9, 2022, Procurement issued RFQ No. 21-22-017 under full and open competition, to obtain proposals from qualified and experienced professional consulting firms to procure a Citywide pool of architectural and landscape architectural consultants, which will operate under the oversight of the Office of Capital Improvements' ("OCI") project management staff. Services were solicited in accordance with Florida Statutes, Section 287.055, the Consultants' Competitive Negotiation Act (CCNA). On October 11, 2022, Procurement received eleven (11) proposals in response to this solicitation. Consequently, the proposals were reviewed by Procurement staff, upon which all proposals from the Consultants were deemed responsive and responsible. Subsequently, on February 2, 2023, the Evaluation Committee appointed by the City Manager completed the evaluation of all eleven (11) responsive and responsible proposals and recommended that negotiations of PSAs be initiated with all Consultants. As a result, Procurement requested the Consultants to submit their proposed hourly rates for key personnel, which were received between February 27 and March 6, 2023. Subsequently, on April 10, 2023, a Negotiations Team reviewed and approved the hourly rates for key personnel counter proposed by the City as compensation to the Consultants. Consequently, approval of this recommendation is requested. Execution of eleven (11) PSAs will be completed upon your approval. Your signature below indicates your approval of Procurement's recommendation. Approved: DocuSigned by: arguAr Novice @@rCC372D 2A... Arthur Noriega V, City Manager Date: May 25, 2023 1 18:18:36 EDT c: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Honorable City of Miami Commissioners DATE: February 8, 2023 and Honorable Mayor of the City of Miami FROM: Arthur Noriega V City Manager DocuSigned by: c ant6r NoVt1L 850CF6C372DD42A... SUBJECT: Report of Evaluation Committee for Request for Qualifications ("RFQ") No. 21-22-017, Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements for the Office of Capital Improvements ("OCI") ENCLOSURES: Report of Evaluation Committee In accordance with Section 18-87 (i) of the City of Miami Code, attached please find the Report of the Evaluation Committee for subject solicitation. AP:ms/ah/fp C: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Annie Perez, CPPO, Chief Procurement Officer/Director of Procurement Hector Badia, Interim Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR23050 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V City Manager Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement DDocu Signed,byy: 89540EB73CAC468_. DATE: February 8, 2023 SUBJECT: Report of Evaluation Committee for Request for Qualifications (RFQ) No. 21-22-017, Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements REFERENCES: RFQ No. 21-22-017 ENCLOSURES: Tabulation, Evaluation Committee Score Sheets, Evaluation Committee Appointment Memorandum, and Response Security List BACKGROUND On September 9, 2022, the City of Miami ("City") Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 21-22-017 for the provision of Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements ("Project"), on behalf of the Office of Capital Improvements ("OCI"). On October 11, 2022, Procurement received eleven (11) proposals in response to this solicitation. Subsequently, the proposals were reviewed by Procurement staff, and upon completion of its due diligence effort, eleven (11) proposals submitted by Alleguez Architecture, Inc., BEA Architects, Inc., Carty Architecture, LLC, Chen Moore and Associates, Inc., Design2Form, LLC, Diaz, Carreno, Scotti & Partners, Inc., Ferguson Glasgow Schuster Soto, Inc., Gurri Matute, P.A., Kimley-Horn and Associates, Inc., R.E. Chisholm Architects, Inc., and Wolfberg Alvarez and Partners, Inc., were deemed responsive and responsible in accordance with the minimum qualification and experience requirements of the RFQ. SUMMARY OF EVALUATION While governed by Florida Statutes Section 287.055, a typical selection of professional services Consultants may be comprised of two (2) steps: Step 1, "Evaluation of Qualifications and Experience," and Step 2, "Evaluation of Technical Proposals/Oral Presentations." On February 2, 2023, an Evaluation Committee ("Committee") appointed by the City Manager on December 20, 2022, met to complete the Step 1 evaluation of the eleven (11) responsive and responsible proposals, following the guidelines stipulated in the solicitation. Accordingly, the proposals were evaluated pursuant to the six (6) evaluation criteria listed below: Evaluation Criteria Step 1 Proposer's Qualifications and Experience Project Manager's Qualifications and Experience Lead Architect's Qualifications and Experience Team Members' Qualifications and Experience Design Philosophy and Process/Technical Capabilities and Approach Amount of Work Awarded by the City Maximum Points (Per Committee Member) 30 20 20 15 10 5 Total Points Per Committee Member 100 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Page 2, RFQ 21-22-017, Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements Arthur Noriega V, City Manager Due to the utilization of local funding sources to compensate the selected Consultants under contract, the standard fifteen percent (15%) participation of Small Business Enterprise ("SBE") firms was applicable, and a five (5)-point bonus was assigned to Consultants that have SBE firms with a local office that met the required 15%. Furthermore, Procurement staff assigned scores for Criterion 6, "Amount of Work Awarded by the City," based on the amount of work awarded by the City of Miami within the previous three (3) years from the Proposal Submission Due Date of October 11, 2022. The individual scores per team under this criterion are indicated in parenthesis next to the total awarded points shown below. The final scores were as follows: Proposing Firms 1. Wolfberg Alvarez and Partners, Inc. 2. Gurri Matute, P.A.2 3. BEA Architects, Inc. 4. Alleguez Architecture, Inc. 5. Carty Architecture, LLC1 6. Ferguson Glasgow Schuster Soto, Inc." 7. R.E. Chisholm Architects, Inc.2 8. Chen Moore and Associates, Inc. 9. Kimley-Horn and Associates, Inc. 10. Design2Form, LLC 11. Diaz, Carreno, Scotti & Partners, Inc. Awarded Points (Maximum 500 points) 432 (2) 429 (2) 424 (5) 421 (4) 420 (2) 420 (1) 416 (1) 410 (3) 403 (3) 402 (3) 392 (4) (1) The tie between these two consultants was resolved in favor of Carty Architecture based on their higher qualitative total score for Criterion 1, "Proposer's Qualifications and Experience." Carty Architecture garnered 127 points against 125 awarded to Ferguson Glasgow Schuster Soto, Inc. (2) Total awarded points include a five (5)-point bonus related to SBE Participation Provisions. The Committee decided to waive Step 2 proceedings and voted unanimously to recommend the City Manager that negotiations of professional services agreements ("PSAs") be initiated with each firm, at the sole discretion of the City. The tabulation and individual Committee Members' score sheets for the Step 1 proceedings are attached as supporting documentation. Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, Messrs. Asael Marrero, Director, Department of Building, Hector Badia, Interim Director, OCI, and Giraldo Marquez, Chief Project Manager, OCI, to commence negotiations of a PSA to provide miscellaneous architectural and landscape architectural services for the Project. At the sole discretion of the City, a PSA may be negotiated with all eleven (11) ranked teams. ocuSigned by: &tlutr AP:ms/ah/fp snr.ER 377nn42A February 22, 2023 1 12:47:57 EST Arthur Noriega V, City Manager Date c: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 STEP 1 - EVALUATION COMMITTEE MEETING Thursday, February 2, 2023 Department of Procurement Request for Qualifications (RFQ) No. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES QUALITATIVE RANKING FIVE BONUS POINTS - SBE PARTICIPATION (CITY OF MIAMI SBEs) TOTAL SCORES (WITH BONUS POINTS) FINAL RANK Hector Badia, Interim Director, Office of Capital Improvements, COM Asael Marrero, Director, Department of Building, COM Marie Denis, Capital and Construction Projects Chief, Department of Cultural Affairs, Miami -Dade County Vinod Sandanasamy, Supervisor, Department of Regulatory and Economic Resources, Miami -Dade County Giraldo Marquez, Chief Project Manager Office of Capital Improvements, COM TABULATION SHEET RFQ No. 21-22-017 NAME OF FIRM(S) 1 Alleguez Architecture, Inc. 24 16 18 12 8 4 82 24 16 18 12 8 5 83 28 17 18 14 8 4 89 24 18 18 14 9 5 88 26 17 17 13 5 4 82 27 18 19 14 7 5 90 24 15 15 13 9 4 80 21 15 14 12 8 5 75 26 18 18 13 9 4 88 25 18 17 14 9 5 88 128 83 86 65 39 20 121 85 86 66 41 25 421 424 4 2 0 0 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Project Manager's Qualifications and Experience (Max. 20 points) 3A - Lead Architect and Landscape Architect's Qualifications and Experience (Max. 20 points) 4A - Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 421 4 2 BEA Architects, Inc. 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 424 3 0 0 0 cQ' m Cr) CD 0 m cn c) 0 0 cn -n T W A - n - n co co C) co co co 0 0 Page 1 of 6 DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 STEP 1 - EVALUATION COMMITTEE MEETING Thursday, February 2, 2023 Department of Procurement Request for Qualifications (RFQ) No. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES QUALITATIVE RANKING FIVE BONUS POINTS - SBE PARTICIPATION (CITY OF MIAMI SBEs) TOTAL SCORES (WITH BONUS POINTS) FINAL RANK Hector Badia, Interim Director, Office of Capital Improvements, COM Asael Marrero, Director, Department of Building, COM Marie Denis, Capital and Construction Projects Chief, Department of Cultural Affairs, Miami -Dade County Vinod Sandanasamy, Supervisor, Department of Regulatory and Economic Resources, Miami -Dade County Giraldo Marquez, Chief Project Manager Office of Capital Improvements, COM TABULATION SHEET RFQ No. 21-22-017 NAME OF FIRM(S) 3 Carty Architecture, LLC 24 16 20 12 8 2 82 18 16 12 8 6 3 63 25 17 18 14 8 2 84 26 17 18 14 9 3 87 26 18 18 13 5 2 82 29 18 19 14 10 3 93 26 18 17 14 9 2 86 27 16 16 14 9 3 85 26 19 19 13 7 2 86 24 18 18 13 6 3 82 127 88 92 66 37 10 124 85 83 63 40 15 420 410 5 8 0 0 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 420 5 4 Chen Moore and Associates, Inc. 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 410 8 0 0 0 cQ' m Cr) CD 0 m cn c) 0 0 cn 0) -n T W A - n - n co co C) co co co 0 0 Page 2 of 6 DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 STEP 1 - EVALUATION COMMITTEE MEETING Thursday, February 2, 2023 Department of Procurement Request for Qualifications (RFQ) No. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES QUALITATIVE RANKING FIVE BONUS POINTS - SBE PARTICIPATION (CITY OF MIAMI SBEs) TOTAL SCORES (WITH BONUS POINTS) FINAL RANK Hector Badia, Interim Director, Office of Capital Improvements, COM Asael Marrero, Director, Department of Building, COM Marie Denis, Capital and Construction Projects Chief, Department of Cultural Affairs, Miami -Dade County Vinod Sandanasamy, Supervisor, Department of Regulatory and Economic Resources, Miami -Dade County Giraldo Marquez, Chief Project Manager Office of Capital Improvements, COM TABULATION SHEET RFQ No. 21-22-017 NAME OF FIRM(S) 5 Design2Form, LLC 18 16 16 12 10 3 75 18 16 12 10 4 4 64 25 17 18 14 10 3 87 24 18 18 14 8 4 86 26 16 17 13 7 3 82 26 19 12 14 5 4 80 20 14 14 13 7 3 71 22 15 14 11 7 4 73 25 18 19 14 8 3 87 26 19 18 14 8 4 89 114 81 84 66 42 15 116 87 74 63 32 20 402 392 10 11 0 0 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 402 10 6 Diaz, Carreno, Scotti & Partners, Inc. 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 392 11 0 0 0 cQ' m Cr) CD 0 m cn c) 0 0 cn 0) -n T W A - n - n co C) co co co 0 0 Page 3 of 6 DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 STEP 1 - EVALUATION COMMITTEE MEETING Thursday, February 2, 2023 Department of Procurement Request for Qualifications (RFQ) No. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES QUALITATIVE RANKING FIVE BONUS POINTS - SBE PARTICIPATION (CITY OF MIAMI SBEs) TOTAL SCORES (WITH BONUS POINTS) FINAL RANK Hector Badia, Interim Director, Office of Capital Improvements, COM Asael Marrero, Director, Department of Building, COM Marie Denis, Capital and Construction Projects Chief, Department of Cultural Affairs, Miami -Dade County Vinod Sandanasamy, Supervisor, Department of Regulatory and Economic Resources, Miami -Dade County Giraldo Marquez, Chief Project Manager Office of Capital Improvements, COM TABULATION SHEET RFQ No. 21-22-017 NAME OF FIRM(S) 7 Ferguson Glasgow Schuster Soto, Inc. 18 16 20 12 6 1 73 24 16 20 15 10 2 87 29 19 17 14 9 1 89 29 18 17 14 10 2 90 29 18 19 15 10 1 92 26 18 18 14 8 2 86 24 15 15 13 9 1 77 24 14 14 11 8 2 73 25 18 18 14 8 1 84 26 19 19 14 8 2 88 125 86 89 68 42 5 129 85 88 68 44 10 415 424 6 2 5 5 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 420 6 8 Gurri Matute, P.A. 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 429 2 0 0 0 cQ' m Cr) CD 0 m cn c) 0 0 cn -n T W A - n - n w co C) co co w 0 0 Page 4 of 6 DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 STEP 1 - EVALUATION COMMITTEE MEETING Thursday, February 2, 2023 Department of Procurement Request for Qualifications (RFQ) No. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES QUALITATIVE RANKING FIVE BONUS POINTS - SBE PARTICIPATION (CITY OF MIAMI SBEs) TOTAL SCORES (WITH BONUS POINTS) FINAL RANK Hector Badia, Interim Director, Office of Capital Improvements, COM Asael Marrero, Director, Department of Building, COM Marie Denis, Capital and Construction Projects Chief, Department of Cultural Affairs, Miami -Dade County Vinod Sandanasamy, Supervisor, Department of Regulatory and Economic Resources, Miami -Dade County Giraldo Marquez, Chief Project Manager Office of Capital Improvements, COM TABULATION SHEET RFQ No. 21-22-017 NAME OF FIRM(S) 9 Kimley-Horn and Associates, Inc. 18 16 16 12 4 3 69 18 16 18 12 4 1 69 27 17 18 14 8 3 87 29 17 18 14 10 1 89 24 16 15 12 5 3 75 26 18 17 14 6 1 82 26 16 15 14 9 3 83 26 17 16 14 9 1 83 26 20 19 13 8 3 89 27 19 20 13 8 1 88 121 85 83 65 34 15 126 87 89 67 37 5 403 411 9 7 0 5 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 403 9 10 R.E. Chisholm Architects, Inc. 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 416 7 0 0 0 cQ' m Cr) CD 0 m cn c) 0 0 cn 0) -n T W A - n - n co co C) co co co 0 0 Page 5 of 6 DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 STEP 1 - EVALUATION COMMITTEE MEETING Thursday, February 2, 2023 Department of Procurement Request for Qualifications (RFQ) No. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES QUALITATIVE RANKING FIVE BONUS POINTS - SBE PARTICIPATION (CITY OF MIAMI SBEs) TOTAL SCORES (WITH BONUS POINTS) FINAL RANK Hector Badia, Interim Director, Office of Capital Improvements, COM Asael Marrero, Director, Department of Building, COM Marie Denis, Capital and Construction Projects Chief, Department of Cultural Affairs, Miami -Dade County Vinod Sandanasamy, Supervisor, Department of Regulatory and Economic Resources, Miami -Dade County Giraldo Marquez, Chief Project Manager Office of Capital Improvements, COM TABULATION SHEET RFQ No. 21-22-017 NAME OF FIRM(S) 11 Wolfberg Alvarez and Partners, Inc. 1A - Proposer's Experience and Qualifications (Max. 30 points) 24 29 28 28 26 135 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 16 17 18 17 18 86 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 20 18 18 17 18 91 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 15 14 14 14 13 70 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 10 9 6 9 6 40 6A - Amount of Work Awarded by the City (Max. 5 points) 2 2 2 2 2 10 Qualitative Scores 87 89 86 87 83 432 1 0 432 1 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Chairperson: Max Sagesse, Sr. Procurement Contracting Officer 0 0 0 cQ' m Cr) CD -a 0 m cn c) 0 0 cn 0) -n T W A - n - n co co co co 0 0 Page 6 of 6 DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 RFQ NO. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements EVALUATION OF PROPOSALS Hector Badia, Interim Director, Office of Capita Improvements, City of Miami EVALUATION PRO SERS CRITERIA Maximum Points Alleguez Architecture, Inc_ BEA Architects, Inc. Carty Architecture, LLC Chen Moore and Associates, Inc.. Design2Form, LLC Diaz, Carreno, Scotti & Partners, Inc, Ferguson Glasgow Schuster Soto, Inc, Gurri Matute, P.A. Kimley-Horn and Associates, Inc, R.E. Chisholm Architects, Inc. Woflber g Alvarez and Partners, Inc. Proposer's Qualifications and Experience 30 Q 24 1 {,4s, / & 1.5 (5 Z Project Manager's Qualifications and Experience 20 p 1 1 4 ll 69 (j'_ 9/ _ (,! (�Cj /�, ((/ i& (� PLead Architect and Landscape Architect'srK Qualifications and Experience 20 f a t to Zo 1ep YI_(�% RP rr167 11, /%J(®� '/ _o 6Is. �j w5 L 7_0 �1 E5! Team Members Qualifications and Experience 15 r I �J (/, r� r trip- j` 1 Design Philosophy and Process/Technical Capabilities and Approach 10 3�„ Cf/� l/ Pf LY t o /j �iljk' (r� 4�'% Amount of Work Awarded by the City 5 �%s TOTAL POINTS 100', ' G�j 3 � cC! 3' 7 a 12/5/2022 46LVO8178L 6£O-8 6VV-dd 6b-£d99-bLS09OS3 :al adoIanu3 u6!Snooa DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 RFQ NO. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements EVALUATION OF PROPOSALS Asael Marrero, Director, Department of Building, City of Miami EVALUATION PRO SERS CRITERIA Maximum Alle uez gand Architecture, BEA Architects, Inc.Aw�j CartyChen Architecture, LLC Moore Associates, Inc Design2Form, LLC Diaz, Carreno, Scotti & Partners,rtjInc. Ferguson Glasgow Schuster Soto, Inc. Gurri Matute, P.A. Kimley-Hom and Associates, Inc. R.E. Chisholm Architects, Inc. g AlvarezandPoints Partners,�yInc. Proposers Qualifications and Experience 30 �y/��IncQ�. 16 -` ��" 1111 t 7 24 i� i 0 1 701 VI 3 �R 711 `'if Project Managers Qualifications and Experience 20 rl lame, R7 ri 1.1 tb F7r t!11 19 1$ Vi 11 11 Lead Architect andscape Architect's QualiFcatio and Ex rience 20 ® QQ,,,, Yi 1 & 16 { & 11 rt I/0F 6 Team M bets Qualificat ns and Experience 15 1 + x } i R1 { i l i� iA{I 1 '1 i i Desig Philosophy and Pro esslTechnical Cap ilities and Approach 10 Q[ 469 [ ENS11 �� �� ount of Work Awarded by he City 5 rt7 �'f / TOTAL P INTS ; 100 81 att J4 0 6 # S7 '� SIGNATURE: 4 PRINT NAME: frA 12/5/2022 46LVO8178L 6£O-8 6VV-dd 6b-£d99-bLS09OS3 :al adoIanu3 u6!Snooa DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 RFQ NO. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements EVALUATION OF PROPOSALS Marie Denis, Capital and Construction Projects Chief, Department of Cultural Affairs, Miami -Dade County EVALUATION PRO ERS CRITERIA Maximum Points Aileguez Architecture, Inc. BEA Architects, Inc Carty Architecture, LLC Chen Moore and Associates, Inc. Design2Fonn, LLC Diaz, Carreno, Scotti & Partners, Inc. Ferguson Glasgow Schuster Soto, Inc. Guns Matute P.A. Kimsey-Hom and Associates, Inc. R.E. Chishohn Architects, Inc. erg Alvarez Wofih d PartnersInc. Proposer's Qualifications and Experience $f} �V E%� a,SI :tt:!/ f,rf _ i-J „ ,2 _ ,/�7�il- �'J yji(/ gg Project Manager's Qualfications and Experience 20 11 tit i t r'.. ) a �/ Lead Archftect and Landscape Architect's Qualifications and Experience 20 tw► 1,1 pn,ry�� i t✓ 4{ R � 4I I ` e re t 1 Team Members Qualifications and Experience 15 ¢ ;: �� 0 1' y. 6� �! F7D IA- y _1 k ✓ ° 4 ��:r!�� fps 15 �a( II I x } Design Philosophy and ProcesslTechnical Capabilities and Approach 10 1 to 1 �, '✓ � �✓ ID C/ '..O - l;�40, Amount of Work Awarded by the City 5 * 2 j 1 I TOTAL POINTS 100 �q y� 46LVO8178L 6£O-8 6VV-dd 6b-£d99-bLS09OS3 :al adoIanu3 u6!Snooa DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 RFQ NO. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements EVALUATION OF PROPOSALS Vinod Sandanasamy, Supervisor, Department of Regulatory and Economic Resources Miami -Dade County EVALUATION PRO SERS CRITERIA Maximum Points Alleguez Architecture, Inc. BEA Architects, Inc. Carty Architecture, LLC Chen Moore and Associates, inc. Design2Form, LLC Diaz, Carreno, Scotti & Partners, Inc. Ferguson Glasgow Schuster Soto, Inc. Gurri Matute, P.A. Kimley-Hom and Associates, Inc. R.E. Chisholm Architects, Inc. Woflberg Alvarez and Partners, Inc. Proposers Qualifications and Experience 30 2_ . - `% i 2-6 2.1 2_0 '_Z 21 ., 7—R 2 ! _ 7 (30 Project Managers Qualifications and Experience 20 -5' { ,6 i Li- 1 i { I tam b lib \ 1 3\ A Lead Architect and Landscape Architects Qualifications and Experience 20 , , 1 , ''p t / \ 6; 'Y �e ' Lice k it \ \ 8 NI 1 Lt- Team Members Qualifications and Experience 15 "3, \� l VI 1 4 I $ L ‘ ‘ I j " t I g „r �' \ Design Philosophy and Process/Technical Capabilities and Approach 10 9 GI1 9 ci 9 Amount of Work Awarded by the City 5lie 5 z 3 t TOTAL POINTS 100 50 15 s 6 s t A: -13 i` I ! 3 Z 7 SIGNATURE: PRINT NAME: 12/5/2022 crw‘Sev7s-6)\./ 46LVO8178L 6£O-8 6VV-dd 6b-£d99-bLS09OS3 :al adoIanu3 u6!Snooa DocuSign Envelope ID: AE3C55A7-6A33-4E26-A6F0-188752F354A9 RFQ NO. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements EVALUATION OF PROPOSALS Giraldo Marquez, Chief Project Manager, Office of Capital Improvements, City of Miami EVALUATION PRO SERS CRITERIA Maximum Points Alleguez Architecture, Inc. BEA Architects, Inc. Carty Architecture, LLC Chen Moore and Associates, Inc. Design2Form, LLC Diaz, Carreno, Scotti & Partners, Inc. Ferguson Glasgow Schuster Soto, Inc. Gurri Matute, P.A. Kimley-Horn and Associates, Inc. R.E. Chisholm Architects, Inc. Woflberg Alvarez and Partners, Inc. Proposers Qualifications and Experience 30 a a;- 'D 6 a t 5. O)t Q / l9 5 .1 / ®1 D 6 g7 -a 6 Project Managers Qualifications and Experience 20 ! g 1 3 1? r 3 J1 s 19 dg ) 3 q �� 1 ) F Lead Architectsand Landscape Architect's Qualifications and Experience 20 18 1 r r ` 11 I' ? i111t ? ' 9 ) l'a 19 (/!� if �®6 13 Team Members Qualifications and Experience 15 13 14 1 3 1 ii/ 1 i1 / ill ll ii `3 13 1 3 Design Philosophy and Process/Technical Capabilities and Approach 10 9 /3 7 6 Q (7 3 3 F 3 8' 4 Amount of Work Awarded by the City 5 . ! 5 a 3 4C 1 �l CA 3 / ! g. TOTAL POINTS 100 (g g 3 8'6 83, g7 g / QV B a9 S8 `' 3 3 SIGNATURE: PRINT NAME:? ral "6- err "� ocrez U 46LVO8178L 6£O-8 6VV-dd 6b-£d99-bLS09OS3 :al adoIanu3 u6!Snooa 12/52022 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V City Manager Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement DocuSigned by: 89540EB73CAC468... DATE: December 14, 2022 FILE: SUBJECT: Appointment of Evaluation Committee for Request for Qualifications (RFQ) No. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements REFERENCES: RFQ No. 21-22-017 The Procurement Department ("Procurement"), on behalf of the Office of Capital Improvements ("OCI"), issued RFQ No. 21-22-017 on September 9, 2022, for Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements. It is respectfully requested that you approve the appointment of the following individuals to serve as members of the Committee to evaluate, score, and rank proposals that were received on October 11, 2022. Each proposed member has the requisite knowledge and experience to evaluate the proposals pursuant to the RFQ. Chairperson (non -voting) Max Sagesse, Sr. Procurement Contracting Officer, Procurement, City of Miami ("COM") Citv of Miami Committee Members (voting) Hector Badia, Interim Director, OCI, COM Asael Marrero, Director, Building Department, COM External Committee Members (voting) Marie Denis, Capital and Construction Projects Chief, Department of Cultural Affairs, Miami -Dade County Vinod Sandanasamy, AICP, PTP, Supervisor, Department of Regulatory and Economic Resources, Miami -Dade County Kierre E. Hodges, Architect II, Department of Aviation, Miami -Dade County Alternate Committee Members Giraldo Marquez, Chief Project Manager, OCI, COM Jorge Mora, Assistant Director, OCI, COM APPROVED: DocuSigned by: Nffity, r 3/LiJU4LH Arthur I�onega V, City Manager Date December 20, 2022 1 09:01:03 EST c: Nzeribe Ihekwaba, PE, PhD, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR23038 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Misc. Arch/Landscape .3ity of Miami Bid #21-22-017 - Misc. Arch/Landscape Architectural Services for Citywide Capital Improvements Creation Date Sep 8, 2022 Start Date Sep 8, 2022 4:12:35 PM EDT End Date Oct 11, 2022 5:00:00 PM EDT Awarded Date Not Yet Awarded 21-22-017-01-01 Misc. Arch/Landscape Architectural Services for Citywide Capital Improvements Supplier Unit Price Qty/Unit Total Price Attch. Docs Gurri Matute PA First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: 21-22-017 - Gurrimatute Supplier Notes: Design2Form, LLC First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Carty Architecture First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Wolfberg Alvarez & Partners First Offer - 1 / each 7 Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Wolfberg Alvarez and Partners CARRENO, SCOTTI & PARTNERS, 10-11-2022 Diaz, Carreno, Scotti & Partners, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: DIAZ, Proposal RFQ 21-22-017 INC. Alleguez Architecture, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Kimley-Horn and Associates, Inc. [Ad] First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: BEA Architects, Inc. [Ad] First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Chen Moore and Associates First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Ferguson Glasgow Schuster Soto, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Team FGSS Response to RFQ 21-22-017 RE Chisholm Architects, Inc. I I First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: !Supplier Notes: Supplier Totals f Diaz, Carreno, Scotti & Partners, Inc. Bid Contact Vicky Vega vvega@dcsp-ae.com Ph 305-256-9071 $0.00 Address 12124 S.W. 131st Avenue Miami, FL 33186 10/12/2022 p. 1 .3ity of Miami DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Misc. Arch/Landscape Agency Notes: Supplier Notes: f Alleguez Architecture, Inc. $0.00 Bid Contact Ana Alleguez lianne@alleguezarchitecture.com Ph 305-461-4001 Fax 305-461-6002 Agency Notes: Address 7294 SW 48 Street Miami, FL 33155 Supplier Notes: f RE Chisholm Architects, Inc. $0.00 Bid Contact Robert E. Chisholm pbravo@chisholmarchitects.com Ph 305-661-2070 Agency Notes: Address 782 NW 42nd Ave Suite 650 Miami, FL 33126 Supplier Notes: Head Attch: dll Head Attch: 1.1ij Head Attch: III f Ferguson Glasgow Schuster Soto, Inc. $0.00 Bid Contact Nati Soto nsoto@fgss.net Ph 305-443-7758 Agency Notes: Address 901 Ponce de Leon Blvd. Suite 304 Coral Gables, FL 33134 Supplier Notes: f Wolfberg Alvarez & Partners $0.00 Bid Contact Kristen Lacayo andrea.chavero@wolfbergalvarez.com Ph 305-666-5474 Bid Notes Wolfberg Alvarez and Partners Agency Notes: f Gurri Matute PA Bid Contact GMPA Marketing gmpamarketing@gurrimatute.com Ph 305-661-0069 Agency Notes: f Design2Form, LLC Bid Contact Zamarr T. Brown info@design2form.com Ph 305-308-6303 Fax 877-867-9424 Agency Notes: Address 75 Valencia Avenue Suite 1050 Coral Gabels, FL 33134 Supplier Notes: Wolfberg Alvarez and Partners Head Attch: III Head Attch: ,UI $0.00 Address 5001 Southwest 74th Court Suite 208 Miami, FL 33155 Supplier Notes: $0.00 Address 2001 Tyler Street Hollywood, FL 33020 Supplier Notes: f Kimley-Horn and Associates, Inc. [Ad] $0.00 Bid Contact Lisa Noon MT.Marketing@kimley-horn.com Ph 602-944-5500 Fax 602-944-7423 Address 7740 N. 16th Street Suite 300 Phoenix, AZ 85020 Head Attch: dll Head Attch: Supplier Notes: Head Attch: Agency Notes: 10/12/2022 p. 2 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Misc. Arch/Landscape .3ity of Miami f Carty Architecture $0.00 Bid Contact Judy Carty jcarty@cartyarchitecture.com Ph 305-790-7877 Address 2655 S Le Jeune Rd Suite 400 Coral Gables, FL 33134 Agency Notes: Supplier Notes: f Chen Moore and Associates Head Attch: $0.00 Bid Contact Peter Moore Ibarron@chenmoore.com Ph 954-730-0707 Address 500 W Cypress Creek Road Suite 630 Fort Lauderdale, FL 33309 Agency Notes: Supplier Notes: f BEA Architects, Inc. [Ad] $0.00 Bid Contact Katie Evans beamarketing@beai.com Ph 305-461-2053 Address 3075 NW South River Drive Miami, FL 33142 Agency Notes: Supplier Notes: Head Attch: 1.1-Jj Head Attch: III **AII bids/proposals submitted for the designated project are reflected on this tabulation sheet. However, the listing of the bid/proposal on this tabulation sheet shall not be construed as a comment on the responsiveness of such bid/proposal or as any indication that the agency accepts such bid/proposal as being responsive. The agency will make a determination as to the responsiveness of the vendor responses submitted based upon compliance with all applicable laws, purchasing guidelines and project documents, including but not limited to the project specifications and contract documents. The agency will notify the successful vendor upon award of the contract and, as according to the law, all bid/proposal responses received may be available for inspection at that time. 10/12/2022 P. 3 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D REQUEST FOR QUALIFICATIONS (RFQ) MISCELLANEOUS ARCHITECTURAL & LANDSCAPE ARCHITECTURAL SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS RFQ NUMBER 21-22-017 ISSUE DATE SEPTEMBER 9, 2022 VOLUNTARY VIRTUAL PRE -PROPOSAL CONFERENCE SEPTEMBER 15, 2022 11:00 a.m. ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE SEPTEMBER 23, 2022 5:00 p.m. PROPOSAL SUBMISSION DUE DATE ON BIDSYNC OCTOBER 11, 2022 5:00 p.m. CONTACT Max Sagesse Sr. Procurement Contracting Officer Department of Procurement City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Fax: 305-416-1913 Email: MSagesse@miamigov.com DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D TABLE OF CONTENTS PUBLIC NOTICE SECTION 1 - INTRODUCTION TO REQUEST FOR QUALIFICATIONS (RFQ) 1.1 INVITATION 1.2 SUBMISSION OF PROPOSALS 1.3 VOLUNTARY VIRTUAL PRE -PROPOSAL CONFERENCE 1.4 CONE OF SILENCE 1.5 ADDITIONAL INFORMATION OR CLARIFICATION 1.6 AGREEMENT TERMS AND CONDITIONS 1.7 AWARD OF AGREEMENT 1.8 AGREEMENT EXECUTION 1.9 UNAUTHORIZED WORK 1.10 SUBMITTAL INSTRUCTIONS 1.11 CHANGES/MODIFICATIONS/ALTERATIONS 1.12 SUBCONSULTANT(S)/SUBCONTRACTOR(S) 1.13 DISCREPANCIES, ERRORS, AND OMISSIONS 1.14 DISQUALIFICATION 1.15 PROPOSER'S EXPENDITURES 1.16 EXECUTION OF PROPOSAL 1.17 INSPECTION OF SITE SECTION 2 - RFQ SCOPE OF SERVICES 2.1 PURPOSE 2.2 SCOPE OF SERVICES 2.3 PROPOSED TEAM / KEY PERSONNEL SECTION 3 - RFQ GENERAL CONDITIONS 3.1 ACCEPTANCE/REJECTION 3.2 LEGAL REQUIREMENTS 3.3 NON -APPROPRIATION OF FUNDS 3.4 BUSINESS TAX RECEIPT REQUIREMENT 3.5 MINIMUM QUALIFICATIONS AND EXPERIENCE REQUIREMENTS 3.6 SMALL BUSINESS ENTERPRISE (SBE) PARTICIPATION REQUIREMENTS 3.7 PUBLIC ENTITY CRIMES 3.8 RESOLUTION OF PROTESTS 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS 3.10 COLLUSION 3.11 CLARIFICATIONS 3.12 KEY PERSONNEL 3.13 AUDIT RIGHTS AND RECORDS RETENTION Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 3.14 PUBLIC RECORDS 3.15 E-VERIFY 3.16 CONFLICT OF INTEREST 3.17 DEBARRED/SUSPENDED VENDORS 3.18 NON-DISCRIMINATION 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS 3.20 ADDITIONAL TERMS AND CONDITIONS SECTION 4 - INSTRUCTIONS FOR SUBMITTING A PROPOSAL 4.1 ELECTRONIC RECEIPT OF PROPOSALS AND SUBMISSION REQUIREMENTS 4.2 PROPOSAL SUBMISSION DATE 4.3 SUBMITTAL GUIDELINES SECTION 5 - EVALUATION SELECTION PROCESS 5.1 EVALUATION PROCEDURES 5.2. EVALUATION CRITERIA 5.3. FIVE BONUS POINTS AND SBE PARTICIPATION SECTION 6 - RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) 6.2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) 6.2.4 CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY) 6.2.5 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) 6.3 DEBARMENT AND SUSPENSION 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE 6.5 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY - FORM A 6.6 REQUIRED FORMS REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D (rite of iami PUBLIC NOTICE RFQ NO: 21-22-017 MISCELLANEOUS ARCHITECTURAL & LANDSCAPE ARCHITECTURAL SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS Completed Proposals must be submitted through BidSync Electronic Bidding System ("BidSync") by 5:00 p.m., on October 11, 2022 ("Proposal Submission Due Date"). Any Proposals received after the above date and time will not be considered. Request for Qualifications ("RFQ") documents may be obtained through BidSync on or after September 9, 2022. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidSync page for this RFQ for updates and the issuance of addenda. The Department of Procurement ("Procurement") has scheduled a Voluntary Virtual Pre -Proposal Conference, which will occur on September 15, 2022, at 11:00 a.m. EST, accessible at the following Microsoft Teams Meeting link, or by dialing +1 (786) 598- 2961, Phone Conference ID 112 001 637#. Any Proposers not attending the Pre -Proposal Conference will not be precluded from submitting a proposal. The City reserves the right to accept any Proposals deemed to be in the best interest of the City, to waive any minor irregularities, scrivener's errors, minor omissions, minor deviations, and/or technicalities in any Proposals, or to reject any or all Proposals and to re -advertise for new Proposals, in accordance with the applicable sections of the Florida Statutes, the City Charter and Code, and this RFQ. The responsibility for submitting a Proposal before the stated time and date is solely and strictly that of the Proposer. The City is not responsible for any delayed, lost, late, misdelivered, or non -delivered Proposals, no matter the cause. PROPOSERS ARE ADVISED THAT PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS, EXPERIENCE, AND SUBMISSION REQUIREMENTS OF A REQUEST FOR QUALIFICATIONS ("RFQ"), REQUEST FOR PROPOSALS ("RFP"), INVITATION TO BID ("ITB"), INVITATION FOR BIDS ("IFB"), INVITATION TO QUOTE ("ITQ"), REQUESTS FOR LETTERS OF INTEREST ("RFLI"), AND REQUEST FOR SPONSORSHIPS ("RFS") SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. ANY SOLICITATION ISSUED AFTER MAY 6, 2019, SHALL COMPLY WITH APM 2-19. APM 2-19 IS EXPRESSLY INCORPORATED BY REFERENCE AND MADE A PART OF THIS SOLICITATION AS IF SET FORTH IN FULL. ONLY MINOR IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES MAY BE ALLOWED TO BE TIMELY CURED BY PROPOSERS AT THE SOLE DISCRETION OF THE CITY. MATERIAL IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES CANNOT BE CURED BY THE PROPOSER, AND ARE NOT WAIVABLE BY THE CITY. THIS SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH SECTION 18-74 OF THE CITY OF MIAMI CODE. Arthur Noriega V, City Manager Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D SECTION 1 INTRODUCTION TO REQUEST FOR QUALIFICATIONS 1.1 INVITATION Thank you for your interest in this RFQ. The City of Miami ("City") Department of Procurement ("Procurement") seeks Proposals from experienced and qualified architecture and landscape architecture professionals for Miscellaneous Architectural & Landscape Architectural Services for Citywide Capital Improvements ("Project"), as described in Section 2, "Scope of Services" contained in this RFQ. This RFQ is issued pursuant to Section 287.055 of the Florida Statutes, the "Consultants Competitive Negotiation Act" ("CCNA"). All references to Florida Statutes, City of Miami and Miami -Dade County Codes, and other laws/regulations, will be interpreted to include "as amended from time to time." Copies of this solicitation are available through the BidSync page for this RFQ. For purposes of this RFQ, the words: a) "Proposal" shall mean the completed written and properly signed submission in response to this RFQ by a Proposer. b) "Proposer" shall mean the entity submitting a Proposal in response to this RFQ. Throughout this RFQ, the phrases "must" and "shall" will denote mandatory requirements. Any Proposal that does not meet the mandatory requirements is subject to immediate disqualification. 1.2 SUBMISSION OF PROPOSALS Sealed written Proposals must be received by the City through the BidSync page for this RFQ no later than the date and time indicated in Section 4.2, "Proposal Submission Date," in order to be considered. Faxed documents are not acceptable. Proposer's Proposal must be timely received by the Office of Procurement, or the Proposal will be disqualified. Untimely submittals will not be considered. 1.3 VOLUNTARY VIRTUAL PRE -PROPOSAL CONFERENCE A Voluntary Virtual Pre -Proposal Conference ("Conference") will be held on September 15, 2022, at 11:00 a.m. EST, accessible at the following Microsoft Teams Meeting link, or by dialing +1 (786) 598-2961, Phone Conference ID 112 001 637#. Although attendance is not mandatory, Prospective Proposers are strongly encouraged to participate in this meeting to obtain information relative to the RFQ. 1.4 CONE OF SILENCE Pursuant to Section 18-74 of the City of Miami Code (Ordinance No. 12271), a "Cone of Silence" is imposed upon this RFQ. Oral communication is prohibited as long as the Cone of Silence remains in effect. Written communications must be in the form of fax, mail, or e-mail to Mr. Max Sagesse, Sr. Procurement Contracting Officer, City of Miami, Department of Procurement, at 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130, e-mail MSagesse@miamigov.com with a copy to the Office of the City Clerk at Clerks@miamigov.com. Please review City of Miami City Code Section 18-74 for additional information pertaining to the Cone of Silence. Proposers are hereby cautioned not to contact any member of the Evaluation Committee or any City staff regarding this RFQ, except as provided in the RFQ, or until the Cone of Silence is lifted. Failure to abide by this condition of the RFQ shall be cause for rejection of Proposer's Proposal, and may result in potential suspension or debarment, pursuant to the applicable provisions of the City Code and applicable regulations. Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 1.5 ADDITIONAL INFORMATION OR CLARIFICATION Requests for additional information or clarifications must be made in writing. Proposers may fax or e-mail their requests for additional information or clarifications in accordance with Section 1.4, "Cone of Silence." Facsimiles must have a cover sheet that includes the Proposer's name, the RFQ number and title, and the number of pages transmitted. Any request for additional information or clarification must be received through the BidSync page for this RFQ no later than 5:00 PM, on September 23, 2022. Late requests for additional information or clarification may not receive a response in the subsequent addendum. Procurement will issue responses to inquiries received and any other corrections or amendments it deems necessary via written addenda, prior to the Proposal Submission Date. Proposers should not rely on any representations, statements, or explanations other than those made in this RFQ and in any written addenda to this RFQ issued through the BidSync page for this RFQ. Where there appears to be conflict between the RFQ and any addenda issued, the last addendum issued shall prevail. Addenda will only be made available through the BidSync page for this RFQ, and it is the Proposer's sole responsibility to assure its review and receipt of all addenda. Prior to submitting the Proposal, the Proposer should check the BidSync page for this RFQ for all addenda. 1.6 AGREEMENT TERMS AND CONDITIONS The Proposer(s) selected to render the services requested herein ("Successful Proposer") shall be required to execute a Professional Services Agreement ("PSA" or "Agreement") with the City. Certain provisions of the Agreement are non-negotiable. These include, without limitation, applicability, and compliance with applicable laws (e.g., State Statutes, County and City Codes), venue, hold harmless, duty to defend and indemnify the City, insurance, payment and performance bond(s), and cancellation for convenience or due to lack of funding, by the City Manager. 1.7 AWARD OF AGREEMENT An Agreement may be awarded to the Successful Proposer/s by the City Commission, as applicable, and following a written recommendation by the City Manager, based upon the qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, an Agreement with the Successful Proposer, when it is determined to be in the City's best interest. The City does not represent that any award will be made, or any Agreement will be satisfactorily negotiated to be acceptable to the City and the Successful Proposer. The award and execution of an Agreement shall comply with CCNA, Section 287.055, of the Florida Statutes, as amended, and codified in the City of Miami Code as Section 18-87, as amended. 1.8 AGREEMENT EXECUTION By submitting a Proposal, the Proposer agrees to be bound to and execute the PSA, in substantially the form to be furnished by the City, for professional architectural and landscape architectural services. Upon commencement of the PSA negotiation process, and without diminishing the foregoing, the Proposer may request clarification and submit comments concerning the Agreement for the City's consideration. None of the foregoing shall preclude the City, at its option, from seeking to negotiate changes to the Agreement during the negotiation process. The City shall require the Successful Proposer to provide for itself and its Subconsultants all of the following documentation to support the Price Proposal (if applicable), as a condition precedent to execution of an Agreement: Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D • Current financial statement(s), preferably an audited financial statement(s) prepared by a Certified Public Accountant ("CPA") for the most recently completed fiscal year clearly showing the costs (not percentage) of direct labor, indirect labor, fringe benefits, general administrative costs and overhead, and a statement of profit and/or operating margin. • Raw labor rates by labor or professional classification certified as accurate by an officer of the company. • Breakdown of the fee by task/labor classification and raw or billable hourly rate/number of hours. • Updated information reflecting information resulting from negotiation of the Agreement. 1.9 UNAUTHORIZED WORK The Successful Proposer shall not begin work until the City issues a written Notice to Proceed ("NTP"). Such NTP shall constitute the City's authorization to begin work. Any unauthorized work performed by the Successful Proposer, prior to receiving the NTP, or during the term of the Agreement, shall be deemed non-compensable by the City and shall be at the Proposer's sole risk and expense. The Successful Proposer shall not have any recourse against the City for prematurely performing unauthorized work. 1.10 SUBMITTAL INSTRUCTIONS Careful attention must be given to all requested items contained in this RFQ. Proposers are invited to submit Proposals in accordance with the requirements of Section 4, "Instructions for Submitting a Proposal." PLEASE READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A PROPOSAL. Proposers shall make the necessary entries in all blanks on the forms provided for inclusion in the Proposer's Proposal. Proposals shall be submitted through the BidSync page for this RFQ. 1.11 CHANGES/MODIFICATIONS/ALTERATIONS Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal or withdraw a Proposal at any time prior to Proposal submission due date (referenced in the Public Notice). All modifications or withdrawals shall be made through the BidSync page for this RFQ. Oral/Verbal modifications are prohibited, and they will be disregarded. No modifications will be accepted after the Proposal submission due date. The City will only consider the latest version of the Proposal submitted through the BidSync page for this RFQ. 1.12 SUBCONSULTANT(S)/SUBCONTRACTOR(S) For purposes of this RFQ, the terms "Subconsultant" and "Subcontractor" are used interchangeably. A Subconsultant or Subcontractor is any individual, firm, entity, or organization, other than the employees of the Proposer, who has or will have a contract with the Proposer to assist in the performance of Services required under this RFQ. A Subconsultant shall be paid directly by the Proposer and shall not be paid directly by the City. The Proposer must clearly identify in its Proposal the Subconsultants to be utilized in the performance of required Services. The City retains the right to accept or reject any Subconsultant proposed in accordance with Section 3.5, "Minimum Qualifications and Experience Requirements," and Section 4.1, "Submission Requirements," or proposed prior to execution of the Agreement. Any and all liabilities regarding the use of a Subconsultant shall be borne solely by the Successful Proposer, and insurance for each Subconsultant must be approved by the City and maintained in good standing throughout the duration of the Agreement. Neither the Successful Proposer nor any of its Subconsultants are considered employees, partners, affiliates, or agents of the City. Failure to list all Subconsultants and provide the required information may disqualify any unidentified Subconsultants from performing work under this RFQ. Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Proposers shall include in their Proposal the requested Subconsultant information and all relevant information required of the Proposer. Proposer must identify each of its Small Business Enterprise (SBE) Subconsultants via Letter of Agreement (LOA) utilizing Form RFQ-LOA at the time of Proposal submittal. Additional information concerning the SBE requirements can be found in Section 3.6, "Small Business Enterprise (SBE) Participation Requirements - Mandatory." After Proposal submittal, Proposers are expressly prohibited from substituting any Subconsultant or Subcontractor contained in their Proposal. Just cause and prior written approval by the City Manager or City Manager's authorized designee are required for substitution of any Subconsultants. If approved, the City reserves the right to request additional required documentation as specified in the RFQ. If the City does not accept the proposed change(s), the Proposal may be rejected and not considered for award. 1.13 DISCREPANCIES, ERRORS, AND OMISSIONS Any discrepancies, errors, or ambiguities in the RFQ or addenda (if any) should be reported in writing, in the manner prescribed in Section 1.4, "Cone of Silence." If applicable, the City will issue a written addendum to the RFQ clarifying such conflicts or ambiguities. It is agreed that any such alleged discrepancies, errors, or omissions will not be construed against the drafting party. 1.14 DISQUALIFICATION This RFQ requires the use and submission of specific City forms. In addition, the RFQ requires the submission of additional documents and information. Failure to use the City forms will result in the Proposal being deemed non -responsive, and the Proposal will not be further considered for award. Modification of, retyping, or any alterations to, the City forms may also result in the Proposal being deemed non -responsive. The City reserves the right to disqualify Proposers upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer. The City also reserves the right to waive any immaterial defect or informality in any Proposal, to reject any or all Proposals in whole or in part, or to reissue this RFQ. Any Proposer who submits in its Proposal any information that is determined by the City, in its sole opinion, to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified from consideration for award of the Agreement. Any Proposal submitted by a Proposer who is in arrears, (e.g., moneys owed, outstanding judgments, code violations, fines, liens, penalties or other fees due to the City, or otherwise in debt or breach of contract by failing to deliver goods or services to the City (City in this context includes any agency, instrumentality, or department of the City), or where the City has an open or liquidated damages claim against a Proposer for monies owed to the City at the time of Proposal submission, or if a Proposer has been declared in default or abandoned a prior City Contract, or has been debarred by a federal, State of Florida, or local public entity within the past five (5) years, or is on the convicted vendor list per Section 287.133 of the Florida Statutes, will be rejected as non-responsive/non-responsible and shall not be considered as eligible for award. Prior to award of the Agreement, the above requirements must be met, and is a condition that must be maintained during the term of the Agreement. 1.15 PROPOSER'S EXPENDITURES Proposers understand and agree that any expenditure incurred in preparation and submittal of Proposals, or in the performance of any services requested by the City in connection with the Proposals for this RFQ, are exclusively at the expense of the Proposers. The City shall not pay or reimburse any expenditure, or any other expense incurred by any Proposer in preparation of a Proposal, and/or anticipation of Agreement award, and/or to maintain the approved status of the Successful Proposer if an Agreement is awarded, and/or administrative or judicial proceedings Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D resulting from the solicitation process. The Proposer agrees to these terms by submission of a Proposal. 1.16 EXECUTION OF PROPOSAL The Proposal must be manually and duly signed by an authorized corporate officer, principal, or partner (as applicable). When a firm is the Proposer, the Proposal shall be signed in the name of the firm by one or more of the partners. When a corporation is the Proposer, the officer signing shall set out the corporate name in full, beneath which he shall sign his/her name, give title of his/her office, and affix the corporate seal. Anyone signing the Proposal as an agent, must file with it, adequate legal evidence of signature authority to act on behalf of and bind the Proposer, otherwise the Proposal may be rejected as non -responsive. Proposers who are corporations shall furnish their Proposal to the City with a copy of their authorization to transact business in the State of Florida. Failure to submit promptly this evidence of qualification to do business in the State of Florida may be a basis for rejection of the Proposal. Proposer understands that submitting a Proposal to this RFQ does not constitute an Agreement or Contract between the City and the Proposer. Proposer has no contract right or expectation by submitting to the City a response to this RFQ. 1.17 INSPECTION OF SITE Upon issuance of the different work assignments by the City, the successful Proposers should carefully examine the site locations as they are identified before submission of a fee proposal, and make all necessary investigations to inform themselves thoroughly as to all difficulties involved in the completion of all services required pursuant to the mandates and requirements of this RFQ and the Agreement. No plea of ignorance of conditions or difficulties that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the services pursuant to the Agreement as a result of failure to make the necessary examinations and investigations, will be accepted as an excuse for the failure or omission on the part of the successful Proposers to fulfill, in every detail, all of the requirements, as defined in the Agreement, nor will they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D SECTION 2 RFQ SCOPE OF SERVICES 2.1 PURPOSE The City is seeking to procure qualified and experienced architecture and landscape architecture firms to provide Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements ("Project"), for projects under the oversight of various City departments, and in accordance with all applicable laws, building and environmental regulations, including code requirements for the State of Florida, Miami -Dade County, and the City, as well as the Scope of Services contained in this RFQ. The Proposer and its Subconsultants must be able to perform every element and task included in, but not limited to, those outlined in Section 2.2, "Scope of Services." The Successful Proposer shall be selected in accordance with Section 287.055 of the Florida Statutes, CCNA, as amended. 2.2 SCOPE OF SERVICES The Consultant shall provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the Agency. The required disciplines are Architecture and Landscape Architecture; additional disciplines may be added at the discretion of the Proposers. Once selected, Consultants shall apply for, process, and obtain permits from various environmental regulatory agencies having jurisdiction including, but not limited to, the Miami -Dade County Division of Environmental Resources Management ("DERM"), Department of Environmental Protection ("DEP"), Federal Emergency Management Agency ("FEMA"), the Department of Homeland Security ("DHS"), and Army Corps of Engineers ("ACOE"), as required for City projects. The Professional Service Agreement (PSA or Agreement) may detail the deliverables that will be required of the Consultant. A detailed scope of work will be developed for each work order issued. Projects will typically be issued on a rotational basis factoring in amount of dollars awarded to any member of the pool as a result of this solicitation, performance of previous work orders issued, and expertise and experience to assume new work orders to be assigned. The Successful Proposer shall provide one or more of the following services, among others, in an on -going and as -needed basis with respect to various project sites to be identified by the City. Further details concerning the Scope of Services will be detailed in the ensuing Agreement/s, and will be further specified and clarified in Work Order Proposals solicited as project sites are identified: • Project Manager The Project Manager shall be responsible for execution of all assignments, and compliance of work with all applicable laws, rules, and regulations, whether at the federal, state, or local levels, as applicable. • Lead Architect and Lead Landscape Architect The Successful Proposer(s) will be required to provide: » Surveying existing sites, when as built drawings are not available » Producing construction drawings and documents, including specifications and supplementary documents necessary for the execution and completion of projects; Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D » Developing design criteria packages; » Completing feasibility studies and facility assessments; » Supplying information, drawings, and documents pertaining to the project to other Consultants/Lead Consultant and Contractors for the execution of projects; » Conducting Top Supervision, or Continuous Supervision if required as additional Scope of Work, including issuing instructions to Contractors to ensure that projects are completed in accordance with the specifications. » Project Management of multi -scale architectural and landscape architectural projects, including management, coordination, and oversight of the work of other consultants. ■ Other Proposed Subconsultants » Master Planning of Site Developments and Roadway Beautification Projects: • • • • Inspecting sites and analyzing factors such as site function, existing natural features such as climate, soil, flora, fauna, surface and subsurface water and drainage, and human -generated elements Creating and conducting landscape programming activities and design studies; Conducting environmental and visual impact landscape assessments; Developing landscapes schematics and figures for review and for public/ community meetings or Homeowner Associations (HOAs) or charrettes » Design Management and Production of Working Documents through Schematics, Design Development, and Final Design, including architecture, landscape architecture, and multi -discipline engineering - related projects; » Design Management and Production of a complete set of Design Contract Documents including Contract Specifications and Plans for Bidding and Construction, cost estimates, and project schedules, including architecture, landscape architecture, and multi -discipline engineering - related projects; » Obtaining approval of all required and applicable permits; » Post design services: • Review and responding to RFI's, review of shop drawings • Monitoring and inspecting the structure and detail of architecture, landscape architecture, and multi -discipline engineering -related proposals to ensure compliance with plans, specifications of work, cost estimates, and time schedules » Peer review and plan check of landscape plans prepared by third -party consultants; » Advising the City regarding methods of work and sequences of operations for architecture, landscape architecture, and multi -discipline engineering - related projects; Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D » Project Management of multi -scale planning and design architecture, landscape architecture, and multi -discipline engineering -related projects, including management, coordination, and oversight of the work of other consultants. Further details concerning the Scope of Services are contained in the Agreement for Architectural and Landscape Architectural Services, which will be negotiated with the selected Consultant/s, and further specified and clarified in Work Order Proposals solicited as project sites are identified. A detailed Scope of Work will be developed by the City for each Work Order issued. 2.3 PROPOSED TEAM / KEY PERSONNEL The selected Consultant/s shall serve as the lead and managing agent for all disciplines required for the Project. The selected Consultant/s' work shall be performed by the Key Personnel listed below, as described in the RFQ and shall consist, at a minimum, of the following personnel/disciplines: • Project Manager • Lead Architect • Lead Landscape Architect The selected Consultant/s shall designate a Project Manager and a primary lead individual to lead all design efforts for the Project. Proposers shall not submit the same individual to serve as the Lead Architect/Lead Landscape Architect and as Project Manager. Other subconsultants may be proposed as members of the team at the discretion of the Proposers. Key Personnel, as well as other subconsultants, shall meet all the requisites specified in Section 3.5, "Minimum Qualifications and Experience Requirements." Duplication of responsibilities by any one of the proposed team members is not allowed. The selected Consultants will serve as the City's Architectural and Landscape Architectural Services Consultant during any construction phase related to, or stemming from, design assignments provided under this Project. This RFQ has been initiated for architectural and landscape architectural services only. Any design and/or construction activity related to, or stemming from, assignments under the Project will be performed by firm(s) selected through a separate solicitation process independent from this RFQ. The selected Consultant/s may perform work for various departments of the City including, but not limited to, the OCI, Department of Real Estate and Asset Management, Office of Zoning, Planning Department, Department of Resilience and Public Works, Department of Parks and Recreation, Police Department, and Fire Department. The Successful Proposers shall provide the services on an as -needed basis in accordance with projects to be identified by the City. A more detailed scope of Services will be developed during the Negotiations phase and will be included as Attachment "A" of the proposed Agreement. The City, at its option, may elect to expand, reduce, or delete the scope of Services to be provided by the Successful Proposers, where such action does not alter the intent of the Agreement. A more detailed description of the positions required while performing the scope of Services, and the minimum qualifications of the proposed Key Personnel, can be found on Section 3.5, "Minimum Qualifications and Experience Requirements." A detailed scope of work will be developed for each Work Order issued. Note: As further detailed in the ensuing Professional Services Agreement, as may be amended from time to time, the City, acting by and through its City Manager or the City Manager's authorized designee, prior to issuance of any Notice to Proceed, or at other reasonable intervals Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D decided by the City Manager, may elect at the City's discretion, to proceed with the Project on a phased basis. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D SECTION 3 RFQ GENERAL CONDITIONS 3.1 ACCEPTANCE/REJECTION The City reserves the right to accept any or all Proposals that best meet the criteria in the Solicitation, reject any or all Proposals, or reject all Proposals and re -advertise. The City also reserves the right to reject any Proposer(s) who has previously failed to perform properly under the terms and conditions of a City contract, to deliver on time any contracts with the City, and who does not have the capacity to perform the requirements defined in this RFQ. PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The City, at its sole discretion, may waive minor informalities, technicalities, minor irregularities, deficiencies, and request additional information/clarification for the services specified in this RFQ, and may withdraw and/or re -advertise the RFQ. 3.2 LEGAL REQUIREMENTS This RFQ is subject to all applicable Federal, State, County, City and local laws, codes, ordinances, rules and regulations, loan documents, funding, and grant agreements that in any manner affect any and all of the services covered herein. Lack of knowledge by the Proposer, shall in no way be cause for relief from responsibility for compliance with these requirements. Proposers shall fully comply with all applicable Federal, State, and local laws, rules, codes, and regulations, and all loan and grant requirements. The foregoing will be considered as part of the basic duties of performance of the Proposers under the Agreement. 3.3 NON -APPROPRIATION OF FUNDS In the event that insufficient funds are appropriated, and budgeting or funding is otherwise unavailable or not allocated in any fiscal period for the Agreement, the City shall have the unqualified right to terminate the Work Order(s), and/or the Agreement, upon written notice to the Successful Proposer, without any penalty or expense to the City or recourse against the City. No guarantee, promise, warranty, or representation is made that any particular work, work order(s), or project(s) will be assigned to the Successful Proposer. 3.4 BUSINESS TAX RECEIPT REQUIREMENT Proposers shall meet the City's Business Tax Receipt ("BTR") requirements in accordance with Chapter 31, Article II of the City of Miami Code, as amended, and any required County Business Tax Receipt ("County BTR"). Proposers with a business location outside the City's municipal boundaries shall meet all applicable local BTR requirements. A copy of the Proposer's BTR should be submitted with the Proposal. The City, at its sole option, may allow the Proposer to submit a copy of their BTR after the Proposal submission due date. 3.5 MINIMUM QUALIFICATIONS AND EXPERIENCE REQUIREMENTS The City is seeking to procure qualified architecture and landscape architecture firms with experience in providing comprehensive professional services preferably for public agencies, as stipulated in Section 287.055 of the Florida Statues, CCNA, as amended. As of the Proposal submission due date, the Proposer shall have the following mandatory minimum qualifications and experience: Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D a) Having been licensed, registered, and authorized to conduct business in the State of Florida as an architecture or landscape architecture firm under its current business name for the last five (5) consecutive years; and b) Possess a minimum of five (5) years of professional experience in comprehensive architectural and/or landscape architectural services, preferably for public agencies, as described in Section 2, "RFQ Scope of Services." Proposer/s must demonstrate substantial experience as an architecture and/or landscape architecture firm through the submission of three (3) previously completed or ongoing architectural and/or landscape architectural design projects within the past ten (10) years, at a minimum; and c) Employ a team member to serve as the Project Manager (PM), who will oversee all architectural design -related efforts for this Project. The proposed PM must have been an Architect or Landscape Architect registered under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 481, "Architecture, Interior Design, and Landscape Architecture," as applicable to the named profession in the State of Florida, for the last five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed PM must demonstrate substantial experience as such through the submission of three (3) previously completed or ongoing architectural and/or landscape architectural design projects within the past ten (10) years, at a minimum; and d) Have a team member to serve as the Lead Architect (LA), employed by the Proposer or by a subconsultant, who will be the primary lead for all architectural design efforts for this Project. The proposed LA must have been an Architect registered under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 481, "Architecture, Interior Design, and Landscape Architecture," as applicable to the named profession in the State of Florida, for the last five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed LA must demonstrate substantial experience as such through the submission of three (3) previously completed or ongoing architectural design projects within the past ten (10) years, at a minimum; and e) Have a team member to serve as the Lead Landscape Architect (LLA), employed by the Proposer or by a subconsultant, who will be the primary lead for all landscape architectural design efforts for this Project. The proposed LLA must have been a Landscape Architect registered under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 481, "Architecture, Interior Design, and Landscape Architecture," as applicable to the named profession in the State of Florida, for the last five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed LLA must demonstrate substantial experience as such through the submission of three (3) previously completed or ongoing landscape architectural design projects within the past ten (10) years, at a minimum; and f) Other Professionals proposed to cover additional disciplines may be employed by the Proposer or any subconsultant, and must have been registered or certified in their individual named professions in the State of Florida, if such registration or certification is required, for the last five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed subconsultants must demonstrate substantial experience in their proposed roles through the submission of one (1) Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D previously completed or ongoing project in support to any of the proposed disciplines, within the past three (3) years, at a minimum. The City may consider a Proposal responsive where a Proposer has less than the stipulated minimum number of years of experience solely where the Proposer has undergone a name change and such change -of -name has been filed with the State of Florida, or where the Proposer was a subsidiary of a larger firm and the Proposer's firm has been merged into the larger firm. Proposers must include documentation substantiating the above stated minimum requirements as part of its Proposal for the City to consider crediting the years of experience from the Proposer under its previous name, if applicable. Failure to meet the above -stated mandatory minimum requirements shall result in the Proposer's submittal being disqualified as non -responsive. Please see Section 4, "Instructions for Submitting a Proposal," for further direction. 3.6 SMALL BUSINESS ENTERPRISE (SBE) PARTICIPATION REQUIREMENTS Unless precluded by Florida Statutes, Federal laws, or regulations, or grant requirements, the City has established mandatory SBE Participation requirements, formerly referred to as Community Business Enterprise ("CBE"), Requirements Ordinance 13331, codified as Section 18-87(p) of the City Code. Proposers may review the SBE listing, managed by Miami -Dade County's Small Business Enterprise (SBE) at the following link: http://www.miamidade.gov/smallbusiness/certification-lists.asp OCI has established procedures to assist Proposers in complying with these SBE participation requirements. Proposers shall adhere to the SBE Participation requirements as indicated below: • Assign a minimum of fifteen percent (15%) of the comprehensive award value to firms currently certified by Miami -Dade County as a SBE firm. • Submit the following SBE forms with their Proposal: 1) Sign and attach Form 6.4 - Certificate of Compliance. 2) Sign and attach Form RFQ-QSC - List of Subconsultants. 3) Sign and attach the Letter of Agreement(s) (Form RFQ-LOA) with each SBE Su bconsultant. The "OCI Forms" webpage includes a link to "Community Business Enterprise - Forms and Reports," including a forms checklist and a "Frequently Asked Questions" (FAQ) page containing important information. For detailed instructions and access to require SBE forms, click on the following link: https://www.miamigov.com/Government/Departments-Organizations/Capital- I mprovements-OCl/Smal l-Busi ness-Enterprise-FAQs. Unless precluded by Florida Statutes, Federal laws, and regulations, or grant requirements, Proposers who meet the mandatory SBE participation requirement by agreeing to use firms located within the City's municipal boundaries will be awarded five (5) bonus points during the evaluation process. In addition to submitting the required SBE forms, refer to Section 5.C, "Five Bonus Points and SBE Participation," to qualify to receive the five (5) bonus points. Proposers must include the following documentation with their Proposal to be considered for the five (5) bonus points: • Attach copies of both a current City of Miami Business Tax Receipt AND a current Miami - Dade County Business Tax Receipt for the SBE Subconsultant(s). To verify the above requirements, the City has provided Form RFQ-QSC to identify all subconsultant firms (including SBE certified firms) that are part of the Proposer's team. Failure to Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D include the completed form(s) with Proposer's Proposal may cause the Proposal to be deemed non -responsive. SECTION 18-73 CITY OF MIAMI CODE Local office means a business within the City, which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully - executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami -Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. 3.7 PUBLIC ENTITY CRIMES In accordance with Florida Statutes Section 287.133, a person or affiliate who has been placed on the convicted vendor list, following a conviction for a public entity crime, may not: a) submit a response on a contract to provide any goods or services to a public entity; b) submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) submit responses on leases of real property to a public entity; d) be awarded or perform work as a contractor, design -builder, supplier, subcontractor, or consultant under a contract with any public entity; and e) transact business with any public entity in excess of the threshold amount of $35,000.00 provided in Florida Statutes Section 287.017, CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements (3) (5) DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Proposer shall result in rejection of the Proposal, cancellation of the Agreement (if awarded), and may result in Proposer's debarment. 3.8 RESOLUTION OF PROTESTS Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the City Manager, in accordance with the procedures contained in Section 18-104, Resolution of Protested Solicitations and Awards, as amended, of the City Code, Ordinance No. 12271 (the City of Miami Procurement Code), as amended, describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file a Notice of Intent to Protest and/or the Protest, shall constitute a forfeiture of such party's right to file a protest. THERE WILL BE NO EXCEPTIONS MADE TO THIS REQUIREMENT. 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS Each Proposal will be reviewed to determine if it is responsive to the submission requirements outlined in the RFQ. A "responsive" Proposal meets the requirements of the RFQ, is submitted in the format outlined in Section 4.1.D, "Proposal Submission Format," is of timely submission, and has appropriate signatures/attachments, as required on each document. 3.10 COLLUSION The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Proposal for the same Services, or with any City instrumentality, department, or agency. The Proposer certifies that its Proposal is fair, without control, collusion, fraud, or other illegal action. The Proposer further certifies that it complies with the conflict of interest and code of ethics laws as defined in Section 2-611 of the City Code. The City will investigate all situations where collusion may have occurred, and the City reserves the right to reject any and all Proposals where collusion may have occurred. 3.11 CLARIFICATIONS The City reserves the right to request clarifications of information submitted, and to request any necessary supporting documentation or information from any Proposer after the Proposal submission due date. 3.12 KEY PERSONNEL Subsequent to submission of a Proposal and prior to award of an Agreement, Key Personnel shall not be changed. Proposers shall not change any member of their Key Personnel without just cause and prior written approval by the City. The City reserves the right to request additional documentation, as required by the RFQ prior to making its determination. If the City does not accept the proposed change(s), the Proposal may be rejected and not considered for award. 3.13 AUDIT RIGHTS AND RECORDS RETENTION The Successful Proposer agrees to provide access, at all reasonable times, to the City, or to any of its duly authorized representatives, to any books, documents, papers, invoices, receipts, reimbursement information and records of Proposer which are directly pertinent to this RFQ, the Agreement, the loan reimbursement and grant reimbursement (if applicable), for the purpose of audit, examination, excerpts, and transcriptions. The Successful Proposer shall maintain and retain any and all of the books, documents, papers, and records pertinent to the Agreement for five (5) years after the City makes final payment and all other pending matters are closed. Proposer's failure or refusal to comply with this condition shall result in the immediate termination of the Contract (if awarded) by the City. The Audit and Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Inspection Provisions of Sections 18-100,18-102, and 18-101 of the Miami City Code are deemed as being incorporated by reference herein as additional terms. 3.14 PUBLIC RECORDS The Successful Proposer shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records; request for contractor records; civil action." IF THE SUCCESSFUL PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUCCESSFUL PROPOSER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. 3.15 E-VERIFY Successful Proposer 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 Successful Proposer during the term of the Agreement and 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 during the Agreement term. 3.16 CONFLICT OF INTEREST Proposers, by responding to this RFQ, certify that to the best of their knowledge and belief, no elected/appointed official or employee of the City is financially interested, directly or indirectly, in the purchase of goods/services specified in this RFQ. Any such interests on the part of the Proposer or its employees shall be disclosed in writing to the City. Further, Proposers shall disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock of the Proposing firm. 3.17 DEBARRED/SUSPENDED VENDORS An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not: a) submit a response on a contract to provide goods or services to a public entity; b) may not submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) may not submit a response on leases of real property to a public entity; d) may not be awarded or perform work as a contractor, design -builder, supplier, subcontractor, or consultant under contract with any public entity; and e) may not transact business with any public entity. 3.18 NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT Successful Proposer shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Successful Proposer shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Successful Proposer shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Miscellaneous Architectural & Landscape Architectural Services for Citywide Capital Improvements RFQ No. 21-22-017 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Successful Proposer affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under this RFP/RFP. Furthermore, Successful Proposer affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Successful Proposer shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS Proposer represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure the award of the Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind, contingent upon or in connection with, the award of the Contract. 3.20 ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the Proposal shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted purposely, through either intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists, or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Proposer's authorized signature affixed to the Proposer's acknowledgment form, attests to this. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D SECTION 4 INSTRUCTIONS FOR SUBMITTING A PROPOSAL 4.1 ELECTRONIC RECEIPT OF PROPOSALS AND SUBMISSION REQUIREMENTS Electronic Proposals in response to this RFQ are to be submitted through BidSync until the date and time as indicated in this Solicitation. The responsibility for submitting a Proposal on/or before the stated closing time and date is solely and strictly that of the Proposer. The City will in no way be responsible for delays caused by technical difficulties or caused by any other occurrence. Electronic Proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as individual files and labeled accordingly. Any Proposal received through BidSync, prior to the Proposal submittal deadline, shall be accepted as a timely submittal; anything received thereafter will be rejected. Additionally, BidSync will not allow for the Electronic Proposal submissions after the closing date and time has lapsed. Proposals will be opened promptly at the time and date specified. All expenses involved with the preparation and submission of Proposals to the City, or any work performed in connection therewith, shall be borne by the Proposer(s). Accordingly, Proposer(s): • Must register, free of charge, with BidSync to establish an account in order to have access to view and/or respond to any solicitations issued by the City of Miami's Procurement Department ("City"). • Shall submit all Proposals electronically. Hardcopy Proposals will not be accepted. NO EXCEPTIONS. • Attachment files shall be no more than 250mb in size each, should there be a need for a larger size file to be uploaded split in multiple files. • Contact BidSync vendor support toll -free number 800-990-9339, support.bidsync.com or email support@bidsync.com, for BidSync technical difficulties and/or issues • Must submit the Certification Statement and associated solicitation documents, which define requirements of items and/or services to be purchased, and must be completed and submitted as outlined within the solicitation via BidSync. The use of any other forms and/or the modification of City forms will result in the rejection of the Proposer's submittal. • Shall ensure that the Certification Statement is fully completed and provided with your Proposal. Failure to comply with these requirements may cause the Proposal to be rejected. • Must ensure that an authorized agent of the Proposer's firm signs the Certification Statement and submits it electronically. FAILURE TO SIGN THE CERTIFICATION STATEMENT SHALL DEEM THE PROPOSAL NON -RESPONSIVE. • May be considered non -responsive if Proposal does not conform to the terms and conditions of this solicitation. Submission Requirements Submit the following information and documents with the Proposal through the BidSync page for this RFQ. Failure to do so may cause the Proposal to be deemed non -responsive. Proposals deemed non -responsive will receive no further consideration. Each Proposal must contain the documents and forms required by Sections 4.1, A to C, fully completed, and signed as required. Proposers shall prepare their Proposal utilizing the same format outlined below in Section 4.1.D, "Proposal Submission Format." Each item of the Proposal, as stipulated in Section 4.1, A to C, shall be separated by a tabbed divider identifying the corresponding item number. Proposers are not to submit any information in response to this RFQ Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D that are not specifically required or requested, or which the Proposer considers confidential. Submission of any confidential information will be deemed a waiver of any confidentiality or other such protection, which would otherwise be available to the Proposer, except as specifically permitted under Florida Statute. The submission of such documentation may adversely affect the evaluation of the Proposal by the Evaluation Committee. Do not include additional information not requested in this RFQ, unless specified in an Addendum. This RFQ requires the use and submission of specific City forms. The City forms shall not be expanded or altered. Additional pages may not be added unless the form specifically states that pages can be added. Failure to utilize the City's forms will result in the rejection of the Proposal as non -responsive. A. Content of Qualifications and Experience Requirements: All forms referenced in Sections 4.1, A to C are required (as applicable). 1. Table of Contents The Table of Contents should follow in sequential order the sections and documents specified in Section 4.1, A - D, including all documents requested in subsections. All pages of the Proposal must be consecutively numbered and correspond to the Table of Contents. 2. Proposal Cover Letter Proposer shall complete and submit Form RFQ-PCL for this section of the Proposal. (One (1) page maximum). 3. Narrative Proposer shall complete and submit Form RFQ-PN for this section of its Proposal. Provide an overview of the Proposer's firm and why the Proposer is the most qualified for this Project. 4. Qualifications of the Proposer Proposer shall complete and submit Form RFQ-QPC for this section of its Proposal and shall identify the Proposer's number of years of experience in the required professional services. Proposer shall be a licensed, registered, and practicing architecture or landscape architecture firm authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal) as of the Proposal submission due date. Licenses and any other pertinent information shall be submitted which demonstrates the Proposer's ability to satisfy all of the requisites identified in Section 2, `RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." Proposer must disclose, in detail, any and all judgments, assessments, impositions, charges, suits, actions, decrees, orders, claims, arbitrations, and back charges asserted or awarded against the Proposer or any proposed Subconsultant in the past seven (7) years which exceed $100,000.00. Proposers that do not provide such documentation may be deemed non -responsive. No company brochures are to be included as part of the Proposal (one (1) form, three (3) pages maximum). 5. Experience of the Proposer Proposer shall complete and submit Form RFQ-EPC for this section of its Proposal to provide a comprehensive summary of the Proposer's experience. The Proposer MUST have a minimum of five (5) years of experience providing architectural and/or landscape architectural services and have served as lead/primary consultant on a minimum of three (3) architectural and/or landscape architectural design projects previously completed or Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D currently ongoing within the last ten (10) years. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated five (5) year minimum experience requirement or to submit proof of at least three (3) architectural or landscape architectural design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. One (1) form RFQ-EPC needs to be submitted for each of the three (3) reference projects. 6. Qualifications of the Project Manager Proposer shall complete and submit Form RFQ-QKP for this section of its Proposal for the Project Manager (PM). The PM shall be employed by the Proposer and shall be a currently licensed, practicing, and registered Architect or Landscape Architect in the State of Florida. Proposer shall identify the PM's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requisites identified in Section 2, `RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a one -page resume is required to be submitted that reflects the PM's education, experience, and qualifications satisfactory of all the requisites identified in Section 2, "RFQ Scope of Services," and Section 3.5, "Minimum Qualifications and Experience Requirements." 7. Experience of the Project Manager Proposer shall complete and submit Form RFQ-EPM for this section of its Proposal to provide a comprehensive summary of the Project Manager's (PM) experience. The PM MUST be employed by the Proposer and MUST have a minimum of five (5) years of experience managing architectural or landscape architectural design projects serving as the project manager on a minimum three (3) architectural and/or landscape architectural design projects previously completed or currently ongoing within the last ten (10) years. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated five (5) year minimum experience requirement or to submit proof of at least three (3) architectural or landscape architectural design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. One (1) form RFQ-EPM needs to be submitted for each of the three (3) reference projects. 8. Qualifications and Experience of the Lead Architect Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Lead Architect (LA). The LA may be employed by the Proposer, and shall be a currently licensed, practicing, and registered Architect in the State of Florida. Proposer shall identify the LA's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requisites identified in Section 2, `RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D In addition, a one -page resume is required to reflect the LA's education, experience, and qualifications that demonstrate satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." The LA MUST have a minimum of five (5) years of experience in architectural design projects and MUST have served as the Lead Architect on a minimum of three (3) architectural design projects, currently ongoing or previously completed within the last ten (10) years. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated five (5) year minimum experience requirement or to submit proof of at least three (3) architectural design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. 9. Qualifications and Experience of the Lead Landscape Architect Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Lead Landscape Architect (LLA). The LLA may be employed by the Proposer or by a subconsultant, and shall be a currently licensed, practicing, and registered Landscape Architect in the State of Florida. Proposer shall identify the LLA's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." In addition, a one -page resume is required to reflect the LLA's education, experience, and qualifications that demonstrate satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." The LLA MUST have a minimum of five (5) years of experience in landscape architectural design projects and MUST have served as the Lead Landscape Architect on a minimum of three (3) landscape architectural design projects, currently ongoing or previously completed within the last ten (10) years. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated five (5) year minimum experience requirement or to submit proof of at least three (3) landscape architectural design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. 10. Qualifications and Experience of other Proposed Personnel Proposer shall complete and submit Form RFQ-QKP for this section of the Proposal to provide a comprehensive summary of Proposed Personnel (other than Key Personnel) as listed in Section 2.4, "Proposed Team/Key Personnel." While forming the team, Proposer shall be mindful of the anticipated levels of staffing required to deliver the services identified in Section 2, "RFQ Scope of Services." Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requirements Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D identified in Section 3.5, "Minimum Qualification and Experience Requirements." Proposer shall provide one form for all Subconsultants/Subcontractors to be used, regardless of racial or gender grouping, to include names, addresses, phone numbers, type of work (service or commodity). In addition, a one -page resume is required to reflect each Proposed Personnel's education, qualifications, and experience to include at least one (1) project, currently ongoing or previously completed within the last three (3) years, preferably of architectural and/or landscape architectural nature. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated three (3) year minimum experience requirement or to submit proof of at least one (1) architectural or landscape architectural design projects, currently ongoing or completed within the past three (3) years, will result in a non -responsive determination for the Proposal. 11. Team Organizational Chart An organizational chart of the Proposer's Team shall be provided for Key Personnel and other proposed Personnel. B. Design Philosophy and Technical Capabilities Statement: 1. Design Philosophy and Process Proposer shall complete and submit Form RFQ-DPP for this section of its Proposal. Proposer shall include explanation of its design philosophy, methodology, and process as it relates to this RFQ. This should include an understanding of the Scope of Services; clearly defined issues commonly encountered and methodology for resolution of these project issues; value engineering; and the process and approach to meeting the requirements of the Scope of Services. 2. Technical Capabilities and Approach Proposer shall complete and submit Form RFQ-TCA for this section of its Proposal to provide a brief comprehensive explanation of the firm's technical capabilities and approach to Architecture and Landscape Architecture including, but not limited to, the following areas: • Manpower planning, including scheduling and allocation of resources • Quality control and assurance procedures, including timely reporting, and reviewing pay applications/change orders; ensuring timely completion of projects • Computer aided design and drafting capabilities • Capacity to provide on -call services in a timely manner • Quality control and assurance, including coordination between design disciplines, compliance with program requirements professional/industry standards, and conformance with all applicable code requirements. C. RFQ Forms: 1. RFQ Proposal Forms (Section 6.0) - Proposer shall sign and submit each RFQ Proposal Form. 2. Information for Determining Joint Venture Eligibility - Form A (if applicable) 3. Letter of Agreement(s) - Form RFQ-LOA Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 4. Certificate of Compliance with Section 18-87 of the City Code 5. Copies of Miami -Dade County SBE certification for Proposer's Subconsultant(s)/Subcontractor(s) 6. Business Tax Receipt(s)/Occupational License(s) for Proposer and all Subconsultant(s)/Subcontractor(s) D. Proposal Submission Format: Proposers shall prepare and submit the Proposal in the format below. Failure to comply with this format may result in the Proposal being deemed non -responsive. All submissions on BidSync need to be uploaded in bookmarked and searchable .pdf format. Proposers are encouraged to use the following as a checklist to ensure responsiveness of their Proposal: Section A ❑ Table of Contents ❑ RFQ-PCL Proposal Cover Letter ❑ RFQ-PN Proposal Narrative ❑ RFQ-QPC Qualifications of Proposer ❑ RFQ-EPC Experience of Proposer ❑ RFQ-QKP Qualifications of the PM, plus Resume ❑ RFQ-EPM Experience of the PM ❑ RFQ-QKP Qualifications and Experience of the LA plus Resume ❑ RFQ-QKP Qualifications and Experience of the LLA plus Resume ❑ RFQ-QKP Qualifications and Experience of Other Proposed Personnel plus Resume ❑ Team Organizational Chart Section B ❑ RFQ-DPP Design Philosophy and Process ❑ RFQ-TCA Technical Capabilities and Approach Section C ❑ RFQ Proposal Forms (Section 6.0) - Proposer shall sign and submit each RFQ Proposal Form. ❑ Information for Determining Joint Venture Eligibility - Form A (if applicable) ❑ Certificate of Compliance with Section 18-87 of the City Code ❑ RFQ-QSC List of Subconsultants ❑ Letter of Agreement(s) - Form RFQ-LOA ❑ Copies of Miami -Dade County SBE certification for Proposer's Subconsultant(s)/Subcontractor(s) ❑ Business Tax Receipt(s)/Occupational License(s) for Proposer and all Subconsultant(s)/Subcontractor(s) Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 4.2 PROPOSAL SUBMISSION DATE As stated above, submission of your complete Proposal for this RFQ shall be in BidSync in accordance with the following: Proposal Submission Due Date: October 11, 2022, by 5:00 p.m. RFQ NO. 21-22-017 MISCELLANEOUS ARCHITECTURAL & LANDSCAPE ARCHITECTURAL SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS Proposals received after the Proposal Submission Due Date and time, shall be deemed non -responsive, and shall not be considered. Proposals must be signed by an official authorized to bind the Proposer to the provisions given in the Proposals. Proposals are to remain valid for at least 180 days. Upon award of an Agreement, the contents of the Successful Proposer's Proposal shall be incorporated within and included as part of the Agreement. Additional information on submission requirements can be found in Section 4.1, "Submission Requirements." 4.3 SUBMITTAL GUIDELINES General Only one (1) Proposal from an individual, firm, partnership, corporation, limited liability company, other business entity, or joint venture will be considered in response to this RFQ. Each proposal submitted in response to this RFQ must include all the disciplines described as required within a single team. Firms participating as subconsultants may engage with Prime Consultants in multiple teams, while firms responding as Prime Consultants may do so for only one team. A firm, partnership, corporation, limited liability company, other business entity, or joint venture that submits a Proposal as both, a Prime Consultant and a subconsultant/subcontractor on another Proposal submitted under this RFQ, will render the Proposals involved non -responsive. Joint venture firms must complete and submit with their Proposal the form titled "Information for Determining Joint Venture Eligibility," (Form A, located in Section 6 of this RFQ) and submit a copy of the formal agreement between all joint venture parties. This joint venture agreement must indicate their respective roles, responsibilities, and levels of participation for this RFQ. Failure to timely submit Form A, along with an attached written copy of the joint venture agreement may result in disqualification of the Proposer's Proposal. Joint venture Proposals will be evaluated based on the combined team. Each member of a joint venture shall provide the information identified above. Proposer must clearly identify any Subconsultants proposed to be used and provide for the Subconsultant the same information required of the Proposer. The City retains the right to accept or reject any proposed Subconsultants. It is the policy of the City that, prior to award of an Agreement, the Successful Proposer register as a vendor indicating the commodities/services which the Proposer can regularly supply to the City. The Proposer can register as a City vendor, via the internet at: https://www.miamigov.com/Services/Doing- Business/Application-to-Register-as-a-City-Supplier-Vendor. For any questions regarding vendor registration, contact the Department of Procurement at (305) 416-1922. Proposers must be registered as a condition of award. It is the sole responsibility of the Proposer to ensure that the registration is completed. END OF SECTION Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D SECTION 5 EVALUATION/SELECTION PROCESS 5.1 EVALUATION PROCEDURES The procedure for Proposal evaluation and selection is as follows: 1. Request for Qualifications issued. 2. Receipt of Proposals. 3. Opening and listing of all Proposals received. 4. Preliminary review by City's Procurement staff for compliance with the submission requirements of the RFQ, including verification that each Proposal includes all documents required. 5. Review by professional staff and/or an Evaluation Committee ("Committee") certifying that the Proposer is qualified to render the required services according to State regulations. 6. The Committee, appointed by the City Manager, shall meet to evaluate each responsive Proposal in accordance with the requirements of this RFQ. The Committee will select a minimum of three (3) firms deemed the most highly qualified to perform the required services, unless fewer than three (3) Proposals are received. At the Committee's option, they may decide to hold brief presentations and interview sessions with all Proposers or shortlisted firms. 7. If requested by the Committee, oral presentations and/or interview sessions will be scheduled with the shortlisted firms that may include a visual component, ranging from a collage or sketch to a high -resolution rendering, to convey the shortlisted firms' vision for the Project. Subsequent to oral presentations, the Committee will reevaluate and rescore the Proposals, in conjunction with the oral presentations. 8. Procurement staff will calculate the final score for each shortlisted firm, to finalize the composite scores and ranking of the Committee. 9. The Committee will forward its recommendation to the City Manager, listing the Proposers in rank order. 10. After reviewing the Committee's recommendation, the City Manager may: a) Approve the recommendation of the Committee and authorize Procurement to enter into negotiations with the top ranked Proposer or request that the Committee provide additional information as to the ranking of the Proposals. Upon approval of the Committee's recommendation, the Proposers will be listed in rank order on the BidSync page for this RFQ; b) Reject the Committee's recommendation and instruct the Committee to re- evaluate and make further recommendations; c) Reject all Proposals; or d) Recommend that the City Commission reject all Proposals. 11. Upon successful negotiation of the Agreement(s), Procurement will forward the recommended Agreement(s) to the City Manager for approval, and the City Manager upon acceptance of the negotiated Agreement(s) will approve the award for Agreements which are under CCNA not exceeding $500,000 or recommend that the City Commission, when required by the City's Procurement Code, approve the Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D recommendation of the Committee and the award of the Agreement(s). Where Procurement is not able to successfully negotiate an Agreement with the top ranked Proposer(s), Procurement will recommend to the City Manager that such negotiations be terminated, and that Procurement enter into negotiations with the next ranked Proposer(s) until an Agreement is negotiated or all Proposals are rejected. 12. After reviewing the City Manager's recommendation, the City Commission may: a) Approve the City Manager's recommendation and authorize award of the Agreement(s). Upon approval of the City Manager 's recommendation, an award memorandum will be included on the BidSync page for this RFQ; b) Reject the City Manager's recommendation to award the Agreement(s); c) Reject all Proposals and direct the City Manager to re -open negotiations or to solicit new Proposals. 5.2. EVALUATION CRITERIA Proposals shall be evaluated according to the following criteria and respective weight: Evaluation Criteria Maximum Points Proposer's Qualifications and Experience 30 points Project Manager's Qualifications and Experience 20 points Lead Architect and Landscape Architect's Qualifications and Experience 20 points Team Members Qualifications and Experience 15 points Design Philosophy and Process/Technical Capabilities and Approach 10 points Amount of Work Awarded by the City* 5 points (*) Points for this evaluation criterion will be assigned by the City according to a sliding scale based on the amount of work awarded by the City during the three (3) years prior to the Proposal Submission Due Date to Proposers submitting a responsive Proposal, including their Subconsultants/Subcontractors, as follows: Amount of Work Awarded by the City Awarded Score Up to $500,000 5 points From $500,001 to $1,000,000 4 points From $1,000,001 to $2,500,000 3 points From $2,500,001 to $5,000,000 2 points From $5,000,001 and over 1 point 5.3. FIVE BONUS POINTS AND SBE PARTICIPATION Unless precluded by Florida Statutes, federal laws, or regulations, or grant requirements, bonus points will be granted to Proposers who agree to use Miami -Dade County SBE Firms from within the City of Miami municipal boundaries. The awarded firm must agree to assign a minimum of fifteen percent (15%) of the contract value to Miami -Dade County certified SBE firm(s) that maintain a "Local Office," as defined in City Code Section 18-73. END OF SECTION Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D SECTION 6 RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM The Proposer hereby acknowledges and affirms to the contents of this RFQ, its response thereto, including without limitation, all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below: A. RFQ Addenda Acknowledgement Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated B. RFQ Determination of Responsiveness Acknowledgement The Proposer hereby acknowledges and understands that the City will review each Proposal to determine responsiveness in accordance with the minimum qualifications and submission requirements of this RFQ, as identified in Section 3.5, "Minimum Qualification Requirements" and Section 4.1, "Submission Requirements." PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The following list describes most but not all Proposal irregularities, deficiencies, and technicalities that shall result in a non -responsive determination: 1. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(A) including, but not limited to: • Proposal Letter • Narrative • Qualifications of Proposer • Experience of the Proposer • Qualifications of PM • Experience of PM • Qualifications and Experience of LA • Qualifications and Experience of LLA • Qualifications/Experience of other Proposed Personnel • Team Organizational Chart 2. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(B) including, but not limited to: • Design Philosophy and Process • Technical Capabilities and Approach Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 3. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(C) including, but not limited to: • RFQ Proposal Forms (Section 6.0) • Information for Determining Joint Venture Eligibility - Form A (if applicable) • Certificate of Compliance with Section 18-87 of the City Code • Letter of Agreement(s) — Form RFQ-LOA • List of Subconsultants — Form RFQ-QSC • Copies of Miami -Dade County SBE certification for Proposer and all Su bconsultant(s)/Su bcontractor(s) • Business Tax Receipt(s)/Occupational License(s) for Proposer and all Su bconsultant(s)/Su bcontractor(s) 4. Lack of any other documentation/information/form requested in the RFQ document. Missing forms, unsigned forms, or forms signed by any individual, other than either the Proposer, Proposer's team members, and/or individuals personally attesting to the portrayed project experience will not be cured and shall deem a Proposal non -responsive. The City, at its sole discretion, reserves the right to waive minor deviations/ irregularities not listed above. Such minor deviations may be cured by the Proposer, at the sole discretion of the City. Material deviations / irregularities cannot be waived by the City or cured by the Proposer. RFQ No. 21-22-017 - Certification Statement I certify that all information contained in response to this RFQ is true. I certify that this RFQ is made without prior understanding, agreement, or connections with any corporation, firm, or person submitting a RFQ for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: Firm's Name Principal Business Address Telephone Fax E-Mail Address Full Name Title Authorized Signature Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Board of Directors of the a corporation existing under the laws of the State of , held on 20_, the following resolution was duly passed and adopted: "RESOLVED, that, , as President of the Corporation, be and is hereby authorized to execute the Proposal dated, , 20_ , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this , day of , 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Miscellaneous Architectural & Landscape Architectural Services for Citywide Capital Improvements RFQ No. 21-22-017 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 6.2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of , held on 20, the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Proposal dated, 20, to the City of Miami and this Partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of held on , 20, the following resolution was duly passed and adopted: "RESOLVED, that, as of the Joint Venture be and is hereby authorized to execute the Proposal dated, 20, to the City of Miami and that their execution thereof shall be the official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 Secretary: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 6.2.4 CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of , held on , 20_, the following resolution was duly passed and adopted: "RESOLVED, that, as of the Limited Liability Corporation be and is hereby authorized to execute the Proposal dated, 20, to the City of Miami and that their execution thereof shall be the official act and deed of this Limited Liability Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 6.2.5 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that as an individual, I (Name of Individual) and as a d/b/a (doing business as) (If applicable) exist under the laws of the State of Florida. "RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the Proposal dated, , 20_, to the City of Miami as an individual and/or d/b/a (if applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act and deed of me as an individual d/b/a (doing business as) " (If applicable) I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this , day of , 20. NOTARY PUBLIC: Commission No.: I personally know the individual/do not know the individual (Please Circle) Driver's License # (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of City contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend Contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification, or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Proposals. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or, debarred or suspended, as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company Name: Individual Name: Signature: Date: Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE I, hereby certify that: i) I am the (President/Secretary or Principal) of (Proposer); ii) I have read Sections 18-87 of the City of Miami Procurement Code; iii) (Proposer) hereby agrees to assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Small Business Enterprise ("SBE"); OR iv) (Proposer) hereby is certified by Miami -Dade County as a SBE firm and will self -perform to meet the minimum fifteen percent (15%) SBE requirement. An active copy of the Proposer's SBE certification must be included in the proposal document. OPTIONAL: v) (Proposer) hereby agrees to make assignments pursuant to item (iii), above, to certified SBE firms who maintain a "Local Office," as defined in Section 18-73 of the City of Miami Code; STATE OF COUNTY OF ) SS: ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Section 18-87 of the City of Miami Procurement Code on behalf of Proposing Firm named therein in favor of the City. Subscribed and sworn to before me this day of , 20_ My commission expires: Notary Public, State of at Large Bonded by: Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 6.5 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY - FORM A If the Proposer is submitting as a joint venture, please be advised that this form (2 pages) MUST be completed, and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms that comprise the joint venture: 5. Describe the role of the MBE firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreement. 7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day management and policy decision -making, including, but not limited to, those with prime responsibility for: (a) Financial decisions: (b) Management decisions, such as: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of management personnel: (4) Purchasing of major items or supplies: (c) Supervision of field operations: Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D NOTE: If, after filing this form and before the completion of the Joint Venture's work on the Agreement, and if there is any significant change in the information submitted, the Joint Venture must inform the City in writing. AFFIDAVIT "The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venture(r) in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete, and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venture(r) relevant to the joint venture, by authorized representatives of the City. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Name of Firm: Signature: Signature: Name: Name: Title: Title: Date: Date: 6.6 REQUIRED FORMS Required forms to be made part of the Proposer/s submittal by the Proposal Submittal Due Date include, but are not limited to, the following: RFQ-PCL Proposal Cover Letter RFQ-PN Proposal Narrative RFQ-QPC Qualifications of Proposer RFQ-EPC Experience of Proposer RFQ-QKP Qualifications of Key Personnel and Team Members RFQ-EPM Experience of the PM RFQ-QKP Qualifications of Subconsultants / Subcontractors RFQ-DPP Design Philosophy and Process RFQ-TCA Technical Capabilities and Approach RFQ Proposal Forms END OF SECTION Miscellaneous Architectural & Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Tail of Miami ADDENDUM No. 1 September 28, 2022 REQUEST FOR QUALIFICATIONS (RFQ) NO. 21-22-017 MISCELLANEOUS ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for RFQ No. 21-22-017, Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements (the "Project"). The remaining provisions are now in effect and remain unchanged. Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the solicitation's BidSync webpage and are part of this Addendum. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidSync page for this RFQ for updates and the issuance of addenda. MODIFICATIONS 1. The solicitation document has been revised to include architectural and landscape architectural services. Please use the attached solicitation document. 2. The Form RFQ-QKP has been revised to reflect RFQ and the number of years for completed projects. REQUESTS FOR INFORMATION — SINCE ISSUANCE OF RFQ Q1. What is the difference between this contract and the miscellaneous A&E contracts that the City has? Al. The Miscellaneous Architectural Services pool selected under RFQ No. 20-21-012 is exclusively dedicated to address contracts that are funded with state or federal dollars. The Miscellaneous Architectural and Landscape Architectural Services pool selected under this RFQ will be dedicated to projects funded with municipal dollars and will include participation provisions for Small Business Enterprise (SBE) firms certified by Miami -Dade County. Q2. Is this a design contract or program management contract? A2. This is a design contract. Miscellaneous Architectural and Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements 1 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Q3. Is there an incumbent? If so, who? A3. This is a solicitation for a new pool of consultants to replace those currently under contract with the City of Miami under RFQ No. 16-17-057. They are Ferguson Glasgow Schuster Soto, Inc., M.C. Harry and Associates, Inc., Wolfberg Alvarez & Partners, Inc., Leo A. Daly Company, R.E. Chisholm Architects, Inc., Carty Architecture, LLC, Gurri Matute P.A., Alleguez Architecture, Inc., and Diaz, Careno, Scotti & Partners, Inc. Q4. Are consultants added at the time of each individual contract? A4. Yes, the Prime Consultant and its subconsultants will be included in each contract. Q5. Are consultants required to be SBE? A5. Prime Consultants are preferred, but not required, to be certified SBE firms. Prime Consultants, however, must comply with a minimum 15% SBE participation through themselves or through subconsultants. Q6. How many contracts do you anticipate to award under this RFQ? A6. The City anticipates awarding multiple agreements, although the exact number is yet to be determined. Q7. Are there any page limits for this submittal? A7. No. However, Section 4(4.1)(A), "Content of Qualifications and Experience Requirements," does have some restrictions on the number of pages that can be submitted for some sections of the proposal. Q8. We are an architectural firm; do we need to have a landscape architect firm as a subcontractor? Do we need to have engineering firms as subcontractors as well? A8. A Lead Landscape Architect is required for this project, either under the Prime Consultant's employ or that of a subconsultant. It is up to the Prime Consultant to decide whether additional disciplines may be necessary. Q9. Should we have MEP on our team as a Subcontractor in order to fulfill any future needs of the contract? A9. It is up to the Prime Consultant to decide whether additional disciplines may be necessary. Q10. We have had several contracts with the City of Miami; is it safe to say that we can apply for this one as well? A10. There are no restrictions or preclusions of any kind imposed by this RFQ. Q11. How is the 15% SBE goal satisfied? For example, if an architectural firm gets a project that only has architecture, so there is no scope for their subcontractors that can be used for the 15%? All. The 15% SBE may be satisfied by either the Prime Consultant or by any subconsultant, as long as they are Miami -Dade County certified SBE firms. A minimum 15% SBE participation is mandatory. Q12. Will the City need firms to submit engineering consultants for this contract? Or will engineering services be covered with RFQ 21-22-016 - Miscellaneous Engineering Services for Citywide Capital Improvements? Al2. Please refer to response to RFI No. 9, above. Miscellaneous Architectural and Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements 2 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Q13. Can we submit only for Architectural Services? A13. No. Please refer to Section 2(2.2), "Scope of Services," Section 2 (2.3), "Proposed Team/Key Personnel," Section 3(3.5), "Minimum Qualifications and experience Requirements," and Section 4(4.1)(A), "Content of Qualifications and Experience Requirements," which require a Project Manager, a Lead Architect, and a Landscape Architect. Firms that choose to respond to this RFQ as a Prime Consultant must submit a Project Manager, a Lead Architect, and a Landscape Architect as part of its proposal in order to comply with the requirements of this RFQ. Q14. If we need to add additional technical staff that will provide services under this contract, where should we add their resumes and qualifications? A14. Please refer to Section 4(4.1)(D), "Proposal Submission Format," which proposes a checklist for the Proposers' convenience. Q15. Could you please reconsider the requirement that neither the lead architect nor lead landscape architect can qualify for the project manager role? A15. Duplication of roles are not allowed by this RFQ. This requirement will not be changed. Q16. Can we submit as a Prime and as a Subcontractor to another firm? A16. No. If you submit a Proposal as a Prime Consultant, you cannot participate as a subconsultant in another Prime Consultant's Proposal. Q17. Do we need to submit a Reference Form for Lead Architect and Lead Landscape Architect? or just for the Project Manager? A17. As described in Section 4(4.1)(A) (8) and (9), Form RFQ-QKP must be used for the references for the Lead Architect and Lead Landscape Architect. Q18. Section C, Letter of Agreement - Form RFQ-LOA is requesting for the SBE/A&E Certification Number. Miami -Dade County stopped using certification numbers. Should this category be left blank? Please advise. A18. Yes, if your firm has not been issued a certification number. Q19. Can a current list of incumbents be provided? A19. Please refer to response to RFI No. 3, above. Q20. On the BidSync site, the City of Miami included a Qualification Section (General Building/Engineer and Specialty Trades Contractor Services) to be completed prior to placing the offer online. Is this form (pages 2-6) required to be filled by all subcontractors on the team regardless of their discipline? A20. This is not a requirement for this RFQ. All required forms to be completed and submitted are included in the RFQ. If you have any questions or need assistance with BidSync, please contact BidSync Customer Care at 1 (800) 990-9339. ATTACHMENTS UPLOADED TO BIDSYNC • RFQ Document, revised on 9/15/2022 • Form RFQ-QKP, revised on 9/15/2022 • Pre -Proposal Conference Attendance List Miscellaneous Architectural and Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements 3 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Chief Procurement Officer, City of Miami Miscellaneous Architectural and Landscape Architectural RFQ No. 21-22-017 Services for Citywide Capital Improvements 4 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D KIMLASS ACORDTr, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)3/30/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Edgewood Partners Ins. Center 3780 Mansell Rd. Suite 370 Alpharetta, GA 30022 CONTACT Jerry Noyola PHONE(A/C, No, Ext): 770-220-7699 Fax (A/C, No): E-MAIL ADDRESS: greylingcerts@greyling.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: National Union Fire Ins Co of Pittsburg 19445 INSURED Kimley-Horn and Associates, Inc. 421 Fayetteville Street, Suite 600 Raleigh, NC 27601 INSURER B: Allied World Assurance Co (U.S.) Inc. 19489 New Hampshire Insurance Company INSURER C : P P Y 23841 INSURER D: Lloyd's of London 085202 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 23-24 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DDYYY) POLICY EXP/Y (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL Liab LIABILITY OCCUR GL5268169 Approved by Terry Quevado 04/01/2023 04/03/2023 04/01/2024 EACH OCCURRENCE $2,000,000 CLAIMS -MADE X PREMISESO(Ea RENTED $1,000,000 X Contractual MED EXP (Any one person) $25,000 PERSONAL & ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT - APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY X PR POLICY X LOC PRODUCTS - COMP/OPAGG $4,000,000 OTHER: $ A A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED ONLY -OWNED ONLY CA4489663 (AOS) CA2970071 (MA) 04/01/2023 04/01/2023 04/01/2024 04/01/2024 SINGLE LIMIT OMBaccideINEnt) ( Ea $D 2. 000� 000 X BODILYINJURY(Perperson) $ SCHEDULED AUTOS BODILY INJURY (Per accident) $ X X NON PROPERTY DAMAGE (Per accident) $ _AUTOS $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 03127930 04/01/2023 04/01/2024 EACH OCCURRENCE $5,000,000 X AGGREGATE $5,000,000 DED X RETENTION $10,000 $ c C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Y/ N N / A (AOS) WC015893685 AOS WC015893686 (CA) 04/01/2023 04/01/2023 04/01/2024 04/01/2024 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $1,000,000 N E.L. DISEASE - EA EMPLOYEE $1,000,000 below E.L. DISEASE - POLICY LIMIT $1 ,000,000 D Professional Liab B0146LDUSA2304949 04/01/2023 04/01/2024 Per Claim $2,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: RFQ 14-15-036; Miscellaneous Landscape Architectural Services; Continuing Services for Miscellaneous Projects; George Puig. The City of Miami is named as an Additional Insured with respects to General, Automobile & Pollution Liability where required by written contract. The above referenced liability policies with the exception of workers compensation & professional liability are primary & non-contributory where required by written contract. X-C-U is included under the General Liability Policy. Waiver of Subrogation is (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Miami Risk Manager/Insurance Compliance 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1 of 2 #55436221/M5396840 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD J N O02 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D DESCRIPTIONS (Continued from Page 1) applicable where required by written contract & allowed by law. Policies cover Kimley-Horn and the City for the vicarious liability arising from the work performed by subcontractors. Retroactive Date: Full Prior Acts SAGITTA 25.3 (2016/03) 2 of 2 #S5436221/M5396840 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D From: Ouevedo, Terry To: Caseres. Luis Subject: RE: Kimley-Horn - City of Miami (Renewal) Date: Monday, April 3, 2023 9:59:17 AM Attachments: imaoe002.onq Luis The COI is adequate. Rega rds, •%e;; � 2�Qteaec City of Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax Tquevedo(miamigov.com -:Sewusy, S etacc ry, atird 71.400wthrt, garde y From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Monday, April 3, 2023 9:57 AM To: Quevedo, Terry <TQuevedo@miamigov.com> Subject: RE: Kimley-Horn - City of Miami (Renewal) Good morning, Attached is revised COI with Retro Active date. Best regards, L wig- C ''e.s- Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ELcaseres@miamigov.com DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. From: Caseres, Luis Sent: Monday, April 3, 2023 9:26 AM To: Gomez Jr., Francisco (Frank) <FGomezPmiamigov.com>; Quevedo, Terry <TQuevedoPmiamigov.com> Subject: FW: Kimley-Horn - City of Miami (Renewal) Good morning, Please review and approve. Best regards, L wig- C ae'- Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 (305) 400-5335 ELcaseres@miamigov.com "Serving, Enhancing, and Transforming our Community" DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D DIVISION OF CORPORATIONS Dfyl _fJl`I Qf an official Sture of Thwart wt6xifw Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation KIMLEY-HORN AND ASSOCIATES, INC. Filing Information Document Number 821359 FEI/EIN Number 56-0885615 Date Filed 04/24/1968 State NC Status ACTIVE Principal Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/24/2021 Mailing Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/24/2021 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 05/14/2008 Address Changed: 01/24/2017 Officer/Director Detail Name & Address Title Director Good, Brian A. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Title Director Colvin, Scott W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Dvorak, William E., Jr. 111 West Jackson Blvd. Suite 1320 Chicago, IL 60604 Title Director Mutti, Brent H. 7740 N 16th Street Suite 300 Phoenix, AZ 85020 Title VP McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Treasurer McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Assistant Secretary McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title President Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CEO DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title VP Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CFO Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Danielson, Paul B. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Secretary Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Blakley, Stephen W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Montanye, Emmeline F. DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 817 West Peachtree Street, NW, Suite 601 Atlanta, GA 30308 Title Director Hall, James R. 12750 Merit Drive, Suite 1000 Dallas, TX 75251 Title Director Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Peed, Brooks H. 445 24th Street Suite 200 Vero Beach, FL 32960 Title Director Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Harry, Jennifer L. 401 B Street Suite 600 San Diego, CA 92101 Annual Reports Report Year Filed Date 2020 04/15/2020 2021 04/24/2021 2022 02/10/2022 Document Images 02/10/2022 -- ANNUAL REPORT View image in PDF format 04/24/2021 -- ANNUAL REPORT View image in PDF format 04/15/2020 -- ANNUAL REPORT View image in PDF format 11 /25/2019 -- AMENDED ANNUAL REPORT View image in PDF format 04/27/2019 -- ANNUAL REPORT View image in PDF format DocuSign Envelope ID: E5C60574-66F3-41 FF-AA1 B-C31784B0A79D 06/21 /2018 -- AMENDED ANNUAL REPORT 03/15/2018 -- ANNUAL REPORT 04/28/2017 -- ANNUAL REPORT 08/02/2016 -- AMENDED ANNUAL REPORT 01 /28/2016 -- ANNUAL REPORT 09/09/2015 -- AMENDED ANNUAL REPORT 04/15/2015 -- ANNUAL REPORT 04/22/2014 -- ANNUAL REPORT 01 /14/2013 -- ANNUAL REPORT 03/29/2012 -- ANNUAL REPORT 02/17/2011 -- ANNUAL REPORT 04/21 /2010 -- ANNUAL REPORT 04/30/2009 -- ANNUAL REPORT 05/14/2008 -- ANNUAL REPORT 04/12/2007 -- ANNUAL REPORT 04/21 /2006 -- ANNUAL REPORT 06/02/2005 -- ANNUAL REPORT 04/26/2004 -- ANNUAL REPORT 04/30/2003 -- ANNUAL REPORT 08/12/2002 -- Reg. Agent Change 05/08/2002 -- ANNUAL REPORT 02/06/2001 -- ANNUAL REPORT 03/02/2000 -- ANNUAL REPORT 03/17/1999 -- ANNUAL REPORT 02/12/1998 -- ANNUAL REPORT 02/27/1997 -- ANNUAL REPORT 03/05/1996 -- ANNUAL REPORT 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 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 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 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 Florida Department of State, Division of Corporations Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Wednesday, July 26, 2023 9:13 AM McGinnis, Lai -Wan; Badia, Hector; Darrington, Mario; Cabrera, Paola; Mora, Jorge; Hansen, Anthony; Sagesse, Max Cambridge, Susan; Ponassi Boutureira, Fernando; Velez, Pablo; Hannon, Todd; Olivera, Rosemary; Lee, Denise Document Distribution -RFQ 21-22-017 - Misc. Architectural and Landscape Architectural Services for Citywide Capital Improvements - Kimley-Horn and Associates, Inc. RFQ 21-22-017-Misc Arch and Lands-Kimley-Horn-Executed 07-25-2023.pdf Good morning All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Paola You may now close this Matter ID 23- 1269 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: First Party: Second Party: Program/Purpose: Professional Services Agreement City of Miami Kimley-Horn and Associates, Inc. Misc. Architectural and Landscape Architectural Services for Citywide Capital Improvements Effective Date: 07/25/2023 Best regards, i LuA.- Caere - Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2