Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
3
11 JE CITY Of" PLFAS/\NT LlVINC To: FROM: Via: DATE: SUBJECT: BACKGROUND: VENDORS: AMOUNT: ACCOUNT: AnACHMENTS: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager February 17, 2014 Agenda Item No.,3 Quentin Pough, Director of Parks & Recreation A Resolution authorizing the City Manager to enter into an agreement with Miller Legg to prepare a citywide Parks and Recreation Master Plan. The City issued a Request for Qualifications (RFQ) for interested and capable firms to prepare a citywide Parks and Recreation Master Plan (the "Master Plan") for the Department of Parks and Recreation. The Master Plan will serve as a guide for future park development (10-year proposed C1P), landscape architecture, facility and park maintenance planning, recreation planning, and potential expansion. Furthermore, the Master Plan will assist in gaining grant funding, community support and will also record the process as a result of the partnership between South Miami staff and the public. The City received two (2) proposals that were evaluated, ranked and scored by a Selection Committee. The committee was comprised of Shari Kamali, Assistant City Manager, Quentin Pough, Director of Parks and Recreation, and Douglas Thompson, Parks and Recreation Advisory Board Chairman. Miller Legg was the highest ranked respondent and is recommended to prepare a comprehensive Master Plan. The consultant will develop a Master Plan outlining how the City can best develop, promote, utilize, manage, and maintain a fully functional parks system within South Miami. Miller Legg (Recommended Consultant) Chen Moore & Associates Amount not to exceed $129,450 Capital Improvement account number 301-2000-572-6450, which has a balance of $466,467 before this request was made. Resolution for approval Pre-Bid Conference Sign-In Sheet Bid Opening Report Proposal Summary Selection Committee Evaluation Score Sheets Recommendation Notice to Miller Legg (email) Miller Legg Proposal No. 14-P0395 Miller Legg RFQ Proposal #PR-2014-12 Sun Biz -Miller Legg Demand Star Results RFQ Advertisement Account Budget Balance 1 RESOLUTION NO .. ______ _ 2 3 A Resolution authorizing the City Manager to enter into an agreement with Miller Legg to 4 prepare a citywide Parks and Recreation Master Plan. 5 6 WHEREAS, the City issued a Request for Qualifications for interested and capable firms to 7 prepare a citywide Parks and Recreation Master Plan (the "Master Plan); and 8 9 WHEREAS, the Master Plan will serve as a guide for future park development, landscape 10 architecture, facility and park maintenance planning, recreation planning, and potential expansion; 11 furthermore, the Master Plan will assist in gaining grant funding, community support and will also record 12 the process as a result of the partnership between South Miami staff and the public; and 13 14 WHEREAS, the City received two (2) proposals that were evaluated, ranked and scored by a 15 Selection Committee; and 16 17 WHEREAS, Miller Legg was the highest ranked respondent and the City Manager is 18 recommending that the City negotiate and execute an agreement with Miller Legg to prepare a citywide 19 Parks and Recreation Master Plan. 20 21 22 NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION 23 OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: 24 25 Section 1. The City Manager is authorized to negotiate and enter into an agreement with Miller 26 Legg for and amount not to exceed $129,450 for the completion of a citywide Parks and Recreation 27 Master Plan. Miller Legg was the highest ranked respondent and received the highest score by a 28 Selection Committee. A copy of Miller Legg's proposal is attached to this resolution. 29 30 Section 2. Severability. If any section clause, sentence, or phrase of this resolution is for any 31 reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect 32 the validity of the remaining portions of this resolution. 33 Section 3. Effective Date. This resolution shall become effective immediately upon adoption by 34 vote of the City Commission. 35 36 37 38 39 40 41 42 43 44 45 46 47 48 PASSED AND ENACTED this __ day of _____ ,' 2015. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: LANGUAGE, LEGALITY AND EXECUTION THEREOF CITY ATTORNEY APPROVED: MAYOR COMMISSION VOTE: Mayor Stoddard: Vice Mayor Harris: Commissioner Edmond: Commissioner Liebman: Commissioner Welsh: Date: RJFQ Tide: R1Y'Q No.: Please Print Clearly 1 2 11 I','." ' .. - /.//, 'i South:{~\)~;\ i am i i i (j j Y (), 1~1 f i ) ]Jlrc-]]nd[ COl!1lfclrcl!1lce §ngull-]l!1l §Ihleet JPR211H4-12 X:\Purchasing\Templates\Pre Bid Meeting\Pre-Bid Meeting Sign-In Sheet.doc BID OPEN~NG REPORT Bids were opened on: rVlondav, November 24,2014 after: IO:OOam 'For: RFi1# PH. 2014-12 -Parks & Recreation Mastel' PJ:1I1 COMPANIES THAT SUBMITTED PROPOSALS: AMOUNT: 1. CHEN-MOORE 2. MILLER LEGG THE ABOVE BIDS HAVE NOT BEEN CHECKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. Maria M. Menendez Witness: .~_w .. ··.·.· ... _ .. ___ ............ __ _ Print Name Signature PROPOSAL SUMMARY: RFQ PR2014-12 Parks Master Plan NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER Bid Package Public Recent & Signed (10rg; 3 Bidder Current Non Coli. Entity Drug free Related (1) Proof Contract Bidder References UstofSubs' Crimes and OSHAStds Sun Biz Copies; 1 Qualification Project Affidavit Conflicts of Workplace Party of Ins with Digital) Workloads Original Interest Chen-Moore X X X X X X X X X X X X X Miller !.egg X X X X X X X X X X X X X -------- II} Condition of Award RFQ Title: RFQ No.: Evaluation Scoring Sheet Procurement Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663-6339 Fax: (305) 663-6346 www,.§Quthmia.rnifl.gov .. _--_ .... -.. _----------- DI RECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points. a. b. Criteria The ability of professional personnel, including the employees or principals of the firm; subcontractors (if any) and, pertinent training, skills, experience and references. Among the factors to be considered in making this finding are the capabilities, adequacy of personnel, past record, and experience of the firm or individual and whether the firm is a certified minority business enterprise as defined by the Florida Small and Minority Business Assistance Act. (Max 40 POints) !.Y". lIUIOHr.1 lliiO IHIII" 111-'1:>: ''-~~~~~~ CHEN~MboRE LEG~ i ~o I __ .. w •••••••• _.~_.· •• ________ • __ • ___ • _____ , ____________ --.-----~---------.-- 4-.~~ ......... ~ ____ ~ .. 4L:I ... __ ._ .... _. __ ~._. ______ .. _____ .. _.~. ___________ __ Reviewed RFQ Title: RFQ No.: Evaluation Scoring Sheet Procurement Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663-6339 Fax: (305) 663-6346 www.southmiamifl.go\{ DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each Qroposer is calculated by adding each criteria for a total score by proRoser. The maximum score total score for each proposer is 100 points. ----.-- Criteria CHEN-MOORE MILLER LEGG ------' --- The ability of professional personnel, including the employees or principals of the firm; subcontractors (if any) and, pertinent training, skills, experience and references. Among the factors to be considered in making this finding are the capabilities, adequacy of personnel, a. past record, and experience of the firm or ..--':;<&) individual and whether the firm is a certified 32~ minority business enterprise as defined by the I Florida Small and Minority Business I Assistance Act. I I (Max 40 Points) I I I Firms proposed approach to provide the , services as described in the Scope of 9·0 7 .. '2,,>- b. Services. _ • .;:'1 y (Max 35 Points) .----.-1--' Respondent's willingness to meet City c. timelines and budget requirements. /~<J r~ (Max 25 Points) c~ !:>' .~-;'~,,~~- i wmo~ 1!1.!..·(mmroJiFl1j"Vl.olll 1Il~11~~ \) . ,~--"N_~~~~~~'~_~ _____ ~~ ___ '_~~~_ I, "~'-~~'''---~--''-''~--~'--' ~-;"~"~--~~~'"'~~~'.~'~- Reviewed Date: Evaluation Scoring Sheet THF (TrY' OF Pl FASANY ! 1\/!r~C Procurement Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663~6339 Fax: (305) 663-6346 www.southmiamifl.gov RFQ Title: Parks and Recreation Master Plan ."....-----------.--.--.-----~,,-~~~.~~- RFQ No.: _______ .J~B:~.014 • ......:-1:...=2_ DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score bv proposer. The maximum score total score for each proposer is 100 points" a. =r'" :EN~MOO~-;--MILLER .' LEGG. ---I The ability of professional personnel, including I II Criteria the employees or principals of the firm; I subcontractors (if any) and, pertinent training. I skills. experience and references. Among the I factors to be considered in making this finding I I are the capabilities. adequacy of personnel, I past record, and experience of the firm or II individual and whether the firm is a certified I minority business enterprise as defined by the I Florida Small and Minority Business I i Assistance Act. I .•. ! III I (Max 40 Points) Firms proposeci"'approici1-to provide the services as described in the Scope of I b. Services. I (Max 35 Points) I 1:~~~~~~:~~-;d-::~;2;-~-SqS-u~-~e~:~:~i~; .. --..... ~~.-=1 .~~~~""""",,,,,,,-= ___ --,,,,,-__ "'E~~ __ ", I 4 3 I l-::::l=-~',_ /~_--.. ~"::-:::::::c~ , .. ,",' '-j _D..w.L""LA; l:6<''''''f:2Q.n ~y/~_ Date: j2!-rs -j LVii (Print Name) -~-~ (Slgnatufe) Reviewed by: From: To: Cc: Subject: Date: Steven J. Alexander mkroll@mjllerlegg,corn Kulick, Steven Pi E'gpe, Thomas F. i Pough, Quentini Riverol, AlfredQi Garcia, Maria South Miami Parks Master Plan Thursday, December 11, 20149:26:52 AM Michael D, Kroll, RLA, FASLA Vice President Pursuant to the Consultants Competitive Negotiation Act ("CCNA") I am recommending the award of a contract to design and development the City of South Miami's Parks and Recreation Master Plan to Miller Legg, subject to the successful negotiations of the terms of that contract satisfactory to me, Once a contract has been negotiated, it will be presented to you for your approval. My staff and I have concluded that the completion of a Parks and Recreation Master Plan is a key factor in the long term growth of the parks and recreational resources of the City of South Miami. We concluded that the City needs to identify the necessary and strategic parks and recreation capital improvement projects and to design a master plan for development of those resources while protecting and expanding native habitat for plants and wildlife, Miller Legg was chosen for this project after the City issued a Request for Qualifications for interested and capable firms to complete a Parks and Recreation Master Plan and after the City received two (2) proposals that were evaluated and ranked and scored by a Selection Committee, Miller Legg was the highest ranked respondent and, therefore, it is my recommendation that the contract be awarded to Miller Legg subject to the procedure required by the CCNA, The CCNA requires a competitive selection of the most qualified firms and negotiations of the terms of a contract with the highest ranked firm, If negotiations with the highest ranked firm fail, then I am required to negotiate with the firm having the second highest ranking, As soon as a contract has been negotiated, it will be presented to you for your approval or rejection, Please contact me so that we can schedule contract negotiations, Steven Alexc.mder City Monoger City of South Miomi Mr. Quentin Pough Director of Parks and Recreation City of South Miami 6130 Sunset Drive South Miami, FL 33143 G January 28, 2015 Via Email QPough@southmiamifl.gov Re: South Miami Parks and Recreation Master Plan (the "Project") Miller Legg Proposal No. 14-P0395 Dear Quentin: Following your email yesterday with final edits to our proposed scope of services for this Project, I now attach the updated document for authorization by the City. Should you have any questions, please do not hesitate to contact me at (954) 628- 3651, or mkroll@millerlegg.com. We are excited about working with you on this Project and hope to hear from you soon. MDKlmch/Principal ~ Attachment: Exhibit A Scope Very truly yours, Michael D. Kroll, RLA, FASLA Vice President cc: Steven Alexander, City of South Miami Shari Kamali, City of South Miami V:\Proposals\2014\14-P0395 So Miami Parks and Rec Master Plan\Proposal\Cover.docx IMP R 0 V I N G COM M U NIT I E S. eRE A TIN G E N V I RON MEN T S. iV\iami-Dade Office: 7743 NW 48th Street· Suile140 . Miami, Florida' 331665407 (305) 599·6381 • Fax: (954) 4368664 wWIN,rnillerlegg.com EXHIBIT A -SCOPE OF SERVICES South Miami Parks and Recreation Master Plan 1.0 PROJECT DESCRIPTION January 28, 2015 1.1 The Project is generally described as follows: Consultant shall prepare a citywide Parks and Recreation Master Plan (the "Master Plan"). Professional services will include comprehensive planning, recreation planning, significant maintenance planning, landscape architecture and public outreach services. Research of existing facilities and recreation opportunities and needs analyses specific to South Miami demographics shall be used to develop programming, budget and operational needs for a 10-year horizon. 2.0 BASIS OF SCOPE o The Project Master Plan encompasses the city limits of the City of South Miami (the "City"), Florida. No off-site resources are included. o The City has an existing network of parks and recreation programs which will be used as a starting point for this aSSignment. o The City has an existing web site which will serve as a useful vehicle to solicit public opinion and input to a dynamic parks and recreation planning process. o The City has an up-to-date State of Florida mandated comprehensive plan which includes recreation and capital improvement elements. o The City will provide facilities as needed for public meetings and design workshops for this project. o The City's Project Manager for this project is the Director of Parks and Recreation, Quentin Pough. 3.0 INFORMATION TO BE PROVIDED BY CLIENT 3.1 The City shall provide all available maps, aerial photos, surveys, master plans, infrastructure plans, park and recreation use data, current recreation program, public contacts and other resource information which the Consultant may require and is currently available. ML Proposal 14-P0395 Page 1 of 6 January 28,2015 3.2 The City shall provide access to parks and recreation facilities as needed to conduct Consultant's resource investigations. 3.3 Any previous environmental reports prepared for applicable properties. 3.4 Copies of all relevant data, including correspondence, reports, plans or information in its possession which may be beneficial to the work effort performed by the Consultant. 3.5 All website hosting and support required for online data gathering, surveys, and progress reporting. 3.6 All web page survey results in searchable database format (Excel) for integration into the Master Plan. 4.0 SCOPE OF BASIC SERVICES AND FEE The scope of services, as defined by the City, will be provided by Consultant as follows: Task 1 Establishment of Goals and Objectives -Consultant shall meet with City staff and Commissioners to determine the goals to be achieved in the parks and recreation planning process, as well as specific tangible products or outcomes to be produced. The results of this work will be provided to the City in a detailed memorandum. The City will set up these meetings, which will include staff representation as determined by the City Project Manager. Up to two (2) meetings with City staff and five (5) meetings with Commissioners are included in this Task. Task 2 Interactive Website * As part of the project's public outreach program, Consultant shall assist the City in developing an interactive website for the Master Plan. A primary feature of the website shall be a survey(s) which may be responded to by the general public to enhance input during the planning process. This site will be developed and maintained by the City as an area on the existing City website or a standalone web page. The site will assist in data gathering and dissemination of project information during the active life of the Master Plan development. The Consultant shall provide the City with information that the City will post on the website, including surveys, updates and graphics. The City will provide to the Consultant results from online surveys in a searchable database format (Excel) for utilization in the Master Plan preparation. The website shall be updated by the City at least monthly for an active period of nine (9) months following completion of Task 1 above. ML Proposal 14-P0395 Page 2 of 6 January 28. 2015 The City shall advertise the availability of this website as it deems necessary. Up to five (5) meetings with City staff is included in this Task. Task 3 Information Assembly -Once goals and objectives have been established, Consultant shall gather relevant data that is available from publicly acknowledged sources, including existing recreation programs, demand studies for new programs, current recreation facility operations and proposed parks facilities. Additionally, Consultant shall review equipment, safety and maintenance conditions of the City's existing park facilities and recreation lands. Lands which may be jointly used with other agencies or private entities are included. Consultant shall review current parks and recreational standards (SCORP, NRPA, etc.) to benchmark the City against these standards and current/projected demographics. Consultant shall prepare a survey that will be provided to the City for posting on the Master Plan web page. The survey will request public input on the existing and desired park facilities and recreation programs. Products of this task include an inventory of existing parks, existing recreation facilities and public open spaces and safety and maintenance conditions.. Additional unoccupied lands which may be of strategic interest for future park and recreational use shall also be shown on this inventory map. Access and use agreements with other entities, to the extent they are available, will also be included. These maps and related documents shall be provided in a digital format and organized for ease of retrieval in a centralized database. Up to two (2) meetings with City staff are included in this Task Task 4 Parks and Recreation Workshop # 1 -Consultant shall assist the City in preparing for a public workshop to aid in determining recreation needs and desires of the community. This workshop will include two (2) sessions. One (1) session will occur during a weekday evening and one (1) event will occur during a Saturday at a strategic location within the City to maximize opportunities for citizen input. The City will provide space, equipment, materials, notification and furnishings as needed to conduct a public meeting. At this workshop, Consultant shall conduct a discussion of goals and objectives of the session and organize action groups among attendees to facilitate determination of community needs. Consultant shall prepare results of the workshop and post them to the interactive website for a specific public comment response period. ML Proposal 14-P0395 Page 3 of6 January 28, 2015 Consultant shall prepare a follow-up memorandum which details results of this workshop including recreation activities, events, and program desires of participating attendees. Desired locations for recreational program elements within the City shall also be shown. Up to one (1) meeting with City staff is included in this Task, in addition to the two (2) workshop sessions. Task 5 Draft Recreation Program Development and Location Requirements -Consultant shall prepare a conceptual recreation program which will integrate the results of all of the above Tasks, recreation standards used in the Recreation element of the City's Comprehensive Plan and other applicable recreation standards. Any unique communitywide recreational program elements determined during workshops, and responses to the City's Parks and Recreation Master Plan web page shall be included. Consultant shall review existing recreation sites along with future expansion opportunities in order to accommodate program needs as identified during public workshops/survey(s). Facility-sharing opportunities will also be addressed with Miami-Dade County School District, South Florida Water Management District, Miami-Dade County and other public agencies. Site location needs shall be depicted in an evolution of recreational facilities and safety and maintenance protocols over 5 and 10 year periods. Consultant shall meet with City staff to review this work. Results of this meeting and the recreation program draft shall be posted to the interactive web page in the format of maps and/or narratives for citizen information and review. Up to two (2) meetings with City staff are included to review progress of this Task. Task 6 Draft Parks and Recreation Master Plan -Once the recreation program and location analysis work has been completed. Consultant shall draft a preliminary Master Plan. Components of this work shall include the following: A. Recreation Facilities Programming and Mapping -A citywide recreation facilities program and corresponding facility location map will be prepared. These documents shall show distribution of specific recreation program elements categorized by type/intensity, activity level, spatial requirements, census data, as identified in the needs assessment work described above. ML Proposal 14-P0395 Up to four (4) map exhibits and a ±10-page recreation program narrative description shall be produced in order to facilitate communication of information. Page 4 of 6 January 28, 2015 B. Facilities Phasing Map -The Recreation Facilities map shall be used as the base drawing to show implementation phases for 5 and 10 year periods. Consultant shall prepare conceptual plans for the existing and proposed park improvements. C. Cost Schedules -Preliminary opinions of probable costs for proposed recreational capital improvements and safety and maintenance protocols and improvements shall be provided for each of the implementation phases shown on the Facilities Phasing Map. Consultant shall provide the above plan documentation to the City for posting on the website for public review prior to the second workshop. One (1) meeting with City staff is included in this Task. Task 7 Parks and Recreation Workshop # 2 --Consultant shall assist the City to prepare for and conduct a second workshop. This workshop will include two (2) sessions; one (1) session conducted during evening hours and one (1) session during a weekend day. During this workshop, Consultant shall present the results of work performed to this point, share public comments received, and present the Preliminary Master Plan. The anticipated result of this workshop is to receive reaction to the overall recreation program, corresponding facility location plans, and implementation phasing schedules. Consultant shall prepare a follow- up memorandum documenting the results of the workshop and shall provide them to the City for posting to the website. One (1) meeting with City staff is included in this Task in addition to the workshop. Task 8 Parks and Recreation Master Plan Amendment -The Consultant shall amend the Master Plan to incorporate public commentary as may be authorized by the City. The work in this task includes organizing and documenting results of Workshop #2 and a follow-up meeting with City staff. One (1) meeting with City staff is included in this Task Task 9 Final Master Plan and Public Presentation --Consultant shall prepare for and conduct one (1) public presentation to present the final Master Plan. Consultant shall provide a final version of all documents and shall also provide the following additional deliverable material: A. Capital Improvement Plan -Consultant shall prepare a 10-year Capital Improvement Plan for the implementation of the proposed Master Plan improvements. This plan may include significant ML Proposal 14-P0395 Page 5 of6 January 28, 2015 maintenance issues as well as new issues. A matrix of the phased budgeted expenditure will be prepared and submitted with the final Master Plan. 8. Narrative Report -A narrative document including text, maps, and schedules shall outline the process and results. One (1) color hard copy shall be provided to the City along with a digital master copy for additional reproduction as may be needed. C. Slide Presentation -Consultant shall produce and provide to the City a digital presentation of the Master Plan. Consultant shall use graphics from the Master Plan in a PowerPoint presentation format. Task 10 Reimbursable Expenses -Consultant shall provide services, as necessary, to assist Client in the development of the Master Plan Project. For this Project a budget of $ 1,200 in reimbursable expenses shall be established. FEE SUMMARY TASK TASK LUMP SUM HOURLY NTE NUMBER FEE FEE Task 1 Establishment of Goals and Objectives $7,000.00 -- Task 2 Interactive Website $5,500.00 -- Task 3 Information Assembly $24,500.00 -- Task 4 Parks and Recreation Workshop #1 $12,500.00 -- Task 5 Draft Recreation Program Development and Location $13,500.00 --Requirements Task 6 Draft Parks and Recreation Master Plan $21,750.00 -- Task 7 Parks and Recreation Workshop #2 $12,500.00 -- Task 8 Parks and Recreation Master Plan Amendment $7,000.00 -- Task 9 Final Master Plan and Public Presentation $24,000.00 -- Task 10 Reimbursable Expenses $1,200.00 --- TOTAL FEE $129,450.00 $0.00 V:IProposalsI2014114-P0395 So Miami Parks and Rec Master PlanlProposallExhibit A.docx ML Proposal 14-P0395 Page 6 of 6 THE CITY OF PLEASANT LIVING Request for Qualifications City of South Miami Parks and Recreation Master Plan RFQ It PR-2014-12 2 2.1 2.2 2.3 2.4 2.5 2.6 l 3.1 3.2 3.3 4 • • laml The City of Pleasant Living Parks and Recreation Master Plan RFP # PR-20 14-12 Miller legg Proposa114-P0395 Firm Profile 2 Professional Services Experience 4 Workload 18 Key Staff Profiles 19 Approach and Understanding 22 Innovative Ideas 28 Organization Chart 30 Key Staff Resumes I Licensure IRegistrations 31 Other Relevant Information 55 62 SECTION 1 November 24. 2014 Mr. Steven Alexander. City Manager City of South Miami 6130 Sunset Drive South Miami. FL 33143 Request for Qualifications for Parks and Recreation Master Plan RFQ# PR-2014-12 ML Proposal No. 14-P0395 Dear Mr. Alexander: Miller Legg is pleased to submit our qualifications for this Parks and Recreation Master Plan contract. Our award-winning design firm has significant experience both in the planning and design of numerous South Florida parks and Parks Master Plan projects. with our most recent engagement being in july 2014 for the City of Boca Raton's Red Reef/Gumbo Limbo Park Master Plan Update. Miller Legg's unique multidiSciplinary approach to the Parks Master Planning ensures that the recreational. social. as well as environmental, needs of the City's recreation elements are met. In addition to the recreation facilities themselves, connectivity between these facilities is critical to the Parks and Recreation Master Plan. Our team will carefully analyze this connectivity and its integral role within the Master Plan. Community involvement is an extremely important component of the Parks Master Plan. We have the skilled professionals needed to organize, conduct, and analyze results of a wide variety of community engagement campaigns as part of initial data gathering as well as on-going information dissemination to the public and targeted interest groups. Miller Legg utilizes social media and interactive websites to solicit public input and provide continuous project information. During the past several decades. we have had the opportunity to witness first-hand the importance of well-defined and implemented parks master plans, but implementation is reliant upon funding. Miller Legg has successfully obtained grants funding for our projects and completed projects which were funded using private/public relationships as well as impact fees or special assessments. Miller Legg will be joined by MC Harry and Associates who will assist with the architectural components of the master plan. M.e. Harry has an established relationship with the City, having worked on various City and other local park and master plan-related projects. We are also teaming with Jill Cohen. RLA. AICP of JBC Planning & Design, a certified planner with an extensive parks and master plan background. As the Principal-in-Charge and Project Manager for this contract, I will ensure that the City has the Miller Legg Team corporate commitment of staff and resources for these projects. We would very much welcome the opportunity to partner with the City in your first Parks and Recreation Master Plan. Should you require any additional information, please contact me by phone at (305) 599-6381, email: mkroll@miller/egg.com. or at our office located at 7743 NW 46 th Sf, Suite 140, Miami, FL 33166. Sincerely. Michael D. Kroll. RLA. FASLA Vice President IMP R 0 V I N G COM M U NIT I E S. eRE A TIN G E N V ! RON MEN T S. [DE i DfVv Miami-Dade Office: 7743 NW 48th Street· Suite 140' Miami, Florida· 33166-5407 (305) 599-6381 • Fax: (954) 436-8664 www.millerlegg.com SECTI N 2 2.1 firm Profile Miller legg firm Profile Miller legg is a statewide award-winning consulting firm that brings together the elements of engineering, planning, landscape architecture and urban design, surveying, environmental wetlands consulting, environmental engineering and geographic information systems services. Miller Legg works successfully to improve communities and create environments for a variety of clients. Client sectors include transportation, municipal and county government, healthcare, education, federal and international. This offers our clients a firm of seasoned professionals who are leaders in the Florida consulting industry. Miller legg, established in 1965, employs a staff of approximately 65 professionals and technicians and is wholly owned by its employees. The firm has locations in Miami (Dorall, Fort Lauderdale, Port St. lucie and Winter Park. The assignments envisaged under this contract will be performed from our Miami office, with resources drawn from our other offices if necessary. The firm's landscape architecture services include: recreational and commercial planning, urban design, streetscape, signage design, graphic design, planting, hardscape, irrigation, project theming, contract administration, construction observation services, plan review, horticultural consulting and arboriculture. The firm's planning services include: land planning, comprehensive planning, community planning, development plans review, redevelopment planning, landscape architecture, urban design, parks and recreation planning and design, site planning design and processing, Development of Regional Impact (DRI) studies, Land Use Plan amendments, rezoning applications, concurrency studies, due diligence studies, community relations, grant writing assistance and applications, and plat preparation and processing. The firm's engineering services include: utilities design and modeling (such as surface water management, drainage system design, water and sanitary sewer design and permitting, and pump station design), utility coordination, traffic engineering, streets and highways design, street lighting design, pavement marking and signage design, parks and recreation design, master planning, municipal engineering, construction monitoring and full Construction Engineering Inspection (CEI) and management services. The firm's traffic engineering and transportation planning services include: traffic impact analysis, arterial intersection operations analysis, access management evaluation, regional modeling, conceptual design and alternatives analysis, highway planning and design, traffic operations analysis and ----2- 2.1 Firm Profile ------,--- design, intersection and interchange planning and design, transportation control measures evaluation, highway right-of-way mapping, pedestrian and bicycle pathways, corridor planning analysis, site evaluation and due diligence analysis, master planning, neighborhood traffic control, and parking studies. The firm's surveying services include: land surveying such as boundary, land title, route, right-of-way, design and control, topographic, Subsurface Utility Engineering (SUE), as-built, tree, and hydrographic surveys, construction layout, Construction Engineering Inspection (CEI) surveys, field monumentation, sketches and descriptions for acquisitions and easements, and GPS data collection. In addition, we provide quantity (earthwork) surveys, condominium surveys, title document analysis, plot plans, and expert witness testimony. The firm's environmental consulting services include: habitat assessment and restoration planning, wetlands investigations and delineations, management plans, grant writing, jurisdictional determinations, threatened and endangered species assessments and permitting, environmental due diligence, National Pollution Discharge Elimination System (NPDES) compliance, stream restoration, water quality monitoring and compliance, wildlife surveys, seagrass and coral reef surveys, mitigation feasibility studies, mitigation design, planning and construction observation, mitigation banking, value ecological engineering, cost evaluation and scheduling, environmental permit processing, mitigation monitoring and compliance, protected upland and tree permitting, ecosystem analysis, grant writing and floodplain analysis and re-evaluation. The firm's GIS consulting services include: GIS database design, data conversion and processing; GIS/GPS integration; GPS data collection and system design, map production, remote sensing application and digital image collection, environmental modeling, feasibility and implementation studies, and municipal asset management. ' The firm has completed numerous municipal, county, state and federal projects ranging from neighborhood improvement and redevelopment projects, educational facilities site planning, cemeteries, neighborhood parks and golf course designs to aviation facilities, regional water and sewer utilities, streetscapes, and streets and highways. Additionally, the firm has successfully completed several thousand private sector projects including residential developments from two to 7,000 acres, industrial and office sites, hotels and theme park facilities, marinas, golf courses, hospitals and medical office complexes, commercial properties, retail shopping centers and franchise properties. The firm has been involved with more than 100,000 acres of project design development in Florida. Our approach to each project is best characterized by a "partnering relationship". We dedicate ourselves to learning the culture of our clients, and their specific concerns, desires and needs, much like an extension of their own offices. We consistently strive to maintain time schedules and to provide factual and frequent communication. Miller Legg prides itself on its team approach to the interdisciplinary needs unique to the project and client. We provide responsive, personalized, quality service to value-conscious private clients and select government agencies, who desire the very best in planning and design. 3 1.1 Professional Services Experience G Representative Experience In last 5 Years ~-~-"" .. ",,, .. ,,-... ~ ...... ------ -'.,. 2.2 ~ Representat~ p . ts Within last 5 years ----' -__ ' !'Uer legg rOJe_c_------- City of Oakland Park ,parks & Recreat'it: ~ PI .-, " J Oakland Park, FL Vlaster an _ ...---~-----..Miller Legg was the Cilly of Oakland Park's Alanning ami! Design consultant responsible for preparing a 20-year Master Plhn for its 4ity-wide Recreation ~' \ Programs and Parks. This City of 44,000 r6idents ha~. a system of 24-parks I:lnd"/' " recreation facilities with a staff of 45 respoilllible for lIlIaintenance and management. Miller legg prepared a Master Plan with an implement<!lion approach which will take the City to the year 2030 in updates lID the recreation element of the comprehensive, plan and physical d~velopme!ln of many ma~ parks while systematically updating;the existingtnventor:f':. This pro,~ approach included development of an inventory'··of existing facili~es and re:sOOr(e~ creatic!I of a customized web site for communication with ~ public, il'lVentor,ying existing residents and (ommunitl stakeholders, developl!1ent of physical p7MS, and establishment of budgetund schedules for impiunentation over as-I 0-20 year time frame. The entire ~roject required six WQr-lshops, interviM 'Widt' aU public officials and current City [ommissioners in order to establi~ ~for adeption of the plan within a 12 mmtlt'" time frame. Key Personnel Involved: Michael Kroll, RLA, FASLA Nekon Perez, land~(ape Oe~igner Brian Shore, RlA, landscape ArdIiaed: Pembroke Pines Streetscape Design Guidelines Pembroke Pines, FL tlilier le,gg worked on the City of Pembroke Pines City Wide Streetscape Master Plan which illduded the creation of Guidelines for the roadway corridors throughout the tity~ lhistlaster Plan looked at both the corridor segment and intersection «m!pOMnt. Corridor segment components included: median plantings, 'Side of Road' (along the right-of-way or street edge) plantings, street trees and specialty plantings. Intersection segment components included: Median nose treatments, crosswalks, expanded pedestrian plazas at the corners, specialty items and icons. Components also included some specialty 'Threshold' Plantings, if there was adequate space. Residential streets included 'Family Ways', These streets are intra-neighborhood linkages with improvements designed to enhance alternative modes of transportation -such as walking and biking. The Family Ways more effectively links residential communities with schools and parks and with commercial nodes, too, for shopping and to promote commerce at a local level. Key Personnel Involved: Michael Kroll, RLA, F ASLA Project Manager Nelson Perez, landscape Designer Brian Shore, RlA, landscape Architect Ron Rollins, RLA, landscape Architect 5 Town of Miami Lakes Streetscape Master Plan Miami Lakes, FL Miller legg is the Town of Miami lakes' Consultant landscape Architect responsible for a variety of on-going landscape architecture assignments and specifically for development of a comprehensive Town Streetscape Master Plan. The Town consists of a 35-year old streetscape for original parts of the Town and newly annexed components which have doubled its size. The primary network of streets include all arterials and many collector streets which comprise some 12 miles of roadways. Miller legg developed an approach to the project that includes development or assembly of all data necessary; organizing and conducting a publk workshop to gather public input and support; development of a phased schedule of landscape implementation plans; and production of a schedule for implementation tied to identified existing and future funding resources. In funding. Miller legg has successfully prepared a grant for Town landscaping of existing parks through the State of Florida Department of Forestry. Key Personnel Involved: Michael Kroll, RLA, F ASLA, Principal Ron Rollins, RLA, landscape Architect y Isles Beach Pelican Community Park* Sunny Isles, FL This is a three-acre active park site. for which Miller legg managed landscape architecture, irrigation, engineering, surveying and architecture designs for a baseball field. recreation building. playground structure, gymnasium, and related site amenities within the City of Sunny Isles Beach. The project management team at Miller legg received recognition from the City for their involvement in the design completion of the park. In addition, Miller legg provided construction observation services. We also provided grant assistance to secure a Florida Recreational Development Assistant Program (FRDAP) grant for $200.000. FRDAP is a competitive grant program that provides financial assistance to local governments for development or acquisition of land for public outdoor recreational purposes. Key Personnel Involved: Michael Kroll, RLA, FASLA, Principal Nelson Perez, landscape Designer Ron Rollins, RLA, Project Manager Brian Shore, RlA, landscape Architect • 2009 Aorlda Chapter of the American SocIety of landscape ArcI1Itec1s Award of M8I1t 6 Boca Raton Red Reef Park Master Plan Update Boca Raton, FL Miller legg was hired by the Greater Boca Raton Beach and Park District to prepare a revised Master Plan, Report and Recommendations for Red Reef Park, which includes the unique Gumbo Limbo Nature Center. The Master Plan will address the Park's existing facilities. structures, uses and demarlds, as well as operation and maintenance procedures, and will then recommend suitable modifications, improvements, enhancements and additional potential uses. It will include opinions of probable costs for recommended capital improvements. modifications. repairs, renovations or operational maintenance recommendations. Items of the facilities to be analyzed includebuildings, pavements. sidewalks, landscaping. boardwalks, dune crossovers, lifeguard facilities, parking control systems and all related infrastructure. Some tasks will be required due to normal deterioration, while others may be the result of aesthetic considerations or requirements to maintain existing levels of service. Both interior and exterior building features may be considered as well as a review and recommendations of potential new buildings and facilities to accommodate existing and future demands of the uses of each element of Red Reef Park. Key Personnel Involved: Michael Kroll. RLA, F ASLA, Principal Vanessa Ruil, landscape Designer Miramar Parkway Streets cape LAP Miramar, FL Miramar Parkway Streetscape Improvement project is a local Agency Program (LAP)- funded revitalization project in the City of Miramar. The project entails Miramar Parkway's eastern gateway segment from 62nd to 64th Avenue. The project includes intersection improvements, traffic signal modifications/upgrades and sidewalk and landscape beautification throughout the project limits. Services provided include: surveying including topographic surveying, maintenance of traffic, underground utility designation, landscape architecture, hardscape design, drainage and stormwater permitting. design and management, lighting and electrical design, geotechnical design, traffic engineering, tree permitting and arborist services, as well as LAP coordination, permitting and submittal documentation. Key Personnel Involved: Michael Kroll, RLA, Principal Ron Rollins, RLA. landscape Architect Paul Mann. CA, Arborist/Environmental Specialist 7 onterra Phase 2 Design Services oper City, FL Miller Legg provided services for master planning, site plan processing, engineering design and landscape architecture revisions related to to the Monterra residential community Phase 1 parcel modifications in Cooper City. This S26-acre parcel was one of the last large remaining tracts of vacant unincorporated land in southwest Broward County. The project involved the development of a residential community and a Town Center that will provide limited commercial, restaurant and retail uses. Key Personnel Involved: Michael Kroll. RLA, Principal Dylan Larson. PWS, (EP, ClI, Environmental Specialist Brian Shore, RLA. Landscape Architect Ron Rollins, RLA. Landscape Architect Plantation Preserve & Golf Club* Plantation, FL This project involved the City of Plantation's acquisition of the former Plantation Golf Club and the subsequent design of an Audubon-certified golf course incorporating a I.S-mile linear trail recreational component as well as 1,000 feet of entrance roadway. The linear trail is part of a 40-acre wetland/upland project component which provides tactical and visual elements for the golf course as well as assisting in stormwater management for the project. Services provided included overall project management services, landscape architecture, wetland mitigation design and environmental permitting, site master planning, surveying, engineering services. stormwater management. flora and fauna evaluation, archaeological coordination, and construction services. Miller legg also coordinated with the City staff in the pursuit of additional project funding opportunities related to the creation of wetland credits onsite. Miller Legg worked closely with the multiple stakeholders to initially configure the property for sale to the City of Plantation using Florida Communities Trust (FCT) and Broward County Open Space Acquisition funding. Key Personnel Involved: Michael Kroll. RLA. FASLA. Principal Ron Rollins, RLA, Landscape Architect Dylan Larson. PWS, UP, CllEnvironmental Specialist Brian Shore. RLA. Landscape Architect *2012 Rodda Chapter of Ute Amedean Society of Landscape ArctIItects Oullrtandlng Design • 2009 Rorlda Nursery, Growers & Landscape AssocleUon Award of Excellence 8 'ver Greenways -Segment D Miller legg was contracted to prepare landscape architecture design plans for Segment D of the City of Miami Riverwalk/Greenway Program along the Miami River. The project area includes a four-block (3/10 of a mile) area in conjunction with roadway improvements to include an eight foot multi-use pathway, landscape, hardscape and site furnishings. The project was partially funded by the local Agency Program (LAP). Miller legg was a sub consultant to RJ Behar and Company. Key Personnel Involved: Michael Kroll, RLA, FASLA, Principal Brian Shore, RLA, Project Manager Ron Rollins, RLA, landscape Architect Miramar Pineland Nature Center Miramar, FL After many years of abuse from all-terrain vehicles and uncontrolled dumping activities, this 157 -acre natural area in South Broward (ounty was identified as a unique habitat in South florida and purchased by Broward (ounty for preservation and development as a passive nature-oriented recreational space. The project's program included the restoration of native pineland habitats, creation of open spaces for picnicking, design of a boardwalk through wetland areas and nature walks through the unique upland habitats. Miller legg, as part of a design-build team selected for the park improvements, was responsible for the project's landscape architecture and irrigation design. This design effort required minimizing impacts to the unique pineland-dominated existing habitats and utilized a unique seed and vegetation harvesting process to replant many of the project's open areas with native plant species from within the preserve. Miller Legg was a subconsultant to Manuel Synalovski Architects. Key Personnel Involved: Michael Kroll, RLA, FASLA, Project Manager Nelson Perez, landscape Designer Dylan larson, PWS, (EP, CU, Environmental Specialist 9 2.2 Professional Services Experience MCHARRYASSOCIATES ARCHITECTURE ENGINEERING PLANNING 27fl{)$W~ __ ,F1. """",mcl>!rry,<>:>m 30044537115 Representative Experience In last .5 Years 10 City of est Park, Florida AlE Planning and Design Services AlE design services for various city facility improvements: West Park City Sign McTyre Park West Parking Tot Lot Resurfacing SW 56 Avenue Streetscape Improvements McTyre Park Master Plan: Me Harry Associates recently completed the master plan for an 18.5 acre public park. When fully implemented, the Park will be transformed into the city's focal point for a variety of community activities, and offer a unique sports venue for both open field play and court tournaments. 11 Village of Palmetto Bay, Florida Coral Reef Park Located in the heart of the Village of Palmetto Bay, Coral Reef Park with its 50 acres of open green space, pine- land preserve areas, tranquil waterfront meditation garden, and active sports field venues is the signature park facility in a municipality that proclaims itself the 'Village of Parks'. Me Harry designed a LEED certified 4,050sf building carefully sited at the nexus of two ball fields in a wooded setting offering a shaded concessions environment with elevated views of the surrounding field activities 12 City of Miami, Florida First Tee Golf Training Facility The First Tee is a division of the World Golf Foundation. Their goal is to provide the facilities and experiences that will enable kids from every walk of life to partake of a game that teaches values for life and which can be played for a lifetime. The 5,OOOsf First Tee Golf Training Facility at City of Miami's Me/reese Golf Course features a swing analysis video computer system and multiple temperature controlled practice bays with driving range access. The fully accessible building also includes a reception desk; a large assembly space and classroom for group instruction; two administrative offices; an equipment stor- age area; restrooms and a small food and beverage conces- sions space. 13 Town of Miami Lakes, Florida Optimist Park Master Plan The project consists of the master planning of the Town of Miami Lakes' Optimist Park defining the issues, constraints, and cost implications of major park improvements. Following a variety of meetings with the Town Manager and the Director of Parks and Recreation as well as multiple public meetings to solicit community input, a development program evolved including a new 7500sf clubhouse; a 10,000sf gymnasium accommodating a full size basketball court with bleacher seating for 350 spectators and toilet/changing rooms; and a 3500sf aquatic center with a 6000sf pool, a 1650sf kiddy pool, and a 16,500sf pool deck. 14 2.2 Professional Services Experience Repr'e~entative Experience In last 5 Years: F. EXAMPLE PROJECTS WHICH BEST ILlUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as rn3ny projects as (equested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION (City and State) MIRAMAR MASTER PARI< PLAN MIRAMAR, FLORIDA 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION {If applicable} NIA EXAMPLE PROJECT KEY NUMBER 2010 1 23. PROJECT OWNER'S INFORMATION A. PROJECT OWNER CITY OF MIRAMAR b. POINT Of CONTACT NAME LORRI HALL c. POINT OF CONTACT TELEPHONE NUMBER (954) 602-3245 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Planning Study & Report for the updated City's Master Park Plan involving significant research to update the existing data. Existing and future recreational demand and needs through the year 2025 were outlined in this report, with a current update in process through to the year 2030. Additional information prepared for this project included demographics, geographic information systems (GIS) maps, agency coordination, public workshops and analysis for future park linkage studies incorporating existing and proposed pathways and open space for a comprehensive city-wide system. This Project was a collaborative effort between R.1. Behar & JBC Planning & Design. ftE"Un AHD Pil"OCOl!SS 1ST "$5 City of Miramar: Proposed Parks ~ 0\' , .' < ",*:x<~ .. =x= ::::;.:").x«~""'" 25. FIRMS FROM 5EC110N C INVOLVED WITH THIS PROJECT (1) FIRM NAM£ RJ. Behar & Company Inc (l) FIRM NAME JBC Planning & Oesign,lnc (2) FIRM LOCATION (City and State) Pembroke Pines, , Florida (2) FIRM LOCATION (City and State) Weston, Florida (3) ROLE Prime Consultant (3) ROLE Subcollsultant 16 Calvary Chapel Campus Fort Lauderdale, Florida Landscape Architect for continuing services on several campus setting properties owned by the Church. Each project involves renovations and additions to existing properties in a pedestrianized campus settings, including schools, worship halls, meeting halls, parking areas, playgrounds, and active athletic facilities. Preservation and enhancement of existing landscaping and infrastructure makes each of these projects a challenge to meet current codes while preserving the sense of place and existing characters. Project Detail: Landscape Architect for several properties owned by the Church located in Fort Lauderdale & Plantation Prime: JBC Planning & Design Contract Term: Ongoing Project Result: Athletic Fields/Playground/Parking Lots Completed & Remainder School & Landscape Enhancements Under Construction Client Contact: Calvary Chapel Church Emilio McLean 2401 W. Cypress Creek Road Fort Lauderdale, FL 33309 Phone: (954) 553-7150 Email: emilio@CALVARYFTL.ORG Feature Project -Active Park 17 2.3 firm Workload Recent, Current and Projected Workload The nature of consulting services includes execution of continuous term contracts with numerous clients. Miller Legg is committed to providing the necessary resources to provide the City the quality service it deserves. Our Principal-In-Charge will be tasked to make sure that the available resources are devoted to the contract tasks, while the Project Manager will ensure that the workload is completed on time and within budget. Mike Kroll, RLA, FASLA, will fulfill both roles for this contract with the City. As professional consultants, we realize it is a critical component of our job to manage our workload and provide our clients with superior service. We also realize that proper communication of expectations and progress throughout the life of each project is the cornerstone to building trust. At the commencement of this contract, Miller Legg will provide the City with contact information for all key personnel, including phone numbers, cellular phone numbers and electronic mail addresses to allow the City the best possible access to the people doing the work. Based on our regional workload analyses. the average of Miller Legg's recent (70%), current (72%) and projected (70%) workload rates result in over 300 available staff hours monthly. 18 2.4 Key Miller Legg Staff Profiles ...•. -...• ~--.------- Miller Legg's current employee headcount stands at 65. We pride ourselves on our Team approach to the interdisciplinary needs unique to each project and client. We have assembled a talented in-house team of professionals with specific experience in parks and recreation master planning and ancillary services in order to provide the most best available deliverable to the City of South Miami. This team has a combined 164 years of professional experience in parks master planning, design, environmental sustainability, landscape architecture, public outreach, habitat management and alternative funding that is required to ensure the production of a comprehensive and successful master plan. To complement our in-house services, Miller Legg has partnered with M. C. Harry to provide architectural services and jBe Planning & Design, Inc. a woman-owned small business, to provide supplemental planning services. Our Team is led by Mike Kroll. RLA, FASLA. in the role of Principal and Project Manager and primary point of contact for the City. An overview of his qualifications and those of the other team members are outlined below. Greater detail on their individual skills and accomplishments are given in the resume part of Section III. During his extensive career, Mr. Kroll, Vice President of landscape Architecture, Planning and Environmental Services, has been actively involved in projects ranging from large scale habitat restoration to international urban redevelopment projects. Mr. Kroll's diverse professional experience has led to projects that successfully integrate environmental, planning and landscape architectural services. Under his leadership, Miller Legg develops project solutions that respond to the natural environment, respect the social fabric and create sustainable aesthetic spaces. Sample Project Experience: 'Y City of Oak/and Park Parks & Recreation Master Plan '" Monterra Greenway and Bike Path ,. City of Miramar Master Park Plan ,> Town of Miami Lakes Streetscape Master Plan Boca Raton Red Reef Park Master Plan Update Mr. Rollins is responsible for landscape architectural design for a variety of public and private projects including active and passive park landscape design. roadway landscaping and irrigation, as well as residential and commercial projects. Prior to joining Miller Legg, he was a landscape architecture for a few other multi-disciplined consulting firms in Florida. Sample Project Experience: ~ Broward County Porks and Recreation Tradewinds Park Master Development Plan ". City of Sunny Isles Beach Pelican Community Park .y City of Oakland Pork Parks & Recreation Master Plan ,. City of Pembroke Pines Streetscape Design Guidelines City of Miami River Greenways -Segment D 2.4 Key Miller Legg Staff Profiles As a Senior Landscape Architect. Mr. Shore has significant experience in landscape architectural design and landscape construction services for a variety of public and private projects. Specialties include all aspects of active and passive park design,landscape, hardscape, and irrigation design services for streetscape and roadway projects including the Florida Department of Transportation (FOOT), health-care campuses, and environmental wetland habitat creation. Sample Project Experience: Tamiami Trail Master Plan and Guidelines SR 17 Avon Park Streetscape Improvements City of Sunny Isles Beach Pelican Community Park City of Oakland Park Parks & Recreation Master Plan .~ Monterra Greenway and Bike Path Mr. Perez is a Landscape Designer responsible for landscape architectural design for a variety of public and private projects including roadway landscaping and irrigation, active and passive park landscape design, as well as residential and commercial projects. Sample Project Experience: City o(Wi/ton Manors Public Complex Monterra Master Plan Phase 2 Design Services City of Oakland Park Parks & Recreation Master Plan ',. City of Pembroke Pines Streetscape Design Guidelines City of Miami River Greenways -Segment D Mr. Hoaglund has more than 30 years of planning experience in both the public and private sectors. His expertise extends to a broad range of planning disciplines including downtown revitalization, environmental permitting, eminent domain and grant funding. His specialties are redevelopment and economic impacts. He has served as Volusia Growth Management Commission staff planning consultant for the City of Orange City's Large Scale Comprehensive Plan Amendment as well as the City of Edgewater's Small Scale Comprehensive Plan Amendment. Mr. Hoagland is responsible for firmwide coordination and operation of all planning services. Sample Project Experience: City of Titusville Park Improvements City of Titusville Planning ~ City of OshKosh Parks & Recreotion Master Plan Update Volusia Growth Management Commission Planning Services Mr. Walls is a Principal of the firm with expertise in master planning, site planning. landscape design, as well as multi-diSciplinary project management. He has worked in both the private and public sectors. Mr. Walls' goal is to provide clients with unequaled service and responsiveness. through the provision of Miller Legg's resources and expertise in all aspects of the project development process. Sample Project Experience: City of Orange City Parks Master Plan Orlando Cultural Park Conceptual Master Plan Planning Consulting Services for the City of Oviedo Manatee County Bennett Park Master Plan Seminole County Natural Lands Improvements 2.4 Key Miller Legg Staff Profiles As Environmental Principal of the firm, Mr. Larson has significant experience in environmental consulting in Florida and is responsible for overseeing and performing studies and investigations on biological and ecological impacts affecting the firm's projects. This includes field evaluations, assessments, recommendations and report writing. Dylan has established himself as a valuable leader and team member on a variety of the firm's projects that have involved environmental issues. Sample Project Experience: '/ City of Orange City Parks Master Plan '>' Orlando Cultural Pork Conceptual Moster Plan ./ Planning Consulting Services for the City of Oviedo "r Manatee County Bennett Park Master Plan ,.". Seminole County Natural Lands Improvements 2.5 Approach and Understanding ----------~-""--,-"-------- The Miller Legg approach involves a comprehensive process that starts with a firm understanding of the City of South Miami needs and goals related to recreation and parks. Our philosophy is summed up in our tagline: "Improving Communities. Creating Environments." Public parks, recreation programs and open space are crucial elements of the urban and suburban setting. They define the built environment and support an improved quality of life for City residents. making South Miami a great place to live, work and play, and exemplifying the City's own "A Pleasant Place to Live" tagline. This knowledge, coupled with a proven professional community planning process, provides the basis to develop a community image which is able to be implemented in today's challenging regulatory and economic climate. The process described below has already provided successful results for Miller Legg in the City of Oakland Park's Parks and Recreation Master Plan. Orange City's Park Master Plan, Pembroke Pines Street and Greenways Master Plan. City of Miramar's Parks Master Plan, and the Town of Miami Lakes' Streetscape Master Plan. Each of these projects has utilized the same process, with varying degrees of emphasis depending on the unique nature of each community, in the establishment of implementable development standards. The City of South Miami requires a comprehensive recreation and parks master plan to serve its existing residential community. Therefore. the plan must be based on both a response to stated desires and objectives of residents. and a need for a balanced recreation program which can be phased over a 10 year period. The product of this work will contribute to preparation of the Recreation element of the City's Comprehensive Plan. Furthermore, our architectural subconsultant, MC Harry Associates' planning and design team leader. Thomas Carlson AlA. lives just two miles from City Hall and regularly enjoys many of the City's pUblic parks. As a principal architect with MC Harry Associates for more than 35 years, he has had the opportunity to develop a successful prior working relationship With the City providing Master Planning and Conceptual Design studies for several of the City's eleven parks including Murray Park, All-American Park, South Miami Park, and Brewer Park. Additionally, MC Harry ASSOCiates has worked with the City as your prime consultant on the planning, design and construction of the highly successful Gibson-Bethel Community Center. The Miller Legg Team's recreation and parks master planning process is comprised of the following components: A. Community Profile ''r' Establishment of Goals and Objectives Miller Legg will meet with City staff to determine the goals to be achieved in the recreation and parks planning process, as well as specific, tangible products or outcomes to be produced. This work will be provided to the City in a detailed memorandum to be ratified by the City before start of work. ''r' Prepare and Maintain an Interactive Website As part of the project's public outreach program. Miller Legg will coordinate with the City to organize a page within the City's existing website to assist in data gathering, and dissemination of project information during the active life of the recreation and parks plan development. Miller Legg will assist the City in establishing the website to alert residents of this new resource. The website will be updated at least monthly with news related to progress of the work and to communicate activities associated with it. Other social media outlets can be utilized for notifications to the public. 2.5 Approach and Understanding A primary feature of the website will be an on-going opinion survey which may be responded to for more organized input to the planning process. B. Inventory and Assessment ~ Information Assembly Once goals and objectives have been established. Miller Legg will gather aU relevant data that is available for this assignment. including existing recreation programs at the City's current II parks. the City comprehensive plan. as well as current facility demands and operations. Additionally. Miller Legg will review present facilities and recreation lands inventory. Maps of properties and other necessary illustrative materials will be prepared for use in future public meetings. Miller Legg will review with the city staff the current status of the City's recreational services and amenities. Specific facilities and buildings will be reviewed for their current conditions and assessed for their long-term sustainability. These facilities and their equipment will also be evaluated as to their accessibility and service areas to the existing community. Miller Legg will also evaluate existing natural areas within the City that could potentially serve as additional or future recreational space. Each area's specific natural resources will be evaluated by our environmental staff to identify unique characteristics and habitats. The potential for these areas to be integrated as a part of the City's recreational program will also be analyzed. Environmental sustainability will always be a primary concern of any Miller Legg analysis of parks and recreation areas, given the long history of involvement by our environmental department in parks projects with native species habitat, ecosystem, wetland and applicable permitting facets. Miller Legg will then work with staff to identify and quantify the recreation!ll and social services provided by the City. This analysis will include the types and frequency of programs, as well as the level of attendance at these programs by the community. Funding sources for the projected budget to develop and maintenance of the parks system will be a very important element of the master plan development during this phase and throughout. Based upon this initial inventory and analysis, the Miller Legg team will prepare exhibits, documents and survey questions to augment this inventory of information. Utilizing this information, in-person interviews with individual Commissioners and online surveys would be used to inform the general public about existing facilities, access and programs provided by the City for parks and recreation for each of the existing City parks. As appropriate. information will be sought and circulated on potential new park sites or expansion of existing parks. Initial information gathering for the update or redevelopment of South Miami Park will be incorporated into the work of this phase. 2.S Approach and Understanding Connectivity Study: The Miller Legg approach will include an understanding of the need for collaboration and connectivity with the proposed development of the Ludlam Trail and The Underline's proposed linear promenade and urban trail. The Underline's urban trail and promenade will create additional acres of green space to be enjoyed by the residents of 3 municipalities including the City of South Miami. We can work with the City to help them provide input into the design process. ~ Recreation and Parks Public Workshop # I -Inventory Miller Legg will assist the City in preparing for a citizen's workshop/charrette to ascertain recreation needs of the community. This event will occur during an evening at a City property. Miller Legg will conduct a discussion of goals and objectives and organize action groups among attendees to facilitate determination of needs in the community. Miller Legg will prepare results of this session and post them to the interactive website for a comment period. Following this presentation, we will organize into break-out groups among attendees to facilitate a discussion of concerns and desires in the community. We will prepare results of this session and post them to the interactive website for a specific public comment response period. Usually this is no more than two weeks, but we can extend longer as necessary. We then prepare a follow-up memorandum which details results of this workshop including public park and greenway/bikeway streetscape related desires of participating attendees. Desired location for landscape program elements within the subject street right-of-way shall also'be shown. Up to one follow-up meeting with City Staff is needed as part of this Task, in addition to the one workshop. Additional meetings can be scheduled if more input is needed. ~ Preliminary Recreation Program Development Miller Legg will prepare a conceptual recreation program which uses as its background, the results of all of the above Tasks, plus recreation standards used in the City's Comprehensive Plan Recreation and Open Space element, Statewide Comprehensive Outdoor Recreation Plan (SCaRP), along with other applicable recreation standards. Miller Legg will meet with City staff to review this work and will subsequently present it to the City Council for its input and direction. Results of these meetings. as well as the Recreation Program itself. will be posted to the interactive website for citizen review and input. ~ Location Analysis At this point in the process, Miller Legg prepares maps of the City showing potential locations for recreation program elements which require physical facilities. These plans will show an evolution of facilities over 5. 10, and 20-year periods. This analysis will also show the need for future land acquisition. if needed. to accomplish implementation of the Recreation Program. Miller Legg will meet with City staff to review this information for inclusion in the Program and Parks Master Plan. ,--"." , "''''' ...... " ... '''' .. ''''~ .. , .... , ..... -''' .. ''''' .. -------'''---''----''''---.--24' ~.?' 2.5 Approach and Understanding c. Preliminary Recreation and Parks Master Plan Once recreation programs and potential site accommodation work has been completed, Miller Legg will draft a preliminary Recreation and Parks Master Plan. This document will include a rationale, and a composite of the above Tasks. A narrative of recreation needs, demands, citizen input, and site area needs will be developed. A draft Connectivity Study element will be included to incorporate the greenway/bikeway assessment, as well as to address the relationship of the parks planning to the proposed Ludlam Trail and the Underline projects. The Miller Legg approach will include an understanding of the need for collaboration and connectivity With the proposed development of the Trail and The Underline's proposed linear promenade and urban trail. The Underline's urban trail and promenade will create additional acres of green space to be enjoyed by the residents of 3 municipalities including the City of South Miami. We can work with the City to help them provide input into the design process. Additionally, a City-wide facilities map will be prepared showing distribution of specific recreation program elements, as needed, throughout the City. Miller legg will also compare the existing and proposed levels of service for Parks facilities and programs within other similar 'benchmark' municipalities. Staffing goals to meet recreation program and parks facilities requirements will also be provided. Illustration boards will be prepared to facilitate discussion in the subsequent workshop. 0/ Recreation and Parks Public Workshop # 2 -Preliminary Plan Miller legg will assist the City in preparation for a second workshop. This workshop, like hours. If participation is anticipated to be limited by this timing, a weekend afternoon may be substituted. Miller Legg will present the results of work performed to this point, and present the Preliminary Recreation and Parks Master Plan. Specific input will be recognized and reviewed with staff for inclusion into the final planning document. The anticipated result of this workshop is to receive reaction to input received in the first workshop and the selected design approach as shown in the Preliminary Plan. Afterwards, we prepare a follow-up memorandum documenting the results of the workshop in this Task and post them to the interactive website. One meeting with City staff is included in this Task in addition to the one workshop. Additional workshops may be provided at the City's request. D. Draft Recreation and Parks Master Plan Using the amended Preliminary Recreation and Parks Master Plan as a guide, Miller legg will prepare a comprehensive draft Recreation and Parks Master Plan, including narrative and graphic 2.5 Approach and U nderstal1dil1g components to demonstrate intent of the plan. An important feature of the Plan is that it be viewed as a working document which the City may amend over time in response to changing City needs. The plan will address current and futures parks staffing, facility, and site requirements and the process for successful implementation of the plan over a 20 year time horizon. An implementation schedule will be provided that addresses realization of the plan over the short and long range as described above. Matched with the implementation schedule will also be a fiscal demand schedule coupled with optional revenue resources for consideration by the City. This will allow the City the time it needs to initiate funding and assembly of land requirements. The draft Master Plan document will also be posted to the interactive website for information and on-going comment. A "satisfaction of needs" survey will be included to assist in determining responsiveness of the plan to civic input. ~ Public Presentation -Draft Recreation and Parks Master Plan Miller Legg will prepare a PowerPoint presentation of the Recreation and Parks Master Plan, including its development process, for the City Commission's review and comment. Illustration boards will also be included to facilitate commentary following the PowerPoint presentation. E. Final Master Plan The Draft Master Plan public presentation workshop provides the community an opportunity to review the overall concept and to provide any additional input regarding the proposed Master Plan's approach. The purpose of this task is to incorporate input received regarding preliminary studies/analysis and finalize the parks master plan. The Miller Legg Team will meet with the City to ratify contents to be documented in the plan, including input received from the community at the second workshop. Beyond the Parks and Recreation Department, It is recommended that this meeting also include members of key City advisory boards. City Departments most affected including Public Works and Planning. should be in attendance to make sure there is an opportunity for input to the plan before documentation is commenced. Products to be included in the final park master plan include the following components. These are refined, updated. and more comprehensive iterations of those prepared in the Draft Recreation and Parks Master Plan. A Goals Statement -A narrative of master plan goals to be achieved. as may be modified in the staff meeting described above. B. Major Opportunities and Constraints -Maps and narratives from the inventory stage are provided in simplified format as a means of providing a checklist of accomplishments by the recreation and parks master plan in response to existing conditions. This item is revising originally prepared information in the Draft Master Plan, with additional information from the public presentation and the staff meeting in this Task. C. Illustrative Plans -Plans that clearly outline the current and proposed park and recreational amenities and their relationship to the community and residents they serve. D. Phasing Map -This will geographically depict implementation phases for the network of City park and recreation facilities. This will be provided in concert with funding availability. 2.5 Approach and Understanding E. Cost Schedules -Opinions of probable costs for proposed parks capital improvements shall be provided for each of the implementation phases shown on the Phasing Map. F. Narrative Report -A narrative document including text, maps, and schedules shall outline the process and results. A color hardcopy shall be provided to the City along with a digital master copy for additional reproduction as may be needed. 0/ Final Master Plan and Public Presentation Miller Legg will prepare for and conduct a public presentation to present the final master plan. This meeting may need to be repeated in order to provide a response to Commissioner's reactions to this presentation. Normally, this can be avoided by making sure that Commissioners are engaged in the previous public workshops and internal meetings with staff. The Miller Legg team will synthesize comments received during the public presentation of the draft Master Plan with public comments input from the website on the draft Master Plan. Based upon this input, Miller Legg will prepare the Final Master Plan that outlines its proposed implementation, the financing opportunities and operational expectations for costs and staffing. A final presentation will then be made to the City Commission for approval of the Final Master Plan. Miller Legg is well aware of the importance the City attaches to meeting this final deliverable by the preferred deadline of july I, 2015. We will strive to achieve this goal and appreciate the City's willingness to be flexible by an additional 30-45 days, should unforeseen delays occur. 0/ Document(s) Publication Initially, it is envisioned that a master plan book-type of document will be prepared and provided camera-ready to the City for reproduction as needed. This product may also be augmented by a tri- fold brochure in full color that illustrates the key features of the Recreation and Parks Master Plan, schedule, and implementation strategy. Presentation boards for key components of the plan may also be prepared for public display on City property. 2.5 Innovative Ideas Innovative Ideas .... Additional factors for Consideration- Environmental Responsibility: Miller Legg's designs strive to incorporate sustainability in the architecture and supporting site facilities to minimize the consuming effect on the environment. We incorporate and educate our clients on the use of materials that are cyclical in design and use, and have a benign effect on the environment. Where practical, designs incorporate use of natural light, sensor-based systems for electrical systems, plumbing fixtures and heating/cooling systems to minimize the energy consumption when not in use. An emphasis on the use of these products and systems in conjunction with long-lasting products that positively affect the economic viability of a project are not just good for the environment, they provide cost savings in the long run though reduced energy and water usage costs. Our project approach is sensitive to the following considerations- Adherence to the overall thematic character that respects the natural environment. i> Design or renovation of buildings, as appropriate, to carry out the functional needs of operational activities. '" Incorporation of the design into the existing suburban-built environment. Proactively addressing environmental concerns that can impact the successful development of the project. \l Incorporation of natural materials and native/indigenous plantings to maximize water conservation. " Maximize natural drainage patterns to minimize requirement for built infrastructure. '" Irrigation system design and adherence to extensive as-built criteria: water source and water use, water conservation design and equipment selection; ease of locating to avoid conflicts with future operations. " Value engineering: constructed and operating cost. Funding/Grants: The Miller Legg team has extensive experience in helping to secure alternative funding for projects ranging from public budgeting to maximizing financing via grant research, writing and management. Miller Legg has successfully worked on numerous projects throughout the State of Florida, including the largest Broward County ~ referendum for acquisition of conservation and open space. Broward County passed a $400 million bond referendum for acquisition and preservation of conservation land, green space, open space and repair and enhancement of parks. The team leveraged this program into more than $5 million for the acquisition and realization of the proposed amenities of numerous sites in South Florida including: • Sunny Isles Beach 181 st Drive Active Park. City of Sunny Isles Beach, $200K FRDAP Grant • Sandy Ridge Sanctuary, City of Coral Springs, $1 M Florida Community Trust Grant • Academic Village, City of Pembroke Pines, $1.9M Florida Community Trust Grant • Sample Road, City of Coconut Creek. $300K Florida Highway Beautification Council Grant and $150K Broward Beautiful Grant • North Andrews Garden Neighborhood Improvement, Broward County, $4M. Federal Emergency Management Agency (FEMA) Public Involvement: Our team's experience is unmatched in handling the community partiCipation and public involvement portion of projects from the early stages of planning through design and construction. The Miller Legg team offers full-service support to generate and reproduce graphiCS, exhibits, presentations, newsletters, video-simulation, modeling, before- and-after photos, website creation and maintenance, news releases, 2.5 Innovative Ideas advertisements, and press kits. Our technical management and construction professionals are well- versed in responding to questions from community members and ensuring local residents are informed of the activities under this contract. The Miller Legg team will work closely with the City of South Miami staff as a liaison with local residents and in cooperation with local agencies to respond to any concerns regarding the proposed Master Plan development tasks. Our team's responsibilities will include planning and attending stakeholders/community meetings as necessary; coordinating with City staff to respond to local residents; and assisting in the organization and development of public presentations to the City Commission, local homeowners aSSOciations, or other organizations, as needed. Safety: Social benefits include an enhanced sense of community and place. Park lands provide places for residents to come together at community events and programs. Park access has even been tied to crime reduction and reduced juvenile delinquency, providing safe places for youth to interact with one another. Crime Prevention Through Environmental Design (CPTED) is a key element in designing safe parks and public places to provide a safe environment for users and prevent criminal or mischievous activities. To assist CPTED Instructors, Miller Legg has developed several presentations and other reference materials that provide designers and law enforcement personnel with the knowledge of the design issues. Examples of CPTED in the parks and recreation sphere would include creating an environment of natural surveillance where users may see and be seen, where all outdoor use areas or pedestrian routes should be visible from within buildings, the creation of natural buffers/barriers that can provide security along any perimeters with potentially dangerous scenarios. Budget Requirements: Our Project Manager will assign and coordinate with the Team to generate a schedule and scope of work that meets the needs of the City. The Project Manager will be responsible for scheduling all tasks and activities using ourschedule software program to ensure that all assigned projects are properly scheduled and all milestones are tracked. The Project Manager, together with City staff, will define activities related to the completion of the specific project assignment, in addition to assigning tasks and setting completion dates for each task. This system will allow the Project Manager to track staff allocation of time and to identify and resolve potentially conflicting events early, avoiding over- commitment of resources. SECTION 3 NELSON PEREZ Park Designer ~ 1Nf~)jt¢'~:pt.;<:n 1$ ~ ~, ;; \ . I <.,(. (J H \" . D¥LAN LARSON, PWS, CEP, CLI Environmental Sustainability 3.1 Organization Chart WESLE¥ HOAGLUND, CA Planner I Alternative Funding Michael Kroll, RLA, F ASLA Principal-in-Charge & Projea Manager Professional Experience: During his extensive career. Mr. Kroll, Vice President of Landscape Architecture, Planning and Environmental Services. has been actively involved in projects ranging from large scale habitat restoration to international urban redevelopment projects. Mr. Kroll's diverse professional experience has led to projects that successfully integrate environmental, planning and landscape architectural services. Under his leadership. Miller Legg develops project solutions that respond to the natural environment. respect the social fabric and create sustainable aesthetic spaces. Relevant Project Experience: Boca Raton Red Reef Park Master Plan Update -Miller Legg has been hired by the Greater Boca Raton Beach and Park District to prepare a revised Master Plan, Report and Recommendations for Red Reef Park, which includes the unique Gumbo Limbo Nature Center. The Master Plan will address the Park's existing facilities, structures, uses and demands. as well as operation and maintenance procedures, and will then recommend suitable modifications, improvements, enhancements and additional potential uses. In addition, the Master Plan will include opinions of probable costs for recommended capital improvements, modifications, repairs, renovations or operational maintenance recommendations. Items of the facilities to be analyzed include, but are not limited to, buildings. pavements, sidewalks. landscaping. boardwalks, dune crossovers. lifeguard facilities, parking control systems and all related infrastructure. It is anticipated that some tasks will be required due to normal deterioration, while others may be the result of aesthetic considerations or requirements to maintain existing levels of service. Both interior and exterior building features may be considered as well as a review and recommendations of potential new buildings and facilities to accommodate existing and future demands of the uses of each element of Red Reef Park. Miller legg shall review and evaluate comments, suggestions and directions from the City of Boca Raton staff and public service groups such as the Friends of Gumbo Limbo. City of Oakland Park Parks & Recreation Master Plan -Milter Legg was the City of Oakland Park's Planning and Design consultant responsible for preparing a 20-year Master Plan for its city-wide Recreation Programs and Parks. This City of 44,000 residents has a system of 24-parks and recreation facilities with a staff of 4S responsible for maintenance and management. Miller legg prepared a Master Plan with an implementation approach which will take the City to the year 2030 in updates to the recreation element of the comprehensive plan and physical development of many new parks while systematically updating the existing inventory. This project approach included development of an inventory of existing facilities and resources, creation of a customized web site for communication with the public, inventorying existing residents and community stakeholders. development of physical plans, and establishment of budgets and schedules for implementation over a 5-10-20 year time frame. The entire project required six workshops, interviews with all public officials and current City Commissioners in order to establish support for adoption of the plan within a 12 month time frame. Town of Miami Lakes Streetscape Master Plan -Miller Legg was the Town of Miami Lakes' Consultant Landscape Architect responsible for a variety of landscape architecture assignments and specifically for development of a comprehensive Town Streets cape Master Plan. The Town consists of a 35-year old streets cape for original parts of the Town and newly annexed components which have doubled its size. The primary network of streets include all arterials and many collector streets which comprise some 12 miles of roadways. Miller Legg developed an approach to the project that includes development or assembly of all data necessary; organizing and conducting a public workshop to gather public input and support; development of a phased schedule of landscape implementation plans; and production of a schedule for implementation tied to identified existing and future funding resources. In funding, Miller Legg successfully prepared a grant for Town landscaping of existing parks through the State of Florida Department of Forestry. City of Pembroke Pines West Pines Soccer Park -A 56-acre active and passive municipal park located at I 96th Avenue and Pines Boulevard in the City of Pembroke Pines. This unique park's features includes four soccer fields and one football facility as well as providing other active park elements with passive park facilities such as a boardwalk and 21 acres of wetlands mitigation area. Services provided by Miller Legg include civil engineering, surveying, wetlands mitigation planning, assistance With grant writing, and mitigation construction observation. Permitting was coordinated with US Army Corps of Engineers, Broward County and South Florida Water Management District. Miller Legg worked in concert with several other consultants to achieve this project. City of Sunny Isles Beach Pelican Community Park -A three-acre active park site, for which Miller Legg managed landscape architecture, irrigation, engineering, surveying and architecture designs for a baseball field, recreation building, playground structure, gymnasium, and related site amenities within the City of Sunny Isles Beach. The project management team at Miller Legg received recognition from the City for their involvement in the design completion of the park. In addition, Miller Legg provided construction observation services. In addition, we also provided grant assistance to secure a Florida Recreational Development Assistant Program (FRDAP) grant for $200,000. FRDAP is a competitive grant program that provides financial assistance to local governments for development or acquisition of land for public outdoor recreational purposes. Award: Award af Merit, American Society of Landscape Architects, Florida Chapter, 2009 Monterra Greenway and Bike Path -Designed the greenway/park with a one mile bike trail within the 27 acres of the FPL easement that bisects the Monterra (Waldrep) property as part of the Broward County Greenway System. Routed the recreational trail/bike trail, lay-out of fitness stations, tot-lots, shade structures and multi-use courts, parking and access to the trail, security fencing and access gates and landscaping. Planting and irrigation plans, along with miscellaneous hardscape deSign, were provided. The greenway and bike path connected to each of the residential and commercial phases of the Monterra development. City of Miami River Greenways - Segment D -Miller Legg was contracted to prepare landscape architecture design plans for Segment D of the City of Miami RiverwalklGreenway Program along the Miami River. The project area includes a four-block (3/10 of a mile) area in conjunction with roadway improvements to include an eight foot multi-use pathway, landscape, hardscape and site furnishings. The project was partially funded by the Local Agency Program. City of Miramar Master Park Plan - The update of the City's Master Park Plan involves significant research to update the existing data. Future recreational needs through the year 2020 are outlined in this report. Additional information prepared for this project includes demographics, geographic information systems (GIS) maps, resident needs surveys, agency coordination, and public workshops. Crime Prevention Through Environmental Design (CPTED) Training Materials -Crime Prevention Through Environmental Design (CPTED) RLA is a key element in designing safe parks and public places. To assist CPTED Instructors, Miller Legg has developed several presentations and other reference materials that provid~ designers and law enforcement personnel with the knowledge of the design issues. Plantation Preserve & Golf Club - This 213-acre project involved the City of Plantation's acqUisition of the former Plantation Golf Club and the subsequent design of an Audubon-certified par 72 championship golf course incorporating a I.S-mile linear trail recreational component within the center of the proposed golf course, as well as 1.000 feet of entrance roadway relocated for SW 70th Avenue from SR 842/Broward Boulevard. Miller Legg coordinated with the Florida Department of Transportation on this roadway entrance feature. Funding for this project was secured through the Florida Communities Trust (FCT), the Broward County Open Space Fund and the sale of on-site created wetland credits. Services Miller Legg prOVided included: overall project management services as well as site master planning, wetland mitigation design and environmental permitting, surveying, landscape architecture, engineering services, stormwater management. flora and fauna evaluation, archaeological coordination and construction services. Seminole Tribe of Florida (STOF) Immokalee Reservation Master Plan -Development of an innovative Master Plan for the Seminole Tribe of Florida's Immokalee Reservation that was used to govern the future build-out of the reservation. The Tribe requested a break from conventional suburban master planning paradigms. wanting a plan that was conceptually in tune with the Seminole's Tribal clans. In addition, the plan was to respect the ecology of the site and work harmoniously with nature, an important ethic of the Seminole nation. The plan also incorporates existing man-made development: existing neighborhoods, recreational areas. MlllER~EGG Ronald Rollins, RLA Parks Planner Professional Experience: Mr. Rollins is responsible for landscape architectural design for a variety of public and private projectS including roadway landscaping and irrigation, active and passive park landscape design, as well as residential and commercial projects. Prior to joining Miller Legg, he was a landscape architecture for a few other multi-disciplined consulting firms in Florida. Relevant Project Experience: Boca Raton Red Reef Park Master Plan Update -Miller Legg was hired by the Greater Boca Raton Beach and Park District to prepare a revised Master Plan, Report and Recommendations for Red Reef Park, which includes the unique Gumbo Limbo Nature Center. The Master Plan will address the Park's existing facilities, structures, uses and demands, as well as operation and maintenance procedures, and will then recommend suitable modifications, improvements, enhancements and additional potential uses. In addition, the Master Plan will include opinions of probable costs for recommended capital improvements, modifications, repairs, renovations or operational maintenance recommendations. Items of the facilities to be analyzed include, but are not limited to, buildings, pavements, sidewalks, landscaping, boardwalks, dune crossovers, lifeguard facilities, parking control systems and all related infrastructure. It is anticipated that some tasks will be required due to normal deterioration, while others may be the result of aesthetic considerations or reqUirements to maintain existing levels of service. Both interior and exterior building features may be considered as well as a review and recommendations of potential new buildings and facilities to accommodate existing and future demands of the uses of each element of Red Reef Park. Miller Legg shall review and evaluate comments, suggestions and directions from the City of Boca Raton staff and public service groups such as the Friends of Gumbo Limbo. Broward County Parks and Recreation Tradewinds Park Master Development Plan -Design of the overall Master Development Plan, including equestrian trails, which will serve to guide development for and improvements on the 240-acres of land that constitute the north end of Tradewinds Park, a Broward County Regional Park. The plan was comprehensive in its scope, examining all park elements, from new additional park facilities and improvements to existing facilities, to addressing infrastructure improvements and dealing with parking and circulation issues. The equestrian trail planning called for a network of trails, totaling eight miles, that wind through various native Florida habitats and terrain and vary in width to provide the rider a variety of experiences. The park trail network was designed to be tied to a future County-wide network of biking and hiking trails. City of Miami Moore Park Master Plan Design Criteria Report -For an approximate six-acre portion of the City of Miami's Moore Park, Miller Legg provided miscellaneous civil engineering services including as-built research, design compliance review, report writing, as well as bidding and construction assistance for the design criteria report. Miller Legg was a subconsultant to Zyscovich, Inc. City of Miami River Greenways • Segment D -Miller Legg was contracted to prepare landscape architecture design plans for Segment D of the City of Miami RiverwalklGreenway Program along the Miami River. The project area includes a four-block (3/10 of a mile) area in conjunction with roadway improvements to include an eight foot multi-use pathway, landscape, hardscape and site 33 furnishings. The project was partially funded by the Local Agency Program (LAP). Miller Legg was a subconsultant to RJ Behar and Company. City of Oakland Park Parks & Recreation Master Plan -Miller Legg was the City of Oakland Park's Planning and Design consultant responsible for preparing a 20-year Master Plan for its city-wide Recreation Programs and Parks. This City of 44.000 residents has a system of 24-parks and recreation facilities with a staff of 45 responSible for maintenance and management. Miller Legg prepared a Master Plan with an implementation approach which will take the City to the year 2030 in updates to the recreation element of the comprehensive plan and .physical development of many new parks while systematically updating the existing inventory. This project approach included development of an inventory of existing facilities and resources, creation of a customized web site for communication with the public. inventorying existing residents and community stakeholders, development of physical plans. and establishment of budgets and schedules for implementation over a 5-10-20 year time frame. The entire project required six workshops, interviews with all public officials and current City Commissioners in order to establish support for adoption of the plan within a 12 month time frame. City of Pembroke Pines Streetscape Design Guidelines - Miller Legg worked on the City of Pembroke Pines City Wide Streetscape Master Plan which included the creation of Guidelines for the roadway corridors throughout the City. This Master Plan looked at both the corridor segment and intersection component. Corridor segment components included: median plantings, 'Side of Road' (along the right- of-way or street edge) plantings, street trees and speCialty plantings. Intersection segment components included: Median nose treatments. crosswalks. expanded pedestrian plazas at the corners, specialty items and icons. Components also included some specialty 'Threshold' Plantings, if there was adequate space. Residential streets included 'Family Ways'. These streets are intra-neighborhood linkages with improvements designed to enhance alternative modes of transportation - such as walking and biking. The Family Ways more effectively links residential communities with schools and parks and with commercial nodes. too, for shopping and to promote commerce at a local level. City of Sunny Isles Beach Pelican Community Park -A three-acre active park site. for which Miller Legg managed landscape architecture, irrigation, engineering, surveying and architecture designs for a baseball field. recreation building. playground structure. gymnasium, and related site amenities within the City of Sunny Isles Beach. The project management team at Miller Legg received recognition from the City for their involvement in the design completion of the park. In addition, Miller Legg provided construction observation services. In addition. we also provided grant assistance to secure a Florida Recreational Development Assistant Program (FRDAP) grant for $200.000. FRDAP is a competitive grant program that provides financial assistance to local governments for development or acquisition of land for public outdoor recreational purposes. Award: Award of Merit, American Society of Landscape Architects, Florida Chapter, 2009 Monterra Greenway and Bike Path -DeSigned the greenway/park with a one mile bike trail within the 27 acres of the FPL easement that bisects the Monterra (Waldrep) property as part of the Broward County Greenway System. Routed the recreational trail/bike trail. lay-out of fitness stations. tot-lots. shade structures and multi-use courts, parking and access to the trail, security fencing and access gates and landscaping. Planting and irrigation plans, along with miscellaneous hardscape design. were provided. The greenway and bike path connected to each of the residential and commercial phases of the Monterra development. Plantation Preserve & Golf Club - This 213-acre project involved the City of Plantation's acquisition of the former Plantation Golf Club and the subsequent RLA design of an Audubon-certified par 72 championship golf course incorporating a' I.S-mile linear trail recreational component within the center ofthe proposed golf course. as well as 1.000 feet of entrance roadway relocated for SW 70th Avenue from SR 8421Broward Boulevard. Miller Legg coordinated with the Florida Department of Transportation on this roadway entrance feature. Funding for this project was secured through the Florida Communities Trust (FCT). the Broward County Open Space Fund and the sale of on-site created wetland credits. Services Miller Legg provided included: overall project management services as well as site master planning. wetland mitigation design and environmental permitting, surveying, landscape architecture, engineering services. stormwater management. flora and fauna evaluation, archaeological coordination and construction services. SR 17 Avon Park Streetscape Improvements -Planned urban design changes to the "City Center" area of the City of Avon Park in conjunction with modifications to SR 17. the City's main street and commercial center. The initial streetscape plans included public involvement, re-doing the street and sidewalks in the Central Business District. landscaping and irrigation and other improvements. Miller Legg worked with the Florida Department of Transportation (FDOT) District I on this project. Plans were prepared according to FDOT standards and reviewed by the agency on several occasions. After several iterations of taking bids. the City determined that none of the bidders was responsive and has since modified the scope of work to include a more limited renovation to the sidewalks, lighting and landscaping. MILLER~EGG Brian Shore, RLA Park Designer I Public Involvement Professional Experience: As a Senior Landscape Architect, Mr. Shore has significant experience in landscape architectural design and landscape construction services for a variety of public and private projects. Specialties include landscape, hardscape, and irrigation design services for streetscape and roadway projects including the Florida Department of Transportation (FOOT), all aspects of active and passive park design, health- care campuses, and environmental wetland habitat creation. Other experience includes various residential and commercial projects. Mr. Shore is an Associate of the firm. Relevant Project Experience: Broward College (BC) Tigertail Recreation Center -This two phase three-acre park located in Dania Beach, serves as a satellite campus to Broward College. Services included providing professional engineering and landscaping services to include the design, permitting and construction administration of a 25- space parking lot improvement project. Miller Legg provided the design of paving, drainage, signing and markings. landscape, irrigation and site lighting for the second phase of this facility. City of Fort Lauderdale Joseph C. Carter Park Improvements -A 21- acre community park whose amenities include ball fields. swimming pool and complex, gymnasium. tennis courts. basketball courts. parking lots. entranceways and fencing. Services provided include: paving. drainage, water and sewer, site planning design, lighting, landscape architecture. irrigation, and construction services. City of Miami River Greenways- Segment 0 -Miller Legg was contracted to prepare landscape architecture design plans for Segment D of the City of Miami RiverwalklGreenway Program along the Miami River. The project area includes a four-block (3/1 0 of a mile) area in conjunction with roadway improvements to include an eight foot multi-use pathway, landscape. hardscape and site furnishings. Monterra Phase 2 Design Services - Miller Legg provided services for master planning, site plan processing, engineering design and landscape architecture revisions related to to the Monterra residential c9mmunity Phase 2 parcel modifications in Cooper City. This 526-acre parcel was one of the last large remaining tracts of vacant unincorporated land in southwest Broward County. The project involved the development of a residential community and a Town Center that will provide limited commercial. restaurant and retail uses. City of Miramar Miramar Parkway LAP Streetscape Improvements from 62nd to 64th Avenue -Miramar Parkway Streetscape Improvement project was a Local Agency Program (LAP)-funded revitalization project in the City of Miramar. The project entailed Miramar Parkway's eastern gateway segment from 62nd to 64th Avenue. The project included intersection improvements, traffic signal modifications/upgrades and sidewalk and landscape beautification throughout the project limits. Services provided included: surveying including topographic surveying, maintenance of traffic, underground utility designation, landscape architecture, hardscape design. drainage and stormwater permitting, design and management. lighting and electrical design, geotechnical design, traffic engineering. tree permitting and arborist services. as well as LAP coordination. permitting and submittal documentation. City of Oakland Park Parks & Recreation Master Plan -Miller Legg was the City of Oakland Park's Planning and Design consultant responsible for preparing a 20-year Master Plan for its city-wide Recreation Programs and Parks. This City of 44,000 residents has a system of 24-parks and recreation facilities with a staff of 45 responsible for maintenance and management. Miller Legg prepared a Master Plan with an implementation approach which will take the City to the year 2030 in updates to the recreation element of the comprehensive plan and physical development of many new parks while systematically updating the existing inventory. This project approach included development of an inventory of existing facilities and resources, creation of a customized web site for communication with the public, inventorying existing residents and community stakeholders, development of physical plans, and establishment of budgets and schedules for implementation over as-I 0-20 year time frame. The entire project required six workshops, interviews with all public officials and current City Commissioners in order to establish support for adoption of the plan within a 12 month time frame. City of Pembroke Pines Streetscape Design Guidelines - Miller Legg worked on the City of Pembroke Pines City Wide Streetscape Master Plan which included the creation of Guidelines for the roadway corridors throughout the City. This Master Plan looked at both the corridor segment and intersection component. Corridor segment components included: median plantings, 'Side of Road' (along the right- of-way or street edge) plantings, street trees and specialty plantings. Intersection segment components included: Median nose treatments, crosswalks, expanded pedestrian plazas at the corners, specialty items and icons. Components also included some specialty Threshold' Plantings, if there was adequate space. Residential streets included 'Family Ways'. These streets are intra-neighborhood linkages with improvements designed to enhance alternative modes of transportation - such as walking and biking. The Family Ways more effectively links residential communities with schools and parks and with commercial nodes, too, for shopping and to promote commerce at a local level. City of Sunny Isles Beach Pelican Community Park -A three-acre active park site, for which Miller Legg managed landscape architecture, irrigation, engineering, surveying and architecture designs for a baseball field, recreation building, playground structure, gymnasium, and related site amenities within the City of Sunny Isles Beach. The project management team at Miller Legg received recognition from the City for their involvement in the design completion of the park. In addition, Miller Legg provided construction observation services. In addition, we also provided grant assistance to secure a Florida Recreational Development Assistant Program (FRDAP) grant for $200,000. FRDAP is a competitive grant program that provides financial assistance to local governments for development or acquisition of land for public outdoor recreational purposes. Award: Award of Merit, American Society of Landscape Architeds, Florida Chapter, 2009 Tamiami Trail Master Plan and Guidelines -Thie project included the development of a Corridor Master Plan for a 3-mile segment of US Highway 41, also known as Tamiami Trail, in Manatee County. Approximately two-thirds of this corridor is located in Manatee County's South County Community Redevelopment Area and was considered blighted. The plan provided a comprehensive land use, transportation and policy analysis geared toward the redevelopment of the roadway and abutting properties along the corridor. Monterra Greenway and Bike Path • DeSigned the greenway/park with a one mile bike trail within the 27 acres of the FPL easement that bisects the Monterra (Waldrep) property as part of the Broward County Greenway System. Routed the recreational trail/bike trail, lay-out of fitness stations, tot-lots, shade structures and multi-use courts, parking and access to the trail, security fencing and access gates and landscaping. Planting and irrigation plans. along with miscellaneous hardscape design, were provided. The greenway and bike path connected to each of the residential and commercial phases of the Monterra development. RLA Plantation Preserve & Golf Club - This 213-acre project involved the City of Plantation's acquisition of the former Plantation Golf Club and the subsequent design of an Audubon-certified par 72 championship golf course incorporating a I.S-mile linear trail recreational component within the center of the proposed golf course, as well as 1,000 feet of entrance roadway relocated for SW 70th Avenue from SR 842/Broward Boulevard. Miller legg coordinated with the Florida Department of Transportation on this roadway entrance feature. Funding for this project was secured through the Florida Communities Trust (FCT), the Broward County Open Space Fund and the sale of on-site created wetland credits. Services Miller Legg provided included: overall project management services as well as site master planning, wetland mitigation design and environmental permitting, surveying, landscape architecture, engineering services, stormwater management, flora and fauna evaluation, archaeological coordination and construction services. SR 17 Avon Park Streetscape Improvements -Planned urban design changes to the "City Center" area of the City of Avon Park in conjunction with modifications to SR 17, the City's main street and commercial center. The initial streets cape plans included public involvement, re-doing the street and sidewalks in the Central Business District, landscaping and irrigation and other improvements. Miller Legg worked with the Florida Department of Transportation (FDOT) District I on this project. Plans were prepared according to FDOT standards and reviewed by the agency on several occasions. After several iterations of taking bids, the City determined that none of the bidders was responsive and has since modified the scope of work to include a more limited renovation to the sidewalks, lighting and landscaping. MILLE~EGG Nelson Perez Park Designer Professional Experience: Mr. Perez is a Landscape Designer responsible for landscape architectural design for a variety of public and private projects including roadway landscaping and irrigation, active and passive park landscape design, as well as residential and commercial projects. Relevant Project Experience: City of Miramar Miramar Parkway LAP Streetscape Improvements from 62nd to 64th Avenue -Miramar Parkway 5treetscape Improvement project was a Local Agency Program (LAP)-funded revitalization project in the City of Miramar. The project entailed Miramar Parkway's eastern gateway segment from 62nd to 64th Avenue. The project included intersection improvements, traffic signal modifications/upgrades and sidewalk and landscape beautification throughout the project limits. Services provided included: surveying including topographic surveying, maintenance of traffic. underground utility designation, landscape architecture, hardscape design, drainage and stormwater permitting, design and management, lighting and electrical design, geotechnical design, traffic engineering, tree permitting and arborist services, as well as LAP coordination, permitting and submittal documentation. City of Oakland Park Parks & Recreation Master Plan -Miller Legg was the City of Oakland Park's Planning and Design consultant responsible for preparing a 20-year Master Plan for its City-wide Recreation Programs and Parks. This City of 44,000 residents has a system of 24-parks and recreation facilities with a staff of 45 responsible for maintenance and management. Miller Legg prepared a Master Plan with an implementation approach which will take the City to the year 2030 in updates to the recreation element of the comprehensive plan and physical development of many new parks while systematically updating the existing inventory. This project approach included development of an inventory of existing facilities and resources, creation of a customized web site for communication with the public, inventorying existing residents and community stakeholders, development of physical plans, and establishment of budgets and schedules for implementation over a 5-10-20 year time frame. The entire project required six workshops, interviews with all public officials and current City Commissioners in order to establish support for adoption of the plan within a 12 month time frame. City of Pembroke Pines Streetscape Design Guidelines - Miller Legg worked on the City of Pembroke Pines City Wide Streetscape Master Plan which included the creation of Guidelines for the roadway corridors throughout the City. This Master Plan looked at both the corridor segment and intersection component. Corridor segment components included: median plantings, 'Side of Road' (along the right- of-way or street edge) plantings, street trees and specialty plantings. Intersection segment components included: Median nose treatments, crosswalks, expanded pedestrian plazas at the corners, specialty items and icons. Components also included some specialty Threshold' Plantings, if there was adequate space. Residential streets included 'Family Ways'. These streets are intra-neighborhood linkages with improvements designed to enhance alternative modes of transportation - such as walking and biking. The Family Ways more effectively links residential communities with schools and parks and with commercial nodes, too, for shopping and to promote commerce at a local level. City of Sunny Isles Beach Pelican Community Park -A three-acre active park site, for which Miller Legg managed 37 landscape architecture. irrigation. engineering. surveying and architecture designs for a baseball field, recreation building. playground structure. gymnasium. and related site amenities within the City of Sunny Isles Beach. The project management team at Miller Legg received recognition from the City for their involvement in the design completion of the park. In addition. Miller Legg provided construction observation services. In addition. we also provided grant assistance to secure a Florida Recreational Development Assistant Program (FRDAP) grant for $200.000. FRDAP is a competitive grant program that provides financial assistance to local governments for development or acquisition of land for public outdoor recreational purposes. Award: Award of Merit, American Society of Landscape Architects, Florida Chapter, 1009 City of Wilton Manors Public Complex -The objective of this project was to develop a sustainable design through the use of Best Management Practices, (BMP's) incorporating xeriscaping principles for irrigation and landscaping. including the careful selection of native and adaptive plant species which are hardy and adaptive to the South Florida sub-region. require minimal maintenance after initial plant establishment, avoid monoculture planting and would also thrive in the locations chosen and not require irrigation in the majority of the landscaped areas after the first year of plant establishment. Groundcover. instead of sod, was also incorporated to further achieve the long term goal of a sustainable environment, with regards to chemical uses and provides for an overall less intensive landscape for continued maintenance. Working closely with the Project Architect, the design team included the City's newly adopted Streetscape Design Guidelines and implemented a harmonious placement of plants to complement the building's architectural features. Special focus was also given to incorporate shading for the City Hall Complex Building and in pedestrianized areas to reduce heat island effects and increase the energy effiCiency of the future home for the City of Wilton Manors. Services prOVided for this project include development of conceptual and final landscape architecture plans. color renderings and construction phase services. Monterra Greenway and Bike Path -Designed the greenway/park with a one mile bike trail within the 27 acres of the FPL easement that bisects the Monterra (Waldrep) property as part of the Broward County Greenway System. Routed the recreational trail/bike trail, lay-out of fitness stations. tot-lots. shade structures and multi-use courts, parking and access to the trail. security fencing and access gates and landscaping. Planting and irrigation plans. along with miscellaneous hardscape design, were provided. The greenway and bike path connected to each of the residential and commercial phases of the Monterra development. Monterra Phase 2 Design Services -Miller Legg provided services for master planning. site plan processing. engineering design and landscape architecture revisions related to to the Monterra residential community Phase 2 parcel modifications in Cooper City. This 526-acre parcel was one of the last large remaining tracts of vacant Nelson Perez .~--------------~ unincorporated land in southwest Broward County. The project involved the development of a residential community and a Town Center that will provide limited commercial, restaurant and retail uses. Seminole Tribe of Florida (STOF) Immokalee Reservation Preschool, Community Center and Adjacent Roadway Design -Miller Legg performed civil engineering. surveying. landscape architecture. irrigation and construction observation services for a 4-acre site in the Immokalee Reservation of the Seminole Tribe of Florida. The on-site design included paving. grading. drainage. water, sewer. signing and marking. and pollution prevention plans for the project. Water quality and quantity calculations and design were considered and submitted to the Criteria of the Seminole Water Rights Compact. The project included the design of a I OOO-LF segment of the adjacent spine road. including roadway drainage interconnect culverts, water main and gravity sewer design connecting to a master lift station for the neighborhood. City of Coral Springs SR 869/Sawgrass Expressway Gateway Improvements -This project involved gateway landscape enhancements at the following interchanges to SR 869/Sawgrass Expressway at Atlantic Blvd., Sample Road. Coral Ridge Drive and University Drive in the City of Coral Springs. Services included: landscape architecture. irrigation design and construction observation. This project was partially funded through Florida's Turnpike Enterprise as a follow-up completion of the Sawgrass Expressway. MILLE~EGG Wesley Hoaglund, CA Planner I Alternative Funding Professional Experience: Mr. Hoaglund has more than 30 years of planning experience in both the public and private sectors. His expertise extends to a broad range of planning disciplines including downtown revitalization, environmental permitting, eminent domain and grant funding. His specialties are redevelopment and economic impacts. He has served as Volusia Growth Management Commission staff planning consultant for the City of Orange City's Large Scale Comprehensive Plan Amendment as well as the City of Edgewater's Small Scale Comprehensive Plan Amendment. Mr. Hoagland is responsible for firmwide coordination and operation of all planning services. Relevant Project Experience: City of Titusville Park Improvements (Individual Experience) -The City of Titusville participated in a Brevard County effort to pass a half-cent sales tax to fund County park improvements. Each park within City limits was scheduled for specific enhancements to be funded by this additional subsidy. The sales tax initiative succeeded and every park has since been improved, with the Space Walk of Fame, the City's downtown riverwalk, as the centerpiece of this project. City of Titusville Planning (Individual Experience) -Mr. Hoaglund served as City of Titusville Planning Manager for multiple City planning functions including; conceptualization of publidprivate development project negotiation and implementation; lead negotiation for public purchases; creation of the conceptual framework and mapping out of the development program for major downtown reinvestment, with over $7.5 million in grant funding for public improvements. Mr. Hoaglund also authored a series of citizen handbooks on zoning, conditional use permits, building permits, and the comprehensive plan as well as several CRA Redevelopment Plan Updates. In addition, he prepared environmental resource permit (ERP) applications for City projects included in the Update, and was also Project Manager on some of the segments that were built. City of Avon Park Planning (Individual Experience) -Mr. Hoaglund has served the City of Avon Park Community Redevelopment Agency (CRA) as C~A Director, With responsibility for setting agendas, taking and transcribing minutes, preparing annual budgets and administering CRA funds for all three Districts and the CRA He has also served as City of Avon Park Planning Manager, in charge of zoning compliance, site plan review, annexations, variances, replatting, and Land Development Code text changes. City of OshKosh Parks and Recreation Master Plan Update (Individual Experience) -Data on existing park facilities was gathered and analyzed as part of the City of Oshkosh Parks and Recreation Master Plan Update project. Parks were classified by size and amenity type. Areas of the City that were fully served were mapped accordingly, whereas those areas in need of additional park facilities were identified as such. Lake Apopka North Shore Eco- Tourism Strategic Plan -The City of Apopka hired Miller Legg to conduct a series of stakeholder interview to gather comments on the Lake Apopka North Shore Eco-Tourism Strategic Plan and outline a preliminary course of action for implementing the plan. North Point Park of Commerce ARC update -The North Point Park of Commerce is a mixed-use I 33-acre corporate Park located in the City of Lake Mary. Miller Legg was again hired to provide land planning and consulting services related to the Architectural Review Committee (ARC) and the review of property development submittals within the property. Miller Legg is assisting with updates to the Design Criteria Manual element of the ARC's Declaration of Conditions, Covenants and Restrictions. These efforts include review of various parcels within the development as part of the plans submittal effort to the City. Vol usia Growth Management Commission Planning Services - Miller Legg provides planning services to the Volusia Growth Management Commission (VGMC). Miller Legg reviews comprehensive plan amendments to determine consistency with adjacent local government's comprehensive plans, prepares staff reports and presentations to the VGMC, and acts as intergovernmental liaisons between the County's various local governments and agenCies. Florida Department of Transportation (FOOT) Stormwater Landscape Standards - To continue to enhance the State rights of way aesthetics, the Florida Department of Transportation (FDOT) is pursuing innovative approaches for developing and improving stormwater management layouts to accommodate enhanced levels of landscaping on Department projects. The Department is in the process of establishing statewide gUidelines, criteria and standards that ensure stormwater ponds with integrated landscape planting areas are creatively developed for proposed and existing stormwater management areas within the Department's rights of way. As a subconsultant to Jacobs Engineering Inc., Miller Legg developed the preliminary guidelines and concepts proposed for stormwater facility and landscape designs and is preparing the submittal of a final design standards document incorporating guidelines. criteria and standards agreed to by the relevant entities; FDOT. State Water Management Districts and FDEP. Arbours at Crown Point -Miller Legg provided site planning services for the apartment portion of this development in order to meet the site requirements of the City of Ocoee and the stormwater criteria of the St. Johns River Water Management District (SJRWMD). A Planned Unit Development (PUD) Land Use Plan (LUP) amendment was also prepared to increase the development entitlements for this 17.5 acre apartment tract. Further, the firm will prepare and process final subdivision and site plans to secure construction approval for this tract. Miller Legg is providing civil engineering, permitting, boundary, topographic, utility route and tree survey, construction administration and landscape architecture services in the course of this contract. _____ W_e_s_le-Ly Ho~glu~~ Park Place Apartments -For this 242-apartment complex in Ocoee, Miller Legg provided planning and civil engineering design services, including development entitlements for the property via a Planned Unit Development (PUD) Land Use Plan (LUP), subdivision plan, final site plan contstruction approval and construction administration. Services were also rendered associated with geotechnical revisions to the plans to minimize import fill requirements. In addition, Miller Legg is responsible for landscape architecture, irrigation and hardscape services including wall and fencing design, landscape and irrigation construction observation. Permitting is coordinated through the City of Ocoeee, Orange County, St Johns River Water Management District, and Florida Department of Environmental Protection. MlllE~EGG Jon Walls, RLA Quality Assurance I Quality Control Professional Experience: Mr. Walls is a Principal of the firm with expertise in site planning, master planning, landscape design, as well as multi-disciplinary project management. He has worked in both the private and public sectors. Mr. Walls' goal is to provide clients with unequaled service and responsiveness, through the provision of Miller Legg's resources and expertise in all aspects of the project development process. Relevant Project Experience: City of Orange City Parks Master Plan· Miller Legg prepared an inventory of the City's six park locations, included assessing them for immediate and future needs for improvements and preparation of master plans and budget estimates for the proposed park improvements. Miller Legg prepared base maps using geographic information systems, completed a physical inventory in the field and documented all existing features of each park, prepared conceptual level master plans and budget estimates. Miller Legg presented its findings in a report and presentation to the City Council. Some immediate improvements to Rotary Park have been completed. the "flagship" park in the center of town. In addition, Miller Legg has worked with the City to provide signed and sealed plans and information to prepare grant applications for funding of future park improvements. Cocoa Streetscape Improvements - Miller Legg worked with the City of Cocoa for more than two years on renovations to the streetscape of SR 5/US Highway I. Working closely with the City's Redevelopment Authority. Miller Legg prepared plans for improvements to the right-of-way including paving, landscaping and irrigation, and other amenities. The design consisted of continuous landscape plantings and highlights to major intersections, where roadway and pedestrian pavements were upgraded to create a series of designed "nodes." Entrance into the City limits was denoted by a unique tower/sign, designed in a vernacular Florida-style. Miller Legg worked closely with Parsons on the project and public involvement and construction observation was part of the firm's role. All landscape, hardscape. and irrigation plans were designed to also meet Florida Department of Transportation District 5 standards. Lake Fairview Park and Trotters Park Conceptual Master Plan - Miller Legg prepared a master plan for both Lake Fairview and Trotter's Parks for the City of Orlando, to determine potential future uses for these key City parks. The plan for Lake Fairview Park included an analysis and redesign of the boat launching area, the crew boating storage facilities. the softball fields, parking and vehicular access. The plan for Trotters Park provides a long term vision to create a major activity based park with additional soccer. baseball and multi-use fields. Both park projects involved City of Orlando staff charettes, public input and presentations to the City's Families. Parks and Recreation AdviSOry Board. Manatee County Bennett Park Master Plan -The Park is located in central Manatee County adjacent to the 1-75 corridor and consists of approximately 180 acres of predominantly farm land. Remnants of pine-flatwoods. hydric hammock, and tidal marsh exist on the parcel. The site is bounded on the north by 1-75, on the east by Kay Road, on the south by privately owned agricultural land. and on the west by a tributary of the Manatee River. The programming for this Park included both passive and active recreation activities. Passive uses include nature interpretation. bird watching, canoe/kayaking. picnicking and walking. Active uses include a concession { restroom I press box facility, six picnic pavilions, a multi-purpose building, splash 41 park, amphitheater, maintenance facility, utilities and parking. Services provided included: master planning, environmental investigations, landscape architecture design, planting plans, environmental permitting. and coordination with local, state and federal agencies. Orlando Cultural Park Conceptual Master Plan -The City of Orlando commissioned Miller Legg to prepare a master plan to determine how the South Loch Haven Park area. known as "Cultural Park", could be better utilized for public purposes in the future. The master plan utilizes recently acquired additional park land to expand the existing park area south of Princeton Street, to more efficiently meet the needs of the City of Orlando residents in the coming years. Also, the future use of the Loch Haven Neighborhood Center was included in the master plan. The preparation of this plan involved many steps. Input was gained from several members of different departments of the City. Also, a design charette was held to gather input from staff and determine how best to utilize this land for the greatest public good. Once the project information was gathered. a series of three alternative concept master plans were prepared. The plans were presented to City staff for further direction and input. A preferred conceptual master plan was prepared and recommended for future development. Orange County Parks and Recreation Continuing Services - Continuing services contract for development of master planning, design development and construction documents for parks with which include community centers, interactive splash playground, picnic shelters. walkways, soccer fields, parking lot, landscape and irrigation in Orange County. Planning Consulting Services for the City of Oviedo -Miller Legg has provided development, site plan and engineering review services to the City of Oviedo. These planning consulting services are continuing to be provided on an as-needed basis to the City. The services provided include the following project reviews: site plan, development and engineering. Planning Consulting Services for Volusia County -Miller Legg has provided planning consulting services to Volusia County since 2003. These services continue to be performed on an as-needed basis. Recently, the firm completed a predicated study analysis (highest and best use) for a portion of the County's Daytona Beach Convention Center. Seminole County Wilderness Areas -Miller Legg was awarded a five-year continuing contract by Seminole County to provide improvements to the County's natural lands. This contract includes design, permitting. and construction overSight of boardwalks. observation towers. pavilions, trails, fishing piers and other improvements to the County's eight wilderness areas and passive parks. The County has eight wildness areas. one preserve, and 20 passive parks. Services provided include: environmental assessments and permitting, resource determination. water level determination. surveying. engineering design, construction documents and permitting through US Army Corps of Engineers (USACE) and St johns River Water Management District (SjRWMD). Gene Polk Park Improvements - Miller Legg was responsible for the master planning, construction document preparation and construction administration for this vest pocket park in Belle Isle, Florida. Gene Polk Park is a small passive neighborhood park which also functions as part of the City of Belle Isle's stormwater management system. The design incorporated the stormwater management into a naturalistic brook which traverses the site with several pools and spillways eventually finding its way to Lake Conway. Several sitting areas were carved out of the hillside which provide opportunities for picnicking or just enjoying the tranquility. Services provided included landscape architecture, hardscape and irrigation design. Lake Apopka North Shore Eco- Tourism Strategic Plan -The City of jon Walls, RLA Apopka hired Miller Legg to conduct a series of stakeholder interview to gather comments on the Lake Apopka North Shore Eco-Tourism Strategic Plan and outline a preliminary course of action for implementing the plan. Merritt Island Redevelopment Agency (MIRA) Redevelopment Master Plan -Miller Legg prepared an inventory and assessment of the Master Plan. prepared a concept plan. implementation of the budget and assisted with plan adoption. Merritt Island Redevelopment Agency (MIRA) SR 520 Streetscape Design -For this streetscape improvement project along SR 520, Miller Legg prOVided landscape architecture design, a signage study, inventory and analysis of the corridor, FDOT District 5 coordination and charrette preparation and presentation. SR 17 Avon Park Streetscape Improvements -Planned urban design changes to the "City Center" area of the City of Avon Park in conjunction with modifications to SR 17, the City's main street and commercial center. The initial streetscape plans included public involvement. re-doing the street and sidewalks in the Central Business District, landscaping and irrigation and other improvements. Miller Legg worked With the Florida Department of Transportation (FDOT) District I on this project. Plans were prepared according to FDOT standards and reviewed by the agency on several occasions. After several iterations of taking bids, the City determined that none of the bidders was responsive and has since modified the scope of work to include a more limited renovation to the sidewalks, lighting and landscaping. Dylan Larson, PWS, CEP, CLI Environmental SustainabilitylHabitat Management Professional Experience: Mr. Larson has significant experience in environmental consulting in Florida and is responsible for overseeing and performing studies and investigations on biological and ecological impacts affecting the firm's projects. This includes field evaluations, assessments, recommendations and report writing. Dylan has established himself as a valuable leader and team member on a variety of the firm's projects that have involved environmental issues. Specific responsibilities include: wetland jurisdictional determination, dredge and fill permitting, wetland mitigation design, mitigation monitoring, recommendations for maintenance procedures, coordination and oversight of environmental GIS applications, and assistance with plan preparations and mitigation. In addition, Dylan is a Principal and member ofthe firm's Leadership Council. Relevant Project Experience: Broward County Parks and Recreation Long Key Natural Area/Habitat Restoration Project - The Long Key project is a wetland mitigation project that was developed in cooperation with the Broward County Parks and Recreation Division, to be consistent with the resource management goals for the Long Key Natural Area (formerly known as the Flamingo Road Environmentally-Sensitive Lands (ESL)! Kapok Tree). The total on- site mitigation is approximately 30 acres, encompassing marsh creation, marsh enhancement, upland buffer creation and upland buffer enhancement. This mitigation was required by the US Army Corps of Engineers, Broward County, and the South Florida Water Management District. The project supports a wide variety of wetland dependent avian species. Planted and recruited native plant species provide habitat for a variety of faunal species. including a number of state and federally listed species. Awards: Award of Excellence, American Society of Landscape Architects, Florida Chapter, 2003; Landscape Architecture Award, Florida Nursery Growers & Landscape Association. 2003; Engineering Excellence Honorable Mention, Florida Institute of Consulting Engineers, 2002 Broward County Parks and Recreation Secret Woods Park Dock -As part of the team providing surveying and environmental services to Broward County Parks Department, Miller Legg was tasked to obtain approval for adding boat docks to the existing boardwalk structure. Prepared permit sketches and application permit information. Permitting was done with Broward County Environmental Protection and Growth Management Department, U.S. Army Corps of Engineers and South Florida Water Management District for sovereign submerged lands through FDEP's Board of Trustees Internal Improvement Trust Fund (TIlTF) and processed local variances. In addition, Miller Legg prepared a topographic survey at a grid sufficient to create I foot contours in the project area of the South Fork of the New River. The limits of vegetation along the south edge of subject area were identified. located and shown. The "Safe Upland Line" elevation for subject area was researched and shown on the survey drawing. Features bordering the north edge of water in subject area were identified and shown on the survey. City of Fort Lauderdale Environmental Master Continuing Services Contract -Miller Legg provided Continuing Environmental Services to Ft. Lauderdale from 2007- 20 I I. Services provided to the City on a work order basis included threatened and endangered species assessments and Phase I and Phase II Environmental Site Assessments. Interpretation of environmental impacts to City projects in blighted areas was provided by Miller Legg on several projects for the neighborhood improvement group. Services also covered indoor air quality/asbestos and lead-based paint evaluations. City of Fort Lauderdale Mills Pond Park Environmental Construction Observation -The City of Fort Lauderdale hired Miller Legg to provide construction observation in the highly environmentally sensitive area at Mills Pond Park, Miller Legg ensured adherence to the specifications and permit criteria and prevented accidental damage to protected vegetation and resources that were present on-site. Construction of this off-site mitigation was achieved through a combination of nuisance and exotic vegetation removal and planting of over 6,600 freshwater and saltwater-tolerant trees, shrubs and groundcover at the Park. City of Pembroke Pines West Pines Soccer Park -A 56-acre active and passive municipal park located at 196th Avenue and Pines Boulevard in the City of Pembroke Pines. This unique park's features includes four soccer fields and one football facility as well as providing other active park elements with passive park facilities such as a boardwalk and 21 acres of wetlands mitigation area. Services prOVided by Miller Legg include civil engineering. surveying. wetlands mitigation planning. assistance with grant writing. and mitigation construction observation. Permitting was coordinated with US Army Corps of Engineers, Broward County and South Florida Water Management District. Miller Legg worked in concert with several other consultants to achieve this project. Florida Atlantic University (FAU) Campus-Wide Habitat Management Plan -The project involved updating the campus-wide Habitat Management Plan (HMP) for the Boca Raton campus of Florida Atlantic University (FAU). The HMP addressed the on-site preserve areas as well as undeveloped parcels that were slated for future development. The main goal of the HMP was to maintain the existing gopher tortoise and burrowing owl populations on campus. The HMP included updating the existing preserve area boundary, revising the management units, updating the habitat maps, updating the gopher tortoise and burrowing owl burrow location maps, including training of staff and contractors, exotidferal species management, educational signage, and opinion of probable cost. Glassman/Martin County Property Mastel' Plan -Planning and development of a Master Plan for this 323-acre parcel required over 80 acres of South Florida Water Management District jurisdictional upland and transitional wetland area with required buffers. The plan provided for 670 single-family lots, a three-acre recreational facility, and the proposed County right-of-way of Market Street Road. These single family residential lots were developed in order to maximize the views and interaction with the wetlands, as well as other on-site amenities, including lakes and buffers. This Master Plan also included preservation of all the wetland areas and over 25% of other upland habitats within the project limits. The design for this project in Stuart includes stormwater management calculations, providing detailed stage storage analysiS including interpond connect routing modeling coordination, wetlands. upland preserve and wetland mitigation. Environmental services provided include environmental permitting with US Army Corps of Engineers. South Florida Water Management District and Martin County, and preliminary engineering and Environmental Resource Permit (ERP). Monterra Greenway and Bike Path -Designed the greenway/park with a one mile bike trail within the 27 acres of the FPL easement that bisects the Monterra (Waldrep) property as part of the Broward County Greenway System. Routed the recreational trail/bike trail, lay-out of fitness stations, tot-lots. shade structures and multi-use courts, parking and access to the trail, security fencing and access gates and landscaping. Planting and irrigation plans. along with miscellaneous hardscape design, were provided. The greenway and bike path connected to each of the residential and commercial phases of the Monterra development. Larson, CEP, PWS, CLI Plantation Preserve & Golf Club - This 213-acre project involved the City of Plantation's acquisition of the former Plantation Golf Club and the subsequent design of an Audubon-certified par 72 championship golf course incorporating a 1.5-mile linear trail recreational component within the center of the proposed golf course, as well as 1,000 feet of entrance roadway relocated for SW 70th Avenue from SR 8421Broward Boulevard. Miller Legg coordinated with the Florida Department of Transportation on this roadway entrance feature. Funding for this project was secured through the Florida Communities Trust (FCT), the Broward County Open Space Fund and the sale of on-site created wetland credits. Services Miller Legg provided included: overall project management services as well as site master planning, wetland mitigation design and environmental permitting. surveying. landscape architecture, engineering services, stormwater management, flora and fauna evaluation. archaeological coordination and construction services. Seminole County Wilderness Areas -Miller Legg was awarded a five-year continuing contract by Seminole County to provide improvements to the County's natural lands. This contractincludes design, permitting. and construction overSight of boardwalks, observation towers, pavilions, trails. fishing piers and other improvements to the County's eight wilderness areas and passive parks. The County has eight wildness areas. one preserve, and 20 passive parks. l.l Firm Licensure, Certification, Registration State of Florida Department of State J~trt.lfy tromM OOC(Kd¢(1f!hkoffu'~ttm MIt-um, lEOO k .MJ.SOC!At8S. iNC i~ Ot wlp::m~oo ~ud ~Um avn t)ntw SW«i!l iJff'b.riM,. lli«.d 00 MfIJt~I5. IW$ n~ dQ.;;~ I1wnkf<>fl}W! 'W~M i~ P9~1 H1 I fort.tm'~%fy U>$ mltdc~M~ ~!!ll ~~ j}!l$f)(jkaH.ht'otl$'~ D«.«nOOt :n. 1tH1, lM!. in! roOitE tlh':~ ~ rft!Xlft..\mH'(!!S'm bW'ci~ ~ wu i1W C41 Apfil.~. :xl!4.lWdiUl ~@w i*,w:h-"4. (~~'fillij""""'~#f~ (~.~~"'~.~~hwJ.4 4OIj~~ ... A->'F~IlMs l1.'rnNWq~(h.t1.;rM4 ~~ S1!Cf<'l4ry'I{{Sta/f! MILLE.R LE.GG ~'fUlt!&'>l ~tO)\'!~!l O\$f'LA'i M fU':tr.Jmfl} SY tNN 3.2 firm Licensure, Certiflcation t Registration THE ACi\DEMY OF BOARD CEr{TTlfD ENV1RONMENT'"L PROFESSHYNALS H~",n:l>{~f't{hn<)<::: ;",':: ~~~~. ~Tf n'i-l,";";-l<,':-": [\",\1> w ,',t\-,R(} :,(: l;:--':~·,; ;::; f::g /~t:·iikii:.ny OF ~1n l">'}.,;l;>0<' <!<:t;'d; 1.<' MCHARRYASSOCIATES Thomas M. CarlsoD, AlA, lEED AP Education: Bachelor of Architecture -1973 Iowa State University Active Registrations: 1977 -Architecture Florida #7420 NCARB Certified, LEED Accredited Professional Background/Job Assignment: Design Director As the design Principal of the firm, he is responsible for developing project specific conceptual designs, managing their development through each project phase. Mr. Carlson has served as Principal-of-Design on numerous municipal projects. Mr. Carlson experience includes the de- sign of LEED Accredited municipal buildings. City of Residence: South Miami, Florida Years with this Firm/Other Firms: 35 years of professional experience Experience: McTyre Park Master Plan, City of West Park MC Harry Associates recently completed the master plan for an 18.5 acre public park. When fully implemented, the Park will be transformed into the city's focal point for a variety of community activities, and offer a unique sports venue for both open field play and court tournaments. Program elements include: a community pool facility; a community center with facilities for youth and senior programs; and a recreation center with 3 regulation size basketball courts with bleacher seating for approximately 600 spectators. Master Plan South Miami Park, City of South Miami Design Principal -The 10 acre Sports Park has proven to be so popular, that it has outgrown the limited support facilities available to visitors. Accordingly, the City engaged the services of MC Harry Associates to develop a park master plan to be implemented in phases as funding becomes available. The master plan defines a variety of playing field configura- tions, a perimeter fitness trail, surface parking, entry featurel drop-off area, and a 10,OOOsf multipurpose field house I community activity center Park Improvements to Five Parks, Miami-Dade Parks and Recreation Department AlE design services for various park improvements including recreation-buildings for Carol Park, Little River Park, Scott Park, Country Lake Park and Country Village Park. Buildings range from simple restroom facilities (1000sf) to large community activity centers (7,OOOsf). The typical functions in these park facilities include park maintenance, concession services, several types of storage, and large meeting spaces for community events. Significant development of the site and underground utilities were required to accommo- date the new facilities and provide for future improvements as well Gibson-Bethel Community Center, City of South Miami Design Principal The design team to successfully created a facility that combines athletic and recreational activities with educational opportunities for the city's youth, adult, and senior population. The 23,000 sf, two story community center is now home to the city's 'After School House' student tutoring and care program; the Community Action Agency's com- puter education program for adults; a senior's dance night; the youth Basketball League's tournament series; an indoor soccer program and karate classes; and a fitness center. The project was completed on time and within budget. Royal Oaks Park Community Center, Town of Miami Lakes (LEED Gold) Design Principal for Town of Miami Lakes, a 9,OOOsf facility compromised of a main entry lobby I circulation core; a re- ception / office space; a multipurpose room with operable partitions dividing the space into four separate venues; and a warming kitchen. Coral Reef Park, Village of Palmetto Bay (LEED Certified) Design principal for a new 2,OOOsf amenities facility consisting of concessions, restrooms and park storage, it also in- cludes an outdoor covered pavilion area. North Point Community & Aquatic Center Principal in Charge Municipal community center with two separate buildings totaling 10AOOsf. The Scope elements in- clude lobby/reception space; multipurpose f dining room; outdoor dining patio; warming kitchen for catered events; exer- cise room, meeting room, media/activity room, public swimming pool and related toilet f shower with locker rooms with a security office 47 MCHARRYASSOCIATES NaomiHa son. Project Manager Education: Bachelor of Architecture Program 1999, University of Miami Active Registrations: 2009 LEED Accredited Professional Background/Job Assignment: Project Manager Ms. Harrison has served as project manager for various public clients. She is a dedi- cated professional that participates in the projects development from beginning to end. Ms. Harrison is a LEED AP and uses LEED concepts and initiatives at every stage of her projects. City of Residence: Miami, Florida Years with this Firm/Other Firms: 11 years of experience Experience: McTyre Park Master Plan, City of West Park Me Harry Associates recently completed the master plan for an 18.5 acre public park. When ftllly implemented, the Park will be transformed into the city's focal point for a variety of community activities, and offer a unique sports venue for both open field play and court tournaments. Program elements include: a community pool facil- ity; a community center with facilities for youth and senior programs; and a recreation center·with 3 regulation size basketball courts with bleacher seating for approximately 600 spectators. McTyre Park Parking Lot and Drainage Improvements, City of West Park Project Manager: McTyre Park Parking Lot and Drainage Improvements, phase 1 of Master Plan implementa- tion: Landscaping and Lighting beautification. City Signage, City of West Park Project Manager: City Signs: small city entrance sign, designed and completed construction at SW 56th Avenue and SW38th Street, City of West Park. City entrance sign and fountain conceptual design, corner of US441 and Pembroke Road. SW 56th Avenue Streetscape Improvements: Landscaping and master planning of SW 56th Avenue corridor, approximately 1.5 miles. Master Plan South Miami Park, City of South Miami Project Manager: AlE design services the project utilizes the pool attraction to promote weekend open markets in the Park's grassy commons area. The community pool environment is available for both daytime and evening events that might include local music ensembles, art programs, and educational forums Royal Oaks Park Community Center, Town of Miami Lakes (LEED Gold) Project Architecture for Town of Miami Lakes, a 9,000sf facility compromised of a main entry lobby / circulation core; a reception I office space; a multipurpose room with operable partitions dividing the space into four sepa- rate venues; and a warming kitchen. Optimist Park Master Plan, Town of Miami Lakes Project Architecture to verify the program scope, delineate a final site plan design concept overlaid on a current boundary/topographic digital format survey provided by Town of Miami Lakes, delivered a bound document in- cluding an executive summary of the project goals and objectives; a rendered site plan of the proposed master plan design concept; a related statement of conceptual construction cost of the master plan design concept; and minutes of the discussions conducted during the charrette. Park East Master Plan, Town of Miami Lakes Project Architecture to develop a master plan of Town owned 2.2 acre Park East through analysis of the feasibility and implications of expanding the facilities at the park in a fashion which will compliment the Town's consolidated recreation program. The master plan takes into account the Park's inherent limitations (size, utilities infrastructure, support facilities, tree canopy), community expectations regarding development im- pact on the park, land use and building code constraints, and compatibility with the surrounding neighborhood. 48 MCHARRYASSOCIATES Javier Torres, AlA, lEED AP Education: Master of Architecture, Florida A& M University, 1998 Active Registrations: Architecture Florida, LEED Accredited Professional Background/Job Assignment: Project Manager / LEED Administrator City of Residence: Miami, Florida Years with this Firm/Other Firms: 12 years of experience Experience: Mr. Torres experience with municipal clients make him the perfect fit for this project. Mr. Torres has recent experience with LEED certifiable projects with local cities and understands the intricacies of the process. He is a proactive project manager that has attention to detail and is aware of the clients needs, requirements and limitations. His pro- jects are within budget and on schedule. North Point Community & Aquatic Center Project manager Municipal community center with two separate buildings totaling 10,400sf. The Scope elements include lobby/reception space; multipurpose I dining room; outdoor dining patio; warming kitchen for catered events; exercise room, meeting room, media/activity room, public swimming pool and related toilet / shower with locker rooms with a secu- rityoffice Gibson-Bethel Community Center, City of South Miami Project manager The design team to successfully created a facility that combines athletic and recreational activities with educational opportunities for the city's youth, adult, and senior population. The 23,000 sf, two story community center is now home to the city's 'After School House' student tutoring and care program; the Community Action Agency's computer education program for adults; a senior's dance night; the Youth Basketball League's tournament series; an indoor soccer program and karate classes; and a fitness center. The project was completed on time and within budget. Royal Oaks Park Community Center, Town of Miami Lakes (LEED Gold) Project Architect for Town of Miami Lakes, a 9,000sf facility compromised of a main entry lobby I circulation core; a recep- tion / office space; a multipurpose room with operable partitions dividing the space into four separate venues; and a warm- ing kitchen. Vizcaya Park Community Center, City of Miramar Project Architect for The 7,660 GSF single story 'green' Community Center building serves as the anchor and support facil- ity for the 20 acre park development. LEED Silver Certification. Mary L. Rice Service Center, Florida Keys Aqueduct Authority Project Manager for 1 a,OaOsf customer service and sustainable design demonstration center located in Marathon in the Florida Keys seeking Platinum Level LEED Certification. Community Outreach Center, City of Dania Beach Project Manager for Schematic Design of a facility housing senior citizen activities and day care programs in collaboration with a local hospital, church, police department and the Meals on Wheels agency. The building design includes a commu- nity hall, arts and crafts studio, computer classroom, counseling offices and a kitchen. Police Substation and Mounted Police Stable Facility, City of Miami Project Manager for Lummus Park Historic District Buildings in the District comprise one of the last remaining residential neighborhoods in downtown Miami. As part of the their 'safe neighborhoods' program, the city opted to introduce a police presence within the Lummus Park 'Green' and engaged MC Harry Associates to design a new substation and horse sta~ ble for their mounted police unit. Municipal Complex, Islamorada, Village of Islands Project Architecture for a 15,000 sf village hall with offices for the Village Manager, Village Clerk, Administration and Fi~ nance Department, Planning and Development, Building and Code Compliance Services; Council Chambers/EOC, five offices for the use of elected officials, main reception area, conference rooms, record and storage areas. 49 State of Florida Department of Business and Professional Regulation Board of Architects M.e. Harry and Associates, Inc. AC# 704157 The ARcaXTRCT CORPORA~rON Named below IS CERTIVIED Under the provisions of Chaptel;: Rxpiracion date: FIn! 2S, 2015 < M C HARRY AND ASSOCrATES, 2760 S DOUGLAS RD #302 MIAMI FL 33 State of Florida Department of State , ('t'liify frollllhu re'(:''fds(~flhj~ oft1celhzt M,e HARRY AND ASSOCt?\TE3, INC, h~ $. ,orr~mt.hm orgAnized wtdorthe LlVl'51 oft110 Slate Qffl{lrida. ruod on Mflfd) 24. 198.~. eff!!lctiv!} Mmrh 24. !9B.} r ftmherc~titY Uu~.;mid corpixuticm lurn p.ru.G il!1 f~ dlW fhis office throug.h DIStt!mb(?:f J 1,200, !hat it.§ mom-recep.! amlU~ rnportJunifofTR bturin~3u f~pmt l'fI1i9 filtJaonJruu.w.ry lS. lOU, anditu ~U6 ~ octiw. ~~IWf'--'fJHI!MIJ,/i£ ~S«J.I"f'*'!Ut#t /ifFtNkJa atT~lU:ut.,tlieC'~d¥J¥u ""IJ~,.."&\)'..r~, 101.1 ~~ .. Secretary a/State I '%Wi*"'~~,it,":.iimi'{;~'«r"~1N lu ;mij'wA:iI ,f.¥ID.fI";~I~!4j~.:.\1€-h ~>~ f<th\"''\<~ W, ,"'''*? 'H~ ! in, Mt.(! I.h=rrI f!>1,bw dH' ~j.fl.ld J,;:ru; dlApbljro.. !h1IP1. ,",mr,l{~h4.""",n!*!IH.tt !ri(ul I Klru LAWSON SECRETARY 50 Jill Beth Cohen, RLA, AICP, LEED AP, ISA Landscape ArchitectlPlannerlSustainability Designer JBC Planning & Design, Weston, Florida. 954-802-6292 Professional Experience: JBC Planning & Design. Inc .• a professional consulting firm which works closely with municipalities. institutional and private clients was founded by its President. Jill Beth Cohen, a Registered Landscape Architect (RLA), Certified Planner (AICP). Certified Arborist (ISA). LEED AP (Leadership in Energy & Environmental Design) and Certified Landscape Inspector (UAF). She has more than 30 years of professional experience. 15 years of which are specific to South Florida, focused on planning, urbanfsite specific design, landscape architecture and sustainable design. Formerly, Ms. Cohen was an Associate with Miller Legg in their South Florida Office where she served as a Project Manager, Landscape Architect and Senior Planner for both Planning and Landscape Architecture Projects. Her profeSSional career includes experience in landscape architecture, planning, master and detailed site planning, grant writing. urban and redevelopment design and site engineering throughout Alabama, New York and Maryland. She also has been a CPTED instructor for the Broward Sheriffs Office and the Attorney General's Office and if a Florida Certified landscape Inspector. Ms. Cohen's focus is on sustainability and revitalization design and assisting private commercial clients and cities in 'green building' initiatives and redevelopment projects. The firm is a Broward County, Certified Business Enterprise (CBE), Small Business Enterprise (SBE) and a State of Florida Disadvantaged Business Enterprise (DBE). Relevant Project Experience: Monterra Development -Project landscape architect and planner for this 526-acre parcel which was one of last large remaining tracts of vacant unincorporated land in southwest Broward County. Project involved development of mixed-use residential community including commercial parcels and supporting project amenities. Planning services included preparation of design guidelines for development. rezoning, platting, plat note amendment and delegation requests, site plan preparation, submittal and processing. Miramar Mastel" Park Plan -Planning Study and Report for the updated City's Master Park Plan involving research to update the existing data. Existing and future recreational demand and needs through the year 2025 were outlined in this report, with a current update in process through to the year 2030. Additional information prepared for this project included demographics, geographic information systems (GIS) maps. agency coordination, and analysis for future park linkage studies incorporating existing and proposed pathways and open space for a comprehensive city-wide system. This Project was a collaborative effort between R.J. Behar and JBC Planning & Design. Dade-Collier Cypress Recreation Area -A 1.600 acre passive/active park located on the southern portion of the Dade-Collier Training and Transition (TNT) Airport which is managed by the Aviation Department. The proposed site owned by Miami-Dade County is located in Collier County and the Client for this project was the Miami-Dade Parks & Recreation Department. The first phase of this project included a Land Use Plan Amendment through Collier County for a conservation and outdoor recreation park to balance preservation of the existing natural resources of cypress heads, tree islands, and prairies with recreational amenities such as trails 51 for hiking, mountain biking and OHVs (Off-Highway Vehicles). Preparation of research, justification and coordination for environmentally sensitive areas, balanced with proposed site active uses within the flight patterns on the Airport. Town of Southwest Ranches Wetlands and Agricultural Conservancy -Project Manager, Master Plan Designer and liaison between the New Testament Baptist Church and the Town of Southwest Ranches for the creation of a 3S-acre wetlands and agricultural conservancy. The land was purchased from the New Testament Baptist Church by the Town. The Conservancy included an approx. one-acre archeological site, open lakes, enhanced wetlands, as well as a series of interpretive trails, equestrian perimeter trails, pavilions, a boat launch area and a canal access under Griffin Road for canoe access. The Conservancy portion includes seven acres of community farms for research and organic farming use by the residents. The project also included the preparation of and receipt of grants from both the Florida Communities T rust and the Broward County Open Space Acquisition. City of Lauderdale Lakes C-13 Greenways, and Pedestrian Bridge -FDOT LAP-funded one-mile greenway along the southern C-13 canal bank from SR 7 to th€! Florida Turnpike. The Project is part of the overall Greenway Trail System for Broward County including two municipalities; the larger portion of which is in the City of Lauderdale Lakes, the remaining portion of which, is in the City of Oakland Park. The proposed Greenway connects to a pedestrian bridge linking the proposed Greenway to an existing City Park, City Hall and the Park Lakes Elementary School. Services included landscape architecture, environmental permitting and SFWMD Canal ROW permitting, variances and waivers. Wilton Manors Public Complex - Landscape Architect and LEED AP on this project which had an objective to develop a sustainable design through the use of Best Management Practices, 21Pagc (BMP's) incorporating xeriscaping principles for irrigation and landscaping, including the careful selection of native and adaptive plant species which are hardy and adaptive to the South Florida sub-region, require minimal maintenance after initial plant establishment, avoid monoculture planting and would also thrive in the locations chosen and not require irrigation in the majority of the landscaped areas after the first year of plant establishment. Sample Road Streetscape -Project Manager and Landscape Architect for the planting and hardscape design of this four-lane divided roadway in Broward County. The design incorporated existing trees and palms and established a plant and paver palette theme for future roadways within the City of Coconut Creek. In addition to landscape, irrigation and hardscape deSigns, grant preparation services were provided as part of this project. Award: Broward BeautifUl Third Place for RoadwaylSwale Beautification. Broward County Town of Davie Planning Development Review Committee (DRC) Reviews - Development Review Committee (DRC) reviews for planning and landscape architecture as a Cost Recovery Consultant. Fast-paced tasks included DRC services for residential, commercial and industrial sites throughout Town of Davie. Working closely with staff to meet quick turnaround times, provided project reviews to meet needs of this growing municipality-site plan, master plan, platting plan and landscape plan. Miramar Landscape Inspector- Landscape Inspector for the City of Miramar as a Cost-Recovery Consultant. Services have included; Landscape Plan Reviews for Permitting, in-house Development Review Committee (DRC) Landscape Plan reviews, Landscape Inspections, Tree Removal/Relocation Permitting and Community Appearance Board (CAB) Member for Landscape Design. Miramar DRC Plan Reviewer- Project Manager, Planning and Landscape Jill Cohen, RLA, AICP, LEED AP, ISA Architectural Reviewer providing plan review services for the City of Miramar as a Cost-Recovery Consultant since 1998. Initially, provided Development Review Committee (DRC) Reviews for Landscape Architecture with the Community Services Department; then reviews expanded with the Planning & Zoning Department as a Cost-Recovery Consultant under the Miller Legg Consultant contract. These fast-paced tasks included DRC services for residential, commercial and industrial sites throughout the city. City of Parkland Landscape Inspector -Landscape Plans Reviewer and Inspector for the City of Parkland as a Cost-Recovery Consultant. The City of Parkland is undergoing a large growth spurt with recently annexed parcels. Hundreds of acres are being developed into residential communities with supporting recreational needs in addition to neighborhood businesses to meet the needs of the residents of this rapidly growing muniCipality. Services include, Landscape Plan Reviews for Development Review Committee (DRC), Permitting and Landscape Inspections including, single- family, townhomes, project entries, recreational areas, common areas, signage and places of worship. Inspections also include tree removals, relocations and use of green building practices. Currently, analyzing and updating the City's Landscape & Tree Preservation Codes for Revisions and Amendments to be adopted in the Fall of2014. Coral Springs ORC Consultant -Cost Recovery Consultant reviewer providing landscape architecture DRC reviews and landscape field inspections including review, administering of and approval of City Grants from Community Development Department for Street Tree Replacement for residential homeowners post Hurricane Wilma. 52 Sm.ru-..... ""~Ilr""" --.m~_ t~ ~ ~"% e~ \tw' Wt*1iA (>rtK-~ <':@$@f!1 'f; 1:6 BnmWti C0Jff?,y 53 The American Institute of Certified Planners The Prof~.sslonal lrwtiWte of the Allle,k#!l Planning Atioodation l au hereby qualifies Jill B. Cohen ail a member with aU the benefits of a Certified Planner !I1ld responsibility to the AlCI' Code of Ethics and Professional Conduct. Certified Plnnner Number: 015256 July:l.,1999 Jill Cohen Att rn::o wr k;,·:·~:--.!G ",]-1" U,'O\\,UDCi:' Of Of'.!::EN l)'.l:Ll)H'!:' P<;.:\'~T;ce l R!{(~'Jij\lJ) l',n~ ,>ll<:i'f-,;>:(-Ui 'MPl.f,Mt!";:·;<,·;!t}t~ ,)f nn. 1 rA{H-r-.Slj~.l' ~N P.N~"GY .~Nn fiN"'I!'..GNMi:N·i·A~ w>o\r{,N ;l.tu>~} { .. »r:f.r; t';UH,L"'i;<~; Kj';;-ING <;'(~'n:M~'" 54 3.3 Other Helpful Information Miller legg Team Representative Awards, Commendations and References Miller Legg Public Profile & Awards landscape Architecture Following are some of the recent achievements in our landscape architecture practice which have been marked by way of public recognition, awards, published ran kings or acknowledgments. General Awards & Recognition Landscape Architect & Specifier News. Florida Firms and Projects Feature, September 2005 Orlando Business Journal, Central Florido's Lorgcst Londscope Architectural Firms, 2005-20 I 0 Southeast Construction Magazine, Southeast's Top Designers List, 2005-2010 Zweig White Hot Firms List. Top 200 Fastest Growing AlE and Environmental Consulting Firms, 2007 American Society of Landscape Architects, florida Chapter Award of Merit, 2009 Miller Legg Project Completion: November 2008 Key Team Members Involved: Michael Kroll, RLA; Brian Shore. RLA. Ronald Rollins, RLA. Nelson i Perez I Florida Chapter of the Amel"ical'l Society of Landscape An:hitects Outstanding Design Award, 2012 Florida Nursery, Growers and Lal'ldscape Association Award of E.xcellence, 2009 Miller Le~~ Project Completion: March 20 I 0 Key Team Members Involved: Michael Kroll, RLA; Brian Shore. RLA, Ronald Rollins, RLA Florida Department of Transportation (FOOT) District 6 Biscayne Boulevard (NE 5th Street to NE 13th Street) Florida Section of the American Society of landscape Architects Outstanding Project Honor Award, 20! I Miller Legg Project Completion: june 2007 Key Team Members Involved: Michael Kroll, RLA; Brian Shore, RLA. Nelson Perez f'<"O<l!~~W;f:I<}I'U<:.«<if>Ntl:~MU:~.f,.w~f~!'t¢~~~~WW~ .. ~~tf#!(.fI..'"t«'l=yj!1¢~-i.>.c: f~·~~="';';~"'.!'/If!litm0l<rl.!S-~~~.li:!i:tlWJ'J'>l1'IIH«'1~~~·~wv.t'£~<m!<,{ff~'~~~::,:(~\""¢W.(:\~f(C (Nn~U~1~H~I~~!~~!~m»:",,'l6f.>·If~m~~,v.::W::t<·4h1t..~11>.r~st.m:'.,:I!0'~I<'II!'lI'."!'iA'l:~~1U'l6,"*", ~1~~~~N1~t>"$:'<~~~~~. Broward County. Sroward Beautiful, Third Place for Roadway / Swede Beautification, 2004 Miller Legg Project Completion: June 2002 Key Team Members Involved: Michael Kroll, RLA; Brian Shore. RLA 57 Florida International University (FlU) US CenturY Bank Arena Plaza American Institute of Architects State of florida AlA Merit: Design Award, un 1 Miller Legg Project Completion: November 2011 Key Team Members Involyed: Michael Kroll, RLA; Ron Rollins, RLA ~~<I_,<>j.z h'h~M!ti"<.~ffi:«"" 58 IOHNHY MARTlNU., P.E. Oty~:t:05gef January 4, 2013 Re: M.e.Hany 11 Associates, Inc. To Whom It May Concem: I had !ho opportunity to work with M.C. Harry & Associates, inc while serving as Director of Engineering 11 Construction for Ihe City of Miami Communi!:! Redevelopment Agencies. The firm provided AlE Design and Construction services for the adaptive reuse of the City of Miami's eRA Histonc Pire Station No.2. The hisloric 1926 building had been empty for more than 20 years and tha project scope included oolh the fun rehabilitation of the building to Secretary of Interior Standards for Historic Properties Bnd the adap\lve reuse of the facility to hOUSB the offices of the CRA on the second floor and future use Improvements for the gmund floor. The ouiiding required removal and reinstai!ation of floors, ceilings. trusses, wIndows, doors and finishes as weI! as the carefullntegrstion of new utilities including HVAC, electrical, plumbing, life safeiy and lighting systems, restrooms, egress stairs and an accessible passenger elevator. M.C. Harry provided the C!'Vlt with a highly professional team that understood the owner's specific needs, the value that tho his!oric bUilding has to this area of downtown Miami and how this rehabilitation could have a vital impact to this mea. The completed building has been well received by both the users and the neighborhood. M C. Harry & ASSOCiates, Inc., provided excellent service and it was a pieasure working with i.Mir office. Sincerely Mark Spanioll, PE City of Miami. Capitallmprovemants Program Director (APiTAlIMPROVfMENTS PROGRAM 444 S.W 2nd Avenue. 8th floor;' Mi,1<";' Fl. 11110! ,;0';) 41(,· 1280 I r." (JO'i14j('-21S1 MailinR Add,,,,,; PO. nm B0706Ivli"",i, Ft 332H·070S 59 Jammry4,2013 1tloo:um M. ClU'l:!on AlA, umn tip MC Harry Assooi~ 2180 SW Douglas Rood, Suire 302 Miool4 Florida 33133 Mr. Carlson As requested, please let thl!i correspondence serve as a letter of reoommeOO.ation for prior servi¢eS ~ to the Sooth Miami Community Redevelopmwt Agency (SMCRA). As yoo're ~ prior servioos; have boon provided both to tOO South Miami Community ~elopment Agency!md to the City of South Miami f« seveml South Miami sponsored initiatives. Services provided by yOW' firm have resulted ill the (;onstrn~oo of the popular and highly utilizOO Gibsoo-BedJ.el Commwill:y Center l~ in the heart of tlw Sooth Miami Crumrumity Redeveiopment Area. Related services provided by Me Harry Assoc~ have resWtcd in the coostruction of other vital commooi1.y redevelopment projects in the Redevelopment A.rea including the coo.strnd:ioo of a st&fe>...of-dre-art ~ inmIlmtor and &. commumty service fi«:itity loarted at 5825 SW 6gtn Street and development of construction drawings fbi" a long awaited South Miami community pool project in the SMCRA Area. Services provided directly to tile City of Sooth Miami lurve also mmlted in other significant municipal government improvem~. Also important to note is '!:hat: services provided by Me .Harry Associates have been rocci:ved in a timely and C061 effective manner. If you have any questions or require additional informatioo, please feel free to contact us directly. We hope to continue our professiooal relationship with Me Harty Associates moving fOrwru'd and in eonjunction with other key redevelopment endeavors. 60 Municipal References Contact: Project: Contact: Project: Contact: Project: Contact: Project: Contact: Project: Sowande Johnson 954-757-4165 City of Parkland 6600 University Drive Parkland, FL 33067 City of Parkland Landscape Inspector Brian Archer 954-757-4153 City of Parkland 6500 Parks ide Drive Parkland, FL 33067 City of Parkland Fire Station #71 Carlos Solis 305-289-5008 City of Marathon 9805 Overseas Highway Marathon, FL 33050 US #1 Medians Landscape Design Services Michael Alpert 954-602-3246 City of Miramar 2200 Civic Center Place Miramar, FL 33025 Landscape Inspector I DRC Reviews Lorri Hall 954-602-3245 City of Miramar 2200 Civic Center Place Miramar, FL 33025 Parks Master Plan and DRC Reviews 61 SECTION 4 4. List of Attachments As instructed. the following documentation is included in this submittal "'7' Proposal Submittal Checklist Form Invitation to Proposai-Instructions To Respondents 0/ AddEll1da !, 1 Md 1 ~ Non-Collusion Affidavit ~ Public Entity Crimes &: Conflicts of Interest ~ Drug Free Workplace 0/ OSHA StMdards Conformance 0/ Related Party Transaction Verification 0/ Il1suram:e Certificates ~/ Signed Contract Documentst Agreement and Genera~ Conditions 62'0/ Addendum No.2, dated November 12, 2014 Proposal Submittal Checklist Form This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified in an addendum to this RFQ. The response shall include the following items: Checl< Attachments and Other Documents to be Completed: C, d omp ete • X Respondents Qualification Statement & Submission Requirements x X Non-Collusion Affidavit x X Public Entity Crimes and Conflicts of Interest x X Drug Free Workplace x X Acknowledgement of Conformance with OSHA Standards x X Related Party Transaction Verification Form x X Indemnification and Insurance Documents x X Signed Contract Documents, Agreement & General Conditions x Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. Addendum No.2; November 12, 2014 63 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI Parks and Recreation Master Plan Proposal Due Date: lOAM, November 24, 2014 RFP #PR·20 14-12 Solicitation Cover Letter The City of South Miami, Florida (hereinafter referred to as "CSM") through its chief executive officer (City Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Proposals" or "RFP"). All references in this Solicitation (also referred to as an "Invitation for Proposals" or "Invitation to Bid") to "City" shall be a reference to the City Manager, or the manager's designee, for the City of South Miami unless otherwise specifically defined. The City is hereby requesting sealed proposals in response to this RFP #PR-20 14-12 titled Parks and Recreation Master Plan. The purpose of this RFP is to contract for the services necessary for the completion of the project in accordance with the scope of services and the plans and/or specifications, if any, described in this RFP (hereinafter referred to as "the Project" or "Project") Interested persons who wish to respond to this RFP can obtain the complete RFP package at the City Clerk's office Monday through Friday from 9:00 AM. to 4:00 P.M. or by accessing the follOWing web page: http://www.southmiamifl.gov/ which is the City of South Miami's web address for solicitation information. Proposals are subject to the Standard Terms and Conditions contained in the complete RFP Package, including all documents listed in the RFP Table of Contents. The Proposal Package shall consist of one (I) original unbound proposal, three (3) additional copies and one (I) digital (or comparable medium including Flash Drive, DVD or CD) copy all of which shall be delivered to the Office of the City Clerk located at South Miami City Hall, 6130 Sunset Drive. South Miami, Florida 33143. The entire Proposal Package shall be enclosed in a sealed envelope or container and shall have the following Envelope Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: the title of this RFP, as follows Parks and Recreation Master Plan, RFP #PR-2014-12 and the name of the Proposer (also referred to as "Respondent"). Special envelopes such as those provided by UPS or Federal Express will not be opened unless they contain the required Envelope Information on the front or back of the envelope. Sealed Proposals must be received by Office of the City Clerk, either by mail or hand delivery, no later than 10 A.M. local time on November 24, 2014. These instructions should be compared with those contained in the "Instructions for Submission of Responses," found in the RFP and if there ;s a conflict with the latter instructions, then the 'otter instructions shall take precedence. A public opening will take place at lOAM. on the same date in the City Commission Chambers located at City Hall, 6130 Sunset Drive, South Miami 33143. Any Proposal received after lOAM. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the person submitting the proposal and in favor of the Clerk's receipt stamp. A Mandatory Pre-Proposal Meeting will be conducted at City Hall in the Commission Chambers on November 12, 2014 at 10:00 A.M. The conference shall be held regardless of weather conditions. Proposals are subject to the terms, conditions and provisions of this letter as well as to those provisions. terms, conditions, affidavits and documents contained in this RFP Package. The City reserves the right to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City, subject to the right of the City. or the City Commission, to reject any and all proposals, and the right of the City to waive any irregularity in the Proposals or RFP procedure and subject also to the right of the City to award the Project. and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price or. if the scope of the work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. Maria M. Menendez. CMC, City Clerk, City of South Miami Page I of 44 64 SCOPE OF SERVICES The Scope of Services. are set forth in the attached Exhibit I END OF SECTION Page 2 of 44 Thomas F. Pepe 9-10-14 65 SCHEDULE OF EVENTS -. -~-"".,"--".-<--..•. ,.~~ No Event Date* Time* (EST) -- I Advertisement/ Distribution of Solicitation & Cone of Silence begins 10/27/2014 2:00 PM 2 J'1iJldatory Pre-RFP Meeting 11/1212014 10:00 AM 1-~m'~""m_'_ 3 Deadline to Submit Questions 11117/2014 10:00 AM 4 -IDeadline to City Responses to Questions 11120/2014 10:00 AM 5 Deadline to Submit RFP-Response 11124/2014 10:00 AM 6 Announcement of selected Contractor/Cone of Silence ends 1/20/2015 7:00 PM ~"-",,.~-,~,. '_=~_n·,_"~_"''''''' ___ '''''''_'''''_'_'''_~' ... ~ __ V'_~,,_~_ END OF SECTION Page 3 of 44 Thomas F. Pepe 9-10-14 66 INSTRUCTIONS FOR SUBMISSION OF RESPONSES BACKGROUND It is the intention of the City to award a contract to a qualified consultant to create a City of South Miami Parks and Recreation Parks Master Plan that shall conform to the Scope of Services contained in this RFP. All references to "City" in this RFP shall be a reference to the City Manager for the City of South Miami unless otherwise specifically defined. All references to the City Manager shall also mean the manager's deSignee. This RFP shall serve to provide interested parties with general information as to the procedures for selection of persons for the South Miami Parks and Recreation Master Plan. Only firms with experiences and a proven track record of delivering successful and on-time budget projects within each category are encouraged to apply. INSTRUCTIONS FOR SUBMISSION OF RESPONSES To RFP The Proposal Package shall consist of one (I) original unbound proposal, three (3) additional copies and one (I) digital (or comparable medium including Flash Drive, DVD or CD) copy. All responses shall be typed on 8 1/2" x I I" sheets, single-spaced, one-sided, bound with all sections tabbed, with the exception ofthe one (I) unbound original copy. Fold out pages are not allowed. The response to this RFP shall provide the following information: I. Name of firm(s), specify as to the type of contractual agreement between firms, and certificate(s) of authorization to offer professional services through the Florida Department of Professional Regulations as applicable for prime as well as supporting firms. 2. Proof of authorization to transact in the state of Florida from the Florida Secretary of State. 3. Proposed organization chart identifying key professionals and their area of responsibilities. 4. Complete and submit "Affidavits and Submission Forms," included within this RFP. 5. List of recent clients and references related to the subject of this RFP, with contact names and telephone numbers. 6~ Respondents Proposed Lump Sum Fee Schedule, as submitted in the RFP Section, "Price Proposal Sheet," Section I -Cover/Introductory Letter The introductory letter should be addressed to Steven Alexander, City Manager. Said letter is limited to one (I> page and should contain the following elements of information: Expression of firm's interest in the work; Provide the most recent date firm was designated/engaged as an approved and qualified consultant for similar professional services; Statement regarding firm's possible conflict(s) of interest for the work; and Summation of information contained in the letter of interest. Page 4 of 44 Thomas F. Pepe 9-10-14 67 Section II -Evaluation Factors This section should contain information regarding evaluation and other factors listed in the advertisement such as: A brief synopsis of the Firm, the location of the firm and the place from which the work is to be performed; previous professional services experience that is focused on the type of work advertised for services and which has been performed within last five (5) years; recent, current and projected workloads of the firm; The number of employees within the Firm and a description of the ability of the Firm's relevant professional personnel, including pertinent training, skill and experience. A brief description of the Firm's approach to performing professional services, including the firms understanding of its responsibility with regard to budget requirements, safety, contract administration, environmental responsibility and claims; and Any innovative approaches to be used. Section III -Supportive Information This section should contain the following information: Organizational chart indicating relevant personnel to be assigned by position; The resumes of key personnel; Other information one may believe would be beneficial to the evaluation of the request. Note: Any questions concerning the RFP or any required need for clarification must be made in writing, by November 17. 2014 at lOAM to the attention of Steven P. Kulick at skulick@southmiamifl.govorvia facsimile at (305) 663-6346. OTHER DOCUMENTATION Please find attached the follOWing; respondents must complete and submit with their proposal: Agreement & General Conditions: DRAFT copy of the Agreement and General Conditions which the City of South Miami expects to execute with the chosen consultant for services as described in the Scope of Services. Respondents must sign the agreement and submit with their response. Affidavits and Submission Forms: Refer to "Proposal Submittal Checklist Form." END OF SECTION Page 5 of 44 Thomas F. Pepe 9-10-14 68 EVALUATION CRITERIA Scoring and Ranking Phase I ~ Competitive Selection-Ranking: maximum 100 points. The evaluation factors used for determining qualifications for ranking include: • The ability of professional personnel. including the employees or principals of the firm; subcontractors (if any) and. pertinent training. skills. experience and references. (Max. 25 points) • Firms proposed approach to provide the services as described in the Scope of Services. (Max. 35 points) • Respondent's willingness to meet City timelines and budget requirements. (Max. 20 points) • Firms proposed fee schedule. (Max. 20 points) Phase II -Competitive Negotiations. Following ranking of the most qualified firms. the City may negotiate a contract with the most qualified firm for the applicable professional services if negotiation with highest ranked firm fails. the City shall move to the next highest ranked firm. NOTIFICATION In the event the City elects to hold Oral Interviews. interviews will be held sometime in December. 2014. The firm selected will be notified by Email . The City appreciates all responses and will notify all respondents of their status in our selection process. The City reserves the right to reject any and all Proposals. END OF SECTION Page 6 of 44 Thomas F. Pepe 9-10-14 69 PRICE PROPOSAL SHEET The price set forth below in this Price Proposal Sheet is "Lump Sum Total Price" representing the mathematical addition of each of the listed services in Exhibit I "Scope of Services" of this RFP for completion of the Parks and Recreation Parks Master Plan and all related deliverables. as listed in Exhibit I: LUMP SUM TOTAL PRICE ... ~ _____ . __ ~~_ I. Communications concerning this Proposal shall be addressed to: RESPONDENT: Address: Telephone: Facsimile: ..•........• --~.--------- Attention: 2. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents. unless specifically defined in this RFP Package. SUBMITTED THIS DAY OF PROPOSAL SUBMITTED BY: Company Name of Person Authorized to Submit Proposal Thomas F. Pepe 9-10-14 20 __ . ._--------- Fax Number Email Address END OF SECTION Page 7 of 44 70 INSTRUCTIONS for RESPONDENT IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE RFP FORM. I. Purpose of RFP. The City of South Miami is requesting proposals for the lowest and most responsive price for the Project. The City reserves the right to award the contract to the Respondent whose proposal is found to be in the best interests of the City. 2. Qualification of Proposing Firm. Response submittals to this RFP will be considered from firms normally engaged in providing the services requested. The proposing firm must demonstrate adequate experience. organization. offices. equipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right. before recommending any award. to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications. terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject all response submittals to this RFP where evidence submitted. or investigation and evaluation. indicates inability of a firm to perform. 3. Deviations from Specifications. The awarded firm shall clearly indicate. as applicable, all areas in which the services proposed do not fully comply with the requirements of this RFP. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami. 4. Designated Contact. The awarded firm shall appoint a person to act as a primary contact with the City of South Miami. This person or back-Up shall be readily available during normal work hours by phone. email. or in person. and shall be knowledgeable of the terms of the contract. S. Precedence of Conditions. The proposing firm. by virtue of submitting a response. agrees that City's General Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted with the response. either appearing separately as an attachment or included Within the Proposal. The Contract Documents have been listed below in order of precedence. with the one haVing the most precedence being at the top of the list and the remaining documents in descending order of precedence. This order of precedence shall apply, unless otherwise specified in the Contract or General Conditions to the Contract or unless the Contractor is advised in writing by the City Manager. at any time. of a difference order of precedence and in such event the City Manager's order of precedence shall apply: a) Addenda to RFP b) Attachments/Exhibits to RFP c) RFP d) Attachments/Exhibits to Special or supplementary conditions to Contract e) Special or supplementary conditions to Contract f) Attachment/Exhibits to Contract g) Contract h) General Conditions to Contract i) Proposal 6. Response Withdrawal. After Proposals are opened. corrections or modifications to Proposals are not permitted. but the City may allow the proposing firm to withdraw an erroneous Proposal prior to the confirmation of the proposal award by City Commission, if all of the following is established: a) The proposing firm acted in good faith in submitting the response; b) The error was not the result of gross negligence or willful inattention on the part of the firm; c) The error was discovered and communicated to the City within twenty-four (24) hours (not including Saturday, Sunday or a legal holiday) of opening the proposals received. along with a request for permission to withdraw the firm's Proposal; and d) The firm submits an explanation in writing, signed under penalty of perjury, stating how the error was made and delivers adequate documentation to the City to support the explanation and to show that the error was not the result of gross negligence or willful inattention nor made in bad faith. 7. The terms, provisions. conditions and definitions contained in the Solicitation Cover Letter shall apply to these instructions to Respondents and they are hereby adopted and made a part hereof by reference. Page 8 of 44 Thomas F. Pepe 9-10-14 71 8. Any questions concerning the Solicitation or any required need for clarification must be made in writing, by November 17,2014 at 10 AM to the attention of Steven P. Kulick at skulick@southmiamifl.gov or via facsimile at (30S) 663-6346. 9. The issuance of a written addendum is the only official method whereby interpretation and/or clarification of information can be given. Interpretations or clarifications, considered necessary by the City in response to such questions, shall be issued by a written addendum to the RFP Package (also known as "RFP Specifications" or "RFP") by U.S. mail or other delivery method convenient to the City and the City will notify all prospective firms via the City's website. 10. Verbal interpretations or clarifications shall be without legal effect. No plea by a Respondent of ignorance or the need for additional information shall exempt a Respondent from submitting the Proposal on the required date and time as set forth in the public notice. I I. Cone of Silence: You are hereby adVised that this Request for Proposals is subject to the "Cone of Silence," in accordance with Miami-Dade County Ordinance Nos. 98106 and 99-1. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on verbal communication with the City's professional staff. All written communication must comply with the requirements of the Cone of Silence. The Cone of Silence does not apply to verbal communications at pre- proposal conferences, verbal presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly notice public meeting, contract negotiations with the staff following the City Manager's written recommendation for the award of the contract, or communications in writing at any time with any City employee, official or member of the City Commission unless specifically prohibited. A copy of all written communications must be contemporaneously filed with the City Manager and City Clerk 12. Violation of these prOVisions by any particular Respondent or proposer shall render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidable, and, in such event, said Respondent or proposer shall not be considered for any Solicitation for a proposal, for qualifications, for a letter of interest or bid concerning any contract for the provision of goods or services for a period of one year. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 13. Lobbying. All firms and their agents who intend to submit. or who submitted, bids or responses for this RFP, are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioner or any employee of the City of South Miami are to be lobbied either indiVidually or collectively concerning this RFP. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 14. Reservation of Right. The City anticipates awarding one contract for services as a result of this RFP and the successful firm will be requested to enter into negotiations to produce a contract for the Project. The City, however, reserves the right, in its sole discretion, to do any of the following: a) to reject any and all submitted Responses and to further define or limit the scope of the award. b) to waive minor irregularities in the responses or in the procedure required by the RFP documents. c) to request additional information from firms as deemed necessary. d) to make an award without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposal be completed in all respects. e) to negotiate modifications to the Proposal that it deems acceptable. f) to terminate negotiations in the event the City deems progress towards a contract to be insufficient and to proceed to negotiate with the Respondent who made the next best Proposal. The City reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to the City. g) To modify the Contract Documents. The terms of the Contract Documents are general and not necessarily specific to the Solicitation. It is therefore antiCipated that the City may modify these documents to fit the specific project or work in question and the Respondent. by making a Proposal, agrees to such modifications and to be bound by such modified documents. h) to cancel, in whole or part, any invitation for Proposals when it is in the best interest of the City. i) to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City j) to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price. Page 9 of 44 Thomas F. Pepe 9-10·14 72 • if the scope of the work is divided into distinct subdivisions. to award each subdivision to a separate Respondent. 15. Contingent Fees Prohibited. The proposing firm must warrant that it has not employed or retained a company or person. other than a bona fide employee, contractor or subcontractor. working in its employ. to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person. company. corporation, individual or firm other than a bona fide employee. contractor or sub-consultant. working in its employ, any fee. commission, percentage. gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 16. Public Entity Crimes. A person or affiliate of the Respondent who has been placed on the convicted vendor list pursuant to Chapter 287 following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services, or a contract for construction or repair of a public building. may not submit proposals on leases of real property to or with the City of South Miami, may not be awarded a contract to perform work as a CONTRACTOR, Sub-contractor, supplier, Sub- consultant. or consultant under a contract with the City of South Miami, and may not transact business with the City of South Miami for a period of 36 months from the date of being placed on the convicted vendor list. 17. Respondents shall use the Proposal Form(s) furnished by the City. All erasures and corrections must have the initials of the Respondent's authorized representative in blue ink at the location of each and every erasure and correction. Proposals shall be signed using blue ink: all quotations shall be typewritten or printed with blue ink. All spaces shall be filled in with the requested information or the phrase "not applicable" or "NA". The proposal shall be delivered on or before the date and time. and at the place and in such manner as set forth in the Solicitation Cover Letter. Failure to do so may cause the Proposal to be rejected. Failure to include any of the Proposal Forms may invalidate the Proposal. Respondent shall deliver to the City, as part of its Proposal. the follOWing documents: a) The Invitation for Proposal and Instructions to Respondents. b) A copy of all issued addenda. c) The completed Proposal Form fully executed. d) Proposal/Bid Bond, (Bond or cashier's check), if required, attached to the Proposal Form. e} Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent f) Certificate of Insurance and/or Letter of Insurability. 18. Goods: If goods are to be provided pursuant to this RFP the following applies: a) Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is mentioned in this Solicitation, whether or not followed by the words "approved equal", it is for the purpose of establishing a grade or quality of material only. Respondent may offer goods that are equal to the goods described in this Solicitation with appropriate identification. samples and/or specifications for such item(s}. The City shall be the sole judge concerning the merits of items proposed as equals. b) Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a discrepancy. the City reserves the right to make the final determination at the lowest net cost to the City. c) Mistake: In the event that unit prices are part of the Proposal and if there is a discrepancy between . the unit price(s} and the extended price(s), the unit price(s) shall prevail and the extended price(s) shall be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to do so shall be at the Respondent's risk, and errors shall not release the Respondent from his/her or its responsibility as noted herein. d) Samples: Samples of items, when required. must be furnished by the Respondent free of charge to the City. Each individual sample must be labeled with the Respondent's name and manufacturer's brand name and delivered by it within ten (10) calendar days of the Proposal opening unless schedule indicates a different time. If samples are requested subsequent to the Proposal opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return of samples. e) Respondent warrants by signature on the Proposal Form that prices quoted here are in conformity with the latest Federal Price Guidelines. f) Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship. or performance of the items offered on this Proposal prior to their delivery, it shall be the responsibility of the successful Respondent to notify the City at once, indicating in its letter the specific regulation which required an alteration. Page 10 of 44 Thomas F. Pepe 9-10-14 73 The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no further expense to the City with thirty (30) days advanced notice. g) Respondent warrants that the prices, terms and conditions quoted in the Proposal shall be firm for a period of one hundred eighty (180) calendar days from the date of the Proposal opening unless otherwise stated in the Proposal Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Invitations for Proposals shall be cause for rejection, as determined by the City. h) Safety Standards: The Respondent warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Proposals must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when applicable. 19. Liability, Licenses & Permits: The successful Respondent shall assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, and inspections required by this RFP and as required by law. The Respondent shall be liable for any damages or loss to the City occasioned by the negligence of the Respondent (or its agent or employees) or any person acting for or through the Respondent. Respondents shall furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession and applicable to the work to be performed as required by Florida Statutes, the Florida Building Code, Miami-Dade County Code or City of South Miami Code. These documents shall be furnished to the City as part of the Proposal. Failure to have obtained the required licenses and certifications or to furnish these documents shall be grounds for rejecting the Proposal and forfeiture of the Proposal/Bid Bond, if reqUired for this Project. 20. Respondent shall comply with the City's insurance requirements as set forth in the attached Exhibit 2 or, if applicable, the General Conditions to the Contract prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the contract, or an award of the contract is made before compliance with this provision, the failure to fully and satisfactorily comply With the City's bonding. if required for this project, and insurance requirements as set forth herein shall authorize the City to implement a rescission of the Proposal Award or rescission of the recommendation for award of contract without further City action. The Respondent, by submitting a Proposal, thereby agrees to hold the City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission. 21. Copyrights and/or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been, nor will there be, any infringement of copyrights or patent rights. The Respondent agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement. 22. Execution of Contract: The Respondent to this RFP acknowledges that by submitting a response or a proposal, Respondent agrees to the terms of the form contract and to the terms of the general conditions to the contract, both of which are part of this RFP package and agrees that Respondent's signature on the response to this RFP grants to the City the authority, on the Respondent's behalf, to inserted, into any blank spaces in the contract documents, information obtained from the proposal and the Respondent's signature shall also be treated, for all purposes, including the enforcement of all of the terms and conditions of the contract, as the Respondent's Signature on the contract, after the appropriate information has been inserted. 23. Evaluation of Proposals: The City, at its sole discretion, reserves the right to inspect the facilities of any or all Respondents to determine its capability to meet the requirements of the Contract. In addition, the price, responsibility and responsiveness of the Respondent, the financial pOSition, experience, staffing, equipment, materials, references, and past history of service to the City and/or with other units of state, and/or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract. 24. Drug Free Workplace: Failure to prOVide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Proposal as determined by the City. 25. Public Entity Crimes: A person or affiliate who was placed on the Convicted Vendors List following a conviction for a public entity crime may not submit a response on a contract to provide any services to a public entity, may not submit RFP on leases of real property to a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for a period of 36 months from the date of being placed on the Convicted Vendors List. 26. Contingent Fees Prohibited: The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, Page II of 44 Thomas F. Pepe 9-10-14 74 corporation, individual or firm other than a bona fide employee, contractor or sub-consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 27. Hold Harmless: All Respondents shall hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a contract, as applicable, unless the claim is based solely on allegations of fraud and/or collusion. The submission of a proposal shall act as an agreement by the Respondent that the Proposal/Bid Bond, if required for this project, shall not be released until and unless the Respondent waives any and all claims that the Respondent may have against the City that arise out of this RFP process or until a judgment is entered in the Respondent's favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party shall recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Proposal/Bid Bond. if required for this project, shall be applied to the payment of those costs and any balance shall be paid by the Respondent. 28. Cancellation: Failure on the part of the Respondent to comply with the conditions, specifications, requirements, and terms as determined by the City, shall be just cause for cancellation of the Award or termination of the contract. 29. Bonding Requirements: The Respondent, in submitting this Proposal. shall include a Proposal/Bid Bond, if required for this project, in the amount of 5% of the total amount of the base Proposal on the Proposal/Bid Bond Form included herein. A company or personal check shall not be deemed a valid Proposal Security. 30. Performance and Payment Bond: The City of South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond, each. in the amount of 100% of the total Proposal Price, including Alternates if any, naming the City of South Miami as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and/or furnishing materials in connection herewith. The bonds shall be with a surety company authorized to do business in the State of Florida. 30.1. Each Performance Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to CITY the completion and performance of the Work covered in the Contract Documents. 30.2. Each Performance Bond shall continue in effect for five year after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the Contract Sum. 30.3. Each Payment bond shall guarantee the full payment of all suppliers, material man, laborers, or Subcontractor employed pursuant to this Project. 30.4. Each Bond shall be with a Surety company whose qualifications meet the requirements of insurance companies as set forth in the insurance requirements of this solicitation. 30.5. Pursuant to the requirements of Section 255.05, Florida Statutes, Respondent shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide CITY with evidence of such recording. 30.6. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revisions. 31. Proposal Guarantee: The successful Respondent, Within ten (10) calendar days of Notice of Award by the City. shall execute the Contract and other Contract Documents that provide for the Respondent's signature, and deliver to the City the required insurance documentation as well as a Performance and Payment Bond if these bonds are reqUired. The Respondent who has the Contract awarded to it and who fails to execute the Contract and furnish the required Bonds and Insurance Documents within the specified time shall, at the City's option, forfeit the Proposal/Bid Bond/Security that accompanied the Proposal, and the Proposal/Bid Bond/Security shall be retained as liqUidated damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this sum is a fair estimate of the amount of damages the City will sustain in case the Respondent fails to sign the Contract Documents or fails to furnish the required Bonds and Insurance documentation. If the City does not accept the Proposal/Bid Bond, the City may proceed to sue for breach of contract if the Respondent fails to perform in accordance with the Contract Documents. Proposal/Bid Bond/Security deposited in the form of a cashier's check drawn on a local bank in good standing shall be subject to the same requirements as a Proposal/Bid Bond. 32. Pre-proposal Conference Site Visits: If a Mandatory Pre-proposal conference is scheduled for this project, all Respondents shall attend the conference and tour all areas referenced in the Proposal Documents. It shall be grounds for rejecting a Proposal from a Respondent who did not attend the mandatory pre- proposal conference. No pleas of ignorance by the Respondent of conditions that exist, or that may Page 12 of 44 Thomas F. Pepe 9-10-14 75 hereinafter exist, as a result of failure to make the necessary examinations or investigations, or failure to complete any part of the RFP Package, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the Respondent. 33. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the Contract Documents, including the Proposal Form. 34. Submittal Requirements: All Proposals shall comply with the requirements set forth herein. 35. Cancellation of Bid Solicitation: The City reserves the right to cancel, in whole or part, any request for proposal when it is in the best interest of the City. 36. Respondent shall not discriminate with regard to its hiring of employees or subcontractors or in its purchase of materials or in any way in the performance of its contract, if one is awarded, based on race, color, religion, national origin, sex, age, sexual orientation, disability. or familial status. 37. All respondents, at the time of bid opening, must have fulfilled all prior obligations and commitments to the City in order to have their bid considered, including all financial obligations. Prior to the acceptance of any bid proposal or quotation, the City's Finance Department shall certify that there are no outstanding fines, monies, fees, taxes, liens or other charges owed to the City by the Respondent. any of the Respondent's principal, partners. members or stockholders (collectively referred to as "Respondent Debtors"). A bid, proposal or quotation will not be accepted until all outstanding debts of all Respondent Debtors owed to the city are paid in full. No bidder who is in default of any prior contract with the City may have their bid considered until the default is cured to the satisfaction of the City Manager. 38. It is your obligation to inform the City of any conflict in any of the RFP documents, or provisions in the documents. If there is a conflict the City Manager shall have the option to choose which ~rovision shall apply. END OF SECTION Page 13 of44 Thomas F. Pepe 9-10-14 76 • • laml ADDENDUM No. #1 Project Name: Parks & Recreation Master Plan RFPNO. PR-2014-12 Date: November 10,2014 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposal (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility ofthe bidder to secure Addendums that may be issued for a specific solicitation. PLEASE NOTE: The Mandatory Pre-bid Meeting has been rescheduled for Friday, November 14,2012 at 10 AM. The Pre-bid meeting will be conducted at City Hall in the Commission Chambers at 6130 Sunset Drive, South Miami, F133143. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 1 ofl 77 · . laml ADDENDUM No. #2 Project Name: Parks & Recreation Master Plan RFPNO. PR-2014-12 Date: November 12,2014 Sent: FaxlE-mail/webpage This addendum submission is issued to clarify, supplement and/or modifY the previously issued Request for Proposal (RFP) Documents, and is hereby made part of the Documents. All requirement'l of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Please note the following changes to RFP #PR-2014-12: 1 . The Request for Proposal (RFP) is changed to a Request for Qualifications fRFQ). All references to "Request for Proposal" (RFP) in the bid documents are hereby changed to Request for Qualifications (RFQ). The solicitation shall be referenced as RFQ #PR-2014-12. 2. "Evaluation Criteria" on Page 6 of 44 is hereby replaced with the Evaluation Criteria dated November 12, 2012 and attached to Addendum No.2. All references to the evaluation factors "Firms proposed fee schedule" are deleted. 3. "Price Proposal Sheet" on Page 7 of 44 is deleted from the bid document in its entirety. 4. "Proposal Submittal Checklist Form" on Page 14 of 44 is hereby replaced with the "Proposal Submittal Checklist Form" dated November 12, 2014 and attached to Addendum No.2. All references to "Price Proposal Sheet" are deleted. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAYBE ISSUED FOR A SPECIFIC SOLICITATION. Page 1 ofl 78 ADDENDUM No.2, NOVEMBER 12, 2014 EVALUATION CRITERIA Scoring and Ranking Phase I -Competitive Selection-Ranking: maximum 100 points. The evaluation factors used for determining qualifications for ranking include: • The ability of professional personnel, including the employees or principals of the firm; subcontractors (if any) and, pertinent training. skills. experience and references. Among the factors to be considered in making this finding are the capabilities, adequacy of personnel, past record. and experience of the firm or individual and whether the firm is a certified minority business enterprise as defined by the Florida Small and Minority Business Assistance Act. (Max. 40 points) • Firms proposed approach to provide the services as described in the Scope of Services. (Max. 35 points) • Respondent's willingness to meet City timelines and budget requirements. (Max. 25 points) Phase II -Competitive Negotiations. Following ranking of the most qualified firms, the City may negotiate a contract with the most qualified firm for the applicable professional services if negotiation with highest ranked firm fails. the City shall move to the next highest ranked firm. NOTIFICATION In the event the City elects to hold Oral Interviews. interviews will be held sometime in December. 2014. The firm selected will be notified by Email . The City appreciates all responses and will notify all respondents of their status in our selection process. The City reserves the right to reject any and all Proposals. Addendum No.2; November 12. 2014 79 Addendum No.2, dated November 12, 2014 Proposal Submittal Checklist Form This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified in an addendum to this RFQ. The response shall include the following items: ChecJ< Attachments and Other Documents to be Completed: C I d ompete. x Respondents Qualification Statement & Submission Requirements x Non-Collusion Affidavit x Public Entity Crimes and Conflicts of Interest ---- x Drug Free Workplace x Acknowledgement of Conformance with OSHA Standards ---- x Related Party Transaction Verification Form x Indemnification and Insurance Documents x Signed Contract Documents, Agreement & General Conditions ---- Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. Addendum No.2; November 12, 2014 80 ADDENDUM No. #3 Project Name: Parks & Recreation Master Plan RFQNO. PR-2014-12 Date: November 17,2014 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposal (RFQ) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Question #1: Please explain in more detail the timeline that includes a "Community Outreach" requirement. Answer to Question #1: At a minimum, the City will require two (2) Community Outreach meetings that will be heavily publicized by the City directly in the affected community. Question #2: How firm is the project time line? Answer to Question #2: The City acknowledges there will be some flexibility to the project timeline, specifically the final deliverable of a Parks Master Plan by July 1, 2015. The deadline may be extended by 30 to 45 days however, the consultant must have this project completed no later than September 30, 2015. Question #3: Will there be "short-list" presentations? Answer to Question #3: Decisions on "Short-list" presentations will made solely by an Evaluation Selection Committee. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FORA SPECIFIC SOLICITATION. Page 1 of1 81 ACOfU!Nlm~) ~ <I?~ (i ... t,';;~'l!.J:l"A{O"~*","~~*,11o'~H!~~u.<~_h>&f"~ eti~tMI~1411>* "'"'''' Certifica.tes of Insura.nce CERTIFICATE OF UASILITY INSURANCE:~~=.L-"E~'L-i """,!.'tOO~A_~,~, MA:~~ fi141K.AMI'N'tiWw n.~t¢.l~ ......................................................... ······················· .... ~ .. ·=~·· .. ~ ...... ·· .... · .... ~·····T······o····w······o·······o··· .. f······D······a .. ··v .. j·e· .. ··E·~o .. g .. -jn-e .. e··r .. j··o····g·······&····L .. a····n· .. ·d·:s·c····a····p····eArc··t··l···j··[ .. ec .. ·[···u· .. r-a~I .. S .. e~I~·v-jc-e-s .. -B-_~1-4_-9-4~===--2b---~ NON COLLUSION AFFlOAVIT STATE OF FLORIDA ) ) COUNTY OF MIAMI-DADE } Les 1 i e H._e_r_n_a_n_d_e_z ____ . ___ . ___ . being first duly sworn. deposes and states that: <I) He/Shero'lll:~are the __ C_h_i_e_f __ F_i_n_a_n_c_i_a_l_O_f_f_i_c_e_r __________ ._ (Owner. Partner. Officer. Representative or ___ M_i_l_l_e_r_L_e-'g=.g=--_____ ....... _._. __ ........ _. the Respondent that has submItted the attached Proposal; (2) He/ShelThey isfare fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers. partners. owners. agents. representatives, employees or parties in interest, including this affiant, have in any way colluded. conspired, connived or agreed, directly or indirectly, with any other Respondent. firm. or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner. direcdy or Indirectly. sought by agreement or collusion. or <;ommunication. or conference with any Respondent, firm, or person to fix any overhead. profit, or cost elements of the Proposal or of any other Respondent. or to fix any overhead. profit, or cost elements of the Proposat Price or the Proposal Price of any other Respondent, or to secure through any collusion. conspiracy. connivance. or unlawful agreement any advantage against (ReCipient), or any person interested in the proposed ~~ . (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy. connivan<;e. or unlawful agreement on the part of the Respondent or any other of its agents. representatives, owners. employees or parties of interest. including this affiant. Leslie Hernandez, CFO Print Name and Tide 11-20-14 Date Page 15 of 44 Thomil$ f. Pepe 9·10·14 83 ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE On this the 20 day of November . 20~, before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individuates) who appeared before notary) Leslie Hernandez and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE: MARINA C • ..w.INWACKER NOTAAYPUBllC STATE OF FI.OR10A Canm#fF101611 ExpIres 3{1312018 ThomasF.Pepe 9·10-14 _-::t-:-A_"_f.LA--=---:-If\o._,-=-,._f,-:-::::-~, I.PL'-U..l~~~~ Notary Public, State of Florida Marina Hannwacker (Name of Notary Public: Print, Stamp or type as commissioned.) x Personally known to me, or Personal identification: Type of Identification Produced Did take an oath. or Did Not take an oath, Page 16 of 44 84 PUBLIC ENTITY CRIMES AND CONFLICTS" F1PAVIT 'ftER,EST AF Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida Sta, . ..~ who has been placed on the convicted vendor list following a conviction for a ~tuteS -""A. iJt!I'~ -or bm"t a ............ maynotsU Proposal or bid on a Contract to provide any goods or services to a public enlflty .... '''"-. a Bid or proposal for a CC!.ntract with a public entity for the construction of repair of a public ~y ~·":~'~orlc.,.1l'a1 not submit bids ?r proposals on leases or real property to a public entIty. may noc be a~og w...---.~ as a RESPONDENT, Sub-contractor. supplier, Sub-consultant. or Consultant under a ci;-~ ... W. ~ public entity. and 'lttay not transact business with any public entity in excess of the threshold a!'N)uni~ ~wo of Section 287.017. Florida Statutes, for thirty six (36) months from the d~te of being placed on t" .. ...,~?Oryd vendor ~ ~ The award of any contract hereunder is subject to the provisions of Chapter 112. Florida Stall!! Stat"-es. Respondents must disclose with their P'roposa/s. the name of any officer. director. partner. associate or agent WI.; is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIG/'e)AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO'AlllHlNISTER OATHS. I. This sworn statement is~d to City of South Miami {print name of the public entity] by ._ .•. ~~@J,~.~_ .. !:iernandeZ:~~Chid:17inancial Officer (print individual's name and titlel '-' for . ...:.;...Miller Legg. __ ._-:-___ _ [print narne of entity submitting swornsfi~~;~~---· whose business address is 7743 NW 48th Street, Suite 140 Doral, FL 33166 and (if applicable) its Federal Employer Identification Number (FEIN) is 65-0563467 (Ifthe entity has no FEIN. include the Social Security Number of the individual signing this sworn statement: 2. I understand that a "public entity crime" as defined In Paragraph 287.133 (I )(g), Florida Statutes. means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid. proposal or contract for goods or services to be prOVided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust. fraud. theft, bribery. collusion. racketeering. conspiracy. or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (I) (b), Florida ~. means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non-jury trial. or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133 (I) (a), Florida Statutes. means: (a) A predecessor or successor of a person convicted of a public entity crime; or Page 17 of 44 Thomas F. Pepe 9.10·14 85 (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers. directors. executives, partners, shareholders, employees. members. and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person. or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shalf be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133 (I) (e). florida Statutes. means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers. directors. executives. partners. shareholders. employees, members, and agents who are active in management of an entity. 6. Based on information and belief. the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.1 ~ Neither the entity submitting this sworn statement, nor any of its officers, directors. executives. partners. shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I. 1989. ___ The entity submitting this sworn statement, or one or more of its officers, directors. executives. partners. shareholders. employees. members. or agents who are active in the management of the entity. or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1.1989. ___ The entity submitting this sworn statement. or one or more of its officers. directors. executives. partners. shareholders. employees, members. or agents who are active in the management of the entity. or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I. 1989. However'. there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this swom statement on the convicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.0j 7, FLORIDA STATUTES, FOR CATEGORY TVVO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. .d1J:¥- Sworn to and subscribed before me this ,~._~.~~ __ day of __ ~~~~.:..=. _____ _ Personally known _,._ .. ~ ________ _ OR Produced Identification ________ _ (Type of identification) Form PUR 7068 (Rev.06f11/92) Notary Public -State of ....... F ... l .... o ...... _r._i._d .. a ......... . My commission expires ~ (Printed, typed or stamped commissioned name of notary public) Page 18 of44 MARINA C. HANNWACKER NOTARYPUBI.IC Thomas F. Pepe 9·10.14 STATE Of FLORIDA • comm# FF1016i1 ExpIfEI'Q 3/1312018 86 DRUG FREE WORKPLACE AFFIDAVIT Whenever two or more Bids or Proposals which are equal with respect to price, quaUty and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services. a Bid or Proposal received from a business that certmes that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie Bids or Proposals shall be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall; I) Publish a statement notifying employees that the unlawful manufacture. distribution, dispensing. possession. or use of a controlled substance is prohibited in the workplace and specifying the actions that shall be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace. the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation. and employee assistance programs. and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in prOViding the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (I). 4) In the statement specified in Subsection (I). notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of. or plea of gUilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) business days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace througl1lmplementation of this section. As the person authorized to sign the statement. I certify that this firm compfies fully with the above requirements. RESPONDENr, S;'",~'" ~t1Li£1iJ~_ Print Name: . __ .Les ~ ~§_ Hernandez I ._g!..()_~_ ... __ ._ ... _ ..... . Date: 11-2 0 -1.:?: __ ~ __ ..... _ .... _ .... __ ... Page 19 of 44 Thomas F. Pep'" 9-10.14 87 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS AFFIDAVIT TO THE CITY OF SOUTH MIAMI We, Miller Legg . (Name of CONTRACTOR). hereby acknowledge and agree that as CONTRACTOR for the Parks & Recreation Master Plan project as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and N/A (Consultant) against any and all liability, claims, damages. losses and expenses they may incur due to the failure of (Sub-contractor's names): M.e. Harry Associates, JBC Planning & Design to comply with such act or regulation. CONTRACTO~ t!V. (/([2 r~ d 1 . ~ / ' J4 -{-~ cL;L{.IJY B~ Leslie Hernandez, CFO Name Chief Financial Officer Title ThomasF.Pepe '1-10-14 Page 20 of 44 88 RELATED PARTY TRANSACTION VERIFICATION FORM AFFIDAVIT Leslie Hernandez . individually and on behalf of Miller Legg ("Flrm")have Name of Representative CompanylVendorlEntity read the City of South Miami ("City"ys Code of Ethics. Section 8A-1 of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge. information and belief. (I) neither I nor the Firm have any conflict of interest (as defined in section BA-I) with regard to the contract or business that I, and/or the Firm. am(are) about to perform for. or to transact With. the City, and (2) neither I nor any employees. officers. directors of the Firm. nor anyone who has a financial interest greater than 5% in the Firm, has any reladve(s). as defined in section SA· I , who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission. i.e., a board or committee of the City. [while the ethics code still applies. if the person executing this form is dOing so on behalf of a firm whose stock is publicly traded. the statement in this section (2) shall be based solely on the Signatory's personal knowledge and he/she is not required to make an Independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm. nor any member of those persons' immediate family (I.e .. spouse. parents, children. brothers and sisters) has transacted or entered into any contract(s) with the City or has a financiallmerest. direct or indirect, in any business being transacted with the city. or with any person or agency acting for the city. other than as follows: N/A --:-_--:--:-________ --,-_._~~_"'''~.''_. _______ .WMW _(use (if necessary. use a separate sheet to supply additional information that will not fit on this line; however. you must make reference, on the above line. to the additional sheet and the additional sheet must be signed under oath). [while the ethiCS code still applies. if the person executing this form is doing so on behalf of a firm whose stock is publicly traded. the statement in this section (3) shall be based solely on the signatory's personal knowledge and helshe is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and (4) no elected and/or appointed official or employee of the City of South Miami. or any of their immediate family members (Le .• spouse. parents, children. brothers and sisters) has a financial interest, directly or indirectly. in the contract between you and/or your firm and the City other than the following individuals whose interest is set forth following their use a separate names: N 18 (if necessary, use a separate sheet to supply additional information that will not fit on this line; however. you must make reference, on the above line. to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: N/A ~---:---"' .. -.--.--.-..... -''''.'''''-.--:----------:----c:---:--.----- (if necessary. use a separate sheet to supply additional Information that will not fit on this line; however, you must make reference. on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies. if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (4) shall be based solely on the Signatory's personal knowledge and he/she is not required to make an independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.] (5) I and the Firm further agree not to use or attempt to use any knowledge. property or resource which may come to us through our position of trust. or through our performance of our duties under the terms of the contract with the City. to secure a special privilege. benefit, or exemption for ourselves. or others. We agree that we may not disclose or use information. not avallable to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity. outside of the normal gain or benefit anticipated through the performance of the contract. Page 21 of 44 ThOnlas F. Pep.. 9-10-14 89 (6) I and the Finn hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board. commission or agency of the City within the past two years other than as follows: N / A (if necessary. use a separate sheet to supply additional information that will not fit on this line; however, you must make reference. on the above line, to the additional sheet and the additional sheet must be Signed under oath). X;\Purchasing\Vendor Registration\l2.2B.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7) Neither I nor any employees, officers, or directors of the Firm. nor any of their immediate family (Le., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City CommiSSion; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows: N! A (if necessary. use a separate sheet to supply additional information that will not fit on this line; however. you must make reference, on the above line. to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies. if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) shall be based solely on the Signatory's personal knowledge and he/she is not reqUired to make an independent investigation as to the relationship by blood or marriage of employees. officers, or directors of the Firm. or of any of their Immediate family to any appointed or elected officials of the City. or to their immediate family members]. (8) No Other Firm, nor any officers or directors of that Other Finn or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children. brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial Interest greater than 5% in the Firm, or any member of those persons' immediate family (i.e. spouse. parents. children. brothers and Sisters) have also responded, other than the following: N/A (if ~cessary. use a separate sheet to supply additional information that will not fit on this line: however. you must make reference. on the above line. to the additional sheet and the additional sheet must be Signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publidy traded. the statement in this section (8) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent Investigation into the Other Firm, or the Firm he/she represents. as to their officers. directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family.] (9) I and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document.. Spedfically, after the opening of any responses to a solicitation. I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (10) A violation of the City's Ethics Code. the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City. and the imposition of the maximum fine andlor any penalties allowed by law. Additionally, viofations may be considered by and subject to action by the Miami-Dade County Commission on EthiCS. Under penalty of perjury. I declare that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my knowledge. information and belief. Signature: f)tili ( dJLjJJ£filj·{ Print Name & Title: Leslie Hernandez I CFO Dace: 11-2 0 -14 ATTACHED: Sec. 8A-1 -ConRict of interest and code of ethics ordinance. Page 22 of 44 Thomas F. Pepe 9.10.14 90 Municode Page IOf4 Sec. 8A-I. -Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel. advisory personnel and departmental person nel. The provisions of this section shall be applied in a cumulative manner. By way of example. and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction. (b) Definitions. For the purposes of this section the following definitions shall be effective: (I) The term "commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities. boards and agencies. such as the city community redevelopment agency and the health facilities authority. (3) The term ~quasl-judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board. the code enforcement board and such other individuals. boards and agencies of the city as perform quasi-judicial functions. (4) The term "adViSOry personnel" shall refer to the members of those City adViSOry boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney. and all assistants to the city clerk. city manager and city attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor. thing of value or financial benefit conferred, or to be conferred. in return for services rendered or to be rendered. (8) The term "controlling financial interest" shall refer to ownership, directly or indirectly. of ten percent or more of the outstanding capital stocle: in any corporation or a direct Or indirect interest of ten percent or more 1n a firm. partnership. or other business entity at the time of transacting business with the city. (9) The term "immediate family" shall refer to the spouse, parents, children. brothers and sisters of the person involved. ( I 0) The term "traMact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a RFP, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the provision on any goods or services, whichever first occurs. (c) Prohibition on uCJnsacting busincfS with the city. No person included in the terms defined in paragraphs (bHI) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the city or any person or agency acting (or the city. and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shaH affect forfeiture of office or posicion. Nothing in this subsection shall prohibit or make illegal: (I) The payment of taxes, special assessments or fees for services provided by the city government; (2) The purchase of bonds, anticipation notes or other securities that may be issued by the city through underwriters or directly from time to time. Waiver of proliibition. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of the city commission after public hearing upon finding that: (I) An open-to-all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2). (3) and (4); (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, professional engineering. or registered land surveying. as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotlatton Act. and when the proposal has been submitted by a city person defined in paragraphs (b)(2), (3) and (4); (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of Its reqUirements: and (4) That the proposed transaction will be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of this subsection. Page 23 of 44 Thoma! F. Pepe 9·10·14 91 Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. (d) Further prohibition on transacting business with the city. No person induded in the terms defined in paragraphs (b)(l) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business through a firm. corporation, partnership or bUSiness entity In which that person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city or any person or agency acting for the city. and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by recitation. Additionally, no person included in the term defined in paragraph (b)( I) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirectly affe<:ted by any ar;tion of the city commission: (I) Officer. director, partner, of counsel, consultant, employee. fiduciary or beneficiary; or (2) Stockholder. bondholder. debtor, or creditor. jf in any instance the transaction or matter would affect the person defined in paragraph (b)(I) in a manner distinct from the manner in which it would affect the public generally. Any person included in the term defined in paragraph (b)( I) who has any of the specified relationships or who would or might, directly or indirectly. realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. . (f) GIfts. (I)Definition. The term "gift" shall refer to the transfer of anything of economic value. whether in the form of money, service. loan. travel. entertainment, hospitality. item or promise. or in any other form, without adequate and lawful consideration. (2)Exceptions. The provisions of paragraph (e)( I) shall noe apply to: a. Political contributions specifically authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph(3); c. Awards for professional or civiC achievement.; d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertising nature. (3) Prohibitions. A person described in paragraphs (b}(l) through (6) shall neither solicit nor demand any gift. It is also unlawful for any person or entity to offer. give or agree to give to any person included in the terms defined in paragraphs (b)(I) through (6). odor any person included in the terms defined in paragraphs (b)(I) through (6) to accept or agree to accept from another person or entity. any gift for or because ot a. An official public action taken, or to be taken. or which could be taken. or an omission or failure to take a public action; b. A regal duty performed or to be performed, or which could be perfonned. or an omission or failure to perform a legal duty; c. A legal duty violated or to be violated. or which could be violated by any person included in the term defined in paragraph (b)( I): or d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disclosure. Any person included in the term defined in paragraphs (b)( I) through (6) shall db;;dose any gift, or series of gifts from anyone person or entity. having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter I 12, Florida Statutes, for "local officers" with the city clerk simultaneously With the filing of the form with the derk of the county and with the Florida Secretary of State. (I) Compulsory dlsdosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)( I) through (6) be employed by a corporation, firm. partnership or business entity in which that person or the immediate family does not have a controlling financiar interest. and should the corporation. firm. partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency, then the person shall file a sworn statement disclosing such employment and interest with the derk of the city. (g) Exploitation of offidal position prohibited. No person included in the terms defined in paragraphs (b )( I) through (6) shall corruptly use or attempt to use an offiCial pOSition to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential information. No person included in the terms defined in paragraphs (b}(l) through (6) shall accept employment or engage in any business or professional activity which one might Page 24 of 44 Thomas F. Pepe 9·10·1. 92 reasonably expect would require or induce one to disclose confidential information acquired by reason of an official position, nor shall that person in fact ever disclose confidential information garnered or gained through an official position with the city. nor shall that person ever use such information, directly or indirectly, for personal gain or benefit. (i) Conflicting employment prohibited. No person included in the terms defined in paragraphs (b)( I) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. (j) Prohibition on outside employment. (I) No person included in the terms defined in paragraphs (b)( 6) shall receive any compensation for services as an officer or employee of the city from any source other than the city, except as may be permitted as follows: a. Generally prohibited. No full-time city employee shall accept outside employment, either incidental. occasional or otherwise. where city time. equipment or material is to be used or where such employment or any part thereof Is to be performed on dty time. b. When permitted. A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary. detrimental or adverse to the interest of the City or any of its departments and the approval required in subparagraph c. is obtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approved In writing by the employee's department head who shall maintain a complete record of such employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section I-I I of the Code of Miami-Dade County and. in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the cOSts of investigation incurred by the city. (2) All full-time city employees engaged in any outside employment for any person. firm. corporation or entity other than the City, or any of its agencies or instrumentalities, shall file, under oath. an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be flied with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause •. (k) Prohibited investments. No person included in the terms defined in paragraphs (b){ I} through (6) or a member of the immediate family shall have personal investments in any enterprise which will create a substantial conflict between private interests and the public interest. (I) Certain oppearances and payment prohibited. (I) No person included in the terms defined in paragraphs (b)(I). (5) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person with respect to any matter, license. contract. certificate, ruling. deCision, opinion. rate schedule. franchise. or other benefit sought by the third person. Nor shall the person receive any compensation or gift, directly or indirectty. for services rendered to a third person, who has applied for or is seeking some benefit from the city or a dty agency. in connection with the particular benefit sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b){2), (3) and (4) shall appear before the city commission or agency on which the person serves. either directly or through an associate, and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate. ruling. decision, opinion, rate schedule. franchise. or other benefit sought by the third person. Nor shall such person receive any compensation or gift, directly or indirectly. for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. (m) Actions prohibited when financial interests involved. No person included in the terms defined in paragraphs (b) (I) through (6) shall participate in any offiCial action directly or indirectly affecting a business in which that person or any member of the immediate family has a financial interest. A financial interest is defined in this subsection to include. but not be limited to, any direct or indirect interest in any investment, eqUity, or debt. (n) Acquiring finanCial interests. Page 25 of 44 Thomas F. Pepe 9.10·14 93 No person induded in the terms defined in paragraphs (b)( I) through (6) shall acquire a financial interest in a project, business entity or property at a time when the person believes or has reason to believe that the financial interest may be directly affected by official actions or by offidal actions by the city or city agency of which the person is an official, officer or employee. (0) Recommending professional services. No person included in the terms defined In paragraphs (b)( I) through (4) may recommend the services of any fawyer or law firm, architect or architectural firm. public relations firm, or any other person or firm, professional or otherwise, to assist in any transaction involving the city or any of its agencies, provided that a recommendation may properly be made when required to be made by the duties of office and in advance at a public meeting attended by other city officials, officers or employees. (p) Continuing application after city service, (I) No person included in the terms defined in paragraphs (b)( I). (5) and (6) shall, for a period of two years after his or her City service or employment has ceased. lobby any city official [as defined in paragraphs (b)( I) through (6)] in connection with any judicial or other proceeding. application. RFP, RFQ. bid, request for ruling or other determination. contract, claim, controversy. charge. accusation. arrest or other particular subject matter in which the city or one of its agencies is a party or has any interest whatever, whether direct or indirect. Nothing contained in dlis subsection shall prohibit any individual from submitting a routine administrative request or application to a city department or agency during the two-year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by govemmental entities. 50 I (c)(3) non-profit entities or educational institutions or entities. and who lobby on behalf of those entities in their official capacities. (3) The provisions of this subsection shaH apply to all persons described in paragraph (p)( I) whose city service or employment ceased after the effective date of the ordinance from which this section derives. (4) No person described in paragraph (p)( I) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)( I) in which the city or one of its agencies is a party or has any direct and subsrantlallnterest; and in which he or she participated directly or indirectJy through decision, approval. disapproval. recommendation, the rendering of advice, investigation. or otherwIse. during his or her city service or employment. A person participated "directly" where he or she was substantially involved in the particular subject matter through decision, approval. disapproval, recommendation, the rendering of advice. investigation, or otherwise. during his or her city service or employment. A person partiCipated "indirectly" where he or she knowingly participated in any way in the particular subject matter through decision, approval. disapproval, recommendation. the rendering of advice. investigation, or otherwise, during his or her City service or employment. All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the requirements of this subsection do not preclude the person from lobbying city officials. (5) Any person who violates this subsection shall be subject to the penalties provided in section 8A-2(p). (q) City attorney to render opinions on request. Whenever any person included in the terms defined in paragraphs (b)( I) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person. may submit to the city attorney a full written statement of the facts and questions. The dty attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name, (Ord. No. 6-99-/680, § 2. 3-2-99) Editor's noLe-Ord. No. 6-99-1680. § I, adopted 3-2-99. repealed §§ SA-I and 8A-2 in their entirety and replaced them with new §§ 8A-I and BA-2. Former §§ 8A-1 and 8A-2 pertained to declaration of policy and definitions. respectively. and derived from Ord. No. 634, §§ I (! A-I), I (I A-2) adopted Jan. II, 1969. END OF SECTION Page 26 of 44 Thomas F. Pepe 9-10-14 94 AGREEMENT FOR PARKS and RECREATION MASTER PLAN THIS AGREEMENT, entered into this __ day of .20-, by the CITY OF SOUTH MIAMI through its City Manager, both of whom shall be hereinafter referred to as the "CITY" where applicable; and ____ "_~ __ with an office and principal place of business located at , (hereinafter called the "CONTRACTOR,"). WITNESSETH: WHEREAS, the CITY is in need of _____________ --'; and WHEREAS, the CITY desires to retain the CONTRACTOR to provide the required good and/or services based on the CONTRACTOR's representations that it is qualified and capable of providing said goods and/or services in a professional and timely manner and in accordance with the CITY's goals and requirements; and WHEREAS, the CONTRACTOR has agreed to provide the required goods and/or services in accordance with the terms and conditions set forth herein. NOW. THEREFORE, in conSideration of the mutual covenants and agreements herein contained, the parties agree as follows: I) Engagement of Contractor: Based On the representatlons of the CONTRACTOR as set out in the following "checked" documents: (check the box preceding the document to indicate that such document is part of this contract) o CONTRACTOR's response to the City's written solicitation; or o Contractor's proposal or quote. The CITY hereby retains the CONTRACTOR to provide the goods and/or services set forth in said proposal, quote or response to solicitation, whichever is applicable, as modified by the Contract Documents (hereinafter referred to as the Work"). 2) Contract Documents: The Contract Documents shall include this Contract and the following "checked documents": (check the box preceding the document to Indicate that such document is part of this contract) o General Conditions to Contract, o Supplementary Conditions. o "other documents" referring to this contract and signed by the partieS, o the solicitation documents ("hereinafter referred to as "Bid Documents" including any request for bid, proposal or similar request) o Scope of Services, o Contractor's response to the City's Bid Documents. o Contractor's proposal or quote, o City's Insurance Requirements, o City'S Indemnification Requirements. o Payment Bond, :J Performance Bond. as well as any attachments or exhibits that are made a part of any of the "checked documents". This Contract and, if a "checked document". the General Conditions to Contract, Supplementary Conditions, the Solicitation, Scope of Services and "other documents", shall take precedent over the proposal. The "checked documents" are attached hereto and made a part hereof by reference. Page 27 of 44 Thomas F. Pepe 9.10-14 95 3) Date of Commencement: The Contractor shall commence the periormance under this Contract on a date to be specified in a Notice to Proceed, or Purchase Order ("Work Commencement Date"), and shall complete the performance hereunder within days or the length of time set forth in the Contract Documents, whichever is the shorter period of time. Time is of the essence. 4) Primary Contacts: The person in charge of administering this Agreement on behalf of the CITY is the City Manager or such other person as the City Manager may designate in writing. The primary contact person for the CONTRACTOR shall be _ 5) Scope of Services: The goods and/or services to be provided are as Set forth in the "checked documents". 6) Compensation: The Contractor's compensation for the performance of this contract (hereinafter referred to as the Contract Price) shall be as set forth in Contractor's response to the City's written solicitation, if any. or. if none, then as set out in Contractor's proposal or quote, whichever is applicable. and as modified by the Contract Documents. 7) Hours of Work: In the event that this contract requires the performance of services, it is presumed that the expenses of performing Work after regular working hours. and on Sunday and legal holidays is included in the Contract Price. However. nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City. 8) Time Provisions: The term of this Agreement shall commence on the Work Commencement Date and shall continue for until it expires on _____ ---:---' unless earlier terminated according to any of the terms of this Agreement. Notwithstanding the foregoing, this Agreement may be extended by an additional ___ period if the extension is in writing and signed by the City Manager. An extension of the term of this Contract is at the CITY's sole and absolute discretion. 9} Termination: This contract may be terminated without cause by the City with 30 days of advanced written notice. This provision super'sedes and takes precedence over any contrary provisions for termination contained in the Contract Documents. 10) Applicable Law and Venue: Florida law shall apply to the interpretation and enforcement of this contract. Venue for all proceedings shall be in Miami-Dade County, Florida. II) Insurance, Indemnification &: Bonding: CONTRACTOR shall comply with the insurance, indemnification and bonding requirements set forth in the Contract Documents. 12) Liquidated Damages: In the event that the Contractor shall fail to complete the Work within the time limit set forth in the Contract Documents. or the extended time limit agreed upon, in accordance with the procedure as more particularly set forth in the Contract Documents, liquidated damages shall be paid at the rate of i..NLA dollars per day until the Work is completed. 13) Jury Trial Waiver: The parties waive their right to jury trial. 14) Entire Agreement, Modification, and Non-waiver: The Contract Documents constitute the entire agreement of the parties and supersedes any prior agreements, written or oral. The Contract Documents may not be modified or amended except in writing. signed by both parties hereto. The Contract Documents, in general, and this paragraph, in particular, shall not be modified or amended by any acts or omissions of the parties. No failure to exercise and no delay in exercising any right. power or privilege shall operate as a waiver. No waiver of the Contract Documents. in whole or part, including the provisions of this paragraph, may be implied by any act or omission. 15) Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.070 I) while providing goods and/or Services on behalf of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project. IN WITNESS WHEREOF. the parties. have executed this Contract with full knowledge of its content and significance and intending to be legally bound by the terms hereof. Page 28 of 44 Thomas F. Pepe 9·10-14 96 AlTESTED: By; _____ . ___ _ Maria M. Menendez. CMC City Clerk Read and Approved as to Form, Language. legality and Execution thereof: By: ________ _ Thomas F. Pepe, Esq. City Attorney Thomas F.Pepe 9-10·14 [Insert name of Contractor] By: f!P.d~:RHI!/L<Aq()CSR({l1 (Print name and title above) CITY OF SOUTH MIAMI Page 29 of 44 By: Steven Alexander City Manager 97 GENERAL CONDITIONS TO CONTRACT The following are the General Conditions to the Contract entered into this __ day of _____ -', 20-, by the CITY OF SOUTH MIAMI through its City Manager, both of who shall be hereinafter referred to as the "City" where applicable; and _________________ with an office and principal place of business located at ________ ----', (hereinafter called the "Contractor"): I. Commencement Prerequisites: Unless otherwise authorized by the City Manager in writing. no work shall be commenced, nor any goods delivered, under any city contract until all conditions precedent as specified in the contract documents are met, including, but not limited to: I. I. The contract was duly executed by the city; and 1.2. The contractor has furnished, where reqUired, insurance documents including poliCies, declaration pages, endorsements, insurance certificates, bid security, performance bonds, and payment bonds. 1.3. The contractor has notified the department in charge of overseeing the work of the date when the contractor shall commence the work. If the work involves construction. the contractor shall notify the director of public works of the anticipated date of mobilization. 2. Duties and Responsibilities: the federal, state, and City. which may be applicable to the goods and/or Services being prOVided. The Contractor shall comply with all applicable laws, ordinances, codes. rules. regulations, and health and safety standards of any governmental body having jurisdiction over any matter related to this Agreement or the goods and/or Services to be performed hereunder. and shall commit no trespass on any private property in performing any of the work embraced by this Agreement. Each and every provision and clause required by law to be inserted in this Agreement shall be deemed to be inserted herein and the Agreement shall be read and enforced as though such provisions and clauses were included herein. 3. Change Orders: No additional Work or extras shall be done unless the same is duly authorized in advance of the work by appropriate action by the City and in accordance with the Contract Documents. 4. Work Order Proposals: Written proposals from the CONTRACTOR may be requested for work based on the scope of work provided by the City to the CONTRACTOR from time to time during the term of the contract. The proposal shall include line item pricing, where there are multiple locations, and the timeframe for completing the work. The Project Manager will review the Proposal and in his sole discretion accept or reject, in writing. the Proposal. Upon written acceptance of the Work Order Proposal, the Project Manager will issue a written Work Order for said work. S. licenses and Certifications: Company shall secure all necessary business and professional licenses at its sole expense prior to executing the Agreement or commencing the Work 6. Inspections and Audits. 6.1. Inspections. The City may, at reasonable times, inspect the part of the plant. place of business. or worksite of a contractor or any subcontractor that is pertinent to the performance of any contract awarded or to be awarded by the City. The Contractor shall allow the City or its consultant to inspect and examine the facility where work is being performed for safety and contractual compliance. 6.2. Audit of cost or pricing data. The City may. at reasonable times and places, audit the books and records of any person who submitted data in substantiation of offered prices to the extent that such books and records relate to that data. Any person who receives a contract, change order. or contract modification for which such data is required, shall maintain such books and records that relate to such cost or pricing data for a period of three years from the date of final payment under the contract. In an effort to confirm such information. the City may communicate directly with Contractor's providers of goods and services. Additionally. the Company shall keep complete and accurate books and records of accounts and business operations in accordance with generally accepted accounting principles for a period of three (3) years follOWing termination of this Agreement. Page 30 of 44 Thomas F. Pepe 9-10-14 98 7. Notice of Claim: If the Contractor has a claim arising out of this Contract and/or the work contemplated by or performed pursuant to this Contract, including injury or damage to the Contractor's person or property, for any or anyone's acts or omissions for which the City may be legally liable, a Notice of Claim shall be made in writing and delivered to the City within twenty one (21) days of the date when the claimant knew or should have known of the claim. 7.1. Any claim that is not timely made in accordance with this paragraph is waived. 7.2. All claims, other than bid or solicitation protests, of a contractor against the City relating to or arising out of a contract, except protests of an informal solicitation as provide for herein, shall be submitted in writing to the City Manager. The contractor may request a conference with the City Manager on the claim. Claims include, without limitation, disputes arising under a contract and those based upon breach of contract, mistake, misrepresentation, or other cause for contract modification or rescission. The City Manager, after consultation with the City Attorney, shall have the authority to resolve controversies between the contractor and the city. 7.3. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken, which shall be final and conclusive. A copy of the decision shall be immediately provided to the claimant provided that the claimant shall not be entitled to seek any other form of relief without first having followed the procedure set forth herein this section. 7.4. In any event, the Contractor shall not be entitle to delay damages or consequential damages and his sole compensation for any default by the City shall be termination of the Contract and/or compensation provided by this Contract for any completed Contractor performance. In the event partial payment has been made for such Contractor performance not completed, the Contractor shall return such sums to the City within ten (10) days after notice that said sums are due. 7.5. Claims must be made in writing and sent to the City at the address listed in this Agreement and shall describe the nature of the claim, the events or circumstances that gave rise to the claim with reasonable detail, and the amount that is being claimed to the best of the Contractor's information. Contractor shall not assert any claim ariSing out of any act or omission by any agent, officer or employee of the City in the execution or performance of this Agreement, against any such agent, officer or employee indiVidually. Such claims may be made against the City, if at all. 8. Ownership of Documents: All documentation and work product produced as part of the contract shall become the exclusive property of the city. All bids/proposals and accompanying documentation received from the Contractor in response to a solicitation shall become the property of the city and will not be returned to the Contractor. This subsection shall be applicable to all responses to a solicitation, including but not limited to request for proposal, requests for qualification, requests for letters of interest and request for bids. 9. Indemnification: Contractor shall comply with the indemnification requirements set forth in the contract or its attachments/exhibits or, if none, then as set forth in the Supplementary Conditions to this Contract, if any. 10. Insurance and Bonding: Contractor shall comply with the insurance and bonding requirements set forth in the contract or its attachments/exhibits or, if none, then as set forth in the Supplementary Conditions to this Contract, if any. II. Termination for Convenience: The City shall have the right to terminate this Agreement for convenience and without cause after giving Contractor thirty (30) days of advanced written notice. The City shall have the right to terminate the Agreement after giving Contractor sixty (60) days of advanced written notice, if, (a) in the City's absolute and sole judgment, the Contractor is or will be unable to perform under terms and conditions of this Agreement fully. professionally, or satisfactorily within the time fixed for performance; or (b) if, in the City's sole and absolute opinion, a meritorious claim exists or will exist against the Contractor or the City, and arising out of the negligent, willful or wanton or intentional acts of the Contractor, its agents, servants, employees or anyone acting on behalf of or Page 31 of 44 Thomas F. Pepe 9·10·14 99 working for the Contractor, which may in the City's sole and absolute opinion, exceed the amount of available insurance proceeds and the amount of money due or to become due after deduction of all expenses incurred for the full and faithful performance of the terms of this Agreement; or if this is a multi-fiscal year contract, (c) the funds are, in the City's absolute and sole judgment, not available to cover the cost of the any of the Work. 12. Termination for Cause: The City may, at its option, terminate this agreement immediately if it discovers that the Company made any misrepresentation in any of its responses to the City's solicitation for bids/proposals or if the Contractor substantially breaches the Agreement. as defined in this Agreement. 13. Compensation upon Termination: Upon termination, the City shall be entitled to a refund of any monies paid for any period of time subsequent to date of termination. In the event of such termination, goods and/or services shall be paid for in such amount as shall reasonably compensate the Contractor for the goods and/or Services satisfactorily provided prior to termination. Such amount shall be fixed by the City after consultation with the Contractor, and shall be subject to audit by the City of South Miami. 13.I.The Contractor is hereby notified that. after a termination for convenience, the amounts due the Contractor shall not include lost profits or unabsorbed home office overhead. 13.2.Termination under this section shall not give rise to any claim against the City for damages or for compensation in addition to that provided hereunder. 13.3.1n the event of a termination for cause, all costs, expenses. losses, damages, and any and all other charges incurred by the City under this Agreement resulting from the Contractor's breach, or a default in the Contractor's duties, shall be charged to the Contractor and shall be deducted from money owed to the Contractor and/or paid by the City out of any monies due or payable or to become due or payable under this Agreement to the Contractor. If any such cost exceeds the sum due or to become due to the Contractor, then, upon demand. the Contractor shall pay the excess amount to the City. In computing the amounts chargeable to the Contractor. the City shall not be held to the lowest prices for the performance of its obligations or any part thereof, but it shall charge to the Contractor. and the Contractor shall be liable for, all sums actually paid or expenses actually incurred. provided that the costs incurred are reasonable. The City's rights described herein are in addition to any other rights and remedies prOVided by law. 13.4.1f the Agreement is terminated for cause and that termination is ultimately deemed to have been wrongful, then said termination shall be considered a termination for convenience and the Contractor shall be compensated in accordance with the provisions for termination for convenience as set forth herein. 13.5.Termination under this section shall not give rise to any claim against the City for damages or compensation that is in addition to that provided hereunder. 14. Notice of Default and Right to Cure: If a party breaches (defaults in his performance of) the terms of this Agreement (hereinafter referred to as the Defaulting Party), other than for the payment of money. the other party, who. for the purposes of this section. shall be considered the "Non-Defaulting Party", shall have no right to take any action against the Defaulting Party until the Non-Defaulting Party gives written notice of the breach to the Defaulting Party. 14.I.Upon receipt of a notice of breach (default), the Defaulting Party shall have fifteen (15) days to cure the default ("Time to Cure"). 14.2.1f the Defaulting Party takes all available action and proceeds diligently and widl all due haste and without delay and, after the expiration of the Time to Cure, provides the Non-Defaulting Party with daily written reports of the action being taken to cure the default. then, provided the daily written reports are continued to be timely delivered to the Non-Defaulting Party until the default has been cured, the time to cure shall be extended for the amount of time necessary to complete the cure (the "Extended Time to Cure"). Page 32 of 44 Thomas F. Pepe 9-10-14 100 14.3.lf the default is cured within the Time to Cure or, if applicable, the Extended Time to Cure, the default shall be considered Timely Cured and the Non-Defaulting Party may not terminate the Agreement. 14.4.Subsequent Default: If a second (2nd) Non-Financial Default occurs for the same or substantially similar default, the Defaulting Party shall immediately be deemed to be in substantial breach of the Agreement and the he shall not have the right to cure such subsequent default unless authorized in writing by the Non-Defaulting Party. If the Defaulting Party has been given five (5) notices of Non-Financial Default of any nature, any subsequent default of any nature (the sixth default) shall be considered to be a substantial breach of the Agreement and he shall not have any right to cure any such subsequent default unless the Non- Defaulting Party gives written authorization to cure. The granting of time to cure the sixth or a subsequent default shall not waive the Non-Defaulting Party's right to, thereafter; declare an immediate substantial breach upon the happening of a new, subsequent, default. Upon the declaration of a substantial breach, as authorized by this section, the Defaulting Party shall not be entitled to avoid termination of this agreement by curing the default without the written consent of the Non-Defaulting Party. 14.S.Substantial Breach: The failure of a party to timely pay money ('Financial Default"). as required to be paid by this agreement, is a substantial breach. In addition, the failure to Timely Cure a default shall be considered a substantial breach. A substantial breach of this Agreement by one party authorized the other party to stop his performance, declare the Agreement terminated for cause and immediately sue for appropriate relief or, at his option, he may continue to perform and sue for damages I S. Contract without Payment Bond: If the Contractor is providing goods and services and if it was not reqUired to provide the City with a payment bond, the Contractor shall be in substantial breach of this Agreement if it fails to pay anyone supplying goods and/or services ("Vendors") for the Work which payment is, in the City's sole and absolute opinion, for satisfactory goods and/or services and that the payment is more than 30 days past due. In such event. the City may withhold payment any amount otherwise due and payable to the Contractor hereunder and pay the same to the Vendor. Any amount so withheld may be retained by the City for a period of up to one (I) year as it may deem advisable to protect the City against any loss and may. after written notice to the Contractor. be applied in satisfaction of any claim of the Vendor or to complete the Work. This provision is intended solely for the benefit of the City. and no person shall have any right against the City or claim against the City by reason of the City's failure or refusal to withhold monies. No interest shall be payable by the City on any amounts withheld under this provision. This provision is not intended to limit or in any way prejudice any other right of the City. 16. Contractor's Warranty of Title: The CONTRACTOR warrants and guarantees that title to all Work, materials and equipment free and clear of all liens. claims, security interest and encumbrances (hereafter in these General Conditions referred to as "Liens"); and that no Work. materials or equipment, will have been acquired by the CONTRACTOR or by any other person performing the Work at the site or furnishing materials and equipment for the Project, under or pursuant to an agreement under which an interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the CONTRACTOR or such other person. 17. Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods andfor Services on behalf of the CITY and the CONTRACTOR. under such conditions. shall incorporate this paragraph in all of its subcontracts for this Project. CONTRACTOR and its subcontractors are specifically required to: 17.1. Keep and maintain publiC records that ordinarily and necessarily would be required by the public agency in order to perform its obligations hereunder; I 7.2. Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; Page 33 of 44 Thomas F. Pepe 9-10-14 101 17.3.(c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and 17.4.(d) Meet all requirements for retaining public records and transfer. at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 17.S.lf CONTRACCTOR or its subcontractor does not comply with a public records request, the CITY shall have the right to enforce this contract provision by specific performance and the person who violates this provision shall be liable to CITY for its costs of enforcing this provision. including attorney fees incurred in all proceedings. whether administrative or civil court and in all appellate proceedings. 18. Taxes: Company shall be responsible for all payments of federal. state, and/or local taxes related to the Operations. inclusive of sales tax if applicable. 19. Drug Free Workplace: The Company shall comply with the Drug Free Workplace policy set forth in attachment # two which is made a part of this agreement by reference. 20. Independent Contractor: Company is an independent entity under this Agreement and nothing herein shall be construed to create a partnership. joint venture. or agency relationship between the parties. S.ervices provided by the CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR. and not as officers. employees. or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance. employee benefits, purchasing policies and other similar administrative procedures, applicable to goods and/or Services provided under the Contract shall be those of the CONTRACTOR 21. Entire Agreement, Modification, and Binding Effect: This Agreement constitutes the entire agreement of the parties, incorporates all the understandings of the parties and supersedes any prior agreements. understandings, representation or negotiation, written or oral. This Agreement may not be modified or amended except in writing. signed by both parties hereto. This Agreement shall be binding upon and inure to the benefit of the City and Company and to their respective heirs. successors and assigns. No modification or amendment of any terms or provisions of this agreement shall be valid or binding unless it complies with this paragraph. This agreement. in general, and this paragraph. in particular. shall not be modified or amended by acts or omissions of the parties. 22. Non-Waiver: City and Company agree that no failure to exercise and no delay in exercising any right. power or privilege under this Agreement on the part of either party shall operate as a waiver of any right, power. or privilege under this Agreement. No waiver of this Agreement, in whole or part. including the provisions of this paragraph. may be implied by any act or omission and will only be valid and enforceable if in writing and duly executed by each of the parties to this agreement. Any waiver of any term, condition or provision of this Agreement will not constitute a waiver of any other term. condition or provision hereof, nor will a waiver of any breach of any term. condition or provision constitute a waiver of any subsequent or succeeding breach. The failure to enforce this agreement as to any particular breach or default shall not act as a waiver of any subsequent breach or default. 23. Rules of Interpretation: Throughout this agreement the male pronoun may be substituted for female and neuter and the Singular words substituted for plural and plural words substituted for Singular wherever applicable. 24. Cumulative Remedies: The duties and obligations imposed by the contract documents. if any. and the rights and remedies available hereunder. and, in particular but without limitation, the warranties. guarantees and obligations imposed upon Company by the Contract Documents and the rights and remedies available to the City hereunder. shall be in addition to. and shall not be construed in any way as a limitation of. any rights and remedies available at law or in equity. by special guarantee or by other provisions of the Contract Documents. In order to entitle any party to exercise any remedy reserved to it in this Agreement. or existing in law or in equity. it shall not be necessary to give notice. other than such notice as maybe herein expressly required. No remedy conferred upon or reserved to any party Page 34 of 44 Thomas F. Pepe 9·10·14 102 hereto, or existing at law or in equity, shall be exclusive of any other available remedy or remedies, but each and every such remedy shall be cumulative and shall be in addition to every other remedy given under this Agreement or hereafter existing at law or in equity or by statute. No delay or omission to exercise any right or power accruing upon any default shall impair any such right or power or shall be construed to be a waiver thereof, but any such right and power may be exercised from time to time as often as may be deemed expedient 25. Waiver Jury Trial: City and Company knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. 26. Validity of Executed Copies: This agreement may be executed in several counterparts, each of which may be.construed as an original. 27. Severability: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement. or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. 28. No Discrimination: No action shall be taken by the Company, nor will it permit any acts or omiSSions which result in discrimination against any person, including employee or applicant for employment on the basis of race, creed. color, national origin. religion. age. sex, familial status. marital status, ethnicity. sexual orientation or physical or mental disability as proscribed by law and that it will take affirmative action to ensure that such discrimination does not take place. The Company shall comply with the Americans With Disabilities Act. Furthermore. Contractor agrees that it will take affirmative action to ensure that such discrimination does not take place. 29. Equal Employment:_ln accordance with Federal. State and Local law, the Company shall not discriminate against any employee or applicant for employment because of race, color, ethnicity, religion, sex, sexual orientation, national origin or handicap. The Company shall comply with all aspects of the Americans with Disabilities Act (ADA) during the performance of this contract The City of South Miami's hiring practices strive to comply with all applicable federal regulations regarding employment eligibility and employment practices. Thus, all individuals and entities seeking to do work for the City are expected to comply with all applicable laws, governmental requirements and regulations, including the regulations of the United States Department of Justice pertaining to employment eligibility and employment practices. By signing this Agreement the Contractor hereby certifies under penalty of perjury. to the City. that Contractor is in compliance with all applicable regulations and laws governing employment practices. 30. Governing Laws and Venue: This Agreement and the performance of duties and obligations hereunder will be governed by the laws of the State of Florida. with exclusive venue for the resolution of any dispute being a court of competent jurisdiction in Miami-Dade County, Florida. 3 I. Attorneys' Fees and Costs: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. 32. Unauthorized Aliens: The employment of unauthorized aliens by the Company is considered a violation of Federal Law. If the Company knowingly employs unauthorized aliens. such violation shall be cause for unilateral cancellation of this Agreement. This applies to any sub-contractors used by the Company as well. The City reserves the right at its discretion, but does not assume the obligation. to require proof of valid citizenship or, in the alternative. proof of a valid green card for each person employed in the performance of work or providing the goods and/or services for or on behalf of the City including persons employed by any independent contractor. By reserving this right the City does not assume any obligation or responSibility to enforce or ensure compliance with the applicable laws and/or regulations. 33. Assignment: Company shall not assign or transfer its rights under this Agreement without the express written consent of the City. The Company shall not assign and of its duties, obligations and Page 35 of 44 Thomas F. Pepe 9-10-14 103 responsibilities. The City will not unreasonably withhold and/or delay its consent to the assignment of the Contractor's rights. The City may, in its sole discretion, allow the Company to assign its duties, obligations and responsibilities provided the assignee meets all of the City's requirements to the City's sole satisfaction. The Contractor shall not subcontract this Agreement or any of the goods and/or Services to be provided by it without prior consent of the City in writing. Any assignment or subcontracting in violation hereof shall be void and unenforceable. 34. Subcontracting: If allowed by the Contract or these General Conditions, the Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors as it is for the acts and omissions of people directly employed by it. All subcontractors and subcontractor agreements, if allowed by this Agreement, must be approved by the City. The Contractor shall require each subcontractor, who is approved by the City. to agree in its contract to observe and be bound by all obligations and conditions of this Agreement to which Contractor is bound. 35. Effective Date: This Agreement shall become effective and binding upon its execution by the City Manager. 36. Third Party Beneficiary: It is specifically understood and agreed that no other person or entity shall be a third party benefiCiary hereunder, and that none of provisions of this Agreement shall be for the benefit of or be enforceable by anyone other than the parties hereto. and that only the parties hereto shall have any rights hereunder. 37. Further Assurances: The parties hereto agree to execute any and all other and further documents as might be reasonably necessary in order to ratify. confirm. and effectuate the intent and purposes of the Agreement. 38. Time of Essence: Time is of the essence of this Agreement. 39. Construction: This Agreement shall not be construed more strongly against either party hereto. regardless of who was more responsible for its preparation. 40. Force Majeure: Neither party hereto shall be in default of its failure to perform its obligations under this Agreement if caused by acts of God. civil commotion. strikes. labor disputes. or governmental demands or requirements that could not be reasonably anticipated and the effects avoided or mitigated. Each party shall notify the other of any such occurrence. 41. Notices: Any notice. demand. offer or other written instrument required or permitted to be given. made or sent (hereinafter referred to as "Notice") shall be in writing. signed by the party giving or making it and shall be sent by facsimile transmission, e-mail. courier. Federal Express. and any other means that provides for proof of delivery. The Notice shall be sent to the facsimile telephone number. e-mail address. street address or post office box as set forth herein below and hereinafter referred to as a "Party's Address" for the purposes of this paragraph. Refusal to accept delivery or failure to pick-up a Notice within ten (10) after the first notification by the delivery service is sent ("First Notification"), shall be construed as receipt of same. Any Notice given or sent to the estate of any deceased person shall be signed and sent in a like manner. addressed to the personal representative of the deceased person at the personal representative's address. or, if there is no personal representative of the estate, then it shilll be sent to the decedent Party's Address. The parties shall have the right to change the place to which the Notice shall be sent to them by giving Notice as required for all other Notices and sent to all of the parties to this Agreement. The date of delivery of the Notice. the date of refusal to accept delivery or the date following 10 days from the date of First Notification shall be deemed to be the date of the offer. demand. notice or other writing for the purpose of enforcing this agreement and it shall be effective from that date. To the City: Thomas F. Pepe 9-10-14 City Manager 6130 Sunset Drive South Miami. FI. 33143-5093 City Clerk 6130 Sunset Drive South Miami. FI. 33143-5093 Page 36 of 44 City Attorney 6130 Sunset Drive South Miami, FI. 33143-5093 104 To the Contractor: Name Title Street/Avenue City, State, Zip Code 42. Limitation on Liability: No member of the governing body of the City, and no other officer, employee, or agent of the City shall have any personal interest, direct or indirect. in this Agreement, except as permitted by the Code of Ethics of the City of South Miami; and the Contractor covenants that no person having such interest shall be employed in the performance of this Agreement. 43. Corporate Authority: The Contractor represents to the City that it has. and has exercised, the required corporate power and that it has complied with all applicable legal requirements necessary to adopt, execute and deliver this Agreement and to assume the responsibilities and obligations created hereunder; and that this Agreement is duly executed and delivered by an authorized corporate officer, in accordance with such officer's powers to bind the Contractor hereunder. and constitutes a valid and binding obligation enforceable in accordance with its terms, conditions and provisions. IN WITNESS WHEREOF, the parties have executed these General Conditions to Contract on or prior to the date first above written. ATTESTED: By: ________ _ Maria M. Menendez, CMC City Clerk Read and Approved as to Form. Language, legality and Execution thereof: By: Thomas F. Pepe, Esq. City Attorney Thomas F. Pepe 9-10-14 [Insert name of Contractor] By: ________ _ (Print name and title above) CITY OF SOUTH MIAMI By: END OF SECTION Page 37 of 44 Steven Alexander City Manager 105 Detail by Entity Name Florida Profit Corporation MILLER, LEGG & ASSOCIATES, INC. Filln Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Princi al Address 5747 N ANDREWS WAY P95000021117 650563467 03/15/1995 FL ACTIVE AMENDMENT 06/25/2003 NONE FORT LAUDERDALE, FL 33309 Changed: 03/04/2011 Mailin Address 5747 N ANDREWS WAY FORT LAUDERDALE, FL 33309 Changed: 03/04/2011 !JOHN, DAVID L 5747 NORTH ANDREWS WAY IFORT LAUDERDALE, FL 33309 I IName Changed: 03/12/2004 I ddress Changed: 01/11/2012 Officer/Director Detail Name & Address itle President, CEO, Director JOHN, DAVID L 2450 SOUTHWEST 85TH TERRACE DAVIE, FL 33324 Page 1 of 4 http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail/Ent. .. 11124/2014 Detail by Entity N arne mle Secretary, Director, VP KROLL, MICHAEL D 1297 TERRYSTONE COURT WESTON, FL 33326 itle CFO, Treasurer, VP HERNANDEZ, LESLIE N 2337 NW 187 AVENUE IPEMBROKE PINES, FL 33029 Title Director WALLS, JON D 1405 HAZELWOOD DRIVE ORLANDO, FL 32806 Title Director, Assistant Treasurer WEIDENER, MARGARITA 1014 NW 121 LANE CORAL SPRINGS, FL 33071 itle Assistant Secretary LARSON, DYLAN 1780 95th AVENUE JACARANDA LAKES PLANTATION, FL 33324 itle Assistant Secretary LARSON, DYLAN 1780 95th AVENUE JACARANDA LAKES PLANTATION, FL 33324 nnual Reports Report Year 2012 2013 2014 Filed Date 01/11/2012 02/01/2013 04/29/2014 Document Images Q4L?}4L2Q14...:::hJiW)f,L REPQBI Q,~LQJi2Qt~L:~:~6,bLN_LJ~AhB,I;EQgI Q1L1JL;4Q.:L~._:,::.6t::tNlJ6kJi~EQBI QJ1.Q41;;;QJJ.,::.8I::tNlJA.lB,~EQKI QZL1J21£Q1CL::j:L~LN,lJ.6lBt;.~QBI Page 2 of4 [:"~,~~.~~~~~~~,!:.~~.!.<?'~.~!~J r View image in PDF formaC'] ~,-,~~~~,,~~-~-,~-~~~--~-~~~~~~- [~yi~~.~~~JI!,~~.~~l~~T!i~!,~.] r View image in PDF format]" L ______ •• _~. __ ••• ~ .. _._._ •• _ •• " •••• _~_ •• r View imageinp[)Fformat] '-___ • __ ~~-'"'_. __ "H_~'~~~" ___ "~_~,,.~~~_'''~·,,_''','_'''' .. ~,,,~,_,_~ http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail/Ent. .. 11/24/2014 Detail by Entity N arne Q:4l.4J£L.~:mQ§:l~~:::.6J:LtJ1J.61JsJ;J:QJ~I QA12~4j2Q~Q§ ... ::.: .. 6NJ:ll,L61.J3.~.PQEI JJL:1.§l211QL:.: .. d.Nf':lU,",6J"JsJ;E .. QBI Q9.L:1Jli~Jd~OL.:::j~l~t~JJhJ"Js.g;E_Q8.I Q~~L1G!2_Q9J:t::.:AN NUALEU;PQ8I Q}jL2.'9j2QQ%L::6.~N1J.61BJ;PQ.8.I 03L12L:?..Q£t4.::=-6NN LL61~.R E;J:~QBI QZ{;?_Ql.2Q.Q~.:.: .. 6N~1~.6k.J3.f;PQB T p6/2f2L?:'90;;l~::j)mJfJLtglnE?J}t Q4t.~/2_QQ?:. .. ::: .. ANr:l.U.Ah.B.~.EQBI QAfJ:taD.QJ. . .:::_6Jj.~.1JAhBJ;PO RT lQ{12a.QQ~L~.: .. 6m.~.r:1fIm_~n! Q.t>Ll§i2.QQQ.::::j~<l::LNJJAk.BJ;;.P"9RI Q4Lj~[2QP~Q.:::.fltJ~N1L6J,,,~8.J;.PQBI Q7/1~{1~.2~ . ..::: . .6N N UAL R E PO R.I Q4!19Ll~.fJ§:l .. ::.At:H:-.ud6LR!;.EQEn QJ)jJ:l:Lll?~§_.:=.6.NN U61.B.J;£QBJ: Q2L25/19~1i.:" Mer:g§I .04L2.2LJ 9~HL:_.6l'l NJJ.61J~J;EQBI Q~2.9.!J.~J1L.::i~MJ;J::H2M!;J~lI Q?:'LQ4Ll~~L~;::.AN N~lti.L"Jit;PQln Q5zQJLlfJ.~Jt::::.A.NNJ1AbB..F;.!?~QBI L~._.~.i~.~ .. ~_~~~ .. ~~ ... ~D ~.!~~~~~ .. _] ! View image in PDF format '1 L .. ____ .~ •••• _ .•• ,_ •. _ •• ,~_. ______ ,. __ • __ . __ ... I,~~ Vif!:~.~~.~.~e,_,~~~~,~D~~0ii] View in PDF format r View image in PDF format 'J l,,,,....'""',~,.,~~,_~~_.w~~ __ , ___ ~ __ ~ ___ ~~~,-_~m_ [~.~~~_~~~~~~~~!:E£_!~~~] View in PDF format I"'"View image il1PDFformaii '-'~"~~~-""'~""-'-'~"~-"'---~"'''-----'''~~ L View image in PDF format J ---"'''--~.-.-~~''~ .. -''.''''-.---r""·'''· .... · .. ·· .. ,·,·" .. ·" .. ''''·,·· .. ····'''' .... '''''· .. ·• .. ·····."'."]' ! View image in PDF format L..",_" __ ~_. ___ ~,,~,, ________ ,, , ........... ''' ......• '''., •.. ',., ..... "._'----, ............................ , .... ] I View image in PDF format t,~ _~ __ _ I' View image in PDF format] L........~,~.v=_._~""'''~~ ___ '''~_~~~~_ , ......... " .... " .......... ''' .. " ... " ....... '''' ...... ······""·· .... ,, .. · .. " .. "·1 I View image in PDF format ...... ~~~~~~-........,.,.~,,~"""""'"~~"'--. --~-~~ , ..... " .. " ....... "." ..... "'" .... ,.',. .. -.""" ......... ,. .. ,,",.,,.,. ..... ,, .. ··'1 l .. __ ~!~~..!.f!I~i!~_,,~':l!DF~~!~~~ .. _ ,...., ........ " .. ,. ... "'" ........... ,. ...... ",. ... ,,, ..... ,",.., ..... J. ! View image in PDF format [=2~w§_ag~".!~.~~f...!~i~~=] f-·· ~,,, ................. ,.."."." .. , ..... "._,"".",. •. " " ....... , •.. ,..,." ...... j i View image in PDF format L""~ .... ,.,,_, .. '''''_._.''''._ .. , ..... _ ....... _~~ __ .. ~ ....... _.,, ... . in PDF format Copyright © and Privacy Policies State of Florida, Department of State Page 3 of4 http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail/Ent. .. 11/24/2014 2014 FLORIDA PROFIT CORPORATION ANNU~.h.HgpORT DOCUMENT# P95000021117 Entity Name: MILLER. LEGG & ASSOCIATES. INC. Current Principal Place of Business: 5747 N ANDREWS WAY FORT LAUDERDALE, FL 33309 Current Mailing Address: 5747 N ANDREWS WAY FORT LAUDERDALE. FL 33309 US FEI Number: 65-0563467 Name and Address of Current Registered Agent: JOHN, DAVID L 5747 NORTH ANDREWS WAY FORT LAUDERDALE, FL 33309 US FILED Apr 29,2014 Secretary of State CC0886924167 Certificate of Status Desired: No The above named entity submits this statement for tile purpose of changing its registered office or registered agent, or both, in 1110 State of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail : Title Name Address PRESIDENT, CEO, DIRECTOR JOHN, DAVID L 2450 SOUTHWEST 85TH TERRACE City-State-Zip: DAVIE FL 33324 Title Name Address CFO, TREASURER, VP HERNANDEZ, LESLIE N 2337 NW 187 AVENUE City-State-Zip: PEMBROKE PINES FL 33029 Title Name Address DIRECTOR, ASSISTANT TREASURER WEIDENER, MARGARITA 1014 NW 121 LANE City-State-Zip: CORAL SPRINGS FL 33071 Title Name Address ASSISTANT SECRETARY LARSON, DYLAN 1780 95TH AVENUE JACARANDA LAKES Clty-State-Zip: PLANTATION FL 33324 Date Title SECRETARY, DIRECTOR, VP Name KROLL, MICHAEL D Address 1297 TERRYSTONE COURT City-State-Zip: WESTON FL 33326 Title DIRECTOR Name WALLS, JON D Address 1405 HAZELWOOD DRIVE City-State-Zip: ORLANDO FL 32806 Title ASSISTANT SECRETARY Name LARSON, DYLAN Address 1780 95TH AVENUE JACARANDA LAKES City-State-Zip: PLANTATION FL 33324 j hereby certify {hat tile information indicated on this lepori or supplc-unef/((JI repolt h; true and accurate and tflat my electronic signature ::>ha/l have /tIe same {ogal effecl as if made under oath; ihall am an officer Dr director of the corporation or the receiver or t(IJsf(")E! empowered to execute this mport a.s required by Ch,'']pter ()07, Florida Slntu((.1s; and that my name appears abOlfe, or on an attachment will} all oUwr like empowGred. SIGNATURE: DAVID L. JOHN PRESIDENT & CEO 04/29/2014 Electronic Signature of Signing Officer/Director Detail Date Member Name City of South Miami Bid Number RFP-RFP-PR-2014-12-0-2014/SK Bid Name Parks and Recreation Master Plan 5 Document(s) found for this bid 31 Planholder(s) found Supplier Name A.L.M Sports LlC A2 Group, Inc. ACAI Associates Inc. AMEC Environment & Infrastructure, Inc. Bermello Ajamil & Partners, Inc. (Miami) Calvin, Giordano & Associates, Inc. Chen And Associates Clarion Associates Coastal Systems International, Inc Construction Journal, Ltd. Dredging & Marine Consultants ERF Construction Group GAl Consultants Geographic Technologies Group, Inc. GreenSource Landscape & Sports Turf HDR Inc. Kimley-Horn and Associates, Inc. landscape Service ProfeSSionals, Inc. Littlejohn Engineering Associates, Inc. M. C. Harry & Associates, Inc. Address 1 12864 Biscayne Blvd #168 P.O. Box 43-2310 2937 W. Cypress Creek Road 2000 E Edgewood Dr. Ste. 215 2601 South Bayshore Drive, 10th Floor 1800 Eller Drive, Suite 600 500 West Cypress Creek Road 1700 Broadway, Suite 400 464 S. Dixie Hwy 400 SW 7th Street 4643 S. Clyde Morris Blvd. 3126 Gifford Ln 618 East South Street 1202 Parkway Drive 4800 SW 201st Terrace 5426 Bay Center Drive, Suite 400 1920 Wekiva Way 6115 N.w. 77th Way 1615 Edgewater Drive ----- p80S. W. Douglas Road City State Zip Phone Attributes North Miami Fl 33181 3059923799 1. Hispanic Owned 33243-2. Small Business South Miami Fl 2310 3056688939 Fort Lauderdale FL 33309 9544844000 Lakeland FL 33803 8636672345 Coconut Grove FL 33133 7864703815 Fort Lauderdale FL 33316 9549217781 1. Asian/Hawaiian Owned 2. Small Business Ft Lauderdale FL 33309 9547300707 Denver CO 80290 3038302890 Coral Gables FL 33146 3056613655 Stuart FL 34994 8007855165 Port Orange FL 32129 3863046505 Miami Fl 33133 7874616474 Orlando Fl 32801 4074238398 Goldsboro NC 27534 9197599214 Southwest Ranches FL 33332 9543850040 1. Woman Owned Tampa FL 33609 8132822364 West Palm Beach Fl 33411 5618450665 ! 1. Small Business Tamarac Fl 33321 9547216920 2. Woman Owned Orlando Fl 32804 4079751273 Miami Fl 33133 ... 3054453765 Miller Legg 5747 N Andrews Way Fort Lauderdale Fl 33309 9544367000 Onvia, Inc. -Content Department 509 Olive Way, Suite 400 Seattle WA 98101 2063739500 Plus Urbia 2916 SW 27th Ave Miami FL 33133 3052134410 Reed Construction Data 30 Technology Parkway South, Suite 100 Norcross GA 30092 8009018687 Rep Services Inc. 581 Technology Park lake Mary Fl 32746 4078319658 Sports Turf One, Inc. 9819 State Road 7 Boynton Beach Fl 33472 5613757808 State Contracting & Engineering Corp. 3800 N. 29th Avenue Hollywood Fl 33020 9549234747 Tindale-Oliver and Associates, Inc. 1000 N. Ashley Tampa FL 33610 8132248862 Vendorlink lLC 12201 Research Parkway Orlando FL 32826 4074010031 1. Small Business Wade Trim, Inc. 8745 Henderson Rd., Ste 200 Tampa Fl 33634 8138828366 West Construction & Architecture + Design, LLC 318 S Dixie Hwy Lake Worth FL 33460 5615882027 1. Woman Owned MIAMI DAILY BUSINESS REVIEW Published Da.ily OXC{~p! Si11U1day, SlIr1(jay and l.ena! Holidays tAiarni, tvliami-Dade County. Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned autllOrily personally appeared M. ZALDIVAR, who on oatil says tllat l1e or she is the LEGAL CLERI(, Legal Notices of the Miami Daily Business f-leview flk/a Miami f'leview, a daily (except Saturday, Sunday and Legal Holidays) newspaper, publislled at Miami in Miami-Dade County, Florida; that the attaciled copy of advertisement, bning a Legal Advertisement of Notice in tile matter of CITY OF SOUTH MIAMI -PARKS AND RECREATION MASTEI~ PLAN -RFP II PR-2014-12 ill the XXXX Court, was published in said nevlspaper in tllO issues of 10/30/2014 Affiant further says t~lat the said Miami Daily Business l'-leview is a newspaper published at Miami in said Miami-Dade County, Florida and that the said newspaper Ilas heretofore been continuously published in said Miami-Dade County, Florld<l, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami-Dade County, Florida, for a period of one year next preceding the first publication of tile attached copy of advertisement; and affiant further says tllat he or she 11~clS neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of secllring this advertisem.eu fo )ublication in the saic! newspaper. ~./' ~ -----~--- CU"l!~1f' tOllF $(f))ll.!JiilX! fiflfif.U\f.lO lP'arrn~s C3rncl ~ecl'ea'i:iolill rVlO1Sliel' IP'I00nii IP'roepoS01H fi))ane IDlO1l1e: i 0 AWJ, Nouemlh:ell' 24, 2014l- IRIFIP' #lP'lRv20l14l-'1l2 SoBicffll:01l!nolill Couell' ILelUlerr The City of South Miami, Florida (hereinafter referred to as "CSM") through its chief oxecutive officer (City Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Proposals" or "RFP"). All references in this Solicitation (also referred to as an "Invitation for Proposa!s" or "Invitation to Bid') to "City" shall be areference to the City Manager, or the managers designee,for ,'the City of South Miami unless otherwise specifically defined. ,The CHi is horeby requesting sealed proposals in response to this RFP iitPR-2014-12 titled Parl<s and Recreation Master Plan. The purpose of Ihis RFPis 10 contract for tile services necessary for the completion of the project' in accordance wilh. the scope of services and the plans and/or 'specifications, if any, described in this RFP (hereinafter referred to as 'Ihe Project" or "Project") Inlerested persons, who wish to respond 10 this RPP oan obtain Ihe complete RFP pnckage at the City Clerk's office Monday through Friday from 9:00 A.M. to 4:00 P.M. or by accessing the following webpage: :http://www.southmlamifl.gov/ which is the City of South Miami's web 'address for solicilalion information. Proposals are subject to the Standard Terms and Condilions contained in the complete RFP Package, including all documents. lis led in the RFP Table of Contents. ' 'A Mandatory Pre-Proposal Meeting will be conducted at City Hall in ;the CommiSSion Chambers on November 12, 2014 at 10:00 A,M, The· .conference shall be held regardl!,)ss of weather conditions. Proposals are 'subject tolhe terms"conditions and provisions of this letter as well asto tlhose provisions,terms, condilions, affidavits and documents contained: In this RFP Package. 10/30 Maria M. Menendez, CMC, City Clerk, 'City of South Miami . 14·8-210/2367072M ! GM .... , Fiscal Year: l2015 ... 3012000 3012000 5726450 RECRL~TIOH. CO~/'t,·! / ~kL>,TCH!NG COHTRI 65138900 !'>.. DescriptIon: RECREATION, COMM / MATCHING CONTRI Fiscal Year. 2015 Balance Type: DR 651,389.00 Posted: 35,032.00 Unposted, 3,875.00 Encumbrances: 123,290.49 Unposted Encumbrances: 0.00 Pre ·Encumbrances: 22,714.84 Total Exp & Ene: 184,912.33 Unencumbered Balance: 466,476.67