Loading...
HomeMy Public PortalAbout21-9936 Police Department Feasibility StudySponsored by: City Manager RESOLUTION NO. 21-9936 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, ACCEPTING THE OPA-LOCKA POLICE DEPARTMENT FEASIBILITY STUDY ROM SUMMARY PROVIDED BY BEA ARCHITECTS, INC.; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH BEA ARCHITECTS, INC. FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING PROFESSIONAL SERVICES TO DEMOLISH AND REBUILD THE FORMER CITY POLICE STATION AT 2495 ALI BABA AVENUE, WITHIN THE CITY, IN AN AMOUNT NOT TO EXCEED SEVEN HUNDRED SEVENTY-SIX THOUSAND, ONE HUNDRED FORTY-EIGHT DOLLARS AND TWENTY CENTS ($776,148.20), WITH AN ADDITIONAL TEN PERCENT CONTINGENCY BUDGET OF SEVENTY-SEVEN THOUSAND, SIX HUNDRED FOURTEEN DOLLARS AND EIGHTY-TWO CENTS ($77,614.82); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on September 3rd, 2018, the Police Department (the "Department") was relocated to the Municipal Complex within the City of Opa-Locka ("City") because their facility was uninhabitable due to water infiltration and mold infestation. While the Police Department has adapted its standard operations to fit into the Municipal Complex environment, the regular affairs handled by the Department are not best suited for this location. Therefore, the City Manager has identified the project to rebuild the Police Station at 2495 Ali Baba Ave Opa-Locka, FL 33054 as crucial; and WHEREAS, on June 10, 2020, the City Commission of the City of Opa-Locka ("Commission", "City Commission") accepted bid proposals from several firms for continuing professional architectural and engineering consulting services pursuant to RFQ No. 20-0324200. The Commission then authorized the City Manager to enter into multiple agreements for architectural and engineering consulting services. More specifically, the City Commission approved entering an agreement with BEA Architects, Inc. for architectural services; and WHEREAS, on August 31, 2021, the City Manager approved and into an agreement with BEA Architects, Inc to conduct a Police Department Relocation Feasibility Study; and Resolution No. 21-9936 WHEREAS, in order to commence the Project, the City Manager is further requesting the City Commission to accept the Opa-Locka Police Department Feasibility Study ROM Summary, attached hereto as Exhibit "A" and authorize the use of funding for the project; and WHEREAS, the total estimated cost of the Project including demolition, environmental remediation, construction cost, permitting, and architectural and engineering fees is $5.36 Million. The City received a State legislative appropriation of $1.125 Million to rebuild the Police Station; and WHEREAS, the City Manager recommends the City Commission approve the BEA Architects, Inc. proposal in the amount of $776,148.20 to provide engineering services for Architectural and Engineering Services to rebuild the Opa-Locka Police Station. Additionally, the City Manager recommends approval of an additional contingency budget of Seventy -Seven Thousand, Six Hundred Fourteen Dollars and Eighty -Two Cents ($77,614.82) (10%)) for possible change orders, for a total approval of Eight Hundred Fifty -Three Thousand, Seven Hundred Sixty -Three Dollars and Two Cents ($853,763.02). Additional funding requests will be submitting following this phase of the Project; and WHEREAS, the City desires to enter into an agreement with BEA Architects, Inc., attached hereto as Exhibit "B", pursuant to the proposal attached hereto as Exhibit "C", to provide Engineering Consulting Design Services for the Architectural & Engineering Services to Rebuild the Police Station at 2495 Ali Baba Ave, within the City, in an amount not exceed Eight Hundred Fifty -Three Thousand, Seven Hundred Sixty -Three Dollars and Two Cents ($853,763.02). The project will be completed in multiple phases and this resolution will initiate the next phase; and WHEREAS, the City Commission finds that it is in the best interest of the City to accept the Opa-Locka Police Department Feasibility Study ROM Summary provided by BEA Architects, Inc., attached hereto as Exhibit "A" and its residents to enter into an agreement with BEA Architects, Inc., attached hereto as Exhibit "B", for Continuing Professional Architectural and Engineering Consulting Services as set forth herein. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: SECTION 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. SECTION 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby accepts the Opa-Locka Police Department Feasibility Study ROM Summary provided by BEA Architects, Inc., Resolution No. 21-9936 attached hereto as Exhibit "A" and authorizes the City Manager to enter into an agreement with BEA Architects, Inc., attached hereto as Exhibit "B", to provide engineering services for Architectural and Engineering Services to Rebuild the Opa- Locka Police Station at 2495 Ali Baba Ave Opa-Locka, within the City, pursuant to the proposal attached hereto as Exhibit "C", in an amount no to exceed Seven Hundred Seventy Six Thousand, One Hundred Forty -Eight Dollars and Twenty Cents ($776,148.20), with an additional ten percent contingency budget of Seventy -Seven Thousand, Six Hundred Fourteen Dollars and Eighty -Two Cents ($77,614.82) for unforeseen costs. SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. SECTION 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 10th day of November, 2021. eronica J. Willia ATTEST: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: nna Flores, City Clerk Bur ad- e Norris eeks, P.A. City ttorney ayor Resolution No. 21-9936 Moved by: Commissioner Davis Seconded by: Commissioner Bass VOTE: 3-0 Commissioner Bass YES Commissioner Davis YES Commissioner Taylor YES Vice -Mayor Williams ABSENT City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department 4 Director Signature: CM Signature: " City Manager: John E. Pate Commission Meeting Date: 11/10/2021 Item Type: (EnterX in box) Resolution 0 ' s i . n e Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2" Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source; Accountll: (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X j. (♦ Ell Image III I= Sponsor Name City Manager Department: City Manager Short Title: ARCHITECTURAL AND ENGINEERING SERVICES TO REBUILD THE POLICE STATION Staff Summary: A resolution of the City Commission of the City of Opa-locka authorizing the City Manager to enter into an agreement with BEA Architects, Inc for Architectural and Engineering professional services to demolish and rebuild former Police Station located at 2495 Ali -Baba Avenue, Opa-Iocka, FL 33054. The Police Department was relocated to the Municipal Complex on September 3rd, 2018, because their facility was uninhabitable due to water infiltration and mold infestation. Since then, the department has adapted its standard operations to fit into the Municipal Complex environment; however, it is understandable that the regular affairs handled by the Police Department are not the best atmosphere for this location and it might be a conflict of interest for current and future tenants. Therefore, Staff has identified the project to rebuild the Police Station as crucial. BEA Architects, Inc, which is a vetted architectural firm in the development of such facilities and one of the engineering consulting firms that were selected in response to the RFQ 20-0324200 and approved by the City Commission to be part of the City's library of licensed_ Architects and Engineers to provide professional architectural and engineering services, has provided a feasibility study for the relocation of the Police Department. The total estimated cost today including demolition, environmental remediation, construction cost, permitting, and architectural and engineering fees is $5.36 Million. The city received a State legislative appropriation of $1.125 Million to rebuild the Police Station, and we are requesting approval to accept the engineering design services to start this project. This request is to accept the Feasibility Study ROM Summary dated 11-03-2021 for Opa-locka Police Department and authorize the use of funding for the project cashflow described as follows: Demolition Package A&E Costs $ 93,219.76 Environmental Remediation & Civil Work Package A&E Costs $ 93,219.76 New Construction Package A&E Costs $372,879.04 Demolition Work $ 77,000.00 Permitting Fees Allowance $139.829.64 Total $776,148.20 Approval of funding for construction permits and cost of $4.8 Million will be requested after this phase is completed. Financial Impact The Fiscal Year 2022 allocated $1.125 Million for the demolition and development of the Police Station Structure. This funding appropriated by the State must be spent by June 30, 2022. In addition to the estimated Architectural and engineering cost, 10% contingency is added to the cost for unforeseen expenditures related to environmental remediation work or to any other task to be completed under this phase. Account Description Available Project Remaining Balance 44-541 XXX Police Station $1,125,000.00 $853,763.02 $271,236.98 Total Project (Including Contingency) 51,125,000.00 $853,763.02 $271,236.98 Proposed Action: Staff recommends acceptance of the fee proposal received from BEA Architects, Inc for architectural and engineering services in connection to the Opa-locka Police Station and authorize the use of FY 2022 budget allocation of $1.125 Million that needs to be spent by June 30, 2022. Attachment: 1. Agenda 2. Proposal provided by BEA Architects, Inc 3. Resolution 20-9767 Accepting BID proposals in response to RFQ 20-0324200 4. Contract Agreement between the City and BEA Architects, Inc Opa-Iocka Police Department Feasibility Study ROM Summary 10-13-2021 architects Rough order of magnitude includes oreliminary analysis for future possible location of Opa-Iocka Police Department at 2495 Ali Baba Ave Opa-Iocka, FL 33054 Item Unit / Quantity Price Demolition Environmental Remediation New Construction 11,000 sgft $ 48,998 sgft $ 11,000 sgft $ 77,000.00 489,980.00 4,125,000.00 3% Permit Fee CONSTRUCTION SUB -TOTAL = $ 4,691,980.00 3% $ 140,759.40 CONSTRUCTION TOTAL = A&E Costs 4,691,980.00 12% $ 563,037.60 TOTAL PROJECT ESTIMATED COST = $ 5,255,017.60 Plus or minus 10% contigency fluxuation expected on all line items above. Above costs consider existing size, program, and room uses for square footage calculations. This ROM Analysis has been prepared in good faith, but by its very nature is only able to contain indicative information and estimates (including without limitation those of time, resource and cost) based on the design criteria, information and circumstances known at the time of its preparation. Due to frequent construction material cost fluctuations and supply backlog in some markets, this cost analysis is considered good for 3 months and may require modification if being used beyond this duration. 2. Relocation of the Police Department back to its previous location on 2495 Ali Baba Ave, Opa-locka, FL 33054 Property highlighted in red: Property address: 2495 Ali Baba ave Opa-locka, FL 33054 Primary Zone: Civic/Gov't/Community Facility Primary Land Use: Municipal Adjusted Area: 10,882 Sqft Lot size: 48,998 Sqft Year Built: Muni Zone: Civic, inside Corridor Mixed Use district 101 South Elevation East Elevation North Elevation West Elevation Perspective Aerial View 11 IPage Walking times from the site: 10 Min Walk 20 Min Walk 30 Min Walk 30+ Min Walk Proximity to Criminal Activity: 10 Min Walk 20 Min Walk 30 Min Walk 30+ Min Walk Key: OPMOawa Ciy • Lnr.inr. of Poke Ststinri RmilmrtniRul6sgvfa w* Wesre P-aa-ny cremes 0 Key: Hight° LIM tare R. • Poi:SWiwi - Or ..dna Ot} Bx nes/ Re.tlenhM 8u6ige'Coory axes ▪ 'Mira P•ntl may OMarore 0 12IPage Location Criteria Summary LOCATION 2495 Ali Baba ave Opa-locka, FL 33054 LOT SIZE 48,998 Sqft PROXIMITY TO CITY CENTER .75 Miles PROXIMITY TO CRIME ZONES 2 Miles PROXIMITY TO OPA-LOCKA COMMUNITY RELEASE CENTER 3 Miles PROXIMITY TO PUBLIC TRANSIT .1 Miles PROXIMITY TO A MAIN ROAD .02 Miles from Ali Baba Avenue VISIBILITY TO THE PUBLIC Located on the Industrial Center PROXIMITY TO RESIDENTS .25 Miles 13 IP a g e Sponsored by: City Manager RESOLUTION NO. 20-9767 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, ACCEPTING BID PROPOSALS FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES PURSUANT TO RFQ NO. 20-0324200; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO MULTIPLE AGREEMENTS FOR ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES AS PROVIDED HEREIN; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on February 23, 2020, the City of Opa-Locka (the "City") duly issued Request for Qualifications ("RFQ") 20-0324200 for the purpose of establishing a library of Licensed Architects and Engineers to provide Architectural and Engineering Consulting Services for the City, attached hereto as Exhibit "A"; and WHEREAS, a total of 35 firms responded to the RFQ by May 15, 2020, the submittal deadline; and WHEREAS, bid proposals were received by the Office of the City Clerk on May 15, 2020 at 2:00 p.m. The City Clerk's Office opened sealed proposals at 2:05 pm and certified the bids under the provisions of Section 2-320.1 of the City's Code of Ordinance; and WHEREAS, the City Manager assembled an Evaluation Committee to assess the bid proposals. The Evaluation Committee met on June 2, 2020 to review the proposals and rate them; and WHEREAS, based on its review of the Evaluation Committee, the City Manager proposes that the City negotiate and enter into several agreements for Continuing Professional Architectural and Engineering Services; and WHEREAS, the City Manager recommends award of continuing contracts to: 300 Engineering Group, P.A. for Civil Engineering, landscape architectural, structural engineering and traffic engineering services; EAC Consulting, Inc. for Civil Engineering, landscape architectural, structural engineering, traffic engineering, land surveying, construction testing and inspections, utilities engineering services and general consulting engineering services; H.W. Lochner, Inc. for architectural, construction testing and inspections and general consulting engineering services; Civica Resolution No. 20-9767 LLC for mechanical/electrical/plumbing service; BEA Architects, Inc. for architectural services; SSN Engineering, LLC for utilities engineering services and 2 Plus Architects, Inc. for mechanical/electrical/plumbing service, as provided in Composite Exhibit "B" showing the scoring for responses to the RFQ; and WHEREAS, the City Commission supports approval based upon the Evaluation Committee's review, evaluation, scoring and ranking of the proposals submitted; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to award various Continuing Professional Architectural and Engineering Consulting Services as set forth herein. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby accepts the bid proposals, as provided herein, for Continuing Professional Architectural and Engineering Consulting Services, pursuant to RFQ No. 20-0324200, and as set forth in Composite Exhibit "B" attached hereto. The City Commission further authorizes the City Manager to enter into multiple agreements for Architectural and Engineering Consulting Services in a contract form acceptable to the City Attorney, and as otherwise described in this resolution. SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 10"1 day of Tune, 2020. 2 Resolution No. 20-9767 Matthew A. Pigatt, Mayor A _ EST: n a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIEN Burnadette Norris City Attorney eke, Moved by: COMMISSIONER BASS Seconded by: COMMISSIONER BURKE VOTE: 5-0 Commissioner Bass YES Commissioner Burke YES Commissioner Kelley YES Vice -Mayor Davis YES Mayor Pigatt YES 3 City of Opa-Locka Agenda Cover Memo Department Director: Acting City Manager: Commission Meeting Date: Fiscal Impact: (Enter X in box) Funding Source: Accountf: Contract/P.O. Required: (Enter X in box) Airia Austin John E. Pate 06.10.2020 Yes No Item Type: (EnterX in box) Ordinance Reading (Enter X in box) Department Director Signature: CM Signature: Resolution 0 i ' ance Other X st Reading 2nd Reading X (Enter Fund & Dept) Ex: Public Hearing: (Enter X in box) Advertising Requirement: (Enter X in box) Yes No X Yes Yes I No JX No X Strategic Plan Related (Enter X in box) Yes No x RFP/RFQ/Bid #: 20-0324200 Sponsor Name Yes No X City Manager Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education 0 Qual. of Life & City Image El Communication 0 Department: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) City Manager Short Title: A resolution of the City Commissions of the City of Opa-Locka, Florida authorizing the City Manager to accept continuing contracts for Professional Engineering Services Pursuant to RFQ No. 20-0324200. Staff Summary: On May 15, 2020 the City of Opa-Locka received thrity-five (35) responses to its Request for Qualification (RFQ) No. 20-0324200 for Architectural & Engineering Consulting Services. In accordance with the RFQ , the City of Opa-locka intents to award a contract to the most qualified Proposer (s) who agrees to provide the requisite professional services at a compensation which the City of Opa-Iocka determines fair, reasonable and competive. After reviewing the bids submitted, the Selection Committee found 300 Engineering, EAC Consulting, H.W. Lochner, BEA Architects, Inc., 2+ Architects, Inc., Civica Architecture, and SSN Engineering, LLC as the most qualified offerors. Proposed Action: Staff is recommending the award to 7 vendors to insure adequate coverage for the City of Opa-Iocka engineering consulting needs. Financial Impact There is no financial impact associated with the awarding of contract to the seven recommended firms providing professional engineering services. At such time that a future project is to be assigned to one of these Rrms, staff will return to the Commission to obtain approval, including identifying the financial impact and funding sources. Attachment: 1. Agenda 2. Evaluation Matrix 3. Selection Matrix Office of the City Manager 780 Fisherman Street, 40' Floor Opa-locka, FL 33054 John E. Pate, MS, CM Telephone (786) 338-6598 City Manager Email: jpate@opalockafl.gov To: Mayor Matthew Pigatt Vice Mayor Chris Davis Commissioner Sherelean Bass Commissioner Alvin Burke Commissioner Joseph L. Kelley From: John E. Pate, City Manager Date: June 4, 2020 Re: Resolution: Committee Selection for Architectural & Engineering Consulting Services Request: A RESOLUTION OF l IIE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING CONTINUING CONTRACTS FOR PROFESSIONAL ENGINEERING SERVICES PURSUANT TO RFQ NO. 20- 0324200; FURTHER AUTHORIZING TILE CITY MANAGER TO ENTER INTO MULTIPLE AGREEMENTS FOR CIVIL ENGINEERING, ARCHITECTURAL SERVICES, LANDSCAPE ARCHITECTURAL SERVICES, STRUCTURAL ENGINEERING SERVICES, MECHANICAL/ELECTRICAL/PLUMBING SERVICES, UTILITIES ENGINEERING, TRAFFIC ENGINEERING, LAND SURVEYING, CONSTRUCTION TESTING AND INSPECTIONS, AND GENERAL CONSULTING ENGINEERING AS OUTLINED; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. Categories: CIVIL ENGINEERING L 300 Engineering Group 90.2 1 EAC Consulting 86.0 ] ARCHITECTURAL SERVICE H.W. Lochner 85.8 BEA Architects, Inc. 85.6 LANDSCAPE ARCHITECTURAL SERVICES L 300 Engineering Group 90.2 EAC Consulting 86.0 STRUCTURAL ENGINEERING SERVICES 300 Engineering Group 90.2 EAC Consulting 86.0 MECHANICAL / ELECTRICAL / PLUMBING SERVICE 2+ Architects, Inc. 84.6 Civics Architecture 82.2 UTILITIES ENGINEERING EAC Consulting 86.0 SSN Engineering, LLC 77.2 TRAFFIC ENGINEERING 300 Engineering Group 90.2 EAC Consulting 86.0 LAND SURVEYING 300 Engineering Group 90.2 EAC Consulting 86.0 CONSTRUCTION TESTING AND INSPECTIONS EAC Consulting 86.0 H.W. Lochner 85.8 GENERAL CONSULTING ENGINEERING EAC Consulting 86.0 H W Lochner 85.8 Bid proposals were received by the Office of the City Clerk on May 15, 2020 at 2:05 p.m. The City Clerk's Office opened sealed proposals and certified the bids under the provisions of Sec. 2-320.1 of the City's Code of Ordinance. The following thirty-five (35) companies submitted proposals: 2Plus Architects, Inc. Cain -an Engineering Group, Inc. Michel Flaugh Landscape Architect Perrin International Services, Inc. SSN Engineering, LLC The Beta Jones Group, Inc. 300 Engineering Group, P.A. 305 Consulting Engineers, LLC BEA Architects, Inc. Biscayne Engineering Company, Inc. C&I Constructions and Design, Inc. Civics Architecture Craven Thompson & Associates, Inc. D.L. Fields Consultants, LLC David Plumy & Associates EA3 Civil Engineering, Inc. EAC Consulting, Inc. Eastern Engineering Group EBS Engineering, Inc. Eco Tech Consulting, LLC H.W. Lochner, Inc. Kimley-Horn and Associates, Inc. Landshore Enterprises, LLC McMahon Associates, Inc. ME Engineering, Inc. Nova Engineering and Environmental, LLC Nyarko Architectural Group, Inc. Pistorino & Alam Consulting Engineers, Inc. Premiere Design Solutions, Inc. R.E. Chisholm Architects, Inc. Radise International, LC SGM Engineering, Inc. Synalovski Romanik Saye, LLC Tierra South Florida, Inc. Universal Engineering Sciences, LLC The evaluation committee met on June 2, 2020 to review proposals. Members of the evaluation committee included: Corion DeLaine, City Planner Carlos Gonzalez, OP Project Manager Gerald Lee, Zoning Official Rich Oddman, Sr. Accountant Arshad Vigar, City Engineer Each committee member's review evaluation and scoring of proposals were based on the following criterion and weight system: Criterion Weight Consultant's background, qualification, credentials and in- house expertise, factoring in the proposed Proposer teams' current workload and experience working together on similar category. 35% Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration services. 35% Previous experience working with local regulatory, permitting agencies and governmental clients. 5% Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 15% Local Business Preference. 5% CBE or SBE Preference. 5% Attached you will find the selection committee evaluations that include scoring of the thirty-five (35) proposals submitted / received. Reconun idathm(s): Staff recommends approval based upon the committee' s review, evaluation, scoring and ranking of the proposals submitted. Therefore, it is the recommendation of the Selection Committee that the City negotiate and enter into several agreements for Continuing Professional Engineering Services. Attachments: Request for Qualifications (RFQ) #20-0324200 Advertisement Bid Certification Committee Evaluation Forms Bid Proposals 1 RFQ - 20-0324200 4 Perrin Intern ational Services 5 SSN Engineering, LLC 6 IThe Beta Jones Gr oup, Inc . 7 300 Engineering Group 8 305 Co nsulting Engineers, LLC 10 (Biscayne Engineering 11 C&I Construction I 12 Civica Architecture 13 Cra ven Thompson & Assoc. 14 ;D. L. Fie lds Consultants 5 David Plummer 16 !EA 3 Civil Enginee ring • 17 EAC Consulting 19 EBS Engineering 21 H.W. Lochner 22 Kimley Horn 29 Premiere Des ign Solutions 32 SGM Enginee ring 5 SSN En gineering, LLC 7 300 Engineering Group 8 1305 Consulting En gin eers, LLC 12 , Civica Architecture 14 D.L. Fie lds Consulta nts 15 David Plummer 17 EAC Consulting 18 Easte rn Engineering Group 21 11-I.W. Lochne r 22 '.Kimle y Ho rn 32 SGM Engineering 1 80.4 75.4 82.2 77.2 82.0 79.4 66.4 86.0 80.0 85.8 85.2 84.0 84.6 Score 75.4 82.2 82.0 79.4 86.0 70.2 85. 8 85.2 84.6 Architects, Inc 9 BEA Archit ects, Inc . Civica Architecture 12 141 151 21 1H .W. L ochner 25 ME Engi neering 27 Nyarko Architectural Group 28 I Pist orino & Alam Consulting 30 D.L. Fields Con sult ants David Plummer R.E. Chisholm Architects 32 SG M Engin eering 33 Synalovski Romanik Saye 1 2+ Archite cts, Inc The Beta Jo nes Group, Inc. Civica Architecture D.L Fields Consultants Da vid Plummer ME Engineering Nyarko Architectural G rou p 82 .2 82 .0 79.4 74.4 76.6 77.8 84.2 84.6 84 .0 79.4 74.4 76.6 3 6 7 12 2+ Architects, Inc Micheal Faugh Landsc ape The Beta Jones Group, Inc . 300 Engineering Group Civica Architecture Craven Thompson & Assoc. 14 D.L . Fields Consultants 15 Da vid Plummer 13 17 EAC Consulting 21 22 fKimiey Horn H.W. Lochner Utiii#ies E ngineeri ng SSN Engineering, LLC 11 IC&I Co nstruction 7 lEAC Consulting 82 .2 Score 75 .4 86.0 RFQ - 20-0324200 VII Traffic E ngineering 2 1Caltran Engin eering Gr oup 5 ISSN Engineering, LLC - 7 1300 Engineering Gr oup 8 '305 Consulting Engineers, LLC 12 Civica Architecture 17 EAC Consulting 21 H. W. Lochner 22 Kimley Horn 24 'McMa hon Assoc. Sc or e 73.8 77 .2 90.2 75.4 82 .2 86 .0 85.8 85.2 73 .4 4 2+Architects, Inc Perrin Internati onal Ser vic es 300 Engineering Group 10 Biscayne Engine ering 12 Civica Architecture 7 13 15 84.6 78 .2 90;2 80.4 Cra ven Thompson & Assoc. D avid Plumm er 17 21 22 EAC Consulting H.W. Lochner Kiml ey Horn 29 Premi ere Design Solutions 82.2 77.2 79.4 86:0 85.8 85 .2 84.0 IX 1 Constructi on Testing and Inspections :--- • --:_ 2+ Architects, Inc S` ore 84.6 4 Perrin Internatio nal S ervic es 78.2 8 The Beta Jones Group, Inc . 74.6 12 Civica Architecture 82.2 15 Da vid Plummer 79.4 17 EAC Co ns ulting 86A 19 EBS E ngineering 80.0 20 E co Tech Consulting 70.8 21 H.W. Lochn er 86:8; 22 Kimley Nom 85.2 26 Nova Engineering1Envir onm ental 72 .8 31 Radise Int ernatio nal 81.8 34 Tierra South Florid a 77.4 35 Uni versal Engineering Scienc es ' 77.6 13 16 17 19 21 22 General Consultin g Enainee rina 2+ Architects, Inc Craven Thomps on & Assoc. IEA3 Civ il Engineering EAC Consulting EBS Engin eering H.W. Lochne r Kimle y Horn 25 1ME Engineering 28 Pistorino & A lam Consulting 29 Premiere Design Solutions Score 84.6 77.2 66. 4 86.0 1 80.0 85.8 85.2 74.4 77. 8 84.0 RFQ - 20-0324200 - B � @ a-®■ -|e--■ ® ■ te - It - -$ 1 LJ lm!f ■ ■ 0 1 r 1 J E h« 11 j 11R in ■ 11H- . 0 j l 111 N pstg.-_$ 1 A � 1 1 T, ico tco 11 2 CO 10 1 I ■ co 2 1 cn ■ 10 PI 111 L RFQ 20-0724200 EVALUATION N ATRIX� Total 100 II 64 II is II 79 II '3 so ��Cong I M 1; g h .1. -4 to 1n O l0 g a o o. R N Mt WY r Iq M Ni 1) j LL M N 14 r M M z L b Us 18 g g 10 SD O) r O 3 N O O N r II* A r 10 O 10 g w r L r HI Yf 1' W H $I gnu, Lo �� } 1 LL 1\ ii. is 1 N N N 8 8 R g x I 1 1 RFO 20-0324200 EVALUATION IIATIUX E 5 5 5 Total 100 74 5 82 5 72 5 113 AVERAGE Ow / Envfro !Consulting 822 a h a N 0 Cl a 0• w N 0 01 N A 1 1 a DY W 40 1fl1u a J 1 If 8 U O • a m N O N fJ a w 1 if aw a P u u u 8 8 N u N O W V 2 a m u ki' ki ef 3 F 1 • N 1 _.,m11 811 rj u a N " 6 0.8 O tl u OI a u } f t a w N p -n N f 0 3 RFG 2040324200 EVALUATION MATRIX 5 Tot 100 0 0 80 5 76 0 ti 5 81 AVERAGE Geo / Erwko I 66.4 Consulting 11 e t cro 17 Firm Name: �a��f�ifSa� �e 1 s�� j MMM 'f 3� X tn h 1 Jjg 1 w in i w g 0, 8 1 N N Ul O ::ii b N N O W Y t0 w e A 141f3 'n tog s al h O ffIIJJ O 10 8 aaN H 'q N b 8 if 7" g/��� i 1 I 0, M N M V 0I M f O O 1 O a a IO f O W O O O i W 0) Y L1 1 ID, , N N a n to fe 20-0524200 EVALUATION MATRIX � �— Too! 190 I r! so '' II fO _ 70.8 Commking ii UI!m I; 1 h r N N H to O O N W 3t Isliiiifill la O O M b OS o O ;;,"11, W N N r A N O r YYY�JJ N.4r .n a O g M O O O W a d N N r o 1 IM P N 0 r h lit a Vf 0 0 O N N a 0 0 1 N 0 0 N VD N RFQ 20.0324200 EVALUATION MATRIX 6 5 0 Total 100 M 0 60 0 79 0 79 4 90 AVERAGE Geo / Enviro I Consuling 73.4 iiii x c * ... IIN R 1A H O O i 1 N N O N V 0 g 1 J R A N D u 8 1 1 LJIJJuI1 1i o N R N V O O r 3� 0 40 CO r 0 W 0 I 1 ir 00 11 1 11 1 e7 r r o N � CO S 2 $ N O ua 3� $-"72 I� e y 11 11 SR nooLn8 a 1 1 Y �j M 11 m 1 1 M n 3 11 0 w n RFQ 20.0 200 EVALUATION MATRIX a s o 0 o 0 4 Total 100 is 60 n 75 AVERAGE Geo / Enviro 90 77.8 Consulting fl N N o T N S $1 N tLI h W N N 1' g O.* tog Yi F m T w i Of g O N p J N N ;2 T N g s g N H ; N O T S s 1 A A N :2 30.1 m N to lb N O O 1 N O 3 p N 0 1 A N N T RFQ 20-0324200 EVALUATION MATRIX 5 Total 100 74 0 00 5 99 0 5 AVERAGE GeolErwiro 79 91 64.6 Consulling 0 LE LINO 1; + c $ N N 130 2 n o o g 1 1 Z E S3 m 10 ID 0 + r N W 14 G P O F R'n 0 a 1 1 gm - 0 4 f r $ O 2 1n m 0$ It [7 N 10 ID RFCI 20-0324200 EVALUATION MATRIX CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR QUALIFICATIONS ARCHITECTURAL & ENGINEERING CONSULTING SERVICES RFQ NO. 20-0324200 1, Joanna Flores, City Clerk of the City of Opa-Iocka, Florida, do hereby certify that according to the provisions of Sec. 2-320.1 of the City's Code of Ordinances, sealed proposal(s) were opened at the Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-Iocka, Florida, at 2:05 p.m. this 15th day of May, 2020. UALIFICATION(S) RECEIVED *Please note: The following RFQ's were hand delivered to the City. NAME/ADDRESS 1. 2Plus Architects, Inc. 206 Andalusia Avenue Coral Gables, FL 33134 Contact: Edgardo Macchi, Principal in Charge Tel: 305-619-3277 Email: emacchi(a�2alus-architects com 2. Caltran Engineering Group, Inc. 790 NW 107th Avenue Miami, FL 33172 Contact: Juan Calderon, Principal Tel: 786-456-7700 Email: :calde_ .rok ,ca1trangroup com 3. Michael Flaugh Landscape Architect 2877 SE Ocean BLVD Stuart, FL 34996 Contact: Michael Flaugh, Principal Tel: 772-419-0024 Email: milce(a�milcettau h com 4. Perrin International Services, Inc. 12491 SW l34'h Court, Unit 20 Miami, FL 33186 Contact: Gregory Perry, President Tel: 786-251-9291 Email: reeryknerrintl com 6 Copies/1 USB 6 Copies/1 USB 6 Copies/1 CD 6 Copies/1 CD 5. SSN Engineering, LLC 13899 Biscayne Blvd, Suite 310 North Miami Beach, FL 33181 Contact: Rubel Siddique, Director of Engineering Tel: 561-951-3864 Email: riddique uQssneneineering.com 6. The Beta .tones Group, Inc. 801 Brickell Avenue, Suite 900 Miami, FL 33131 Contact: Luis Betalleluz Tel: 786-284-8828 Email: contactQbetaiones.com 6 Copies/1 CD 6 Copies/1 CD *Please note: The following RFQ's were submitted electronically to the City. 7. 300 Engineering Group, P.A. 3850 Bird Road, Suite 601 Miami, FL 33146 Contact: Franklin Torrealba, Director Tel: 305-602-4602 Email: fatorrealba(4300engineering.com 8. 305 Consulting Engineers, LLC 13944 SW 8th Street, Suite 211 Miami, FL 33184 Contact: Enrique Zuniga, President Tel: 305-409-5548 Email: ezuniga(a,305consultant.com 9. BEA Architects, Inc. 3075 NW South River Drive Miami, FL 33142 Contact: Bruno -Elias Ramos, Principal -in -Charge Tel: 305-461-2053 Email: beamarketing(abeai.com 10. Biscayne Engineering Company, Inc. 529 West Flagler Street Miami, FL 33130 Contact: Mike Bartholomew, President Tel: 305-324-7671 Email: mikeb(iqbiscayneengineering.com 1 1. C&I Construction and Design, Inc. 13350 NW 42" Avenue, Suite 15 A Opa-Iocka, FL 331154 Contact: Carlos Maldonado, President Tel: 786-287-9903 Email: carlos(,cicdinc.com 12. Civica Architecture 8323 NW 12th Street, Suite 106 Doral, FL 33126 Contact: Rolando Llanes, President Tel: 305-593-9959 Email: rllanesQ,civicagroup.com 13. Craven Thompson & Associates, Inc. 3563 NW 53rd Street Fort Lauderdale, FL 33309 Contact: Patrick Gibney, Vice President Tel: 954-739-6400 Email: pgibneyAcraventhomuson.com 14. D.L. Fields Consultants, LLC 1125 NE 125th Street, Suite 210 North Miami, FL 33161 Contact: Debora Fields, Managing Principal Tel: 305-582-0091 Email: Debora(ajdlfcarchitects.com 15. David Plummer & Associates 1750 Ponce de Leon Blvd Coral Gables, FL 33134 Contact: Timothy Plummer, President Tel: 305-447-09011 Email: tim.olummer(w)dnIummer.com 16. EA3 Civil Engineering, Inc. 1112 N 46th Avenue Hollywood, FL 33021 Contact: Eric Areneibia, President Tel: 754-777-7993 Email: ericarencibia(a),ea3civil.com 17. EAC Consulting, Inc. (Also hand delivered) 5959 Blue Lagoon Drive, Ste. 140 Miami, FL 33126 Contact: Michael Adeife Tel: 305-265-5400 Email: madeife(ieacconsult.com 18. Eastern Engineering Group 3401 NW 82'' Avenue, Suite 370 Dora(, F'L 33122 Contact: Raissa Lopez, President Tel: 305-599-8133 Email: raisstt easierneg.com 19. EBS Engineering, Inc. 4715 NW 157th Street, Suite 202 Miami, FL 33014 Contact: Benjamin Essien Tel: 305-625-5252 Email: info(aiebsengineering.com 20. Eco Tech Consulting, LLC 556 NW 53rd Street Boca Raton, FL 33487 Contact: Bala Somasundaram, President Tel: 305-924-2260 Email: bala(aiecotechfl.com 21. H.W. Lochner, Inc. 8750 NW 36th Street, Suite 360 Miami, FL 33178 Contact: Edwin Mojena, Vice President Tel: 305-503-9873 Email: emoiena(a,hwlochner.com 22. Kimley-Horn and Associates, Inc. 355 Alhambra Circle, Suite 1400 Coral Gables, FL 33134 Contact: Gary Ratay, Vice President Tel: 305-673-2025 Email: gar_y.ratavt7a,kimlev-horn.com 23. Landshore Enterprises, LLC 188 Triple Diamond BLVD., Suite A4 North Venice, FL 34275 Contact: Andre van den Berg, President Tel: 941-303-5238 Email: info(a7landshore.com 24. McMahon Associates, Inc. 8333 NW 52rd Street, Suite 450 Dora!, FL 33166 Contact: R. Trent Ebersole, Vice President Tel: 305-222-1945 Email: tbersole(Onicmahonassociates.com 25. ME Engineering, Inc. 11401 SW 40th Street, Suite 301 Miami, FL33165 Contact: Zoila Morales, President Tel: 786-275-4635 Email: zmoraies(rimeenginecringc.cum 26. Nova Engineering and Environmental, LLC 4350 Oakes Road, Suite 518 Fort Lauderdale, FL 33314 Contact: Javier Jimenez, Business Unit Manager Tel: 954-424-2520 Email: iiimenezAusanova.com 27. Nyarko Architectural Group, Inc. 5931 NW 173rd Drive, Suite 2 Miami, FL 33015 Contact: Charles Nyarko, President Tel: 305-820-3555 Email: cn(a,nyarkoarchitects.com 28. Pistorino & Alam Consulting Engineers, Inc. 7171 SW 62" Avenue, 4'h Floor Miami, FL 33143 Contact: John Pistorino, President Tel: 305-669-2700 Email: ipistorino( namiami.com 29. Premiere Design Solutions, Inc. 1065 NE 125t Street, Suite 211B North Miami, FL 33161 Contact: Luis Jarado, President Tel: 954-237-7850 X701 Email: liurado(a,pds-eng.com 30. R.E. Chisholm Architects, Inc. 782 NW 42"d Avenue, Suite 650 Miami, FL 33126 Contact: Robert Chisholm, Chairman/CEO Tel: 305-661-2070 Email: bob(a,chisltolmarchitects.com 31. Radise International, LC' 10486 NW 3V' Terrace Doral, FL 33172 Contact: Gregory Stelmack Tel: 305-989-7895 Email: GregorystelmackAradise.net 32. SGM Engineering, Inc. 1 E. Broward Blvd, Suite 1503 Fort Lauderdale, FL 33301 Contact: Tony Shahnami Tel: 954-451-1944 Email: tony(cdsgmengineering.com 33. SYNALOVSKI ROMANIK SAYE, LLC 1800 Eller Drive, Suite 500 ti Fort Lauderdale, FL 33316 Contact: Manuel Synalovski, Managing Member Tel: 954-961-6806 Email: msvnalovskiAsvnalovski.com 34. Tierra South Florida, Inc. 16250 NW 59th Avenue, Suite 207 Miami Lakes, FL 33014 Contact: Raj Krishnasmy, President Tel: 305-557-0708 Email: raj(a7,tsfeeo.com 35. Universal Engineering Sciences, LLC 9960 NW 116t Way, Suite 8 Medley, FL 33178 Contact: Reinaldo Villa, Miami Branch Manager Tel: 305-249-8434 Email: rvilla(a,universaleneineerine.com 1 further certify that sealed proposal(s) were submitted and properly opened in the presence of the following: Sherine Bull, Assistant City Cler City of Opa-locka Sha'mecca Lawson, Executive Secretary City of Opa-locks Airna Austin, Public Works Director City of Opa-locka Joanna Flores, CIVIC City Clerk Architectural and Engineering Consulting Services - DemandStar Page 1 of 2 Architectural and Engineering Consulting Services Under Evaluation 80 1833 0 7 Planholders Broadcasted to 2 Supplemental Suppliers Watchers Post Bid Viewers Bid Details Agency Name City of Opa-locka Bid Writer :r Bid ID RFQ-20-0324200.0-2020/AA Bid Type Request for Qualifications Broadcast Date 02/23x2020 4:00 AM Eastern Fiscal Year 2020 Due 05i 15R02(l 2:00 PM Eastern Bid Status Text None Scope of Work To establish a library of Licensed Architects and Engineers to provide Architectural and Engineering Services for the City of Opa• locka. Documents Filename Distribution Info Bid Bond None Type Date Modified Status Addendum 04/27/2020 Complete Addendum 04/00/2020 Complete Addendum 03/24/2020 Complete Addendum 03/16/2020 Complete Addendum 03/16/2020 Complete Bid Document / 02/21/2020 Complete Specifications Plan (blueprint) Electronic plan documents https://www.dernandstar.com/beta/buyers/bids/372200/details 6/8/2020 Architectural and Engineering Consulting Services - DemandStar Page 2 of 2 E -Bidding No Distributed By DemandStar Distribution Method Download and Mail Distribution Options Uploading electronic plan files (.plt, .dwg, .dwf) Project Estimated Budget S0.00 Distribution Notes None Publications Miami Herald - Neighbors View Legal Ad Pre -Bid Conference G No Pre -Bid Conference Available statistics Ptanholders There are 80 Planholders for this bid. Filtered No Broadcast List 1833 Suppliers have been notified Post -Bid Viewers There are 2 Post -Bid viewers Supplemental Suppliers 0 Supplemental Suppliers Commodity Code Opori [002-019-00( AGRICULTURAL CROPS AND GRAINS, INCLUDING FRUITS, MELONS, NUTS, AND VEGETABLES (002-020.00[ AGRICULTURAL EQUIPMENT, IMPLEMENTS, AND ACCESSORIES (SEE CLASS 022 FOR PARTS) [002.022-00[ AGRICULTURAL EQUIPMENT AND IMPLEMENT PARTS [002-040-00( ANIMALS, BIRDS, MARINE LIFE, INSECTS AND POULTRY, LIVE, INCLUDING ACCESSORY ITEMS (002-325-00( FEED, BEDDING, VITAMINS AND SUPPLEMENTS FOR ANIMALS (SEE CLASS 875 FOR DRUGS AND PHARMACEUTICALS FOR ANIMALS) https://www.demandstar.com/beta/buyers/bids/372200/details 6/8/2020 EVALUATION FORM RFQ No, 20-0324200 Architectural and Engineering Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Date: C,d 26 DJ' z a • z • zo Firm Name: CO -Z+ A r Criterion 1 Consultant's background, quallgraUons, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 1 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. S 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. I! 5 Local Business Preference 4 6 CBE or SBE Preference. ✓C Firm Name: -/'r4;tr Criterion Max. Points 35 35 5 15 5 5 Po 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. f 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience in planning, designing and construction administration Services. .3 / 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference a CBE or SBE Preference. S-• Max. Points 35 35 5 15 5 5 Firm Name: CV /1!%!+ 4 G C.� �c/5'�� e Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. G 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3o 3 Previous experience working with local regulatory, permitting agencies and governmental clients. ,/jr 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. /.3 5 Local Business Preference 6 CBE or SBE Preference. 5-- Polnfs Max. Points 35 35 5 15 5 5 NOTES: r C- ,' 71c • /4 n/G/✓i/ /G.�sG✓saea4 J • /r r.la !J d n K •••/": • Gd r '•-/ CSrs- / I t- • !yX e e 7!es 61-.--e";t0 fir *4- rat o - o r r,../ rr Y'A ,'Js .44 v �D�—•'7t.1'0KJ /hy —pIK NOTES: 4,.F1L/�. / [ • (/ter v e •a r d.•._: •NYC OI#.1 ..y, r �� .-„.ffi-7 ,D4.H'f �J /v/+/ c!�!3 / of ,..,--1.'1, !� F. .T. • _274...-s• . NOTES: Z, al, ML c4c Q�e -.- • AlA 1 •'..•,•f d -d � .H A.{ • r1 .L o-,! f+I .fa✓z* �" � 1,1r 40 .. 1101 /ra- 5/ r Firm Name: �•e''r//'t-•-Lf9-7or Criterion EVALUATION FORM -5"4111,/, .1 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 2 Staff Experience and resumes of team's personnel, including assigned Project managers experience in planning, designing and construction administration Services. 3 Z. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 6-- 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. / ,3 5 Local Business Preference 4 8 CBE or SBE Preference, 6 -* Firm Name: �,1�✓// ��� �� Criteron 1 Consultant's background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 31 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience in planning. designing and construction administration Services. 32 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. 5- 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 43 5 Local Business Preference 4. 8 CBE or SBE Preference. Firm Name: lii� a 6-io✓p Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring In the proposed Proposer team's current workload and experience working together on similar category. 3/ 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 2 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. $- 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. / 3 5 Local Business Preference a CBE or SBE Preference. 6. Firm Name: Criterion 300 //Veer/I-7 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. t- 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. /3 5 Local Business Preference ^r 8 CBE or SBE Preference. 5 - Mex. Paints 38 35 5 15 5 5 NOTES: / y� • ,�v "'Ida .:0.0.4.1 • />/4 y - O. /.•W • P/ • 0 wti y� • /LVI,rs • ear a J f ��y Guerilla • *d -C_•• • ,6f.3C Max. NOME. Points 35 35 5 15 5 5 Max. Points 35 35 5 15 5 5 /A2,/-/ .j v ✓rs.�/ �'rtvdy • *Ara 444 ca/ (.4. e • �il•/J! r/6f-�I� m/i1� . f I4.G �.i Aid re ✓•r ✓ r ✓g, /i`•pi �2/' S✓`.x , .�d$I C-dH fire'-�W'? ra /e( . ei ✓ 4-4-- 4.4." d..• •' a--' �T 046•MI9 aes eY4-0 , .543e . • - od•jfi4•p• q/�. ,° v_ . NOTES: / _'V� //G./�e CI.S." c•eu{� /�(i P_ • 371 (4.ar/4 $5 ./ • Y*d e d ii • �tY C• %� l/af.G� /1✓YY/l.jw%�C��_`''��.(��J dv�✓d. 4OMr0•. Ielt`G • bt/r✓•�e.sf a•/i�.s?t 7 /J►rq�rY���� • /y/.f /ef • Max. Points NOTES: �••- / v I 35 35 5 15 5 5 c J_4_ /7••••, vw 11 e•wr ei. :AP- ay .�. • 7."0. rJ . a4 ..- EVALUATION FORM Firm Name: Criterion Points 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 31 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience in planning, designing and construction administration Services. 3 I 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 6- 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. /3 5 Local Business Preference 4 8 CBE or SBE Preference. Firm Name: ® t4 Ay -c. ,6; 7� c., Criterion Points Consultant's background, qualifications, credentials and in-house expertise, factoring in the 1 proposed Proposer team's current workload and experience working together on similar category. -3Z 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 L 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. 4.- 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 13 5 Local Business Preference 41 6 CBE or SBE Preference. ,S'.. Firm Name: c- ,atte ✓rgi7 Criterion Points 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 j Staff Experience and resumes of team's personnel, Including assigned Project manager's 2 experience In planning, designing and construction administration Services. 37 3 Previous experience working with local regulatory, permitting agencies and governmental clients. , J • 4 Project control tools utilized to maintain schedule, quality and cost controls and constriction management activities. /.3 5 Local Business Preference 4- 6 CBE or SBE Preference, 5-* Firm Name: jl c ' ..r Cn3 7`rY✓�_�,o Criterion Points Max. Points 35 35 5 15 5 5 Max. Points 35 35 5 15 5 5 1 Consultant's background, qualifications, credentials and in•house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3,v 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 a 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. 4 4 Project control tools utilized to maintain schedule, qualityand cost controls and construction management activities. 5 Local Business Preference 6-- 6 CBE or SBE Preference. 5 Max. Points 35 36 5 15 5 5 Max. Points 35 35 5 15 5 5 NOTES: C- / ✓ ! ' / / Y ✓ C..�/r ✓/ • rt,, .f rr ✓ `r ►-'-T �1 4.rr ; r 4' Y • rfrrr a r✓ %a pi a •. `/c • 'Tea. 'IAA/A • clod " q .r.- rim G •air r ✓ Orr feG! 70%• dl w4 iai NOTES: A r „''L 1 / �ti 1 •� • • re* .+r r✓l V -!e- • rctar /.r_. •a. i w,• n/r-e--460.eee ors4' �s/ /y • "-II.•!F-7-r • (f,4'••' .� . P ek. • Z4vrr NOTES: • Ck • r-• t= eals'a Give / ea.-- .1" ,jdrr •r • Vrs F nr ✓,env, • /Wt.' f-�c .HBO - NOTES: C- 7' 7,1; S • rH r Car G 6/1e. .sj9ay• Firm Name: Criterion EVALUATION FORM ".�v/CCU P.e.il; G %ILti 1 Consultant's background, qualifications, credentials and in-house expertise, factoring In the proposed Proposer team's current workload and experience working together on similar category. 3-✓ 2 Staff Experience and resumes of team's personnel. Including assigned Project manager's In planning, designing and constnuction administration Services. .33experience 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. S 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. l 5 Local Business Preference d 8 CBE or SBE Preference. 5'' Firm Name: ag ✓F7 % 4,', rrJ' d., F �SS c6 C Criterion 1 Consultant's background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 -3 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience in planning, designing and construction administration Services. 3.3 3 Previous experience working with local regulatory, permitting agencies and governmental clients. A Project control tools utifzed to maintain schedule, quality and cost controls and construction management activities. /. 5 Local Business Preference 4 6 CBE or SBE Preference. 6-- Firm Name: i; Ti' e-(cL._s Criterion Points 1 Consultant's background. qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and govemmental clients, 5 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. /3 5 Local Business Preference 8 CBE or SBE Preference. Firm Name Criterion ✓/ _ rim. :Y / S s dam. Points 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. ' 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 4. 4 Project control tools utilized to maintain schedule, quality and cost controls and construclion management activities. j 3 5 Local Business Preference if, 6 CBE or SBE Preference. 4, Palms Points NOTES: A r 4.4 • ���'O ✓1'e.N-.e^@[1 a (C.- 74c.../ 35 35 6 15 5 5 Points Points ts NOTES: Gr (✓ '/ G4et e(,Sc • L as .r� r vG sA, �a ot,f s'K� 35 5 15 5 5 Max. Points 35 35 5 15 5 5 Max. Points 35 35 5 15 5 5 //a 2 �w.r lot //s Yt q' do' d a /IM,! 4/�yrd. 4t/ /3 < NOTES: A r ; 4e.j_f •rOXIJ NOTES: t �v�/�✓G�"//�? . /L�yr� - • ien a /ra e d !r Ae • r•)X.'a7) Cec 4,4 -" / Q 4 EVALUATION FORM Firm Name:0 6-‘2- 3 G --14,//6-7.--4.,./,y erg Criterion Points 1 Consultant's background, qualifications, credentials and in•house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. I 2 Staff Experience and resumes of team's personnel, Including assigned Project managers experience in planning, designing and construction administration Services. Z. 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. 3 4 Project control tools utilized to maintain schedule, quality and cost controls and constnjction management activities. /1 5 Local Business Preference , 6 CBE or SBE Preference. Firm Name: 0? Gam/l•\ C._ C 46✓ / •�� Criterion Points 1 Consultant's background, qualifications, credentials and in•hause expertise, factoring In the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project managers experience in planning, designing and construction administration Services. 33 3 Previous experience working with local regulatory, permitting agencies and governmental clients, $"" 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. ,/' 5 Local Business Preference 8 CBE or SBE Preference. Firm Name: Criterion C 7j,./7 42✓ -r ir' / Max. Points 35 35 5 15 5 5 Max. Points 35 35 5 15 5 5 NOTES: Co; V4/1 • Zycs . owe .A/ v'` mdW c.-4 "or°Ja "s �!�4r) f'Al (do/le-40x, ihS/7 w 0 g o(. NOTES: e/ •V / / f / 1 Ow 'eeRrv7, • ,�ir•+r Are JJs/ ✓e K"1 •x e�0I'd 1*AP /aq,, dwr !a• 7 r' /trvG2 f>� . Lac • /r �r• rs ._ • Z4 r,. • /4i4.401J Points NOTESax :NOTES: 1 Consultant's background, qualifications, credentials and In•house expertise, factoring in the proposed Proposer team's current workload and experience working together an similar category. 3 Staff Experience and resumes of team's personnel, including assigned Project managers 2 experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5- 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. i3 5 Local Business Preference ft • 6 CBE or SBE Preference. S• Firm Name: a ,2 g � er/y C 1 Consultant's background, qualifications, credentials and in•house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category, �� 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. 3Z 3 Previous experience working with local regulatory, permitting agencies and governmental clients, 5" 4 Project control tools utilized 10 maintain schedule, quality and cost controls and construction management activities, ,3 5 Local Business Preference T 8 CBE or SBE Preference. 35 35 5 15 5 5 * Wr)rN¢q 410/14-4 � /•/-041 . � r •. if/4 ?f/dal e.n Y0. ��,✓,ri� -( .'c / b/r. • Points Max. oem NOTES: G /v,. 35 35 5 15 5 5 •171/ • /Vr[ F q�d Y .e.• q ,�ricl rrgOr/i" TUI eA ei ro c�?► : d7�;/" plc/c C' , j Firm Name: Criterion EVALUATION FORM /7 7 1 Consultant's background, qualifications, credentials and in-house expertise, factoring In the proposed Proposer team's current workload and experience working together on similar category. 3 l 2 Staff Experience and resumes of team's personnel, including assigned Protect manager's experience in planning, designing and construction administration Services. 3/ 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 6' 4 Project control tools utilized to maintain schedule, quality and cost controls and construction ruc management activities. / 3 5 Local Business Preference % 6 CBE or SBE Preference. Firm Name: 2 l / . VI` cc3 j /1 r Criterion 1 Consultant's background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. ✓ 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. 3 3 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. �/ / Y 5 Local Business Preference 14 5 CBE or SBE Preference. 1. Firm Name(OL ./(1/4/ /y ,-/7 q,n-J As 5dt • Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the V proposed Proposer team's current workload and experience working together on similar category. 32 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5- 4 Project control tools utilized 10 maintain schedule, quality and cost conlrois and construction management activities. 13 5 Local Business Preference 4 6 CBE or SBE Preference. Firm Namee ) L�.e 5 re Criterion 1 Consultant's background, qualifications, credentials and In-house expertise, factoring In the proposed Proposer team's current workload and experience working together on similar category. i z Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. M/ 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. S'• 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities, /3 5 Local Business Preference e CBE or SBE Preference. Max. Points 35 35 5 15 5 5 Max. Points 35 35 5 15 5 5 Max. Points 35 35 5 15 5 5 NOTES: rte„ a (/ 9 l.� �'J /j/= g NOTES: e✓(! // iA 1 �6 �va%C+eo-Fvr 447%,/rd•e S✓ry LI .(4,07/a<r • 7G rs • "Apr _q-e'/i vTo/ — ei/( frith h/iLFG/e/'n •rs //..ts ,Ev •�. • 640 dove wof.L _leer' in 4..44.5 NOTES: aJ • 6-3rrs . • 1/4ar r6wu✓/4-e,� X4e • CrX %i...MG.,' O uyOr A e,r — OT/ • /Vt.,Ot , rf /.f •- t� �1f _a 71_1 74ei• e:j 7'x • • 'v -i �.Cdlsr x. NOTES: �r•- Points Ma G. "-a5/ O 35 35 5 15 5 5 • /8},rs ' Ao✓714 • Fie -,.l its f°rro/vccajexac.�/ il Firm Name: Criterion /10-1coil kss ec EVALUATION FORM 1 Consultant's background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 Z 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Z 3 Previous experience working with local regulatory, permitting agencies and governmental clients- S" 4 Project control tools utilized to mainlain schedule, quality and cost controls and construction management activities. 3 5 Local Business Preference 6 CBE or SBE Preference. Firm Name: 6-7/Ape,4- dP Criterion 1 Consultant's background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3/ 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing end construction administration Services. 3/ 3 Previous experience working with local regulatory, permitting agencies and governmental clients. IS 4 Project control loots utilized to maintain schedule, quality and cost controls and construction management activities. /.3• 5 Local Business Preference 4 6 CBE or SBE Preference. Firm Name Z t' A/o va. �rL�,,� a✓�r 1 n� Criterion 1 Consultants background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience in planning, designing and construction administration Services. 3 / 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. S- 4 Project control tools utilized to maintain schedule. quality and cost controls and construction management activities. / 5 Local Business Preference 6 CBE or SBE Preference. 4 Max. Points 35 35 15 5 5 .3yrs Dore./ • ' r4` s 75. '7"rc.�/r�� dot yep f /4040 e Max. points NOTES: r ,� 35 35 5 15 5 5 �F C 7▪ 1e .0K % • ivye5 ' JNr aar . • 06 (hod. off 44j) %�s -46/6. 4,0 0 Max. Paints NOTES: 35 35 5 15 5 5 Firm Name: Z) L 0 /& rG4r' Criterion Po 1 Consultant's background. qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 a. 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience in planning, designing and construction administration Services. Z- 3 Previous experience working wilh local regulatory, permitling agencies and governmental clients. 4 Project control tools ullllzed to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 4, 6 CBE or SBE Preference. S» r... v r /9/;--"#"i'' ... IAN o-w✓�,p/ 0.j CSr: '44- 'r✓7Q ,Sac v/ae "Val e ot74o e), /5/4-or u.J t r /Lot pH ;if NH Max. NOTEa: Points /v r rw / 35 35 5 15 5 5 2-f/yr-y , �!/fi,&,s. / . SE �• Qy_e.=-/%w-T Wcor in/1440 j Firm Name: Criterion EVALUATION FORM 4wI--�Kf✓( `;479 Points I Consultant's background, qualifications, credentials and in-house expertise, facloring in the proposed Proposer team's current workload and experience working together on similar category. 3 Z- 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. Z 3 Previous experience working with local regulatory, permitting agendas and governmental clients. 5. Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. / 5 Local Business Preference 4- 6 CBE or SBE Preference. 4 Firm Name() /-'p 4v//Q,-e. Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. �i ,.7 2, 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. 7..11 2.- 3 Previous experience working with local regulatory, permuting agencies and governmental clients. rJ 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. /4 5 Local Business Preference 4- 6 CBE or SBE Preference. Max. Points 35 35 5 15 5 5 Max. Pointe 35 35 5 15 5 5 Firm Name: 3D 22, (= , �%7is `7a/i,71 �� �S• Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. -� ?-- Staff Experience and resumes of team's personnel, Including assigned Project manager's 2 experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5'" 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 3 5 Local Business Preference 6 CBE or SBE Preference. 4/ Firm Name: l51J ?caicj -@- ter n, criterion Pal Max. Points 35 35 5 15 5 Mex. 1 Consultant's background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 Points 35 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 35 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 5 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. / 3 15 5 Local Business Preference 4, 5 6 CBE or SBE Preference. 6- 5 NOTES:A r,../n /1.51K ,/ .116:-.P • 34�rrc taw+; 2__p; @/S'a-.� fort) # ?t ,ear! Icy i e -t •. �s� ,r�o«.(„iJ a �7 f • ri'� •✓s✓$ at.fs/fav-s7 •"e� NOTES: e;:/.../ NOTES: Gh f 'J-? • 3 / yrJ •• I• / woe"? --- 0 Jy woe" erht- (• /7 r ��( e r•r,,.4,,,,ti / qe�f� fike rt s,_rg. ee ._aic ee S lesi • Z3yr.t 1%r • J-$tr etrei.•✓a_ «cr./%^'1'''for, cif{- EVALUATION FORM Firm Name: .5 c5 C 7/4, e" Criterion i Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 .Z 2 Staff Experience and resumes of team's personnel, including assigned Project manager's in planning, designing and conshuction administration Services. .37 ---experience 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 3 5 Local Business Preference 1 6 CBE or SBE Preference. .S" Firm Name: Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together an similar category. 3 7. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. 3 2- 3 Previous experience working with local regulatory, permitting agencies and governmental clients. L"J• A Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. / 3 5 Local Business Preference it T[� 6 CBE or SBE Preference. Firm Name: Criterion 77-e -C �J ✓ 71'x ,— Points t Consultant's background, qualifications, credentials and in-house expertise, factoring In the proposed Proposer team's current workload and experience working together on similar category. r 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. f 3 Previous experience working with local regulatory, permitting agencies and govemmenlal clients. 5 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. r 5 Local Business Preference 4-- 6 CBE or SBE Preference, 4 Firm Name Criterion 3 c.), ✓ o /S�-Y r�+� y / /t t err/ Points i Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. I ?- 3 Previous experience working with local regulatory, permitting agencies and governmental clionis. 6 -- Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. / 5 Local Business Preference 6 CBE or SBE Preference. i/ Points Max. NOTES: Points 35 35 5 15 5 5 Vn e. /o vs / ,gc3'Va /9 .L _.Coy e Max. Points Points 35 35 5 15 5 5 Max. Points 35 35 5 15 5 5 Max. Points 35 35 5 15 5 5 GP • NOTES: fir 4d•7'a a'2_ 'orw acs-./,/ --.524.e •ss v /Tl r ��✓M ka : •-•9 r k. -d or_ Irde. 4%.1 r NOTES: • / 2?ers GT L(�•- • / 3 plc e.n.f/••.-.-/ •i r'/ fp) pre•61-fi .t O.. - NOTES: 7/e c4 ' 5_6 Lys-$ • klee (/el • /s f t ri' F _ten( 7`8 54 .= cs. EVALUATION FORM RFQ No. 20-0324200 Architectural and Engineering Consulting Services Sy signing this form as an Evaluator, I away that I have no conflict of info est. Reviewer Phan. / �c7r; aiq.aturs Deb: Firm Name: Saline fIuf 1 Can.uI d* beCkei id. gx Ola raMCellerna, Inddandlin and kti:reuee akpwYae, fKlorig In 5i passed Proposer teen's anent workload and supularoe working iape5ax on similar oelgw k y. p - f Stag Expseisnos and resumes of teems 1 personnel, Including maigrrd Project r enego's in expwinos punning deelpr in9 and eandnrdion adhwwka6an ilenices 3 Pti*u. memlisnce waling with local regulebry. peim6ln9 apneas and gsverfMtx41 cards. S 4 Pmfict control tole tend b maintain schedule, sally end cost weals r d smalruction i S S Local Business Prsfeano s 6 CUE or 8BE Paetwexoa. S. Finn Name: u u p PointsMee 35 35 6 16 6 5 mod Peale Peal' mares 1 a 3 Consists background, 4usroaMar, indwells and In-house impelled Waring in the prop os Prop: air lemma curt* workload and experience wail% Soother on sinew otgmry. Stag Expedition and resumes oilmen* psrsawel, Including assigned Praise nerwger% rorPerNnoli kl piairg, designing end caneku tt n arinlalkatbn BeMaw Lb Marisa uipwienos workkrg with local m y. ysmaAling agencies and governmental damns. Paled oon el US Abed b mint* ahredrla, quaky snd cost ooni mla and conatn cUon soma anrK acaviUas. 35 35 5 4 5 5 Local 66336166 Palleranc e 6 6 CBE or SSE Prafererrce. 5 Fkm Name: Searles Constraints background, quatIcadons, *edentate and In-house *pardon, faclorIng In the 1 proposed Proposer teen* current wortdoed and a genera working together on Units category. 0 2 MIT Errperler s and meaemse of MOWS pareteal. Weft Ruled menegers wna.in planning,�ima�orxiuc5 ui*n onSenicea. (0 3 Pavtwa swans world g cab local repuldory. poaafIkr9 agencies and timeworn:Sol clink. 3 4 Pm}d conbi l loom t end to otordain stoma queay rid cost canines aid xnnskudton mo aperment actin Les. 5 5 Loral Business PrafereTxoe 6 CBE of SSE Preference. 0 At Gr.1 .,, I 1 J f)L, LA...15(Fi ju ��. LGC)- r mid. asp 35 35 5 15 5 5 EVALUATION FORM Firm Noma: i-jr Tec ,,. LAI Serb;c.,S 1 Consultants background, qualka*oo., credentials and In-house expire*, factoring in the proposed Prapa.rteem% Qrerant workload and experience working lope** on denim =dim. 0 2 Staff Experience and resumes es of teen's personnel, including =signed Project manager+. experlenoil l pkmkg, designingand co uchon . dial Service.. �� C 3 Previous experience woridng with kcal ruguletrry, pen.loirp agencies and governmental dmnfs. 4 ire mint* schedule, grMy end cost controls end construction management adivile* 0J 5 Lots Business Preference s CBE or SBE Preference. d Firm Name: Ss>io t,w�:,�u,•-� 1 Consultants beckground, quillicolione, =denied, end and ens wwkbe d in-house-houseng gin I r obrlg in the proposed Prop t o on sira,rQ.eg«,. LS 2 SWf Expermnce end resumes of learn's personnel. Including assigned Project meragere In 2S empakrnce penning, debasing and co ,sbnaicn admkr.aag.n Services. 3 Previous experience wade* alb beef reguelory, permitting from and govertrnwhW climb. S 4 b m.iA.b am:hsdI* *ROY and cost oonbob and construction tonemegernint activities. 5 l.ocmr Betakes* P,>i.mno11 s4:BE or WE Preference. 5 Fenn Name: per a t.tS 634.1 Tt.c Criterion 1 Con sulen* background, qu.*iatlons, aederm*ela end loa+oma superb% fadeksi in the propaeed Proposer teem's current wakkut end osperisnca esrtwg Ingather on sinker category. IA 2 SWEvidence and **c=raw of taw's personnel, (nd.s sg.esignned PnoMet managers aaperisn ce f s pinning, *aloft and conn=ate n adminllptl.n Savings. } 3 Pnerbue experience ranking with load regulatory, pembling agencies and governmental ciente. S 4 Robb wird bob Gabled b Melded schedule, nudity and it Quin* end mn.tueiion 10 5 Loot Busbies lieterence SrCBE or SSE Preference. S Firm Nana: t_m�,1;t.rn..1 &Tau , 4. k. fQartie/. r on tini.1m Nee 1 Consultants background. Or Proposer AR�r.��Mdtkb.d ri.n0 woromissible and in-house king rg together on .metier annoy. II� 2 Seal Experience and 1 umss of barite personnel, Including esalgred Prolsd ma.rager's impedance In pimping, designing and oonstuciion admirdsbation Services. 10 3 Previous experience working wind local regulatory, psmitinxg agencies and goverrmwu.l cyan*. S ` Project control bob Meted to meldaen schedule, gas5ty and coat ooaro1 end condrucfan I S roan* anoint arivtlse. 5 fecal Business Preference 5 CBE or SSE Preference. S Mac Points 35 35 5 15 5 5 35 35 5 f5 5 5 35 35 5 15 5 5 35 35 5 15 6 5 EVALUATION FORM Firm Name: 1 Coeukmes bar:trammel, qws ositru s, credentials and 1,5 -house Irpsrgee, factoring In the Proposed Proposer tewrrfs currant witted and expedience world g Nether on similar a1epory. le C -J 2 Staff asterisms and resumes of tennis personnel. Including assigned Project mammies *merles= in pinning. designing and construction administration Serene'. Z;j S 3 Previous awe Pence working with local regulotory. permitting agencies and governmental dire. qP ct control Moll Wind is maintain schedule quality and cost controls and construction Is' 6 Loral Business Preference 5 PIE or SSE Prober*. S Firth NOME Q� ft rcL��,. i j T. 1 Consulter* *b bedrpeend, queHiradona, credential. and In -home expert*, fectoing in the proposed Proposer leads currant me** and eapedenoe waling together on simile allegory. ';5.- 2 Mel Boardman end resumes of lee n% pe eoanel. ireguding assigned Prouwt manager% eonperiana In pli mknp, designing end construction administration Swaim. iV 3 Previous sopadlra waking with local regulatory, psealRing agencies sad govrnwnnenlsl climb. r 4 Pmjeat contralto* 4Ozsd to r nehtrll schaduie, qumtily Ind cost controls and aonstvc5an emnegeamat.ativiie.. r S 5 Load Rumens,, Preference 6 CBE or SSE Pro atanco. Finn Hams: 63es 6.1K l.[.l.rt 3 r Points NOM: POWs 35 35 5 15 5 5 Potrea manor 35 35 5 15 5 5 rq.. ,1c. r Consultants background, qualifications. credentials and in-house factoring 1 experise. In to plop** Propa.er hem's (turner(wakloed and sxpwflnos woddmg tagel er en enlist calvary. Y Staff Bender* end cerises detests personal, Including assigned Project manager's aspeA.nos in plmii designing and coo sd on adni nlaaafan Service.. qq 2� 3 expederms **drip with sal regulatory, permitting agenda and governmental clients. 5 CPrevious 4 rwpm control bola Wand to .!tome* schedule, MAUI and Oast co** end oar a5txdimn mlegemerd i S merelas. 6 Local Business Preference s CBE or SfIE Ref.renne. . 5 Firm Name: Pulls 35 35 5 15 5 5 z i�cSf 1vt .1Lc.0 awe. Pointe 1 GOIVIAlrits mod, 811831,0511193n3, *dent* end in-house expertise, factoring in de proposed Proposar *Ws current workload and expsdsna worldng logeUm►on sire* mitegoiy. SO 2 Slelf Exportenc* taxi mourns of team's personnel, *Wing assigned Project mentors mmetiaxe in perming. designing and construction administrate* Sections. IS 3 Previous .xperlarece wading with boat regulatory, permitting agencies and governmental *Ms. S 4 Foist control tools Mond to maintain schedule, quality and cat comic(s and construction �. (S 5 teal Business Preference i e CBE or SSE Preference. r : Paine. ND °` ffi 35 5 15 5 5 EVALUATION FORM Aim Name: , tL, C61 4rrG14.: 1-e- c Fur t_ erlisrios A is orportiee, s in imilar 1 Proposed Proposer banes canard workload experience working 9 pcategory. 1a�eMeer 011 dm Y Staff &parlance and *Gurnee of teem" pertomal, hi:tding assigned Project *sniper's experience h naming, design"end connexion r mimed melon Services. 3 Previous experience working wIh bad !mukkay penning pandas end yu v'cnentuI dents. S 4 Project owed lode Mud to nubbin schedule, guiltyand coot dotards end consi uction f<� 5 Lean Business Pmb*nce 6 CBE or 988 Preference. S Fhm Name Carted= V* cita'1nsoul ItSsat ...i>✓: >ar . 1 Consanid's background, a qu d err n le and in-house Gu ogles, factoring in y* gunned worldoed end eepedence working together on shim category. r� Z) es " persons& including assigned Project ager s : SWaperient*end *swim ken" g=lance in donning, designing and aonthrdton admiriskatbn Services. i0 3 Prenatal auperiwp working wig, loaf *gltAory, penrithg apandua and gcvsmmav pd dNrMe. S 4 Reject weird bob unsaid to n*n10ti schedule, quality end mat contra' and uareiunon 1() selbiliwi 5 Local Btrdases Preference 6 CBE or SBE Preference, Q Firm Hams: Cheerio* Max Pekes ernes: 95 36 5 15 5 5 aims. Pains 35 36 5 15 5 5 < LLC. r Consultants Proposer botc leanaind. motes and In -home expertise, faaorkq ke tae 1 warldng together on saner ategory. --- �j 4AJ 1 Shan Experience and rogueries of tesaf* ps*anhw, Including aedgad Project scalper's aaperknos h dinning, designig and totemic* adrainyk.lon Serarloes. 410 3 Pwvbus experience woddrg nth local *puhlory, psmhwing penc,us and gavannrenld draft Jr 4 Projwcl Control tab roomed to mak** schedule, quaNy and coat corbels end cons* xhlon rnn*pemont 15 a divilies. 5l 0c NINON Plebnsrla 8 CBE or SPE Preference. 5 Finn Name: Camber 1 Consulaht" background, qualifications, cad vi ile and in.houu axpertl*, fanning In to 'imposed Proposer bone% current workload and owerience *irking ttgelher on shill* category. Z5' 2 Staff Emporiums and resumer of Iesm a personnel, Including assigned Project managers experience in donning, designing and construction adminiskalion Services. Sb 3 Previous expedience working Guth Iooaf reg119110fY, penning agendas and governmental cUens. �C Project carrot bola utilized to endplate sdiednde, quality and oast cantons and cansrucson "management adivltiee. f Si 5 Loom Buerq:a Preference 6 CBE or SSE Preference. S Nom Polas 35 35 5 15 6 5 NORM Puss MOTEL Pointe 35 35 5 15 5 5 EVALUATION FORM Fern Name: F14. C:u:I etn 11tc. Points 1 proposed 9�n s cumrit� asdsid le *crest Infirnue expertise. adoring n 9e u«perienal working lonelier ansimilar category. LO 2 8h*' Experience End roan= of tssde pseomd, inckrstre neelgred Project managers ieraedence in pinning, designing and cm ruoddon EdmksLEgon Services. �s S- Marini s argerinnos working rah load regd* y. perm 5hrg agendes and govemnmaJ 01.10. ;Proict anneal Inas Wend b a ininin schedule, wally and cost control and oonaruation I 6 Local Business Preferwnae 5 CBE a SSE Prderenos. o Firm Neme: ESC l Grlr�U1 Fa� + Zuc. 1 Consultants badrgrou nd, 4usillafkars. asderaels and in-house agonise, tsebring In the Proposer ias1a JS proposed (anent workload and experience working bomber on briar calegary. She/ Experience and mounter of lenti pa rsonwl, kdudhq assigned Project managers 2 «tpwience In pluming► dulpnisg and canabuegon administration Swipes. 55 3 Previous easerferroe working rib local Mulling. pernrNfnp ragencine and 9ovsrra,asnninl ohm. S 4 Project roam' fools Wind to main* ededule, Ooe1V end oast cosmic and consruegon awnepemrrd ea""iae. 1 S 5 tocei Buries' Proforunee 6 CBE or SBE Reliance. Firm Name: tRSt6f,i t4 ` Kees a ,.� (r o u 0 c 1 Conullend haekg 9� 2 ) 1 sound. gawMioeYcns, cmden6sls and in-house esrpsrtles, factariag In eat proposed eposed Propose►Ven currant worW ma end E eepnlsnce working win ng togspnr on singer cetegony. 2 Sift Expectance and resumer% bents penoreel,'Mindnng alsipred Picini mappers e>perin a In pinning. designing p and ca budlon administration&blo . ZS 31Provlous experience working rah local regddby, twwadnp swan and govanwrenfat dents. S. 4 Project cosarol boas ailed b melanin ededue, milli and east course and construction rnenturament Wheal. 1 V 5 Lod Bodiless Anima 6 CBE or SSE Psfsren(e. r Firm Name: Cellerion 36 36 5 15 6 5 36 36 5 16 6 5 35 35 5 15 5 5 1 Coneulinta background, guadr /alone, credentials and biome esperlIse. factoring In be pmposad Proposer beds current w rldea d and expertore° working Ingather an similar eatagory. 2() 2 Siff Ertparlance and resumes of bras prannal, Including assigned Project n aregere in designing 25 eaagrreierce pinning, and canal uc5on adminiskstion Services. 3 Previous experience world g wipe local regulatory, perorating agencies and governmental dense. S 4 Project control toots Wised 03 maintain schedule, quarly and cost coracle and construction menegsmerd activities. 10 5 Local Business Preference e CBE or SSE Preference. S 35 35 5 15 5 5 EVALUATION FORM Fart Name: Eu3S � i�t w.ji �t C . Criterion, 1 Consultant's background, qualifications, credentials and In-house expertise, ikmring In the proposed Prapoeer team's current workload and experience working blether on skater allegory. % 0 2 StaffExperience end resumes of leant. personnel, Including assigned Praia managers experience In penning, destining andaorrtuelion administration S. ss. „ y('J 3 Previous sxpntena working Mill bat regulatory, pmrtldng .pennies and governmental exerts S 4 Project control tools Allied lo maintain schedule, guilty and cost controls and construction management wadies. / 0 5 Local Business Preference 6 CBE or SSE Preference. S Fain Name: E t1 344 _ eolcol-hwy n f_%Lt . 1 Consultant's background, vuawfoatfone, o.denllals and in-houseNtp.rssa, hctorkg In the proposed Proposer tam%oursnt worried and accedence waking together an similar category. 3,49 2 Suit Experience end resume of barns personnel Including assigned Project mrwger's experience let plendng, designing and condructbn administration Services. 7,c S 3 Previous upertencs working with laid r.guleteey, psnetYng agencies and goverrmnerwN dens. 4 Project cctrel look inked to rainfall faln schedule, amity and cat controls end cone5ucbn management aetviies. t 0 5 Local Business Preference It CBE or SOE Preiererna. d Firm Name: crilwten W . Lori/to/1,r- r 744c. 1 Consulla nCs background cpmli alioria, aedsdkls and En -house wades. factoring In the Prolamald Prolmssr iarn%amwm wakbed and experience working together on aixtr allegory. 15. 2 BbiP Experience and re.uoes of team% personnel, including assigned Project murr.gers k teiatng P, designing and oonskuolbn administration tration Services. ?O`expetlatu 3 PreSiouu experience working eat bat ragelabry, puia65ng agenda; end gsvem,entel Chink. 5 4 Project coaxal cook unlined b manila schedule, gwtly and cost canicte and construction maawgement Willies. ( i} 5 pmt Business Preference 6 CBE r EWE Preference. s Firm Name: Cr6erien �i, -fi#a.0 s,v fistielcits t1^G. Pekoe Consultant's background, qualifications, aedendels and in-house expertise, factoring in the pma commitped Proposer tears's a workload and experience odd together on ardor d or (111119111Y. i5 2 Staff Experience and returnee absents penwnnel. Including assigned Project manger's experierce in planning. designing and construction eArtnstretbn Services. 35 3 Previous experience working with local regulatory. permitting agencies and governmental clients. S quality and cost oentrole and eon uctior 4 Project mnbol limb Waked to pie lekn seheduie. war es management activities. I S. 5 Local Susiiess Preference 6 CBE or SBE Preference. a Pointe P5o5i 4 NOTES: 35 35 5 16 5 5 Pelota Poker NW"' 35 36 5 15 6 5 Pearls era NOTak Post. 35 35 5 15 5 5 Mae. MOWS: Pointe 35 35 5 15 5 5 EVVALuanON FORM Finn Name: Le'N +.c.a- E4, r. Sl i (.0 Pekin 1 consureines background. qualleadons. crsdant is end In -homes cap sks% fectw ig in the proposed Proposer team's amid workload and ocarina* together on abler rabgony. 2c 2 Staff Experience and names of team% personnel, itekrdrg resolved Project itauegere experience in pivnhg designing end umsfructfon adn#lralion Samba. 1 S 9 Previous erisconoticingenoticing with local regulakey, permiling sgendis end gar ergr .nan n1eI clients, 5 4 Project control bola utilized to maintain schedule, cruelty and cod condole and connection nlrtapament.c5vMi.. , 0 5 toed Business Preference a CBE or SBE Preference. 0 Firm Name: *lc fl /l4A Ascnr;Fr4c f Tc.c Consultants background. 4 aa ns. doned% and in-bowiesrpsrie.. 'adoring IIt,.y, Ur/ t in the proposed Propoe.r awl current worttbed and experience working Nether on seder abgsry. 2 Steil F hw eslan and resumes dbav's personnel, kiciudng assigned Project munugsrs expedmos in perinea.designing and constnatioh arkeir on 8wvb... 3 PnNc+s graknas waking nth local regulatory, pealing agendas and yown,nenW clients. 5 4 Pro jed control of bola Weed to wined schedule, quality and cast owed, end wren✓ ration 11a11aperan d S e0a 5 tonal 8u.kneuPaeanoe 5 CBE or ME Preference. 0 Firm Name: ME E i0 t 1n.e r' -� T14c . 1 Coneutkads background, qualiotlan e, credentials and kh-house espsrW., faders in the Proposer 15 Penned borne anent warkbad and eaperinon working Inlaid on similar oaigory. 2 Mai Expertenos and resumes of te.rrl's pawned Inducing assigned Project mensger's ohrpedsnos In dunning, designing and Son saua5on adrritsYallon Seniors. rs. is" 3 Previous experience waithg nth kcal regulatory. permitting sgenclas and governmental c5eeta. S 4 Project cored look infixed batt mailed sohedm dusk. d end coat coned' and construction rrtalh.g.lrl/it aebatbe. 1 S 5 dotal Business Preference 5 -CBE or SSE Preference. 0 Flan Name: median MIL NORM Nleres 35 35 5 15 6 5 pa. rehhla 1107": 35 36 5 15 5 6 MOW Peen NOTESt 35 5 15 5 Nix't i u 1111.✓- i y i Etnv', rev%wbvt1-a 1, LiJC 1 Consultant's beckprohrd. ciskications. ceded.' and In-house expertise. enlacing in the empaad Proposer room's arrant midland and experience w i1d g together on similar category. Z 5 2 Slot Experience and resumes of inane personnel. including a s.lnert Prated . eager in 50 experience perming. designing and conaudti+xr admkdstrslion Services. 3 Previous eaperfarros working nth boal reguletory, pearling agencies and governmontd clients. S Prdkd aortal tool' deiced to mean sdrduie. quality end cod controls end (madman managerial wades. 1 5 5 Locd Business Preference 6 CBE or 138E Preference. 0 Pads Mum r.ete ha7a: 35 35 5 16 5 5 EVALUATION FORM Firm Name: Creedon Cam.!' �`�. L1 �'✓� f' ff• or— S v �'iJ{/ .1.1/ti. 1 Consultant's bedissou d, qudifutions, cmdsnllds end In-house expertise, aetoring in ire proposed Proposer Ie.m's award workload and amorist= waiting Iw on ander category. 3s- 2 scuff Experisn�os�e,,tnd� resumes. of teems persarrnei, erckxig feaign.d Prolaat marpers angertatce in n's'•l�a, &signing and ca kabuctIon a ninatrdpn Service*. n� 3^0 3 Previous experience wahkrg e6h kuat r.gulstpy, permitting .genies and govern tai dents. S • Project rojec mad anlerlt.Sochi uU ind to maltase, schedule, read* and cast a rikoN and calrreucticn t 5 Lad Business Preference 6 CBE or SSE Preference_ -- S- Firm Name: tS4-er:M4 I Combines p's d s background, qusi fions, credentials and la t ana exparese, a N1 factoring in . proposed Proposer tames current workload and experience woddrsg tonifter on denim category. w _ 51) 2 Staff Experience and resumes of clam's pumcnnel, including aWgn.d Project manager's experience In planning, clearway and mnotruction adnnnlstraMow Servings. q� 3CJ 3 Previous ugoerion ce workng will local regulatory. pemilting agencies and gowtnr en i clouts. 5 Project control tools raked to mart= schedule, Wait' end cell controls and construction mmegsmeat 1 .S.- activities. 5 Load Business Preforms 5 CBE or SBE Preference. 0 Firm Name: P41 Crlferfon 7kc ' he In nsl � Pvopo I.ms workload and denliale and in nousea work exng togise,ether experience working agato•r an afAdhr a.I.gar,, r on ringimam .. S- 3 S aar Experience and resumes of bem'e 2 personnel, erduang assigned Project managers experience In pluming. deelgring and nomination adrnahlralhn Service., 3 Previous expedience working with local regulatory, Derailing agencies and governmental clients. 5 4 Project monad tools utilized to maintain schedule. qualify and Dort controls and consbudion management activities. 1 S 5,LoalElaine.' Praiarence 6 CBE or SSE Preference. S Finn Name: crescent �'.z G11,E nM *'fckl-acts ► iitC 1 Consultants background, 4wMmtlars, aed.nNaa feed lo -house expertise, factoring in lie Proposed Proposer teem'e current woridced and expensive working together on sinter category. ?S 2 Staff Experience and resumes of loam's personnel, including assigned Project menage's experience in Manning, designing end oonabucbon administralion Services. 55 S 3 Previous esprlsn ce working million" regulatory, permiltng agndaa and governmental clients. A Project control bole ulNzed to maintain schedule, quality and cat minima rid construction k assuagement 6es. IS 5 Laces Business Preference 6 CBE or SBE Prefrence, e J MIL arolrs: Potts 35 35 5 15 5 5 rJ (f Max. Nab rep 35 35 5 15 5 5 .rQ. 35 35 5 15 5 5 Mum Name: Pebae 35 35 5 15 5 5 EVALUATION FORM Firm Name: Criterion 1 Cans background. quellfirsdons, Plainer a►ed.sil s and In-house expertise, factoring in the current workload and arperkwrce working together on sender may. g5 fwupuu.d to n'a 2 Staff txpe$ence and resumes of lam'. personnel, Including assigned Project men ga's enderemy in penning, designing and aardbec ton uklriai tjan Sondes. 1 3 r 3 Previous remerierice waking rah bad regulatory, permitting agencies and communal dents. j 4 Project e control b mdnteIn schedule, praetor and nest =but end won /5 5 Lod Business Preference 6 CBE or 88E Preference. 5 Firm Nome. GelL—Alt Et,�,tnerri� the 1 de experience +b wearing t guI r an n nailer kh ord 2 8tsff EJgmerience and resumes of eery pw.nnn.i, ehduaeg deigned Protect menses on a e Farr *esh designing are con en edwirebelion Services. 11 iS 3 Pretend einednge warm ugh local regulatory, pig agendas and gevanme td dens. s 4 Protect coned We diked to meitein schedule, nighty end oast controls and u udtlon seen t / 3-- gene Whines- 5 Loci Pwlgees Preference 6- BE or SSE Preference. (all j u,4 s ) D OWL MOTE$ noijuI.61 36 35 5 15 5 5 NIL POWS 35 35 5 16 5 a Firm Name: ym c (oVA( Crawler t 1 Pronoun vs bsdl vlmd.nemcurrent wo s, credentials and In.hoeee ieper5ee, f ctorfg in he nkpeiWra.wonky tog.h,-anernes category. 35 2 Mel Experience ardaeswesa cinema psree nsl, Including assigned Project adage's eepniente In pe n planning. deviating and odpIf eU n orb irdst a .n Service.. � 3 Previous experience working der local regrteray, pu.rgtng agencies and governmental dents. .` 5 Pmrjed carted bole Weed to. lnekh schedule, quaNly and cost control. and conenuollon e e epenwnt edam. /5 5 LocU Business Preference a CBE or 88E Preference. 0 Firm Name: Wenn kink{arc Scx �rf.�r�G Zuc. 1 ConwuSwrra backgrood, gmmNiradbrkR cadent* end On -house expertise, factoring In the proposed imposer beds currant workload end ereeklence working together on similar category. ZS - 2 Ma Experience and resumes of teems personnel. Inclining enillned Protect menegeve experience' In In 30 penning, designing end construction edndrteeetlom Services. 3 Previous eepelerws working vats local regmtamn cornering sgnmdes and governmental ddends. S ; b many nrei Lein schedule, een' and cost control end construction l0 5 local Business Preference 6 CBE o SEE Preference. 35 35 $ 15 5 5 EVALUATION PORN Firm Name: 04: LtsfS N� V 1 Constant's background, qualiiicegare, aeden6s s and in-house ezped'ree, factoring In 6e proposed Proposer teafa current worldoed.nd eaperb,oe working together on simie cry, 35 2 SW Experience and nuances d bo a% prsonnel, Including assigned Project menages experience in plerming, designing and goosatalon admkdudradon Services. 3 Previous experience working with kcal regulatory, panning agencies and governmental cranks. S 4 Prigea coefrofaddles. Wilted b mai nain schedule, guallty Mid tort controls std conskuotlon management tS 5 Lad Business Preference 6 CBE or 88E Preference. Firm Nance: Hearten SCta..t`+S Pelf Max. Patois 35 36 5 16 5 5 1 Censdt.rie beiground, qualifications, credentials end in-house amorist faolomg In ha proparad Proper learn* totem =unload and experience working together on *afar category. 2 StarEtprMtce std nacres of twits parusnnul, itdudkp seelgned Preject rnanepry atattos in designing seq plreig, and conalruclion ockninistragar Swim 3 Previous menace working will jest tepaelory, permitting egenaea end goventmentd di le. 4 Project corbel tools allied to nankin schedule. quality and cast controls end conetrudon management adagio. 5 Local Booboos Prelims* 6 CBE or SSE Proforanw. Finn Name: 35 35 5 15 6 5 Palate 1 Consulted/ bedopou d, qusNcadsna credentialsand in -hulas eaprw m, lectodng in the proposed Proposer awls axes* workload and experience wormy together an similar category. 2 Safi Experience and manes of toads personnel. Including assigned Project manager experience in pirating, designing std ccnakuetlon adminielrellon Services. 3 Previous eminence working with load regulatory, pig agencies and governmental d ante. 4 Project a*cceMol took oared to imattakt schedule, quakily end cost controls and construction merugemeit acdvwea 5 Local 8ual ea Preference 6 CBE or SSE Preference. Firm Name: Madan lkec. Pasta 35 36 5 16 5 5 1 Canaulbe t+e res okprmad, guars:edam aedenttst nd us s a in-ho e expertise, factoring in de proposed Proposer team's currentwerklaad and eaprience working together on similar categoq. 2 She Experience and resume darn's personnel, including assigned Project ananager% amenenoe in pluming, designing and conatrucdon administration Service. 3 Previous experience working welt rod regulatory, panrttdng agendas and governmental stems. Project awned bola diked to mattairt schedule, quality and cost controls and conduction 4 nenageme t aciviries. 5 Local Buttress Preference e CBE or SSE Preference. 35 35 5 15 5 5 EVALUATION FORS RFQ No. 204324200 Architectural and Engineering Consulting Services BY signing Ws form es en Evatwbr, Inertly that I have no sonnet of infmrmt. Reviewer Nance AR ,HAD V1 P A R Sigaalns: Clain Finn Name: 6. 2. 20 2. PLus AtA4etisi 2 r. Penile MOM 1 Crinsullente bedngrpud. , meanders end in -hove espsrlb., factoring in the AoPosb Proper teen% Gumntweeped and esperitnos swidrg+opw»r es iko rc•kwy. 25- 2 Ste 64ebrreeand MNnreee.efteenN penoes4 inclINN eeskitrred Pecisotmennpere experience In 4 5. phornirm, desiring and ca buds n administration Sentes. 3 Pres(ea.penance waning tear brat eegdeby, perniling agencies and go erne UI climb. 5 4 Prcfeed oared loch Wised b ntehmen schedule, quaky and cost umbels d conHYuolbn /0 slimed Business Preference L, 6 CBE rSBE Prefsrence. cJ Finn Warne: 1 CoredbmCs bei66resd. quelike6mte, oedulreb and Whore. espartos. (adoring in tie ppposedPrnpowrhoe%ouneetwaMbedsod*oeemawoddrgbpatlwonsNnerdabgory. ZS" Still Experience and r..as deserts pusa+nt4 kneeing aadgrwd Protect "eaegeni �ergarteeae in planing, ig, db e.igni g mid oorre oYon adriasha6pm Services. 2 S 3 Prevbue experience moiling wih local r.Wl>ory, perenlgrp agencies and governmeniel dente. ,S 4 maisgemeK control brio spiced to mairseb schedule, wallet end wet when and aeastetic5on 5 Lod Bushes, Preference 4- $ CBE or SSE Preference. Finn Name: -'Q�-tlf a►�, En f c n j 6;404 i •�t - 95 36 6 6 3 ramie robin "peek 35 35 6 15 6 5 MvAadriG icavi 1 Corsultenrs be6kgrmed. geeiiallone, credential end in-house averts.. hawing In fits Rums 2C proposed r teems cured waridoed end experience weld g tow ler on shier category. 2 S6Nf Experience end resume dbre% s personnel, Including=Wed Ponied arenper's experience in rxperl. . h � damning and aces budlmm col l..Boen Services. 3 Previous experience working nth food regritory, romans egencbs and govert"ne lid diner. Y" 4 to amid* schedule. guilty and act control and oonsatctenarenagenient Whites, ,J2. decal Business Prarerance 2. 6 CBE or SSE Preference. ,d tNIL 16011;.: 36 36 5 15 5 6 Consultant's rd, quelificerlons. aedentsts and in -loose expertise, &tonna 1 proposed Proposers. s aTeM �a� oa d and. g together in 5' 2 dell Experience and resumes of lnm's personnel, Including assigned Project manager's experience In planning, duiigni g and construction man ear Ices. .14 3 Previous experience working with foal repulsion/. permitting agencies and government ciente. 5- 4 Project control teals utilized to maintain schedule, nattily and coat controls end conskucdon m> enagement mingles. 5 Lad rude.. Reference 6 CBE or see Preference. 5 - Am Nam: 55 N rie'L ;1 ez..A.w • r(1 Li - c. CormierCs background, quager6ae, a deridek and inamouss expellee, Mitering In the 1 proposed Proposer semis currant workload and experience waking bgs6rer on Orel& category. 3 0 2 titan Experlame and mama* of bone pureamel, Including assigned Raje&t mermger a ergredena ID pis m ng, designing and construction edallnfsraIun antes. 2-q 3 Previous etpaierea working with 10031regulatory, permitting !gender' and govemmaal dlsrds. 5. 4 Pretest control loots &lied to nratrndhr adedmds, quality end cast controls end construction management ediviles 5 La* Business Preference + JJ7 6 CIE or MS Preference. Firm Name: Vie 1),E. -/-,t. Yu= J L Caerulert'a background qua lox rredertids and is -house emerges, hectoring In Ilse 1 prod Poposer team's current worklwd and experience w orkkgl together an Meier category. 2-g 2 Staff Enperlenca and resumes of ♦dean's personnel, 61dudine assigned Project mangers experience in planing, designing and alimentation administration Services. Z 9 3 Prew4ons experience world% wllh local ►agcy, permilling agencies nod governmental clients. J 4 Project control tools uMzed to maintain schedule. quidty and cost consols and oon.Puctlon management 'divides. 12. 6 Lod Buelness Preference [" 6 SIX or S Preference. Q7 Firm Name: 300 E A ea k',r. y £ 1 o r,`fr ) F Q . 1 Cori lar& background, qualifications, creden6als end in-house *apogee, factoring in the proposed Proposertesm's current waddoed and experience warlang together on similar category. 1S 0 2 Staff Experience and resumes of team's personnel. Including assigned Project manager's experrerwe in planning, designing and conduction administration Services. 3 Previous experience working with local regulatory. permitting agencies and governmental clients. 5 4 Project control tole utilized to maintain schedule, quality and cost consols and construction management aclsMies. I 2 5 Local Business Preference 5 5 CBE or SSE Preference. 5" EVALUATION FORM 4 Firms Name: pe'_,i,'LL rt ..f.. Yvk K (:6 O.L.LG S42-W1CU? -1 it C Polls Pa▪ i▪ ls 36 35 6 15 5 5 35 Nmea: 35 5 15 6 5 Poiets Pelab NOES: 36 36 5 15 6 5 Points ▪ NOM: Polnbr 35 35 5 15 5 5 EVALUATION FORM Firm Name: 305 Col s cr a f6 j En n -et 1.1. C Poise Raab Norm 1 Combats bad:pound, guillicelone, credentials and in-Iwoaaever* a. factoring in to permed PReposerleaate current workload end experience wobbly bi•wr on sinew artegouy. 2 9M/Experience and rewarse engraina p•roannel, belying assigned Reject eonagers experience Tn sinning ing, deeignkg end oote drrbudion e agar Sessions. 25' 3Prwids aspufsnas wdrbp with boil regulatory, combing sgendes end grovernmerld dente. 5 4 Project control tools Wined to saintin schedule, quality and cast controls end construction ' fWaganaentaclwi$as. /2 6 toot Rushee. Preference 6 CBE or SW Preference. 5 Firm Name: 13 EA At c. -Is 'n c 35 36 6 15 5 6 Pelvis lam hassle NOM Cawibral background, grsll6dim,, credentials and fa4rouss argyles, fnrdorleg in the ' Proposed Proposer tones current waddled and overie nee worNhp iogeNe► on elnlim=tepory. 32. p,SMdf Bober= and monies of bents pasorael, irduding warped Project menage?* *prime b Nearing, designing and ame5udlon erimi istrerea Services. 33 3 Proves experience woddng vier bad regulatory, agendas blob. 5- pwreEing red gnwemmardsi 4 � to mold* s gamilyule, qua and cast =bob and construction ! 3 5 Loeb Business Reference s COE or SSE Preference. c 1 ° Firm Name: e se n E )114: . na€G.' cow, 1 Consists background. gualMoitlons, ceidentibe and In-house overeee, factoring in we proposed Proposer users s current workload and overbuy' working together on simler category. 2O Safi Erperienos end reweave of beret personnel, Including assigned Riled manager's 2 aigedenoe fn plennin designing and oonsbucim administration Services 2 0 $Previous experience waddng.dih boil regdebry. psrreng mamba and governmental diems. if e Project control Ores Mod to rntnteln sctedrle, quail* and cat controls and canslnrdian it, B Local buinese Prefaerwe . 6 CBE or SSE Preference. 55' Arm Name: 36 36 5 16 5 5 35 36 6 15 5 6 c x ,j con 5-lit..LC.kOIL �,� d.CscjN r lac fY Paters Meer 1 Caellerd$ bedcgmrrr& wane. aedenUels and In-house anpenbe, fadaig In the proposed Proposer team's parent workload aped experience woddnp together on bolo csdegory. , 2 SW Emmaus*: and returnee Oboes personnel, Including assigned Project mangers +R +os In planning, designing and oonebltdbn adnirdatrefnon Services. 2 3 Previous eeperience working with lab regulatory, permitting agendas and governmental dents. C 4 Project calor bob utilized to malnteln schedule, qualy and cod controls and constrerction menagsment activities. / 2, 5 Local Ballots Preference B CBE or SSE Preference. 5 PJts` '� F. LMC��`�t C 0,4 c`lNbVtt.�tf Kam.A'L.. v� Penns MOTES: 35 35 5 15 5 5 EVALUATION FORM F6m Name: mode 1 yes background, opidlcsions, credentials end In-house expertise, iscloring in Re proposed Propo.eriaen anomie= a cement earldom' and an me+r g tageisr on Order oaten" n 29 and resumes of lead% psdannal. including assigned Project apede planner. designing on &*I3 """'° ' 28 3 Previous experience wod'np stir tool regulatory, permitting agencies and governmental denier. Cn ♦ Project control Moe Mord to r1* hi schedule, qumy led cost controls end cone on j0 6 Load Business Pressen= L-+ 6 I or SEE Preen:me. 5 - Finn Name: 1 CoaartenCs background. gusigicatIons. aedendels and hfiouee eerpariae, factoring in It. proposed Premiss leads current vrarkloed and eperknoeworkkg together an droller category. 3 t( Staff Sperienoe mums a e+Ode ce be pk+nningdesigning and ado k>Iras perscond Including Bis, San/Ices.gned Project ' 3 Li 3 Previous aaperlence worldng aih tax regubaoryt, parmitlIng species end governme Md dietds. y 4 Project control look diked to maintain schedule, godly and cost rentals end 000ductian ea magement aair�ies. 1 q 5 Lao' Business Pra4rwnce S 6 CBE a ME Preference. 1 -- Finn Name: D f L• Fe a Cons' ( ts) LL t Pairs 1 Cxesultentsbadepound. 4rai ancient* and in-house espartos, %during rm the Propausd Proposer team's arrant woddosd and uspaMros wraiths' together an etniar catsgay• zq 2 tie Experbmae and MINUTES of town's personnel, Including assigned Project manager's e3arlenos i planning. designing end cords rdtar sd<ni ktration Services. 30 3 Preuas enpedaks working math local rogidabry, psm'tting agencies end governmental cants. r- 4 Project control tads lCtlaed to maintain schedule. peat' and met controls and ccnaknrcion neragsm ent @cedes. /2 5 Local Business Preference S 6 CBE or SBE Preference, s - n 5 Firm Noodle: 142v1d Feum)Yelt, 4' A.CS occ�ks 1 Gimul mmCs bedgpronwd, qua rcatioma, aedentlel6 and in-house sxpertka, factoring in Ike papaw' Proposer bade current wadded and experience waking together an similar category. 27 2 sear Experience and resumes of tenets personnel, including assigned Project manager's experience In pkanig, designing and conseucion adsddst atop Services. 2.S 3 Previous experience working with toed regulatory, peaw*Wg agencies and governmental agents. L J 4 Project control tools surd to maintain schedule, qu city and cat contacts and cawiudlon nwragarsM acdvliss, f 0 5 Loam Business Preference 6 CBE or SBE Preference. 5 Points Points '071! 35 35 5 15 c4. 1cJ •i g, c£ `b FE : 5 s 4 Assoc.1 Park NOM: Panda 35 35 5 15 5 5 Mao Pricer 35 35 5 15 5 5 Pants Ohm poia Mori: 36 35 5 15 5 5 EVALUATION FORM Firm Name: EA '3 LY!'1[. Enehex- C32.y r Eno.. Plane. NOM 1 es and in-houne tw the as MINN!oposed P►opose@ %auant aid gdher shrill r �apwy. .4. 5 2 Neff Exper digests amums dig t@ psgaegl, Including wlgenad Project newiegers Ana in pfd, designing end eonstudion aai iii tralian n3enioss. 2. 4 3 Previous mpetfence Imeldag with iocel ragableey, permilling agencies end govenu eni I dents. ^ J 4Pilled to minion schedule. quire and omit anti* u*ds and aoessuetsn merweentent addles. !z 6 Local Business Prelsgnoe 51 0 CBE or SBE Preference, 5" Finn Nana: E A C Can sarl�{t rt ; .T rte • Consultants badrg ound, quaillicalions. credentials end h-haee enprIee, fiadortng it to I pagased Proposer teerde current workload and experience working Wpether co *dm sr category. 2 $ 2 stag eponyms find un d teas(' pemosnet hdeAng aw4ned Paled menagerie ee atence in pherig, dry and oemhnrtarn admri5aWa Sarong. 2 3 Previous r srlanoe woekk," with foal egulatory, psnniti ng @earning and governmental en tal dent. s- 4 Piled ward soda Willind to mak * schedule, qualhy rd and cdmoa and corilirudko 6 Lad Business Pealsrence S e {M or SSE Preference. S- 1 $ Finn Name: E et 5-0,64. El/tied-e ee t t'7 6,14i./b Ct11wien 1 Consultant's bsctrgroued, gwerialkew cracked* and In-house areperWe, twinging In the pignossd Proposer team% hxarset workload and asperience working teghd.r cm shier cidegay, 2 5- 2 Nal Experience and manna of were. preamel. hduding assigned protect see@gers egmerlance in plowing. dsilgnkle and censtuoIon sdminfetatlen Benloe*. 2a 3 Previous arperiarroe wont," with local repulstay, pemdMine agencies and governmental UaNs S 4 Projset acrid tools Wined to mernein ;disdain. quality and cost controls and construction meegewse tacademe. I r) 5 Local Business Prelwrme 6 CBE or BM Preference. .S. - Firm Noma: £ g 5 Erl�i ri lc'7) Inc 1 Can utanl5 background. qualitative, e, credentials and In-house expertise, factoring in the proposed Proposer team's usretwnnkload and eperience waking together on dmgr cMegay, _O ger 2 SallErperlance and musses of tern's crewmen including assigned Project gangues avperience in planning, designing and consruction adirilidebsdicn Serdcas. 3 Pradoem ahrpaiarhre wake," men local regulslay, prmitng agencies and governmental clients. S 4 Project control tools Wilted to mainceln schedule. madly and cost cmnttols and ooekuc5on management activities. 1- 5 Local Business Protium 6 CBE or S8E Preference, y 36 56 6 16 5 5 %Ws NMom uts Nana: 35 36 5 15 3 5 Paints Paler MOTES: 35 35 5 15 5 5 35 35 5 15 1 5 EVALUATION FORM Firm Name: E co T -e4.4 Can :s'cA h',1 J LLc Oradea Puts Perna cases: 1 coneuJ ntl bona/round. qu licefa .n6 ai a, emsd sle d io-howa amortise, twlorirtg in the proposed Propsesrtesa'saraurtt warldoad and a psrienos worldn9 together on dnlatr allegory. 10 2 Bar Ewerlerce and MUMS at I mm's personnel, including insipid Project manager% �erlurlae In panning. dslgning and construction 8endoas. Q 3 Previous eminence w cdriq with loot regul.loey, pertaltltrrp agencks and govern...tal climb. r 4 Project conbal loots utiltord to maintain *ehedut., quay owl cost controls rd construction Jt # 5 Lail Bushmen Preference 4 a CBE or 88E: Pnlusnce. .0 .i FlnnNam.: I-1• W • LOCAtxe l!. } nic_ • nada 1 Consultants brdgrtund, quellaitlons tied ntiels end inleass expertise, tam fe rg In e propound Proposer tuam'saaarrd wortduad and aaprieaao.'Arkin lagelaer on dollar category. S3 2 Ste Experience rsa nce and offends personnel,including �P Project > b amide= in planing, designing and n rduc5on ado triela Wnt services. 3 ti 5 Pantos ens dsna working with loaf r gulekny. pernap5ng.gendss and ga+aaarantel ciente. S 4 P control tools Mind b maintain schedule. quaky end cost onaroba and c.Mt*vction namegenrent addles. /Z 5 Load Mildness Prnlereesx S 64:8E or SSE Warman. 5• Flom Na.:ap Kt nnly • Pcrtni. A ge 1 Consultants beggraa+d, qutifaSans, maenads and In-house wpsd.., Reposer twnl factoring In the bonier on siadise category. 3 3 - proposed current workload and expensive waft gaff Experi.nae and resumes of Nears personnel. iaedudag assigned Pra nce maragets 2 roEaakn designing o.ln panning, design and construction acrd WrYsson Sodom. J' ^ 5 3 Previous upaierres wading wail focal regulatory. pamiffing agencies and governmental dents. S 4 Precinct coaled tools Wised b maintain schedule, queity and cost net bola and co s$udion , 4mane eetMies. 5 Leal Buskins Preference 5- 6 CBE or SSE Prethrrnce. 0 Flnn Nam.: Lar.d.Skea En -fee . Shams LL.', 36 30 a 15 6 5 law Plan. 36 35 5 15 5 6 Sur. Pads 36 aces, 3.6 5 15 6 5 thirb 11111. Pa il amen: 1 Consulanrs background, qusMra6au. modernists and In-house errper5se, faobrbp In Ste Proposed Proposer arena ousrerd woddoed end experience wading together on similar category. 20 Z ShB Experience end resumes of bads personnel, Including assigned Project manages rpedence in planning, designing and oonatr Son adfpt &fat Santee. S. ! y7 3 Pardons accedence waadng with local regulatory, panelling agenda and governmental dents_ T 4 Pojad matron tools hired to maintain schedule, quality and oast mama and abud is n management addles. 5 Load Bunkum Prelarsnce u 6 CBE or SHE Preference. 0 35 35 6 15 5 5 EVALUATION FORM Ik Werke 1 Consultants bacIqand, 4voeeaden, enders and In -hour expa3», fedora In rte proposed Propose' ern% awed wadded and experience wading together an skeet degay. , 1.1 MN Esperanto and renew of reek personnel, Indiana assigned Protect mangoes 2 rope le sos in penning,deigning and oonaudm adeieYtratlan tler�as. � � Wavier rigorism waWsg with local heguktort, porn iting apandra and gaamseatP daents. 5. Project corral loots rind 1s miner schedule, cruelly aid cat controls and aonsbue6on 10 6 Load Bteluse Prefersncs 6 CBE or SBE Preforenos. 0 Finn Mum: M Net.Itayt Assaa4e_, J �F1e Penes Box Pe s sots: Film Name: tSterl.. ME Est 36 35 5 15 6 5 Peruse PointeNom scot: 1 Carsullanfa beeigraed, quelirmedono, a han ederade and ous eg tlst; nr factor* In the Proposed Proposer Weft anent worNoed and reporter* working toaster on skater calogory. 4 6 2 Met Experience end resumes of asses personae, inducting swiped Pret)ect congers mrpetiencs N plsmfrp, derailing sadcone ion adoinakalm 5srvkes. 3t; 3 Previous swarm working set load returlory, pig agencies and goys/nerds! diets. s- 4 Pear cored tools rind to mentor schedule, godly and oust co trohu and conu5trogon ,U 5 Leak ?tomes Plarranoe S. 5 WE or MBE Prefeenoe. a 36 35 5 16 5 5 24 Firm Name: NoVa. EnR: •moo( 5nNmanrrta„tftfl, nori�•GC /J !arts novIM Craven t Coneutenfs background gnnalkero s, aedsreh is end in-hases omega, (adoring le an pn esad Proposer hat's cometncrllosd and eapsbnoe warang together an *Mrdler odopsy. 2 l 2 Stet Experieree end =me oriel/WS peramnell am'o'ng stslitlied Pr*ct menage's emerisroe In planning, dedgai g and coneMndbnt adnirel etas Serene 20 3 Parana mQedsrtoe wonting will Iocd regulstay, paml a&g apandes and governors! dads. s- 4 beet control tools rigid to miner schedule, godly and met cassia and casineliom waswe amt actress. /0 6 load Bainesa Preference if 6 CBE or sBE Preference. jj Firm Name: Airticn t tc dz-tec-i&&d Cis o 33 EwriAoit- _ /'1Ak v 1--&31.9.-i Zle..4edL..:trY fArrit x 3s 0 5 1e 5 5 Points Pklem enes *crew 1 cambers bedgraund, griI 4 re, aedimt4s and in-house expertise, faehrha hi the proposed Proposer taareh current heerkdoad and spserience rolling teeter on radar category. 2.45. Slaff eastern and resumes of loom's personnel. inctudInt assigned PinJar manager's 2 someone In planing, caste to and ccmtoucron sdmirletre3as Services. L0 3 Previous ahperisncs woMrg Men local rgulslony, pemrttlng agencies and governmental dew& 5' 4 Prefect cartel tools Witted to eternise' schedule, qualityand cat console and construction sanagened quality rD 5 Local litadhse Preference 5+ 6 CBE or VIE Preference. S 35 as 5 15 5 6 Consular!' background. quallkaBan, aadealsb and rnhotse 1 proposed Ramer Marl kra current eer ud end experience working ingeller on limier ln cei.gay• 2? 2 Muff &perbnos and Marra dream's personnel, including assigned Project managers M entunence Pb►l0, designing and con ruolion Mar 881*ea. 3, 3 Previous experience working h em local regurdo y. pem,ling agencies and mammal dentr. S'• 4 Palsied cadre! tools Waled to reeUMaYt schedule, quality end cost conkers end oaratnefon D 5 Lop' Bhssinese Preference li 5 CAE or 813E Preform/rm. S 5 l Firm Name: ' a. d sLe. ..rya 4 814.1 •- C. Paint. 1 CoaukaM's bacimou m, qualifications,aedendele and teahouse amortise, adoring in the proposed Proposer load% current workload and etgedaroe working looter on 0116301 category. ..2.D 2 Stag Experience and reargues dteam4 age saMl. Including mewed Project meragers experience In panning. designing and anernr5lon won Seldom 28 3 Rank= experience working was load regulatory, penxip4ng agencies end governmental dent. 7 4 Project cankol t Mood to maintain schedule, cruelly and coat controls and constrictionntenagersent J r% I' 5 Lora lushness Preference 6 CBE or WE Prei s. i r EVALUATION FORM Firm Name; Cdtaden Foals Pc:344'46 4' A1a„.r CeKsi i1j S(' &j ...4c • 1 Consultants badr¢aad, quilillatforre, credealide and to -ha as expense, faciorleg in the proposed Proposer tamers current wedded and experience waking Mather on skater category. 3 O s sear Elmarianoe and resumes of ban's personnel. Including congaed Project wager's selenc panning, In pk g, designing and conebuo6at ada3it moron Sen errs 3 0 3 Previous madam 'madam with local regietory, paroling agencies and governmental drab: S 4 tome nfdn schedule, qual mid and t controls and ameluGbrr 1/0 5 Leal 8usbraee Preference Li 5 CIE or 138E Preference. CI Fkm Nam.: Phu m t Se4.e +'emu., -Lc Considine* badagmund. qualloatkins, eaedadlde and Mrhoule wprise, taaroriny n dr 1 proposed ReposerMamaanentworkloadandesperienceworld%togetercnsimilarcategory. 1 9 2 tits/ Fmpalerroe and resumes of beefs pommel, including assigned Project nwrager's aepsdence In planing, designing and construction administration 8ardan. 3 I 3 Previous wperience Waddrg war local regulatory, panndting agencies and goverment dada• 5- 4Prefect control tools abed to morel mkm schedule, quality and cat cenirola and oonstrrrdon Wales. f f menegement 5 Local Business Preference 5. 5-CIM or OBE Refinance. 3° Firm Name: ?• E • t; S n&w1 fn-c-kao s Inc . PeI.1. nno1ee: 35 35 5 16 5 6 Feats Pmac am norm: 35 36 S 15 5 5 Perna Pella MEW 35 36 5 15 5 6 km. NOTE* 36 a5 5 15 6 5 1 Cana+lhrd'a b.dxtou.d, Waniessor». =NNW, and in -trace overlie% !adoring in 6ts Proposer twee $.1 - proposed current eoritoed and modem working IopMwr an similar category. experience in �i�a. �w a eni i betlan teem's personnel, including � nr.re.ga?a 32 3 Previous experience working with local reguidony, perming agencies and govaruin sit dente . 4 Project cordial loots utilized to maintain sc adule, quality and cost controls and construction 2, 5 Local Business Preference 5- s CBE or SSE Preference. l>" 3 y Firm Nam.: 77_ eikr, ,Sau. (&. t c . EVALUATION FORM Finn Nance:- AGM fr ,c wea+�._� - I -K 0' CdtsAae 9 h the 1 proposed Propose ieam s cumin! waldoad and eopedend � worldng together 2 SWF Experience and mamas of tease's personnel, kidding assigned Prajed m.u.ger'a mince In planning, designing and VOM5edior administmtlon Service.. 3 2- 3 PmUoue experience worldng with door regulatory, writing agendas and governmental dente. 9 4 Project coned tools uahed to mU schedule, . edule, quay and cost controls and oofMtnian management ativiles. 10 C" 5 Land Business Reference 6 03E or ME Preference. 6- 36 36 6 16 5 5 Fkm Name: <y n of a �J5 kL l� t� kn 4/u<. k ONertoa twnal. Pelves 35 36 6 16 6 5 Atm 1.4.141 wont Consultant's badrgraxd, auutlons. a.daawla and in-house assaiha, faatore,g in the proposed Proposer anent darent workload and.pelmes worldng together on sins► category. 3 a 2 Staff Experience and memo dimes personnel, including assigned Project managers experience In phoning, designing and construction edninhewon Services. Z'. 5' 3 Previous Experience evild g with local regulatory, pantie ng agencies and gov.mm.rha dents. 4 menagernent Whim b maiden scheduh, quality and crud controls end construction f© 5 Land Business Preference )) i 6 CBE or 543E Preference. 5T 35 36 5 15 6 5 35 Firm Nance: (11uV1.3 g :Ent nz Rio ��e nce� (/ ,n,. Polies Perris Ws* C lkelen 1 Colwaiannrs background, quallicetiahs, crederdetbi and in-house expertise, factoring In the proposed Proposer teem's inert workload and experience worldng together an similar aalegay. 3 d 2 Staff Experience and MUMS dtean's personnel, icludig mired eject manage?. experience In planning, designing and construction admpxisesdan sendces. 2...61 3 Previous experience working whits kcal regulatory, pending agendas and governmental clients. S' 4 Project control took utilized to maintain schedule, molly and coat controls and construction management activities. C 0 5 Lad Business Plererence 6 CBE or SBE Preference. 35 35 5 15 r C:6 %t s.%+4 e4,.a,, vii i e.�u �, � , t,a ti 5 5 EVALUATION FORM RFQ No. 20-0324200 Architectural and Engineering Consulting Services By signing this form as an Evalujor, I certify that I have no conflict of interest. Reviewer Name: Signature: Date: Firm Name: Criterion V 9/1,1/'N --0Z- 2-02-0 2 PLUS ,1-0'///72c7 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar calegory �� 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. �� , ,�r� 3 Previous experience working with local regulatory, permitting agencies and governmental clients. S, a Project control tools utilized 10 maintain schedule, quality and cost controls and construction management activities. 2— '5 ocal Business Preference /1 6 CBE or SBE Preference. S Firm Name: Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 32-_ 2 Staff Experience and resumes of team's personnel. including assigned Project manager's experience in planning, designing and construction administration Services. 32- 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. S 4 Project control tools ulilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference (1 6 CBE or SBE Preference. Firm Name: Ai/e/ R /Za&J € // ZA•Pga-Pz-.'" Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. �� 2 Staff Experience and resumes of team's personnel. including assigned Project manager's experience in planning, designing and construction administration Services. 77 G— 3 Previous experience working with local regulatory. permitting agencies and governmental clients. 3 4 Project control fools utilized to maintain schedule, quality and cost controls and construction management activities. / 2, 5 Local Business Preference 6 CBE or SBE Preference. y/ Points Max. NOTES: Points 35 35 5 15 5 5 Max. Points Points NOTES: 35 35 5 15 5 5 Max. Points Points NOTES: 35 35 5 15 5 5 Firm Name: Criterion l� &kr/A) .. ri EVALUATION FORM Points Max. NOTES: Points I Consultant's background, qualificalions, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3:3 Staff Experience and resumes of team's personnel, including assigned Project manager's 2 experience in planning, designing and construction administration Services. 33 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5" 4 Project control tools ulillzed to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 6 CBE or SBE Preference. J Firm Name: Criterion 35 35 5 15 5 5 Points points PInl NOTES: 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 J 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services, �/ C 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction activities. /2.management 5 Local Business Preference (1 /fi 6 CBE or SBE Preference. Firm Name: Criterion T LEs 35 35 5 15 5 Points Max. NOTES: Points I Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. �� 3 Previous experience working with local regulatory, permitting agencies and governmental clients. � 1 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 3/ 5 Local Business Preference 6 CBE or SBE Preference. Firm Name: Criterion 3 C %ICIAI SZ 167 35 35 5 15 5 Points Max. 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. Staff Experience and resumes of team's personnel, including assigned Project manager's 2 experience in planning, designing and construction administration Services. 3'1 3 Previous experience working with local regulatory, permitting agencies and governmental clients. c 1 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. / 5 Local Business Preference `� 6 CBE or SBE Preference Points NOTES: 35 35 15 5 EVALUATION FORM Firm Name: Criterion 1 Consultant's background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer leam's current workload and experience working together on similar category. 33 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and govemmenlal clients. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 6 CBE or SBE Preference. S Firm Name: Criterion 0- C sit 5r' r'tI C Points points NOTES: 35 35 5 15 5 5 Points Max. Points NOTES; t Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. .33 2 Staff Experience and resumes of team's personnel. Including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agendas and govemmenlal clients. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference (,I 6 CBE or SBE Preference. � Firm Name: Criterion r,5c7(4a. 35 35 5 15 5 5 Points Pofn�1s NOTES: I Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience in planning, designing and construction administration Services. 33 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 4 Project control tools utiized to maintain schedule, quality and cost controls and construction management actvitiea, / a 5 Local Business Preference 6 CBE or SBE Preference. Firm Name: Criterion C ' ue--n o,✓ 35 35 5 15 5 5 Points Max. NOTES: 1 Consultant's background, qualifications, credentials end in-house expertise, factoring in the proposed Proposer team's current workload and experience working together an similar category. 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience in planning, designing and construction administration Services. O 3 Previous experience working with local regulatory, permitting agencies and governmental clients. ^ Project control tools uliiized to maintain schedule, quality and cost controls and construction management activities. i 2- 5 Local Business Preference 6 CBE or SBE Preference. 35 35 5 15 5 5 EVALUATION FORM Firm Name: Criterion Paints Max. NOTES: Points i Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. Zi 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. ZR 3 Previous experience working with local regulatory, oerrnitting agencies and govemmental clients. 3 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference // 6 CBE or SBE Preference. Firm Name: Criterion C (A�,✓ i/Ii.. LI 1 -oe, 36 35 5 15 5 Points points NOTES: i Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3-3 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. J 4 Project control tools utilized to maintain schedule, quellty and cost controls and construction management activities. 5 Local Business Preference 7P 6 CBE or SBE Preference. Firm Name: Criterion `,D, L. i Gp.S eoit-c-t/L i ,2, >tlr<3' 35 35 5 15 5 5 Max. Points Points NOTES, 1 Consultant's background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 7 !7 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 07 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. /27 5 Local Business Preference (! 6 CBE or SBE Preference. e-- Firm Name: criterion �,wij 2v/Y%/t7 f 7&we 35 35 5 15 5 5 Points Max. NOTES: Points 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. - 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. " $0 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. X A Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 6// 6 CBE or SBE Preference. 0 35 35 15 5 5 EVALUATION FORM Firm Name: Criterion 41.5 CiV/e=�/�i,✓� ��' 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. g7 G. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 7 tj G 7 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. 3 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 6 CBE or SBE Preference. Firm Name: Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 3 Previous experience working with local regulatory, permitting agencies and governmental clients. , Project control tools utilized to maintain schedule, quality and cost controls end construction activities. /5'management 5 Local Business Preference 6 CBE or SBE Preference. /.-- Firm Name: £AZi/ Z✓G�/i✓Ct` M// Merlon Points poln�fs NOTES: 35 35 15 5 Points PMOints NOTES: 35 35 5 15 5 Points Max. NOTES: 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 3 0 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. 50 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. a Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. n �$ 5 Local Business Preference /1 6 CBE or SBE Preference. �'` Firm Name: Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 30 3 Previous experience working with local regulatory, permitting agencies and governmental clients. / a Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. / 5 Local Business Preference 6 CBE or SBE Preference. 35 35 5 15 5 5 Points Max. NOTES: Points 35 35 15 5 5 EVALUATION FORM Firm Name: Criterion "-Co 1.1 Points Pointe NOTES: i Consultant's background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's ?�-� experience in planning, designing and construction administration Services. •.�'(/ 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. /�C 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. /� 5 Local Business Preference s 6 CBE or SBE Preference. a Firm Name: Criterion tf Zoe// 35 35 15 5 5 Points Max.oin NOTES: Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. y // 5 Local Business Preference 9 6 CBE or SBE Preference. S'l Firm Name: Criterion 35 35 5 15 5 5 Max. Points NOTES: 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. "_ 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 77 �? C 3 Previous experience working with local regulatory, permitting agencies and governmental clients. _S. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. /� lip 5 Local Business Preference 6 CBE or SBE Preference. Firm Name: Criterion 35 35 5 15 5 5 Points POtnb NOTES: 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. �/j 211 3 Previous experience working with local regulatory, permitting agencies and governmental clients. �f 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. "J T 5 Local Business Preference 7/ C/yf� 5 CBE or SBE Preference. 35 35 5 15 5 5 EVALUATION FORM Firm Name: Cdterlon Al-Wbeepw 1-s,s,004-7-63- 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working togelher on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. e3/ 3 Previous experience working with local regulatory, permitting agencies and govemmenlal clients. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference l( %0 6 CBE or SBE Preference. Firm Name: MC 'de/We-real/4 Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the Proposer leam's current workload and experience working together on similar category. .3/proposed 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience In planning, designing and construcUon administration Services. 3/ 3 Previous experience working with local regulatory, permitting agencies and govemmenlal clients. fri- p Project control tools utgized to maintain schedule, quality and cost controls and construction 4 management activities. 5 Local Business Preference (r 6 CBE or SBE Preference. [/) Firm Name: Criterion /j/ WA wLG/Y 16 1 Consultants background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer leam's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience In planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. �/ 5 Local Business Preference 41 6 CBE or SBE Preference. D Firm Name: Criterion Aploct, e/iirere.,7-Z4( Points Max. OlnU NOTES: 35 35 5 15 5 5 Points Paax. ln Notes: 35 35 5 15 5 5 Pointe Max. oints NOTES: 35 35 5 15 5 5 Points Max. NOTES: Points 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 27 2 Slat( Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. 2-7 3 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. ,�) 7 5 Local Business Preference 6 CBE or SBE Preference. 35 35 5 15 5 5 Firm Name: Criterion EVALUATION FORM Y/5-r0A-2_,A,0 ' ,&41-4-7 Points M. Ponta NOTES: 1 Consultants background, qualifications, credentials and in-house expertise, factoring In the proposed Proposer team's current workload and experience working together on similar category. z 30 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 30 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. 3 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. A 5 Local Business Preference 6 CBE or SBE Preference. p► 35 35 5 15 5 5 Firm Name: / 74i/c-,i-7&• ,. > /' 14' -e (brie Criterion Points P01 NOTES: 1 Consultant's background, qualifications, credentials and In-house expertise, factoring In the proposed Proposer team's current workload and experience working together on similar category. 2. 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience in planning, designing and construction administration Services. ry L 3 Previous experience working with local regulatory, permitting agencies and governmental clients. C 4 Project control tools uUllzed to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference / 6 CBE or SBE Preference. Firm Name: Criterion 35 35 5 15 5 Max. Pointe NOTES: 1 Consultant's background, qualifications, credentials and In-house expertise, factoring In the proposed Proposer team's current workload and experience working together on similar category. , -, 30 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and govemmental clients, 9 a Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 6 CBE or SBE Preference. Firm Name: Criterion k /1/ J 35 35 5 15 5 5 Points Max.oits NOTES: 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. Z 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. Z 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference !!!7 6 CBE or SBE Preference. 35 35 5 15 5 EVALUATION FORM Firm Name: Criterion $ 4.4 - c,oid Points Max. NOTES: Points I Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience in planning, designing and construction administration Services. 30 3 Previous experience working with local regulatory, permitting agencies and governmental clients. c- a Project control tools utilized to maintain schedule, quality and cost conlrols and construction management activities. 0 5 Local Business Preference /1 L./ le 6 CBE or SBE Preference. Firm Name: Criterion ff moo 2/ *' 35 35 5 15 5 5 Max. Points Points NOTES: Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 30 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 5-61 3 Previous experience working with local regulatory, permitting agencies and governmental clients. yl �� 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference /6 ril 6 CBE or SBE Preference. Firm Name: Criterion ice, Iter#/'M 35 35 5 15 5 5 Max. Points Points NOTES: Consultant's background. qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. j/ rte' 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. �� 5 Local Business Preference It 6 CBE or SBE Preference. Aft 10 Firm Name: Criterion 35 35 15 5 5 Points Max. NOTES: Points I Consultant's background, qualifications. credentials and n•house expertise, lactoring in the proposed Proposer team's current workload and experience working together on similar category / z 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory. permitting agencies and governmental clients /' Project control tools utilized to maintain schedule, quality and cosl controls and conslniclion management activities. 1 (rJ 5 Local Business Preference /1 6 CBE or SBE Preference. ((JJ/};� 35 35 5 15 5 5 9 EVALUATION FORM RFQ No. 20-0324200 Architectural and Engineering Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Date: Firm Name: Criterion (.1240 a+ INRc4:-T13c1rs , IN.c, Paints 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. ` 2 Staff Experience and resumes of team's personnel, Including assigned Project manager's experience In planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 'i 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. It 5 Local Business Preference L' 6 CBE or SBE Preference. 5 Firm Name: Criterion Max. Points 35 35 5 15 5 5 NOTES: Max. Pointe Point. NOTES: 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. ao 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. a 3 Previous experience working with local regulatory, permitting agencies and governmental clients. , 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 1 �� 5 Local Business Preference l4 6 CBE or SBE Preference. 5 2 3 4 5 6 Firm Name: Criterion Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. „ I sb Previous experience working with local regulatory, permitting agencies and governmental clients. s Project control tools utilized to maintain schedule, qualify and cost controls and construction management activities. Local Business Preference CBE or SBE Preference. 0 35 35 5 15 5 5 Max. Points points NOTES: 35 35 5 15 5 EVALUATION FORM Firm Name: P►:fk m.a441 UsS, T. Ale Criterion Points Max. 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. G 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 8 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 1 0 5 Local Business Preference 4 6 CBE or SBE Preference. Firm Name: Ma Elm ati.mei r4CC, i i.,L C, Criterion Points NOTES: 35 35 15 5 5 Max. Points Points NOTES: 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category - Z Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. �O 3 Previous experience working with local regulatory, permitting agencies and governmental clients, C 4 Project control tools utilized to maintain schedule, quality and cost controls and construction] management activities. 5 Local Business Preference 4 6 CBE or SBE Preference. 5 �1� Firm Name: "germL UN "g C:ackx14� Criterion 35 35 5 15 5 5 Max. Points Points NOTES: 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category aS 2 Staff Experience and resumes of team's personnel. including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients 5 a Project control tools utilized to maintain schedule, quality and cost controls and construction activities. el 5 Local Business Preference 4 6 CBE or SBE Preference. Firm Name: �bn �ir�4[ilMt t .�Al!( P.,OI��j ?. its. Criterion 35 35 5 15 5 5 Points pooints NOTES: 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category �O Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3Q 3 Previous experience working with local regulatory. permitting agencies and governmental clients- 6 r Project control tools utilized to maintain schedule. quality and cost controls and construction management activities. 5 Local Business Preference LE 6 CBE or SBE Preference. 5 35 35 5 15 5 5 EVALUATION FORM Firm Name: Criterion 1 Consultant's background. qualifications. credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. aro 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. at. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference [i 6 CBE or SBE Preference. 5 Firm Name: E P\ C"iRCh41 Mc -1Z 1 1 MG, Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning. designing and construction administration Services. �� 3 Previous experience working with local regulatory, permitting agencies and governmental clients. c 1 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 16 5 Local Business Preference Lf 6 CBE or SBE Preference. ( 305 est4&LL:r►tom, �. � �, �� ��� LL Points Max, NOTES: Points 35 35 5 15 5 5 Points Max. NOTES: Points 35 35 5 15 5 5 Firm Name: `al scAlt.IL n,A.G,titiSE ,t4C , Npyf40.49 LmG. Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category ao 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 6 CBE or SBE Preference Firm Name: Criterion Max. Points Points NOTES: c �`i 1 rOnA57Atl4GCt�� t �(.s1�rM 35 35 5 15 5 5 Points Max. Points 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. f. a Staff Experience and resumes at team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. � 1� 3 Previous experience working with local regulatory. permitting agencies and governmental clients 5 J Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 6 CBE or SBE Preference 0 35 35 NOTES: 5 15 EVALUATION FORM Firm Name: Ration e_3%.4 t cg 1(4 i4 ECTLItig Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. �,-� `';' LV.• 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 Project control tools utilized to maintain schedule. quality and cost controls and conslrucion management activities. (� 5 Local Business Preference 1 6 CBE or SBE Preference. C Firm Name: Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. (90 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. r; ,J 3 Previous experience working with local regulatory, permitting agencies and govemmental clients. 5 4 Project control tools utilized to maintain schedule. quality and cost controls and construction management activities. 5 Local Business Preference 6 CBE or SBE Preference. 5 Firm Name: Criterion t Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's cunent workload and experience working together on similar category. (16 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. olif 3 Previous experience working with local regulatory, permitting agencies and governmental clients, S 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 6 CBE or SBE Preference. C Firm Name: .UAV rArm (Z , ,1tr Criterion 1 Consultant's background, qualifications. credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together an similar category. I rJ"� 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 95 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 d Project control tools utilized to maintain schedule. quality and cost controls and construction management activities. 5 Local Business Preference ' `4^ 6 CBE or SBE Preference. �.L.CL LsN4 8IA:LTCAS (LLC Paints Max. NOTES: Points 35 35 5 15 5 5 ?•14 V664 1 \afr,;:ioM ' H zsdc4v as r T "Ac. Max. Paints Points 35 35 5 15 5 5 NOTES: Points Points NOTES: 35 35 5 15 5 5 Points Max. NOTES: Points 35 35 5 15 5 5 EVALUATION FORM Firm Name: Criterion 1 Consultant's background, qualifications. credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. I 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 1 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. J FJ 5 Local Business Preference Li 6 CBE or SBE Preference. Firm Name: 1 C Un9,gu. Ch Nt C. Criterion t Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. ittp 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. C91/7 3 Previous experience working with local regulatory, permitting agencies and governmental clients. ,5 a Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 110 5 Local Business Preference (i 6 CBE or SBE Preference. 6 Firm Name: Criterion Yr l Vl a-, Lit Ilia. 'Vf, {,AMA ,,i+>,.&. C Points Max. Points 35 35 5 15 .5 NOTES: Max. NOTES: 35 35 5 15 5 � rr31A9 E n�W��t t R tluA ��I4) Points Max. NOTES: 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. is 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference fI. 1 6 CBE or SBE Preference. Firm Name: E ysiza Z.A.x.0 Criterion 35 35 5 15 5 5 Points i Consultant's background. qualifications, credentials and in-house expertise, faclonng in the proposed Proposer leam's current workload and experience working together on similar category 2 Staff Experience and resumes of team's personnel. including assigned Project manager's experience in planning, designing and construction administration Services. �© 3 Previous experience working with local regulatory. permitting agencies and governmental clients 1 Prolecl control tools utilized to maintain schedule. quality and cost controls and construction management activities. 5 Local Business Preference 6 CBE or SBE Preference 5 Max. Points 60165. 35 35 5 15 5 EVALUATION FORM Firm Name: Criterion Leo 1Ec.N At &Ler 1NCi L L C. Points Consultant's background, qualifications, credentials and in-house expertise, factoring in the1 proposed Proposer team's currenl workload and experience working together on similar category. '� 15 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 4 Project control tools utilized to maintain schedule, quality and cost conlrols and construction management activities. 5 Local Business Preference 4 6 CBE or SBE Preference. 5 Firm Name: Criterion .L . kW, &IGO, I a M C Max. Points 35 35 5 15 5 5 NOTES: Points Mix. NOTES: Points 1 Consultant's background, qualifications, credentials and in-house expertise, factoring In the proposed Proposer team's current workload and experience working together on similar category. �vl6J „�. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. aS 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 a Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. f, t V 5 Loral Business Preference 6 CBE or SBE Preference. Firm Name: . IiAc.�i-4bRfy a. t�-aBOc�t�i Criterion Points 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 05 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. Cl a Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 4. 6 CBE or SBE Preference Firm Name: Criterion 35 35 5 15 5 5 Max. Points NOTES: 35 35 5 15 5 5 KLT 9V--SO.S 1. -LC, Points Max. NOTES. Points 1 Consultant's background, qualifications, credentials and In-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. �� 2 Staff Experience and resumes of team's personnel. including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory. permitting agencies and governmental cllenls. a Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. A. 1.... 5 Local Business Preference 6 CBE or SBE Preference 0 35 35 5 t5 5 5 EVALUATION FORM Firm Name: Criterion m '(A&Sb GAdvrt:ssi I. ma c.. 1 Consultant's background, qualifications. credentials and imhouse expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. I� AO 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience In planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients S 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. b 5 Local Business Preference !' "0� 6 CBE or SBE Preference. r Firm Name: m 1; N whk6 'IM% i Criterion Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. °1 3 3 Previous experience working with local regulatory, permitting agencies and governmental clients, QFso 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. '1 5 Local Business Preference 6 CBE or SBE Preference. Firm Name: Criterion Max. NOTES: Points 35 35 15 5 5 Max. Points NOTES: 35 35 15 5 5 r-� ^. O V d9 E �.c. t k.),1 LLnx( 6,4 k r a viitonim ,i AL 1 LL C. 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 1 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services 3 Previous experience working with local regulatory, permitting agencies and governmental clients. e 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 1.4 6 CBE or SBE Preference. 1—' -fl Firm Name: Criterion Max Points 35 35 15 5 N ((1-ri,K0 Rau?, +�G 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. �`� ( 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. .] 3 Previous experience working with local regulatory, permitting agencies and governmental clients ! r 1 Project control tools ulilized to mainlain schedule, quality and cost controls and construction management activities. l0 4 5 Local Business Preference 6 CBE or SBE Preference a-� Max. Points 35 35 5 15 5 5 NOTES: NOTES: EVALUATION FORM Firm Name: Criterion %%To Kim rtL. \ r ttuak4,, 41,114 S, L.na.C.. Points Max. NOTES: Points 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Slaff Experience and resumes of team's personnel, including assigned Project manager's experience in planning. designing and construction administration Services. �� 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. �� 5 Local Business Preference 1+ 6 CBE or SBE Preference. \ -- 0 Firm Name: Criterion 35 35 5 15 5 5 1p.CvnttRt. feLc.Nrkf3ou rioAts 1T c Points Max. Points 1 Consultant's background, qualifications. credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. ca6 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. j` 3 Previous experience working with local regulatory, permitting agencies and governmental clients. a Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference 1 ►o 11 6 CBE or SBE Preference. Firm Name: Criterion 35 35 5 15 5 5 K.\:-) C.r4Iac4oLm OkQ-C.t, iitcxS ln►cr Points 1 Consultant's background, qualificallons, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. �� 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. Q 3 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 5 4 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 10 5 Local Business Preference i4 6 CBE or SBE Preference. Firm Name: j'{Ab1 La _Lhi-T% T 14011 4 L 1 L C Criterion NOTES, Max. Points NOTES: 35 35 5 15 5 5 Points Max. NOTES: Points 1 Consultant's background, qualifications, credentials and in-house expertise. factoring in the proposed Proposer team's current workload and experience working together on similar category. y IA 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 40 3 Previous experience working with local regulatory. permitting agencies and governmental clients. C I d Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 5 Local Business Preference W 6 CBE or SBE Preference. 5 35 35 5 15 5 5 EVALUATION FORM Firm Name: Criterion kackmosikt% Nti,C r Consultant's background, qualifications, credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category, 015 0155. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 3 Previous experience working with local regulatory, permitting agencies and governmental clients. -0 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. ' 5 Local Business Preference , ih I,.f 6 CBE or SBE Preference. 5 Firm Name: Criterion 1 Consultant's background, qualifications, credentials and in-house expertise, factoring in the Proposer team's current workload and experience working together on similar category. 19,5proposed 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. 615 3 Previous experience working with local regulatory, permitting agencies and governmental clients. 6 Project control tools utilized to maintain schedule, quality and cost controls and construction management activities. 1® 5 Local Business Preference Li, 6 CBE or SBE Preference. Firm Name: Criterion }cp:RA'Itiox4Gt..t)R.1 Points Max. NOTES: Paints :f6 35 5 15 5 0 irL VMh ► -t YWA 19', L.LQ Max. Points Points NOTES: 35 35 5 15 Max. Points NOTES: i Consultant's background, qualifications. credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2 Staff Experience and resumes of team's personnel, including assigned Project manager's experience in planning, designing and construction administration Services. p 191° 3 Previous experience working wilh local regulatory. permitting agencies and governmental clients. 5 Project control tools utilized to maintain schedule. quality and cost controls and construction management activities. t b 5 Local Business Preference (- 4 6 CBE or SBE Preference. 5 Firm Name: Criterion 35 35 5 15 5 3 1,aaa 11 i sR.&4L. KLCAudt e Pj,,14 u tgAa. - Max. Points NOTES: 35 Paints i Consultant's background. qualifications. credentials and in-house expertise. factoring in the proposed Proposer team's current workload and experience working together on similar category 2 Staff Experience and resumes of team's personnel. including assigned Project manager's experience in planning, designing and construction administration Services ` 6r 3 Previous experience working with local regulatory. permitting agencies and governmental clients. 5 i Project control tools utilized to maintain schedule. quality and cost controls and construction management activities. Q 5 Local Business Preference t 6 CBE or SBE Preference ct 35 15 5 6NW NEIGHBORS Public Meeting Notice State Road (SR) 969/Milam Diary Road/NW 72 Avenue From West Flagler Street to NW 72 Street Project Identification Number: 429345-3.52-01 The Florida Department of Transportation (FOOT) will host a Public Meeting for a roadway improvement project along SR 9691Milam Diary Road/NW 72 Avenue from West Flagler Street to NW 7 Street, in Miami -Dade County. FDOT 6 p.m. to 8 p.m. Tuesday, February 25, 2020 Robert King High Park (Meeting Room) 7025W Flagler Street, Miami, FL 33144 For information about this meeting or project, please contact Community Outreach Specialist Rodotfo Roman at 305-470-5477 or by email Rodolfo.Roman@dotstate.fl.us Visit vnvw.fdotmlamldade.com for project Information. The Public Meeting will follow an informal format allowing the public to arrive at any time from 6 p.m, to 8 p.m. Graphic displays will be shown and FOOT representatives will be available to discuss the project and answer questions. Public participation at this meeting Is solicited without regard to race, color, national origin, age, sex, religion, disability or family status. Pursuant to the provisions of the Americans with Disabilities Act, any person requiring special accommodations to partidpate in this Public Meeting is asked to advise the agency at least seven days before the Public Meeting by contacting: Irene Varela at 1305) 470- 5342 or In writing: FOOT,1000 N.W. 111 Avenue, Miami, FL 33172, email: Irene.Varela, dotstate.n.us. If you are hearing or speech impaired, please contact the agency using the Florida Relay Service, 11800) 955-8771 (TOO) or 1)800) 955-8770 (Voice). SUNDAY FEe0Wgr 23 2020 MIAMN)ERAID.COM Public Meeting Notice State Road (5R) 924/Gratigny Road/NW 119 Street From SR 9/NW 27 Avenue to 5R 7/NW 7 Avenue Project Identification Numbers: 439981-1/2-52-01 and 441963.1-52-01 The Florida Department of Transportation (FDOT) will host a Public Meeting for two roadway improvement projects and one bridge improvement project along SR 924/Gratigny Road/NW 119 Street from SR 9/NW 27 Avenue to SR 7/NW 7 Avenue, in Miami -Dade County. FDOT 5:30 p.m. to 7:30 pm. Thursday, February 27, 2020 North Central Branch Library 9590 NW 27 Avenue, Miami, FL 33147 For information about this meeting or projects, please contact Community Outreach Specialist Raddfo Roman at 305-470-5477 or by email Rodolfo.Roman@dot.state.fl.us Visit vwvw.fdotmiamidade.com for project Information. The Public Meeting will follow an Informal lomal allowing the public to arrive at any time from 5:30 p.m. W 7:30 p.m. Graphic displays will be shown and FOOT representatives wie be available to discuss these protects and answer questions. Public participation at This Publio Meeting is solicited wsltloul regard to race, odor, national origin, age, sex, religion, disability or family status. Pursuant to dm provisions of the Americans with DisaHllhes Act any person requlrirg special accommodations la participate In this Public Meeting is asked to advise Se agency al least seven days before the Public Meeting by contacting: Irene Film al 305-470.5342 or In writing: FOOT, 1000 N.W. 111 Avenue, Miami, Ft. 33172, email: Irene.Vatela@dal.stale.11.us. If you are hearing or speech impaired, please contact the agency using the Florida Relay Service, 1-800.955.8T71 (TOD) or 1 800.955-8770 (Voice). CITY OF OPA-LOCKA REQUEST FOR QUALIFICATIONS ° RFQ NO: 20-0324200 Architectural and Engineering Consulting Services Sealed Proposals for Architectural and Engineering Consulting Services will be received by the City of Opa-Iocka at the Office of the City Clerk, 780 Fisherman St, 4t Floor, Opa-loeka, Florida 33054, Tuesday, March 24, 2020 by 2:00 p.m. Any RFQ Package received after the designated closing Lime will be returned unopened. An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USE Flash Drive in PDF formal shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-Iocka, Florida, and marked RFQ for Architectural and Engineering Consulting Services. Proposers desiring information for use in preparing proposals may obtain a set of such documents from the City Clerk's Office, 780 Fisherman Street, 40. Floor, Opa-Iocka, Florida 33054, or copies of the RFQ No. 20-0324200 also he obtained by visiting the City's website at www.opalockatl,gov or www.Uemandstttr.con . The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFQ NO: 20-0324200 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. City Clerk Joanna Flores, CMC 6NW NEIGHBORS SUNDAY F8UUARY 131020 MIAMNIERAIOICOM Public Meeting Notice State Road (SR) 969/Milam Diary Road/NW 72 Avenue From West Flagler Street to NW 72 Street Project Identification Number: 429345-3-52-01 Public Meeting Notice State Road (SR) 924/Gratigny Road/NW 119 Street From SR 9/NW 27 Avenue to SR 7/NW 7 Avenue Project Identification Numbers: 439981-1/2-52-01 and 441963-1-52-01 FDOT The Florida Department of Transportation (FDOT) will host a Public Meeting for a roadway improvement project along SR 969fMilam Diary RoadNW 72 Avenue from West Flagler Street to NW 7 Street, in Miami -Dade County. 6 p.m, to 8 p.m, Tuesday, February 25, 2020 Robert King High Park (Meeting Room) 7025W Flagler Street, Miami, FL 33144 For information about this meeting or project, please contact Community Outreach Specialist Radolro Roman at 305.470-5477 or by email Rodolfo.Roman@dotstate.tl.us Visit www,fdohnlamidade.com for project intonation. The Public Meeting will follow an intonnal format allowing the public to arrive at any time from 6 p.m. to 8 p.m. Graphic displays will be shown and FDOT representatives will be available to discuss the project and answer quendono. Public participation at thls meeting is solldted without regard to race, color, national origin, age, sex, religion, disability or family status. Pursuant to the provisions of the Americans with Disabilities Act, any person requiring special accommodations to participate in this Public Meeting is asked to advise die agency at least seven days before the Public Meeting by contacting: Irene Varela at (305)470- 5342 or in writing; FOOT, 1000 N.W. 111 Avenue, Miami, Fl 33172, email: Irene.Varela@dotstate.n.us. If you are hearing or speech Impaired, please contact the agency using the Florida Relay Service, 1(300) 955-0771 (TDD) or 1(800) 9558770 (Voice). The Florida Department of Transportation (FDOT) will host a Public Meeting for two roadway improvement projects and one bridge improvement project along SR 924/Gratigny Road/NW 119 Street from SR 9/NW 27 Avenue to SR 7/NW 7 Avenue, in Miami -Dade County. FDOT 5:30 p.m. to 7:30 pm. Thursday, February 27, 2020 North Central Branch Library 9590 NW 27 Avenue, Miami, FL 33147 For information about this meeting or projects, please contact Community Outreach Specialist Rodolfo Roman at 305-470-5477 or by email Rodolfo.Roman@dot.state.fl.us Visit www,fdolmlamldade.com for project information. The Public Meeting vdd idiots an inlamd forted allowing the public to arrive at any time from 5:30 p.m. to'7:30 p.m. Graphic displays will be shown and FOOT representatives wig be available to discuss these projects and answer questions. Public pertdpadon at this Public Meeting is solicited Without regard to rata, color, national origin, age, sex, religion, disability or famdy status. Pursuant lo the prondoas al the Americans with Disabilities Act, any person requiring special accommodations lo participate in Oda Pubic Meeting is asked to advise the agency at least seven days before the Public Meeting by contacting:Irene Riaz al 305470.5342 or in writing: FOOT. 1000 N.W. 111 Avenue, Miami, FL 33172. email: Il0ne.Varelo®dolstate.0.us.11 you are hearing or speech impaired, please canted the agency 081091hr, Florida Relay Service, 1.800.955.0771 (TOO) or 1 800.955.8770 (Voice). CITY OF OPA-LOCKA REQUEST FOR QUALIFICATIONS RFQ NO: 20-0324200 Architectural and Engineering Consulting Services Sealed Proposals for Architectural and Enginceiing Consulting Services will be received by the City of Opa-Iocka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-Iocka, Florida 33054, Tuesday, March 24, 2020 by 2:00 p.m. Any RFQ Package received after the designated closing time will be returned unopened. An original and six (6) copies for a total of seven (7) plus I copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFQ for Architectural and Engineering Consulting Services. Proposers desiring information for use in preparing proposals may obtain a set of such documents from the City Clerk's Office, 780 Fisherman Street, 4th Floor, Opa-Iocka, Florida 33054, or copies of the RFQ No. 20-0324200 also be obtained by visiting the City's wehsitc at www,o g o kafi.gov or www.dernandslar,o tm. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFQ NO: 20-0324200 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. City Clerk Joanna Flores, CMC 22SE NEIGHBORS SUNDAY FEBRUARY 23 2010 MIAMIHEAALD.COM HotWorks.org Miami Fine Art Shows" December 7 & 8, 2019 December 14 & 15, 2019 Haulover Park/Bill Bird Marina Regatta Park, Coconut Grove furled Fine Art & Fine Craft Show - $1,500 Professional Awards All Art is Original, Personally Handmade & for Sale by the Artist Present at the Show Saturday & Sunday 10am-5pm daily - Free Admission - 55 Optional Donation Supports Plus! Youth Art Competition for K-8 or Ages 5-13 with 5250 Youth Art Awards hol) woirk; HEN AEO HY SucUtss FORMULA M COUNTY A ?J.hinmi? Iera(ii Mt01a COMPANY "'ht^° Miami Beach COMMUNITY NEWSPAPERS ...nvw.hotworks.org Facabook.conl/HotWorkoArtShows Inetagmrn 4HotWorkv4tShows Charles Strain, Sculpture Cal 941.7554018 or email infotAhonmrks.org to roquutt motedal in accessible format. information on accau for parsons with disabilities. Jr o sign language mterprutor 7 days in advancol CITY OF OPA-LOCKA REQUEST FOR QUALIFICATIONS RFQ NO: 20-0324200 Architectural and Engineering Consulting Services Sealed Proposals for Architectural and Engineering Consulting Services will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4'" Floor, Opa-locka, Florida 33054, Tuesday, March 24, 2020 by 2:01) p.m. Any RFQ Package received after the designated closing time will be returned unopened. An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Rash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFQ for Architectural and Engineering Consulting Services. Proposers desiring information for use in prepiuing proposals may obtain a set of such documents from the City Clerk's Office, 780 Fisherman Street. -Ph Floor, Opa-locka, Florida 33054, or copies of the RFQ No. 20-0324200 also be obtained by visiting the City's website at www.opalockaf.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFQ NO: 20-113242011 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. City Clerk Joanna Flores, CMC 4SW NEIGHBORS SUNDAY tiIRUART E3 MO MIAMIHERUD.COM SCHOOL SCENE 7 Miami schools to be in youth climate change summit at FIU BY ADRIANNE RICHARDBON frhoo4cenernia@grnail.com The Student Advisory Board on Climate Change will host the 2020 Miami Youth Climate Summit from 8:30 a.m. to 4:30 p.m. March 7 at Flor- ida International Uni- versity's Graham Center. The Student Advisory Board on Climate Change is comprised of 25 students from seven local schools, including Gulliver Schools, Robert Morgan Educational Center, TER- RA Environmental Re- search Institute, Palmer Trinity School, Ransom Everglades, Palmetto Middle School and Miami Palmetto High School. The summit will feature Andres Riszo, founder and director of The Boiling River Project; two workshop sessions; a student panel and a National Geographic Expert Panel that will be broadcast live at the Bay Area Youth Climate Sum- mit in California. The board encourages high school students in- terested in learning new skills regarding climate change and educators interested in becoming National Geographic Certi- fied Educators to attend. The cost to attend is $20, and lunch is included. I IAN WIFE AP Kallan Benson, a student activist and a leader of Fridays for Future, speaks in support of legislation in Maryland to reduce greenhouse emissions statewide by 60% by 2030 during a news conference on Wednesday, Feb.19, 2020, In Annapolis, Md. For information or to buy tickets, visit http://gulliver. life/2020mycs. CORAL REEF SENIORS WIN TOP HONORS AT FAIRCHILD EVENT Seniors Solange Acosta and Adam Cheguer from Coral Reef High School won first place in *the Fairchild Challenge's annual Environmental Debates. The recent chal- lenge took place at Fair- child Tropical Botanic Gar- den in Coral Gables. Schools from Miami - Dade and Broward partici- pated in this year's Fair- child Challenge, which is an interdisciplinary envi- ronmental science competi- tion. The competition re- quired students to debate on various topics, including the Turkey Point Power Plant, regulation of sun- screen sales, ending feder- al aid to rebuild in disaster - prone areas and the Paris Climate Agreement. BLUE RIBBON FOR SCHECK Scheel Hlilel Commu- nity School was recently selected as one of 50 U.S. private schools nominated to receive the U.S. Depart- ment of Education's 2020 National Blue Ribbon School of Excellence title. The National Blue Rib- bon Schools award aims to recognize schools, their students, faculty, and staff for their hard work to cre- ate safe and welcoming environments where stu- dents can learn. Official winners will be announced this fall. CITY OF OPA-LOCKA REQUEST FOR QUALIFICATIONS RFQ NO: 20-0324200 Architectural and Engineering Consulting Services Sealed Proposals for Architectural and Engineering Consulting Services will be received by the City of Opa-Iocka at the Office of the City Clerk, 780 Fisherman St, 4'" Floor, Opa-locks, Florida 33054, Tuesday, March 24, 20211 by 2:00 p.m. Any RFQ Package received after the designated closing time will be returned unopened. An original and six (6) copies for a total of seven (7) plus I copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-Iocka, Florida, and marked RFQ for Architectural and Engineering Consulting Services. Proposers desiring information for use in preparing proposals may obtain a set of suclr documents from the City Clerk's Office, 780 Fisheruran Street, 4a' Floor, Opa-Iocka, Florida 33054, or copies of the RFQ No. 20-0324210) also he obtained by visiting the City's wehsite at www.opalockafl.gov or www,dentandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFQ NO: 20-11324200 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. City Clerk Joanna Flores, CMC City of Opa-locka RFQ NO: 20-0324200 REQUEST FOR QUALIFICATIONS (RFQ) ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES TABLE OF CONTENTS SECTION PAGE Instructions to Bidders Page 4 SECTION 1 GENERAL TERMS AND CONDITIONS Page 6 1-1 Definitions Page 6 1-2 Availability of Request for Qualifications Page 10 1-3 Cone of Silence Page 10 1-4 Contents of Solicitation Page 10 1-5 Preparation and Submission of a Proposal Page 12 1-6 Late Proposals, Late Modifications and Late Withdrawals Page 15 1-7 Solicitation Postponementor Cancellation Page 15 1-8 Cost of Proposals Page 15 1-9 Oral Presentations Page 15 1-10 Exceptions to the Solicitation Page 15 1-11 Proprietary/Confidential information Page 16 1-12 Evaluation of Proposals Page 16 1-13 Negotiations Page 17 1-14 Award of an Agreement Page 17 1-15 Right of Appeal Page 19 SECTION 2 SPECIFIC SCOPE OF WORK AND SPECIFIC Page 20 REQUIREMENTS 2-1 Purpose Page 20 2-2 General Description Page 20 2-3 Minimum Requirements Page 22 2-4 Solicitation Timetable Page 22 2-5 Term of Contract Page 23 2-6 Method of Award Page 23 2-7 Method of Payment Page 23 2-8 Insurance Page 23 2-9 Contents of Proposal Page 24 2-10 Evaluation Criteria Page 29 2-11 Compliance with Federal, State and Local Laws Page 30 2-12 Point of Contact Page 30 FORMS Page 31 SECTION 3 AGREEMENTS Page 31 SECTION 4 PROPOSAL COVER SHEET Page 53 SECTION 5 ADDENDA ACKNOWLEDGEMENT FORM Page 54 SECTION 6 PROPOSERS INFORMATION FORM Page 55 SECTION 7 PROPOSERS DISCLOSURE OF SUBCONTRACTORS Page 58 SECTION 8 DRUG GREE WORKPLACE AFFIDAVIT Page 60 SECTION 9 ANTI -KICKBACK AFFIDAVIT Page 62 SECTION 10 NON -COLLUSIVE AFFIDAVIT Page 63 SECTION 11 NON-DISCRIMINATION AFFIDAVIT Page 66 SECTION 12 BUSINESSNENDOR PROFILE SURVEY Page 67 SECTION 13 REQUEST FOR TAXPAYER IDENTIFICATION Page 68 IT IS SOLELY AND STRICTLY THE RESPONSIBILITY OF EACH PROPOSER TO SUBMIT PROPOSALS TO THE CITY OF OPA- LOCKA, OFFICE OF THE CITY CLERK, ON OR BEFORE: PROPOSAL DUE: 03/24/2020 AT 2:00 P.M. INSTRUCTIONS FOR SUBMITTING A PROPOSAL IN RESPONSE TO A FORMAL REQUEST FOR QUALIFICATIONS 1. All Proposals must be submitted on 8 1/2" by 11" paper, neatly typed with normal margins and spacing. The original document package must not be bound, but the document package copies should be individually bound. 2. Proposers must submit one unbound, one-sided original, and six two-sided bound copies (for a total of 7 and one CD or USB containing an electronic version of the complete Proposal to the City of Opa-locka ("City Hall") by the Proposal Due Date and Time. 3. All required forms must be notarized, where necessary, by a registered notary, and completed by the Proposer submitting the Proposal. 4. The Proposal must be signed by an authorized officer of the Proposer who is legally authorized to enter into a contractual relationship with the City. 5. The original and all copies of the Proposal must be packaged in an envelope or container and submitted to the City at the following address: OFFICE OF THE CITY CLERK THE CITY OF OPA-LOCKA 780 Fisherman Street OPA-LOCKA, FL 33054 6. Proposals must include the following information dearly marked on the face of the envelope or container: a) Proposer's name, retum address and telephone number; b) Solicitation number; c) The Solicitation Due Date and Time; and d) Title of the Solicitation 4 7. Hand -carried Proposals may be delivered during the City's regular business hours, Mondays through Thursdays, excluding holidays observed by the City, but not beyond the Due Date and Time. 8. Proposals submitted at the same time for different solicitations shall be placed in separate envelopes and each envelope shall contain the information stated in paragraph 6 above. 9. Proposers are responsible for informing any commercial delivery service, if used, of all delivery requirements and for ensuring that the required, previously stated information appears on the outer package or envelope used by such service. PROPOSERS WHO FAIL TO INCLUDE THE ABOVE INFORMATION ON THE FACE OF THEIR PROPOSALS MAY BE DEEMED "NON- RESPONSIVE," AND SUCH PROPOSERS SHALL HAVE NO GROUNDS OF PROTEST IN THE EVENT THEIR PROPOSALS ARE OPENED IN ERROR. THE CITY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY ANY MAIL, PACKAGE OR COURIER SERVICE, INCLUDING THE U.S. MAIL, OR CAUSED BY ANY OTHER OCCURRENCE. ANY PROPOSAL RECEIVED AFTER THE DUE DATE AND TIME STATED IN THE SOLICITATION TIMETABLE IN THIS REQUEST FOR QUALIFICATIONS WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. TELEGRAPHIC OR FACSIMILE PROPOSALS WILL NOT BE CONSIDERED. 5 SECTION 1 GENERAL TERMS AND CONDITIONS 1-1 DEFINITIONS Wherever used in these General Terms and Conditions or in the other Contract Documents the following terms have the meanings indicated: The term "Addenda" shall mean the written or graphic instruments issued which make additions, deletions, or revisions to the Solicitation. The term "Application for Payment" shall mean the form furnished by the Consultant to request progress or final payment and which includes such supporting documentation as is required by the Contract Documents. The term "Amendment" shall mean a document signed by the Consultant and the City that authorizes an adjustment in the Work, Contract Price or Contract Time. The term "Best and Final Proposal(s)" shall refer to the final quote submitted after negotiations are completed that contains the Proposer's most favorable terms for price, Services and products to be delivered. The terms "CBE" or "SBE" Finns shall refer to a business that either: (1) qualifies as a "County Business Enterprise" ("CBE") as defined in the Miami -Dade County Code, has a valid Miami -Dade County business tax receipt, and is located in and doing business in Miami -Dade County, or (2) qualifies as a "Small Business Enterprise" ("SBE") as defined in the Miami -Dade County Code. The term "Chief Procurement Officer" shall refer to the Director of the City's Procurement Department. The term "City" shall refer to the City of Opa-Iocka, Florida, or its City Commission, as applicable. The term "City Commission" shall mean the governing and legislative body of the City. The term "City Manager shall mean the Chief Administrative Officer of the City. The term "Claim" shall mean a demand, assertion, dispute or other such claim by one of the parties arising out of or based upon the terms and conditions of the Contract Documents. The term "Consultant" shall refer to the Successful Proposer that will contract with the City to provide professional Services for this Project. The terms "Contract" or "Agreement" shall refer to the Contract that may result from this Request for Qualifications. "Sample Contract" shall refer to the enclosed 6 sample contract, provided for illustrative purposes only, and subject to modification by the City. The term "Contract Documents" shall mean the Request for Qualifications, all attachments and exhibits, Qualification Forms (including the Quote, information required of Proposer, and all required certificates and affidavits), Contract, Performance Bond, Payment Bond, General Terms and Conditions (if any), Special Conditions (if any), Technical Specifications (if any), Drawings, and all addenda and Change Orders. The term "Contract Price" shall mean the original contract amount established in the Proposal and awarded by the City, as may be amended by Change Order. The term "Contract Time" shall mean the original time between commencement and completion established in the Contract, as may be amended by Change Order. The term "Day" shall mean a calendar day of 24 hours measured from midnight to the 11:59 P.M. The term "Defective Work" shall mean Work that is unsatisfactory, faulty, or deficient; or that does not conform to the requirements of the Contract Documents; or that does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents; or Work that has been damaged prior to a recommendation of final payment. The term "Due Date and Time" shall refer to the due date and time listed in the Solicitation Timetable stated in Section 2 of this Solicitation. The term "Effective Date of the Agreement" shall mean the date indicated in the Agreement on which it was executed. If no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the parties to sign and deliver. The term "Final Completion" shall mean the date on which all conditions and requirements of any permits and regulatory agencies have been satisfied, any documents required by the Contract Documents have been received by the City; any other documents required to be provided by the Consultant have been received by the City, and the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. The term "Force Majeure" shaii mean any delay occasioned by superior or irresistible force(s) occasioned by violence in nature without the interference of human action, such as, hurricanes, tornados, flood and loss caused by fire and other similar unavoidable casualties; changes in federal Law, state or local Laws, ordinances, codes or Regulations, enacted after the date of this Agreement and having a substantial impact on the Project; other causes beyond the parties control; or by any other such causes which the City and the Consultant decide in writing to justify the delay. Provided, however, that market conditions, labor conditions, and similar matters which normally impact the Work shall not be considered a Force Majeure. 7 The term "Goods" shall refer to all Materials and commodities that will be required to be provided by the Successful- Proposer in accordance with the Scope of Work and the terms and conditions of this Solicitation. The terms "Laws and Regulations", or "Laws" or " Regulations" shall mean the laws, rules, regulations, ordinances, codes, and/or orders promulgated by a lawfully constituted body authorized to issue such laws and regulations, including the applicable federal, state and local government entities and/or agencies. The term "Local Business" shall refer to a firm that is domiciled and doing business within the City of Opa-Locica City limits and complies with all City of Opa-Locka licensing requirements, and is current on all City taxes. The term "Materials" shall mean materials incorporated in this Project or used or consumed in the performance of the Work. The term Notice of Intent to Award" shall mean the written notice by the City to the apparent Successful Proposer stating that upon compliance by the apparent Successful Proposer with the conditions precedent therein within the time specified, the City may enter into a Contract. The term "Notice to Proceed" shall mean any written notice issued by the City to the Successful Proposer authorizing the Successful Proposer to proceed with the Work. The terms "Procurement Office" or "Procurement Department" shall refer to the Procurement Office of the City. The term "Proposal" shall mean any offer(s) submitted in response to this Request for Qualifications. The term Proposal Forms" shall mean the forms required to be submitted in accordance with this Request for Qualifications. The term "Proposer" shall refer to any architect or engineer submitting a Proposal in response to this Request for Qualifications. The terms "Request for Qualifications", "RFQ" or "Solicitation" shall mean this Request for Qualifications, including all exhibits, attachments, amendments and change orders issued by the Procurement Department. The terms "Specifications" or "Technical Specifications" shall mean those portions of the Contract Documents consisting of the General Requirements and written technical descriptions of products and execution of the Work. The terms "Subcontractor" or "Sub consultant" shall refer to any person, firm, entity, or organization, other than the employees of the Successful Proposer, who contracts with the Successful Proposer to fumish labor, or labor and Materials, in connection with the Work or Services for the City, whether directly or indirectly, on behalf of the Successful Proposer. 8 The term "Substitutions" shall mean Materials, products, equipment or system, that are alternate from those originally specified in the Contract Documents. The term "Successful Proposer" shall refer to the Consultant receiving an award of a Contract as a result of this Request for Qualifications. The term "Supplier" shall mean a manufacturer, fabricator, supplier, distributor, Material man, or Vendor. The term "Surety" shall mean the surety company or individual which is bound by the performance bond and payment bond with and for the Successful Proposer who is primarily liable, and which surety company or individual is responsible for the Successful Proposer's satisfactory performance of the Work under the Contract and for the payment of all debts pertaining thereto In accordance with Section §255.05, Florida Statutes. The term "Taxes" shall mean all taxes related to the performance of the Work or any portion thereof, including but not limited to, all sales, consumer, use, occupational, excise, social security, unemployment compensation and similar taxes. The term "Underground Utilities" shall mean all pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following Services or Materials: water, sewage and drainage removal, electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, traffic, or other control systems. The term "Vendor" shall mean ail merchants, material men, suppliers of labor, Material and equipment, providers and all other professionals who are currently under service contracts with the City and are delivering Services to the City. The term 'Weather Delays" shall mean Work stoppage caused by abnormal inclement weather, where abnormal duration and frequency of rain or exceptionally adverse weather as compared with the Weather Bureau data and supported by Project Togs, has caused the Consultant to suspend critical path activities during the exceptional adverse weather event for more than 50 percent of the Work period of the Day. Weather delay claims can be made for Work Day only. No time extension will be allowed for weekend rains. The term 'Work Day" shall be as defined as being the time between the hours of 7:00 A.M. and 6:00 P.M. on weekdays; except when Work is necessary for the proper care and protection of Work already performed, or except in case of emergency, or unless otherwise provided in the General Requirements. The terms "Work", "Scope of Work", "Scope of Services", "Services", "Program", "Project", or "Engagement" shall mean all matters and things and includes all labor, Materials, equipment and Services that are required to be provided by the Successful Proposer in accordance with this Solicitation. 9 1-2 AVAILABILITY OF REQUEST FOR QUALIFICATIONS Copies of this Solicitation package may be obtained by visiting the City's website at www.opalockafl.gov or www.demandstar.com. To request the Solicitation package from the City's Procurement Department, your request should include the following information: the Solicitation number and title, the name of the potential Proposer's contact person, the potential Proposer's name, complete mailing address, telephone number, and fax number. Proposers who obtain copies of this Solicitation from sources other than DemandStar or the City's Procurement Department risk the potential of not receiving addenda, since their names will not be included on the list of firms participating in the Solicitation process. Proposers are solely responsible for the risks associated with obtaining copies of this Solicitation from other sources. 1-3 CONE OF SILENCE Proposers are notified that this Solicitation is subject to a "Cone of Silence." From the time of advertising and until the City Commission approves an award, there is a prohibition on communication by Proposers (or anyone on their behalf) with City's professional staff or Evaluation Committee members regarding this RFQ. This does not apply to oral communications at pre -proposal conferences, oral presentations before evaluation committees, Contract negotiations, public presentations made to the City Commission during any duly noticed public meeting, or communications in writing at any time with any City employee, official, or member of the City Commission regarding matters not concerning this Solicitation. Any questions, explanations, or other request by Proposers regarding this Solicitation must be requested in writing to the City Clerk's Office to the attention of the City Clerk at jflores@opalockafl.gov. 1-4 CONTENTS OF SOLICITATION a) General Conditions. 1) It is the sole responsibility of the Proposer to become thoroughly familiar with the Solicitation requirements and all terms and conditions affecting the process of this Solicitation. Pleas of ignorance by the Proposer of conditions that exist, or that may exist, will not be accepted as a basis for varying the requirements of this Solicitation. 2) The Proposer is advised that this Solicitation is subject to all legal requirements and all other applicable Laws and Regulations. b) Additional Information/Addenda. 1) Requests for additional information, explanation, clarification or interpretation must be made in writing to the Procurement Department at the address listed above. Requests must be received by the Procurement 10 Department by the Due Date and Time stated in the Solicitation Timetable. Any request received after that time may not be reviewed for inclusion in this Solicitation. Requests shall contain the requester's name, address, telephone number, fax number and e-mail address. 2) Responses to any inquiry shall be made by the Procurement Department, by written amendment to the Solicitation, per the date stated in the Solicitation Timetable. The Proposer shall not rely on any representation, statement or explanation other than those made in this Solicitation or in any addenda issued. Where there appears to be a conflict between this Solicitation and any addenda issued, the last addendum issued shall prevail. 3) It is the Proposer's responsibility to ensure receipt of all addenda and substitute Proposal Forms. It is the Proposer's further responsibility to verify with the Procurement Department, prior to submitting a Proposal, that all addenda have been received. The Proposer shall submit the Proposal form entitled "ADDENDA ACKNOWLEDGMENT FORM" with their Proposal. c) Conflicts in this Solicitation. Where there appears to be a conflict between the General Terms and Conditions (if any), the Special Conditions (if any), the Specifications or Scope of Work and Specific Requirements, the Sample Contract, or any amendment issued, the order of precedence shall be: the last addendum issued, the Specifications or Scope of Work and Specific Requirements, the Special Conditions (if any), the General Terms and Conditions (if any), and the Sample Contract. Where there appears to be a conflict of the Due Date and Time listed anywhere in this Solicitation, it is the sole responsibility of the potential Proposer to verify the Due Date and Time by contacting the City's Procurement Office at the address indicated above. 1-5 PREPARATION AND SUBMISSION OF A PROPOSAL. a) Preparation/Submission. 1) The Proposal Forms shall be used when submitting a Proposal. Use of any other forms may result in the Proposer's Proposal being deemed "Non -Responsive." 2) The Proposal shall be typed or completed legibly in ink. The Proposer's authorized agent shall sign the Proposal Forms in ink, and all corrections made by the Proposer shall be initialed in ink by the authorized agent. The use of pencil or erasable ink or failure to comply with any of the foregoing may result in the submittal being deemed "Non -Responsive." Upon request, the City will provide a tax exemption certificate, if applicable. 11 Any special tax requirements will be specified either in the Special Conditions or in the Specifications. 3) Any telegraphic or facsimile Proposal shall not be considered. 4) The apparent silence or omission of any detail or description conceming the Services requested in the Scope of Work and/or any amendment regarding same shall be interpreted as meaning only the best commercial practices are to prevail, and that only Materials and workmanship of first quality will be used. All interpretations of the Scope of Work shall be made upon the basis of this Solicitation, and if the Solicitation is silent, on industry standards of best practices. b) Vendor Registration is not required. c) Criminal Conviction Disclosure. Any individual who has been convicted of a felony during the past ten years and any corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten years shall disclose this information prior to entering into a contract with or receiving any funding from the City. d) Swom Statement on Public Entity Crimes. Pursuant to Paragraph 2(a) of Section §287.133, Florida Statutes, "[A] person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." All Proposers shall submit a signed and notarized statement with their Proposals on the form entitled "PUBLIC ENTITY CRIMES." e) Drug -free Workplace Preference. All public bids or Proposals are subject to the City's Preference to Businesses with Drug -free Workplace Program. The City grants a preference to a business with a drug -free workplace program whenever two or more Proposals are equal with respect to price, quality, and Services. The Drug -free Workplace vendor shall have the burden of demonstrating that its program complies with Section §287.087, Florida Statutes, and any other applicable state Law. All Proposers shall submit the form entitled "DRUG -FREE WORKPLACE AFFIDAVIT". f) Ana -Kickback Affidavit. 12 All Proposers shall submit the duly signed and notarized form entitled "ANTI - KICKBACK AFFIDAVIT". g) Non -Collusion Affidavit. All Proposers shall affirm that they shall not collude, conspire, connive or agree, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Work for which their Proposal has been submitted; or to refrain from submitting a Proposal In connection with such work; or have in any manner, directly or indirectly, sought by any person to fix the price or prices to be negotiated or that of any other Proposer to be negotiated, or to fix any overhead, profit, or cost elements of the price to be negotiated, or that of any other Proposer to be negotiated, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against any other Proposer, or any person interested in the proposed Work. All Proposers shall submit the duly signed form entitled "NON -COLLUSION AFFIDAVIT'. h) Non -Discrimination Affidavit. All Proposers shall affirm that their organization shall not discriminate against any person in its operations, activities or delivery of Services. Proposers shall also affirmatively comply with all applicable provisions of federal, state and local equal employment Laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for Service delivery. All Proposers shall submit the duly signed and notarized form entitled "NON- DISCRIMINATION AFFIDAVIT". i) BusinessNendor Profile Survey. All Proposers shall provide the City with the information requested in the BusinessNendor Profile Survey prior to being recommended for award of any Contract resulting from this Solicitation. j) Request for Taxpayer Identification Number and Certification. All Proposers shall provide the City with their taxpayer identification number prior to being recommended for award of any Contract resulting from this Solicitation. k) Antitrust Laws. By submission of a signed Proposal, the Successful Proposer acknowledges compliance with all antitrust laws of the United States and the State of Florida. I) Conflicts of Interest. The award of the Contract hereunder is subject to the provisions of Chapter 13 112, Florida Statutes. Proposers shall disclose the name of any officer, director, partner, associate, or agent who is -also an officer, appointee, or employee of the City at the time of the Proposal or within one year prior to the Due Date and Time. Proposers are required to disclose any such conflict that occurs after the Proposal Due Date and Time at the time of occurrence of such conflict of interest. m) Collection of Fees and Taxes. By acceptance of a Contract, the Successful Proposer acknowledges compliance with the requirement that all delinquent and current fees and Taxes due to the City from the Proposer have been paid. The City may require verification and satisfaction of all delinquencies and current fees and Taxes due prior to recommending a Proposer for the award of any Contract. n) Preferences. Local Business. Except where federal, state or county Law mandates to the contrary or where federal or state funding is utilized, the City shall grant a preference in the amount of five percent (5%) of any Proposal or five points of any Proposal score to a Local Business, as determined by the City. Such preference shall apply to bids or Proposals for commodities, Services and construction. Businesses Employing Opa-Locka Residents. A Vendor located outside of the City limits is considered equivalent to a Opa-Locka Vendor (a Local Business) and accorded the same Local Business preference if it employs a minimum of ten full time equivalent ("FTE) Opa-Locka residents, or if Opa-Iocka residents constitute 20% FTE of the company's local workforce (Broward and Miami -Dade Counties),whichever is larger. Such preference shall apply to bids or Proposals for commodities, Services and construction. CBE or SBE Firms. Except where federal, state or county Law mandates to the contrary, the City, pursuant to its purchasing authority, shall grant a preference in the amount of five percent (5%) of any bid or five points of any Proposal score to a CBE or SBE Firm. Such preference shall apply to bids or Proposals for commodities, Services and construction. Application of preferences. In the application of any preference granted by the City Code or City policies in regard to this RFQ, the preference is applied by adding the specified points to the evaluation criteria scoring. 1-6 LATE PROPOSALS, LATE MODIFICATIONS, AND LATE WITHDRAWALS Proposals received after the Solicitation Due Date and Time shall not be accepted, opened, or considered. Modifications of Proposals received after the Solicitation Due Date and Time shall also not be accepted or considered. Withdrawals of Proposals received after the Solicitation Due Date and Time or prior to the expiration of 180 calendar days after the Solicitation Due Date and Time shall not be accepted or allowed. 1-7 SOLICITATION POSTPONEMENT OR CANCELLATION The City may, at its sole and absolute discretion, at any time prior to City 14 Commission award and approval of a Contract, reject all or any parts of any or all Proposals, re -advertise this Solicitation, postpone or cancel this Solicitation or waive any irregularities in this Solicitation or any process used in this Solicitation. 1-8 COST OF PROPOSALS All expenses involved with the preparation and submission of Proposals to the City shall be borne by the Proposer(s). No payment shall be made for any responses received by the City or effort required of or made by the Proposer(s) prior to commencement of Work authorized pursuant to the Contract. 1-9 ORAL PRESENTATIONS The City may require Proposers to perform oral presentations in support of their Proposals or to exhibit or otherwise demonstrate the information contained therein. This presentation or demonstration may be performed before the Evaluation/Selection Committee and/or the City Commission. If required, the City shall provide Proposers with as much advance notice as possible prior to the date of such a presentation. 1-10 EXCEPTIONS TO THE SOLICITATION Exceptions are not applicable to this Solicitation. Taking exceptions in the Proposal may render the Proposal "Non -Responsive". 15 1-11 PROPRIETARY/CONFIDENTIAL INFORMATION Proposers are provided with notice that all information submitted as part of or in support of Proposals will be available for public inspection after opening of the Proposals, in compliance with Chapter 119, Florida Statutes, popularly known as the "Public Records Law". All Proposals submitted in response to this Solicitation shall become the property of the City. Unless the information submitted is proprietary, copy written, trademarked, or patented, the City reserves the right to utilize any or all information, ideas, conceptions, or portions of any Proposal in its best interest. Acceptance or rejection of any Proposal does not affect the City's rights hereunder. 1-12 EVALUATION OF PROPOSALS a) Rejection of Proposal. The City may reject any Proposal, and award the Contract to the next highest scoring Proposer or re -advertise for aII or any part of this Solicitation whenever it is deemed in the best interest of the City, in the City's sole discretion. The City shall be the sole judge of what is in its "best interest". The City may reject any Proposal if the Proposer does not accept or attempts to modify the terms and conditions of this Solicitation. b) Elimination from Consideration. No Contract shall be awarded to any person or firm that is in default to the City as a result of any debt, Tax, or other obligation. c) Waiver of Informalities. The City reserves the right to waive any informalities or irregularities in this Solicitation. d) Demonstration of Competency. 1) A Proposal will only be considered from a firm regularly engaged in the business of providing the Goods and/or Services required by this Solicitation. The Proposer must be able to demonstrate a good record of performance and have sufficient financial resources, equipment and organization to ensure that they can satisfactorily provide the Goods and/or Services required by this Solicitation. 2) The City may conduct a pre -award inspection of the Proposer's facilities and site or hold a pre -award qualification hearing to determine if the Proposer is capable of performing the requirements of this Solicitation. The City may consider any evidence available regarding the financial, technical or other qualifications and abilities of the Proposer, including past performance and experience with the City or any other governmental entity. 16 3) The City reserves the right to audit all records pertaining to any award resulting from this Solicitation, whether financial or otherwise. e) Copy of Abstract of Proposals. A copy of the Proposal abstract will be made available through www.DemandStar.com or may be requested in person from the Procurement Department. Proposal results shall not be provided by telephone or facsimile. 1-13 NEGOTIATIONS The City, in its sole discretion, reserves the right to enter into Contract negotiations with the highest evaluation scoring, most qualified responsive, responsible Proposer whose Proposal is most advantageous to the City. If the City and that Proposer cannot negotiate a successful Contract, the City may terminate those negotiations and begin negotiations with the next most qualified responsive, responsible Proposer. This process may continue until a Contract acceptable to the City has been executed or all Proposals are rejected. No Proposer shall have any rights against the City arising from such negotiations or termination thereof. To assure full understanding of and responsiveness to the Solicitation requirements and full understanding of qualified Proposals, discussions may be conducted with qualified Proposers who submit responses determined to be reasonably acceptable of being selected for award for the purpose of clarification and to assure full understanding of, and responsiveness to, the Solicitation requirements. The Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of Proposals, and such revisions may be permitted through negotiations prior to award for the purpose of obtaining Best and Final Proposals. 1-14 AWARD OF AN AGREEMENT a) Agreement. This Solicitation may contain a Contract similar to: "SAMPLE AGREEMENT". After award, a Contract similar to the Sample Contract, inclusive of all attachments and any modifications that the City in its sole discretion may make and reflecting all requirements, terms and conditions of this Solicitation and any negotiated changes, will constitute the entire agreement between the parties. No rights shall inure to the Successful Proposer pursuant to this Solicitation until the Contract has been executed by both parties thereto. b) Additional Information. The award of the Contract may be preconditioned on the subsequent submission of other documents in connection with this Solicitation. The Successful Proposer shall be deemed "Non -Responsive" if such documents are not submitted in a timely manner and in the form required by the City. Where the Successful Proposer is deemed "Non - 17 Responsive" as a result of such failure to provide the required documents, the City may award the Contract to the next most qualified, responsive, responsible Proposer. c) Independent Contractor. The Successful Proposer shall be a Consultant operating independently from the City. The employees and Subcontractors or Subconsultants of the Successful Proposer shall not be considered or deemed employees, Subcontractor or Subconsultants or agents of the City, nor shall such employees and Subcontractor or Subconsultants of the Successful Proposer have any privity of contract with the City. Neither the Successful Proposer nor any of its employees shall receive any City benefits. The Successful Proposer shall supply competent and physically capable employees and Subcontractor or Subconsultants. The City may require the Successful Proposer to remove any employee or Subcontractor or Subconsultant it deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued performance of the Services is not in the best interest of the City. d) Contract Extension. To the extent applicable, the City reserves the right to automatically extend the Contract for up to 180 calendar Days beyond the stated Contract term under the same terms and conditions of the Contract. The City shall notify the Successful Proposer(s) in writing of such extensions. Additional extensions beyond the first 180 Day extension may occur, if approved by the City Commission with the mutual agreement of the Successful Proposer. e) Limited Contract Extension. Any Work which commences prior to the termination date of the Contract and which will extend beyond the termination date shall, unless terminated by mutual written agreement of both parties, continue until completion at the same prices, terms and conditions as set forth in the Contract. f) Warranty. Any implied warranty granted under the Uniform Commercial Code shall apply to all Goods provided pursuant to the Contract. g) Non -Exclusive Contract. Although the purpose of this Solicitation is to secure a Contract that can satisfy the total needs of the City, it is agreed and understood that the Contract does not grant any exclusive rights to the Successful Proposer to receive all orders that may be generated by the City in connection with the types of Goods and/or Services required herein. 18 1-15 RIGHT OF APPEAL a) After a notice of intent to award a Contract is posted by the City, any actual or prospective Proposer who is aggrieved in connection with the pending award of the Contract or any element of the Solicitation process may file a protest with the City Manager. A protest must be filed within five business days after the posting of the notice of award or the right to protest is forfeited. The protest must be in writing, must identify the name and address of the protester, and must include a factual summary of, and the basis for, the protest. Filing shall be considered complete when the written protest and accompanying required filing fee is received by the City Manager. b) The protester must include a nonrefundable filing fee to compensate the City for the expenses of administering the protest. The fee shall be in the form of cash or a cashier's check, and in accordance with the schedule provided below: Contract Award $10,000-$50,000 $50,001-$250,000 $250,001 and greater Protest Filing Fee $500.00 $1,000.00 1% of the pending award or $5,000.00, whichever is greater 19 SECTION 2 SCOPE OF WORK AND SPECIFIC REQUIREMENTS 2-1 PURPOSE To establish a library of Licensed Architects and Engineers to provide Architectural and Engineering Services for the City of Opa-Locka. 2-2 GENERAL DESCRIPTION A. In accordance with Florida State Statute 287.055, known as the "Consultants' Competitive Negotiation Act', the purpose of this Solicitation is to establish a pod of consultants for each category listed below to be used as -needed to provide prompt and efficient professional Services and with construction values required by the City on a project by project basis. The various Services within a category may include (without limitation) design, cost estimating, and construction management Services on an as -needed basis. B. Upon review of the qualifications, firms will be evaluated and ranked. The evaluation committee may short list and rank firms per category and may interview these firms for final ranking and recommendation to the City Commission. Proposers may be short listed in more than one category. C. The following categories are intended to provide a broad overview of the types of Projects that may be contemplated by the City in the future. Proposers shall specify the category or categories of their expertise to which they are submitting their Proposal and indicate same on the front of their Proposal for ease of evaluation. For each category, Proposers shall ensure that their team is capable of performing all of the Services listed for each category. General Categories: Civil Engineering — New Infrastructure construction, studies and redevelopment, including but not limited to roadways; parking areas; drainage improvements; water, sewer and reclaimed water systems improvements; park improvements, specialties required including landscape architecture, irrigation, electrical engineering, site environmental evaluation, wetland permitting and biological evaluations. Architectural Services —Services may include but may not be limited to programming, design, construction documents and construction management for new and existing facilities. Landscape Architectural Services — Services may include but many not be limited to design, document preparation and inspection for new and existing facilities and parks. 20 iv. Structural Engineering Services — Services may include but may not be limited to design, construction documents and construction management for new and existing facilities. v. Mechanical/Electrical/Plumbing Services — Services may include but may not be limited to design, construction documents and construction management for new and existing facilities. vi Utilities Engineering - To prepare and develop planning documents, feasibility studies, preliminary design, reports, facility upgrades and modifications, construction documents, permitting, utility management and operation assistance, water and wastewater rate study, financial and revenue analysis, short and long term capital improvement plan, and other professional Services that may be deemed necessary. vi Traffic Engineering- Services may include traffic studies, parking studies, traffic signal warrants and other traffic and transportation related studies and design Services that may be necessary. Land Surveying- Professional surveying Services such ALTA, boundary and topographic surveys, construction layout and as buitts, subsurface utility surveying, preparation of plat and subdivision documents and other surveying related Services. be Construction Testing and Inspections- Professional engineering Services such as geotechnicai and environmental explorations; soils testing; construction Materials testing; due diligence environmental studies such as Phase 1, Phase II, and or RAP inspection Services required by building code such as special inspector, threshold inspector and other material testing or inspection Services that may be necessary. x General Consulting Engineering- The Consulting Engineer shall provide planning, technical, financial and economical studies and analyses, engineering design, procurement assistance, construction oversight, sight inspections, management, environmental compliance support, technical services, expert witness testimony, as required and any and all other relevant services required by the City and/or in support of the City's operations, including but not limited to operation consultation to the Utilities and Public Works Departments. In addition, General Consulting Engineer shall have the expertise to provide support for the issuance of new and maintenance of existing bond issues. D. The Proposers must be licensed to perform all nature of Services within a category and have extensive experience in Miami -Dade County. They will be expected to provide some or all of the following Services: Design, engineering, budget and construction cost estimating 21 Services, bidding assistance, permitting and contract administration Services during construction, which may or may not include on -site representation during construction. Provide Scope of Services in a timely manner and work within the budget. i Effectively practice sound financial business practices and fiscal responsibility. 2-3 MINIMUM REQUIREMENTS A. In order for a Proposal to be considered by the City, Proposers shall demonstrate, in their Proposals, compliance with the following minimum requirements: i Proposers must be currently certified, licensed and authorized to work in the State of Florida to perform the following Services: architecture, civil, utilities and traffic engineering, land surveying, construction testing and inspections; i Experience working within Miami -Dade County on projects within each category; and 1 Currently insured and meeting insurance requirements applicable Law to perform the Services, with insurance certificates that state the name of the Proposer, current street address of the business and the type of work that the Business Tax Receipt is issued for and all additional insurance requirements, induding required endorsements, as specified herein. B. The City shall not consider Proposals that fail to demonstrate compliance with the above requirements. The Consultant shall maintain and keep in force throughout the life of the Contract, all renewals and extensions, if any, pertaining or related to the requirements specified in this Section. Failure of the Consultant to comply with these requirements will be sufficient grounds for the City to declare the Contract in default and subject the Contract to possible termination by the City. 2-4 SOLICITATION TIMETABLE The anticipated schedule for this Solicitation, and the award of any resulting Contract, shall be as follows: RFQ TIMETABLE RFQ Advertised February 23, 2020 Due Date and Time for this RFQ March 24, 2020 at 2:00 p.m. Award Recommendations TBD The above schedule is not final. The City reserves the right to modify the above dates and times, at its discretion. 22 2-5 TERM OF CONTRACT: UPON COMPLETION AND ACCEPTANCE The Contract resulting from this Solicitation shall commence upon the date of execution and shall remain in effect for a period of three years with one three year renewal option, at the City's sole discretion. 2-6 METHOD OF AWARD: TO THE HIGHEST QUAUFIED EVALUATION SCORING, RESPONSIVE, RESPONSIBLE PROPOSER(S) (SUBJECT TO SUCCESSFUL NEGOTIATION AND APPROVAL OF A CONTRACT) A. This Solicitation shall require City Commission approval of the final ranking and recommended award of the RFQ to the highest qualified evaluation scoring responsive, responsible Proposer, subject to the successful negotiation and approval of a mutually agreeable Contract substantially in the form of the Sample Contract attached to this RFQ. B. The Chief Procurement Officer or designee is authorized to enter into Contract negotiations with the highest evaluation scoring, responsive, responsible Proposer and whose Proposal will be the most advantageous to the City. If the City is unable to negotiate a satisfactory Contract, negotiations with that Proposer may be terminated and negotiations may begin with the second most qualified Proposer. If these negotiations also prove unsatisfactory, negotiations may again be terminated, and the City may negotiate with the third most qualified firm. If the short-list of qualified firms is exhausted, the City may select additional Proposers with which to attempt to negotiate a Contract, in the order of their ranking. C. The resulting Contract shall contain requirements, terms and conditions consistent with this Solicitation, along with any modifications which the City, in its sole discretion, may require or accept. No rights shall inure to the benefit of any Proposer pursuant to this Solicitation until the Contract has been executed by both parties and approved by the City Commission, where applicable. 2-7 METHOD OF PAYMENT: PERIODIC INVOICES FOR SERVICES RENDERED The Successful Proposer shall submit fully and accurately documented invoices within 30 calendar days after the Services have been rendered. These invoices shall be submitted to the City of Opa-Locka, ATTN: Accounts Payable, 780 Fisherman Street, Opa- Locka, Florida 33054. All documentation shall reference the Contract number, the type of Service(s) provided, and the dates or period(s) that the Service(s) were provided in the prior 30 days. 2-8 INSURANCE A. The Successful Proposer agrees to, in the performance of Work and Services under the Contract, comply with all applicable federal, state and local Laws and Regulations now in effect or hereinafter enacted during the term of the Contact and any renewal(s). B. The Successful Proposer shall obtain, at Successful Proposer's expense, all necessary insurance in such form and amount as required by the City's Risk Manager 23 upon Contract execution and prior to beginning Work under the Contract, including but not limited to Workers' Compensation Insurance; Unemployment Insurance; Professional Liability Insurance, and all other insurance required by Law. The Successful Proposer shall maintain such insurance in full force and effect during the term of the Contract and shall require all Subcontractors or Sub consultants to do so. The Successful Proposer and all Subcontractors or Sub consultants shall provide to the City's Risk Manager Certificates of all insurance and required endorsements prior to beginning any Work under the Contract. The Successful Proposer shall indemnify, defend and hold the City harmless (as allowed by applicable Law) from any damage resulting from the failure of either the Successful Proposer or any of its Subcontractors or Sub consultants to maintain such insurance. All certificates and endorsements must be approved by the City's Risk Manager and provided in the time requested by the City. B. All insurance companies used shall be rated at least A VII per Best's Key Rating Guide and be licensed to do business in Florida. C. All policies shall be Occurrence, not Claims Made forms (except for professional liability). D. The Successful Proposer's general liability insurance policies shall be endorsed to add the City of Opa-Locka as an additional insured with waiver of subrogation in its favor (except for professional liability). The Successful Proposer's general liability insurance shall be primary to any liability insurance policies carried by the City. The Successful Proposer shall be responsible for all deductibles and self -insured retentions on the Successful Proposer's liability insurance policies. E. All of the policies of insurance shall contain a provision or endorsement that the coverage afforded shall not be cancelled, materially changed or renewal refused until at least 30 calendar days written notice has been given to the City by certified mail. 2-9 CONTENTS OF PROPOSAL To facilitate the analysis of responses to this RFQ, Proposers are required to prepare their Proposals in accordance with the instructions outlined in this Section. Proposers must respond in full to all RFQ sections and follow the indicated RFQ format (section numbering, and similar matters) In their Proposals. Failure to follow these instructions may result in rejection of the Proposal. a) The Proposal must consist of the components listed below. 1) The Qualification Proposal: i) Cover Page The form entitled "PROPOSAL COVER PAGE" (SECTION 4) is to be used as the cover page for the Qualification Proposal. This form must be fully completed and signed by an authorized officer of the Proposer. ii) Table of Contents 24 The Table of Contents should outline in sequential order the major areas of the Proposal. All pages of the Proposal, including enclosures, must be clearly and consecutively numbered and correspond to the Table of Contents. iii) Executive Summary Each Proposer shall provide a brief summary describing the Proposer's ability to perform Work requested in this Solicitation, a history of the Proposer's background and experience providing services, the qualifications of the Proposer's personnel to be assigned to this Project, the Subcontractors, Sub consultants, and/or Suppliers and a brief history of their background and experience, and any other information called for by this Solicitation which the Proposer deems relevant. This summary should be brief and concise to apprise the reader of the experience and qualifications of the Proposer, staff, Subcontractors, Sub consultants, and/or Suppliers. iv) Required Information. Proposers shall provide documentation that demonstrates their ability to satisfy the required information contained herein. Proposers who do not satisfy the requirements or who fail to provide supporting documentation and/or affidavits as specified herein may be deemed "Non -Responsive". If a prescribed format or required documentation for the response to information requirements is listed below, Proposers must use the required format and supply said documentation. See form entitled "PROPOSER INFORMATION FORM" (SECTION 6). v) Technical Information. A) Describe the Proposer's approach to organization/management and the responsibilities of Proposer's management and Project personnel that will perform Work; describe methods or benchmarking systems used to ensure quality service, customer satisfaction, prompt complaint resolution, quality control, and timely initiation and completion of all Work. B) Provide relevant background information on your firm, including a brief history, firm ownership, and organizational structure, location of headquarters, and number and location of offices. 25 C) List any subsidiary/affiliate company of the Proposer in the same business, the nature of the relationship, and the location of their office(s). D) Provide a description or information concerning or substantiating each of the requirements below: 1) Drug -free Work Place. 2) Employee drug testing program. 3) Proposer's experience, past performance, financial capabilities, violations, and litigation. 4) Proposer's social responsibility, charitable acts and contributions, and benevolence programs. 5) Proposer's internal, organization -wide green and environmental programs and initiatives. E) State the number of years the Proposer has been in business and the number of years in operation under the Proposer's current business name. Any business owner who has previously operated a business under another name must include a description of the previous business and identify the name of each business. Failure to include such information will be deemed by the City as an intentional misrepresentation and may render the Proposal "Non- Responsive". 9 Provide a detailed description of the largest projects the Proposer is either performing or has completed within the last five years which are similar in scope. Describe the Proposer's qualifications and experience realized by the performance and management of these projects. The specific role of the Proposer in any project which is included must be described in detail. The description should identify for each project or contract: 1) The name and size firm of the client, address, telephone number and the name of the contact person; 2) A description of the required work; 3) The contract term; 26 4) A statement as to whether the Proposer was a prime contractor, Subcontractor, Sub consultant, or supplier; and 5) The result of the project. G) List any and all contracts the Proposer has performed for the City. H) Describe any other experience related to the Work or Services described in SECTION 2, SCOPE OF WORK AND SPECIFIC REQUIREMENTS. I) Proposers shall provide evidence of financial stability for the last three years. J) Describe any prior or pending litigation or investigation, either civil or criminal, involving a govemmental agency or which may affect the performance of the Services to be rendered herein, in which the Proposer, any of its employees (while in the performance of their duties), Subcontractors or Sub consultants is or has been involved within the last three years. K) Describe and explain any prior complaints (both substantiated and inconclusive) filed with any governmental agency against the Proposer or any of its employees (while in the performance of their duties), Subcontractors or Subconsultants within the last five years. L) Confirm in your Proposal that your firm has errors and omissions insurance and include the carrier and amounts. vi) Key Personnel and Subcontractors or Subconsultants. A) Provide an organizational chart showing all individuals, including their titles, who will perform any Work under the Contract. This chart must clearly identify the Proposer's employees and those of the Subcontractors or Subconsultants. B) Describe the expertise of your firm's professional staff for both the local office and the entire organization. Describe the experience, qualifications, and other relevant information, including relevant experience on similar contracts, for all key individuals and Subcontractors or Subconsultants who will perform Work under the Contract. This information shall include functions to be performed by key individuals, Subcontractors or Subconsultants to include 27 the number of professionals in each of the following categories: 1) Licensed architects; 2) Licensed engineers; 3) Unlicensed technical support staff; and 4) Administrative staff C) Describe the team that would serve the City. List each team member's role on this Engagement, professional designation, qualifications, experience, education, and clients with similar services. D) Provide resumes with job descriptions and other detailed qualification information on all key personnel who will be assigned to the Contract, including any Subcontractors or Subconsultants. The phrase "aJJ key personnel" includes ail partners, managers, senior employees and other professional or technical staff that will perform Work under the Contract. E) List names and addresses of ail first tier Subcontractors, Subconsuttants, or suppliers who will perform and/or provide Work or Services under the Contract. vii) Affidavits and Acknowledgements. A) PROPOSAL COVER PAGE (SECTION 4) B) ADDENDA ACKNOWLEDGEMENT FORM (SECTION 5) C) PROPOSER INFORMATION FORM (SECTION 6) D) PROPOSER'S DISCLOSURE OF SUBCONTRACTORS, SUBCONSULTANTS, AND SUPPLIERS (SECTION 7) E) DRUG -FREE WORKPLACE AFFIDAVIT (SECTION 8) F) ANTI -KICKBACK AFFIDAVIT (SECTION 9) G) NON -COLLUSIVE AFFIDAVIT (SECTION 10) H) NON-DISCRIMINATION AFFIDAVIT (SECTION 11) 1) BUSINESS/VENDOR PROFILE SURVEY (SECTION 12) 28 J) FORM W-9 REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION (SECTION 13) 2-10 EVALUATION CRITERIA A. Following the closing of the Solicitation, the Proposals will be evaluated by an evaluation committee appointed by the City. The evaluation committee may be comprised of any combination of City personnel and representatives selected by the City with the appropriate experience and/or knowledge, striving to ensure that the committee is well balanced. The scoring of Proposals is based on a point total and not +5+a percentage factor. B. The evaluation committee will first evaluate and rank responsive Proposals based on the criteria listed below. The criteria are itemized with their respective weights for a maximum total of 100 points. A Proposer may receive the maximum points, a portion of this score, or no points at all, depending upon the merits of the Proposal as judged by the evaluation committee. A Proposal that fails to adequately show the qualifications and experience necessary for this Project shall be deemed "Non- Responsive" and will not be considered. C. The evaluation committee reserves the right, (but is not obligated), to require oral presentations from one or more of the Proposers, either before or after the initial ranking, and shall have the option to short-list and re -rank after the receipt of additional information from such presentations, follow-up questions and answers, on -site Proposer demonstrations, reference checks or site visits. Criteria Points 1) Consultant's background, qualifications, 35 credentials and in-house expertise, factoring in the proposed Proposer team's current workload and experience working together on similar category. 2) Staff Experience and resumes of team's personnel, 35 including assigned Project manager's experience in planning, designing and construction administration Services. 3) Previous experience working with local regulatory, 5 permitting agencies and governmental clients. 4) Project control tools utilized to maintain schedule, 15 quality and cost controls and construction management activities. 5) Local Business Preference. 5 29 6) CBE or SBE Preference. TOTAL 5 100 2-11 COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS The Successful Proposer understands and acknowledges that agreements with governments are subject to certain Laws and Regulations, including laws pertaining to (without limitation) matters such as public records, conflict of interest, and record keeping. The Successful Proposer agrees to comply with and observe all applicable Laws, codes and ordinances, as they may be amended from time to time. 2-12 POINT OF CONTACT For any additional information regarding the Specifications and requirements of this Solicitation, contact the Procurement Department at the address indicated herein. 30 SECTION 3 - FORMS SAMPLE AGREEMENTS (The City reserves the right to amend the terns end conditions set forth herein) CONTINUING SERVICES AG R E E U E N T For PROFESSIONAL CONSULTING SERVICES Between City of Opa-Iocka And THIS AGREEMENT, is made effective on the last date of execution herein, between the CITY OF OPA-LOCKA, FLORIDA, a Florida municipal corporation (the "CITY") whose place of business is 2300 Civic Center Place, Opa-Locka, Florida 33054, and State of Florida (the "CONSULTANT" o corporation, authorized to conduct business in the ), pr incipal pal place of business is WHEREAS, the City advertised RFQ No. 20-0324200, Architectural and Engineering Consulting Services to establish a renewed library of Engineering and Architectural Consultants to perform professional services for Specific Projects (the "Specific Projects") for the City on an as needed basis; and WHEREAS, pursuant to Section 287.055, Florida Statutes, the City solicited offers from qualified architects and engineers and selected the Consultant to provide the professional services required for the Specific Project; and WHEREAS, the Consultant is willing and able to perform such professional services for the City within the basic terms and conditions set forth in this Agreement (the "Agreement"); and WHEREAS, the purpose of this Agreement is not to authorize a Specific Project, but to set forth certain terms and conditions that shall be incorporated into subsequent supplemental agreements for Specific Projects, when required. NOW THEREFORE, in consideration of the mutual terms, conditions, promises and covenants set forth below, the City and Consultant agree as follows: 31 SECTION 1. DEFINITIONS The following definitions and references are given for the purpose of interpreting the terms as used in this Agreement and apply unless the context indicates a different meaning. Additional definitions, provided in Request for Qualifications No. 18-05-24 for Engineering and Consulting Services (the "RFQ"), are also incorporated herein. 1.1 Lump Sum: a method of payment to the Consultant for a fixed sum amount that constitutes total compensation to the Consultant for the performance by the Consultant of a Specific Project. Said fixed sum includes but is not limited to, compensation for all fees, expenses and out-of-pocket costs of the Consultant. 12 Reimbursable Direct Expenses or Reimbursable: the non -salary expenses directly attributable to the Project, including without limitation long-distance communications; application and permit fees paid for securing approval of authorities having jurisdiction over the Specific Project; actual cost of reproduction, printing, binding and photocopying of drawings, specifications, renderings and other documents; postage; travel expenses; and Subconsultant fees. 1.3 Specific Project Agreement or Project Agreement: an agreement to provide services for a particular Project. 1.4 Subconsultant Fee: the direct and actual cost of the Subconsultant with no markup, as reflected by actual invoices of the Subconsultant. 15 Travel Expenses: actual mileage, meals and lodging expenses incurred directly for the Specific Project for travel outside of Broward County. No overnight travel or out-of-town travel outside of Broward County shall be reimbursed unless the Consultant has secured advance written authorization for such travel from the City Manager. Reimbursement for such authorized travel expenses shall be at the rates provided for in Chapter 112, Florida Statutes, as may be amended from time to time, which rates shall by reference be made a part of this Agreement as though set forth in full. SECTION 2. SPECIFIC PROJECTS/SCOPE OF SERVICES 21 In accordance with the Consultants' Competitive Negotiation Act, the Consultant shall provide professional services to the City for Specific Projects as authorized from time to time by the City. The City reserves the right to select one or more firms to perform any Specific Project(s). 22 When the need for services for a Specific Project occurs, the City may, in its sole discretion, enter into negotiations with the Consultant for that Specific Project under the terms and conditions of this Agreement. The City shall initiate negotiations by providing the Consultant with a "Scope of Services Request," requesting from the Consultant a proposal to provide professional services for the Specific Project. The Consultant shall prepare a proposal that includes a lump sum fee and a manpower -task breakdown. 32 23 The agreement for each Specific Project (the "Project Agreement") shall set forth, among other things, the following: 2.3.1 The Scope of Services; 2.3.2 The deliverables; 2.3.3 The time and schedule of performance, any applicable penalty for failure to timely perform, and term; 2.3.4 The amount and schedule of payment of compensation; 2.3.5 The personnel assigned to the Specific Project; and 2.3.6. Any other details necessary to accomplish the Specific Project. 24 The professional Services to be rendered by the Consultant shall commence subsequent to the execution of each Project Agreement. The City Manager is authorized to negotiate and execute such Project Agreements to the extent authorized by the City Code. The Consultant's services shall be performed, completed and submitted to the City as specified in this Agreement and in the Project Agreement. 25 The Contract Documents for each Specific Project shall incorporate this Agreement. Unless otherwise agreed to in writing, in the event that any of the terms or conditions of this Agreement conflict with the Project Agreement, the provisions of the Project Agreement shall apply. 26 In the event the City and the Consultant are unable to reach a satisfactory Specific Project Agreement or the City determines that the best interests of the City would be served by procuring services for a Specific Project from another Consultant, then the City may, in its sole discretion, terminate negotiations with the Consultant for the Specific Project SECTION 3. TERM AND TERMINATION 31 The term of this Agreement shall be for a period of three years, commencing on the last date of execution herein, with two successive City options to renew for additional one year terms, unless terminated earlier pursuant to Section 4 of this Agreement. The Chief Procurement Officer may authorize up to a 90 day extension of this Agreement in accordance with its terms and conditions, and the City Manager or his/her designee is authorized to extend this Agreement, for operational purposes only, for a maximum of 180 days. 32 TERMINATION — For Convenience - This Agreement may be terminated by the City for convenience upon 30 calendar days' written notice to the Consultant. In the event of such termination, any services performed by the Consultant under this Agreement shall, at the option of the City, become the City's property and the Consultant shall be entitled to receive compensation for any Work completed pursuant to this Agreement to the satisfaction of the City, up through the date of termination. Under no 33 circumstances shall City make payment of profit for services that have not been performed. - 33 TERMINATION - For Cause - This Agreement may be terminated by either party upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. In the event the Consultant abandons this Agreement or causes it to be terminated by the City, the Consultant shall indemnify and save the City harmless against loss pertaining to this termination. In the event that the Consultant is terminated by the City for cause and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience under Section 3.2 and the provisions of Section 3.2 shall apply. 3.4 EFFECT ON PROJECT AGREEMENT - Nothing in this section shall be construed to create a right by either party to terminate any ongoing Project Agreement(s). Termination of a Project Agreement shall be exclusively through the termination provisions of the specific is Project Agreement or as provided by law. SECTION 4. DEFAULT 4.1 An event of default shall mean a breach of this Agreement by the Consultant. Without limiting the generality of the foregoing and in addition to those instances referred to as a breach herein, an event of default shall include the following: 4.1.1 Consultant has not performed services in a timely manner; 4.1.2 Consultant has refused or failed to supply sufficient properly skilled staff personnel; 4.1.3 Consultant has failed to make prompt payment to Subcontractors or suppliers for any services; 4.1.4 Consultant has become insolvent or has assigned the proceeds received for the benefit of the Consultant's creditors, or the Consultant has taken advantage of any insolvency statute or debtor/creditor law or the Consultant's affairs have been put in the hands of a receiver; 4.1.5 Consultant has failed to obtain the approval of the City where required by this Agreement; 4.1.6 Consultant has failed in the representation of any warranties; 4.1.7 Consultant has refused or failed to provide the services as defined in this Agreement. 42 in the event Consultant fails to comply with the provisions of this Agreement, the City may declare the Consultant in default, notify the Consultant in writing, and give the Consultant a reasonable time to cure the default. In no event shall 34 the time period for curing the defect exceed 15 business days unless otherwise agreed to by the parties. In the event payment has been made for services or any work not completed, the Consultant shall return these sums to the City within 10 days after notice that these sums are due. Nothing in this Article shall limit the City's right to terminate, at any time, pursuant to the provisions of this Agreement. 4.3 In an Event of Default, the Consultant shall be liable for all damages resulting from the default, including but not limited to: 4.3.1 lost funding, and 4.3.2 all costs associated with procuring alternate services, including without limitation, for the Services and additional amounts expended by the City, including procurement and administrative costs. 4.4 The City may take advantage of each and every remedy specifically existing at law or in equity. Each and every remedy shall be in addition to every other remedy specifically given or otherwise existing and may be exercised from time to time as often and in such order as may be deemed expedient by the City. The exercise or the beginning of the exercise of one remedy shall not be deemed to be a waiver of the right to exercise any other remedy. The City's rights and remedies as set forth in this Agreement are not exclusive and are in addition to any other rights and remedies available to the City in law or in equity. SECTION 5. ADDITIONAL SERVICES AND CHANGES IN SCOPE OF SERVICES 5.1 Changes Permitted. Changes in the Scope of Services of a Project Agreement, consisting of additions, deletions, revisions, or any combination thereof, may be ordered by the City by directive, without invalidating the Project Agreement. The Consultant shall comply with the directive. The terms of the resulting Change Order shall be based upon rates provided in the Consultant's Proposal for the Specific Project, or at actual cost. 52 Chanute Order Defined. Change Order shall mean a document, which is signed by the Consultant and the City and authorizes an adjustment in the work contract price or contract time. 5.3 Effect of Executed Change Order. The execution of a Change Order by the City and the Consultant shall constitute conclusive evidence of the Consultant's agreement to the ordered changes in the Scope of Services, the compensation to be paid to Consultant and the required time for performance. The Consultant, by executing the Change Order, waives and forever releases any claim against the City for additional time or compensation (including additional overhead) for matters relating to or arising out of or resulting from the services included within or affected by the executed Change Order. The Consultant agrees that no claim for delay damages shall be asserted against the City and hereby waives the right to assert any such claim. SECTION 6. CITY'S RESPONSIBILITIES The City shall: 35 fit Provide Consultant with all available information as may be requested in writing by the Consultant and allow reasonable access to all pertinent information relating to the services to be performed by Consultant. 62 Fumish to Consultant, at the Consultant's request, existing studies, reports and other available data pertinent to the services to be provided by Consultant. 63 Provide Consultant access to City property as required for Consultant to perform services. SECTION 7. CODE OF ETHICS The code of ethics of the National Society of Professional Engineers is incorporated into this Agreement by this reference. SECTION 8. POLICY OF NON-DISCRIMINATION The Consultant shall comply with all federal, state and local laws, ordinances, rules and regulations applicable to the Specific Project and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery in the performance of Work under this Agreement or a Project Agreement. SECTION 9. OWNERSHIP OF DOCUMENTS/DELIVERABLES 91 All finished or unfinished documents, including but not limited to detailed reports, studies, plans, drawings, surveys, maps, models, photographs, specifications, and all other data prepared for the City or furnished by Consultant pursuant to any Project Agreement shall become the property of the City, whether the Specific Project for which they are made is completed or not, and shall be delivered by Consultant to City within 10 calendar days after receipt of written notice requesting delivery of said documents. In no event shall the Consultant use or permit to be used any of the documents without the City's prior written authorization. Any reuse of such documents by the Consultant without the written consent of the City for the specific purpose intended will be at the Consultant's sole risk and is not authorized by the City. 92 Ail subcontracts for the preparation of reports, studies, plans, drawings, specifications or other data entered into by the Consultant for a Specific Project shall provide that all such documents and rights obtained by virtue of such contracts shall become the property of the City. 93 All final plans and documents prepared by the Consultant shall bear the endorsement and seal of a person duly registered as a Professional Engineer, Architect, Landscape Architect, Professional Geologist, or Land Surveyor, as appropriate, in the State of Florida. 36 SECTION 10. RECORDS/AUDITS 10.1 Consultant shall maintain and require Subconsultants to maintain complete and accurate records, books, documents, papers and accounts pertaining to Work performed in connection with this Agreement. Such records, books, documents, papers and accounts shall be available at all reasonable times for examination and audit by City or any authorized City representative with reasonable notice and shall be kept for a period of three years after the completion of each Specific Project performed pursuant to this Agreement. Incomplete or inaccurate entries in such records, books, documents, papers or accounts will be grounds for disallowance by or reimbursement to the City of any fees or expenses based upon such entries. 10.2 Refusal of the Consultant to comply with the provisions of Section 10.1 shall be grounds for immediate termination for cause by the City of this Agreement or any Project Agreement. SECTION 11. NO CONTINGENT FEE Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, ation, individual or firm, other than a bona fide employee working solely for Consultant, fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. In the event the Consultant violates this provision, City shall have the right to terminate this Agreement or any Project Agreement, without liability, and at its sole discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. SECTION 12. INDEPENDENT CONTRACTOR The Consultant is an independent contractor under this Agreement. Services provided by the Consultant shall be by employees of the Consultant and subject to supervision by the Consultant or an authorized Subcontractor, 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 services rendered under this Agreement shall be those of the Consultant. SECTION 13. ASSIGNMENT; AMENDMENTS 13.1 Neither this Agreement nor any interest herein shall be assigned, transferred or otherwise encumbered, under any circumstances, by Consultant, without the prior written consent of City, which may be withheld for any reason. 13.2 No modification, amendment or alteration in the terms or conditions of this Agreement shall be effective unless contained in a written document executed by authorized agents of both parties. 37 SECTION 14. INDEMNIFICATION/HOLD HARMLESS 14.1 The Consultant shall indemnify and hold harmless the City and its officers and employees from liabilities, damages, losses and costs, including but not limited to reasonable attorneys' fees, to the extent caused by the recklessness or intentionally wrongful conduct of the Consultant and other tl negligence, employed or utilized by the Consultant in the performance of the services underperthis Agreement and any Project Agreement. 14.2 The Consultant acknowledges that specific consideration has been paid or will be paid under this and each Project Agreement for this hold harmless and indemnification provision, and further agrees with the foregoing emnity and also agrees with the collateral obligation of insuring said indemnity as setprovisions of forth in Section 15. SECTION 15. INSURANCE 15.1 The Consultant shall not commence Work under this Agreement until Consultant has obtained all insurance required under this Section and such insurance has been approved by the Risk Manager of the City; nor shall the Consultant allow any Subcontractor to commence Work on its sub -contract until all similar insurance as such required of the Subcontractor has been obtained and approved. The Consultant shall secure and maintain such insurance throughout the duration of this Agreement and any Project Agreement. 15.2 Certificates of Insurance. Prior to the execution of this Agreement and/or any Project Agreement, the Consultant shall provide to the City's Risk Management Division, certificates of Insurance evidencing the required insurance coverages. The certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Agreement and any Project Agreement and shall state that such insurance is as required by this Agreement and any Project Agreement. The City reserves the right to require the Consultant to provide a certified copy of such policies upon written request by the City. if a policy is due to expire prior to the completion of the services, renewal certificates of insurance or policies shall be furnished 30 calendar days prior to the date of their expiration. Each policy certificate shall be endorsed with a provision that not less than 30 calendar days' written notice shall be provided to the City before any policy or coverage is cancelled or restricted. All policies shall be issued by companies authorized to do business under the laws of the State of Florida. The City shall be named as an additional insured on all insurance policies, and with a waiver of subrogation in the City's favor. Consultant shall supply City with copies of all policies and required endorsements. 15.3 Policyholders and Financial Ratings must be no less than °A -Vii„ and Class X respectively in the latest edition of "Bests Key Rating Guide'', published by A.M. Best Guide. 15.4 Workers' Compensation and Employer's Liability Insurance. Workers' Compensation Insurance shall be maintained during the term of this Agreement and any Project Agreement to comply with statutory limits for all employees, if required, and in the case any work that is sublet, the Consultant shall require the Subcontractors similarly to 38 provide Workers' Compensation Insurance for all the latter's employees unless such employees are covered by the protection afforded by the Consultant. The Consultant and his Subcontractors shall maintain during the life of this policy Employer's Liability Insurance with minimum limits of $1,000,000.00 for each accident. 15.5 Comprehensive Automobile and Vehicle Liability Insurance. This insurance shall be written in comprehensive form and shall protect the Consultant and the City against claims for injuries to members of the public and/or damages to property of others arising from the Consultant's use of motor vehicles or any other equipment and shall cover operation with respect to onsite and offsite operations and insurance coverage shall extend to any motor vehides or other equipment irrespective of whether the same is owned, non -owned, or hired. The limit of liability shall not be less than $1,000,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office. 15.6 Commercial General Liability. This insurance shall be written in comprehensive form and shall protect the Consultant and the City against claims arising from injuries to members of the public or damage to property of others arising out of any act or omission to act of the Consultant or any of its agents, employees, or Subcontractors. The limit of liability shall not be less than $1,000,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability with a $2,000,000 general aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: 1) Premises and/or Operations; 2) Independent Contractors and Products and/or Completed Operations; 3) Broad Form Property Damage, Personal Injury and a Contractual Liability Endorsement, including any hold harmless and/or indemnification agreement. $ The City is to be specifically included as an additional insured with waiver of subrogation in favor of the City against the liability of the City resulting from operations performed by or on behalf of Consultant in performance of this or any Project Agreement. Consultant's insurance, including that applicable to the City as an additional insured, shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to Consultant's insurance. Consultant's insurance shall contain a severabillty of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each insured or additional insured in the same manner as if separate policies had been issued to each. 15.7 Professional Liability. The Consultant shall furnish professional liability insurance coverage in an amount not less than $1,000,000.00 with a deductible of $50,000.00 or less, per claim. The Consultant shall be responsible for maintaining this professional liability insurance for a minimum of five years from the date of execution of each Project Agreement. Upon request of the City, the Consultant shall make available for inspection copies of any claims filed or made against the policy during the policy 39 term. The Consultant shall additionally notify the City, in writing, within 30 calendar days of any claims filed or made against this policy during the policy term. 15.8 All deductibles or self -insured retentions must be declared to and be approved by the City Manager or designee. The Consultant shall be responsible for the payment of any deductible or self -insured retention in the event of any claim. The City reserves the right to require any other insurance coverage it deems necessary depending upon the exposures related to any Project Agreement. SECTION 16. REPRESENTATIVE OF CITY AND CONSULTANT 16.1 City Representative. The City designates the City Manager or designee, as the person to whom all communications pertaining to the day-to-day conduct of this Agreement shall be addressed. 16.2 Consultant Representative. Consultant shall inform the City Representative, in writing, of the representative of Consultant to whom all communications pertaining to the day-to-day action of this Agreement shall be addressed. SECTION 17. COSTS AND ATTORNEY'S FEES If either the City or Consultant is required to enforce the terms of this Agreement or any Project Agreement by court proceedings or otherwise, whether or not formal legal action is required, the prevailing party shall be entitled to recover from the other party all such costs and expenses, including but not limited to, costs and reasonable attomey's fees. SECTION 18. ALL PRIOR AGREEMENTS SUPERSEDED This Agreement incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained in this Agreement, and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms of the Agreement shall be predicated upon any prior representations or agreements, whether oral or written. SECTION 19. CONSULTANTS RESPQNSIBILITIES 19.1 The Consultant shall comply with all laws, ordinances and governmental rules, regulations and orders now or at any time during the term of this Agreement which are applicable to or which affect the procedures of the Consultant. 19.2 The obligation of the Consultant to comply with governmental requirements is provided for the purpose of assuring proper safeguards for the protection of person and property. 19.3 The Consultant shall exercise the same degree of care, skill and diligence in the performance of the services as is ordinarily provided by a professional engineer 40 under similar circumstances. If at any time during the term of any Project Agreement or the construction of the Specific Project for which the Consultant has provided services under a Project Agreement, it is determined that the Consultant's documents are incorrect, defective or fail to conform to the Scope of Services, upon written notification from the City, the Consultant shall immediately proceed to correct the work, re -perform services which fail to satisfy the foregoing standard of care as determined by the City, and shall y all costs and expenses associated with correcting said incorrect or defective work, including any additional testing, inspections, and construction and reimbursement to the City for any other services and expenses made necessary thereby. The City's rights and remedies under this section are in addition to and are cumulative of any and all other rights and remedies provided by this Agreement, any Project Agreement, or by law, equity or otherwise. 19.4 The Consultant's obligations under Sections 14 and 19 shall survive termination or expiration of this Agreement or any Project Agreement. 19.5 Any and all drawings, plans, specifications, or other construction or contract documents prepared by the Consultant shall be accurate, coordinated and adequate for construction and shall be in conformity and comply with all applicable law, codes and regulations. 19.6 Consultant acknowledges that the public shall have access, at all reasonable times, to certain documents and information pertaining to City contracts, pursuant to the provisions of Chapter 119, Florida Statutes. Consultant agrees to maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement and to provide the public with access to public records in accordance with the record maintenance, production and cost requirements set forth in Chapter 119, Florida Statutes, or as otherwise required by law. Consultant shall ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except as authorized by law. 19.7 Unless otherwise provided by law, any and all reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City. in the event of termination of this Agreement by either party, any reports, photographs, surveys and other data and documents and public records prepared by, or in the possession or control of Consultant, whether finished or unfinished, shall become the property of City and shall be delivered by Consultant to the City Manager, at no cost to the City, within seven days of termination of this Agreement. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City's information technology systems. Upon termination of this Agreement, Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure. Any compensation due to Consultant shall be withheld until all documents are received as provided herein. Consultant's failure or refusal to comply with the provisions of this Section shall result in the immediate termination of this Agreement by the City. SECTION 20. SUBCONSULTANTS 20.1 In the event the Consultant requires the services of any Subconsultants/Subcontractors or other professional associates in connection with 41 services covered by this Agreement or any Project Agreement, the Consultant must first secure the prior written approval of the City before acquiring subcontracted Work. 20.2 Any subcontract with a Subcontractor or Subconsultant shall afford to the Consultant rights against the Subcontractor or Subconsultant which correspond to those rights afforded to the City against the Consultant herein, Including but not limited to those rights of termination set forth herein. 20.3 No reimbursement or payment shall be made to the Consultant for any Subconsuitants that have not been previously approved in writing by the City for use by the Consultant. SECTION 21. NOTICES Whenever either party desires to give notice to the other, it must be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the the following as the respective places for giving of notice, to-wit: parties designate EOR IStULTANT• FOR CITY: City of Opa-locka John Pate, City Manager 780 Fisherman Street Opa-Iocka, Florida 33054 With Copy to: Bumadefte Norris -Weeks, P.A. Opa-Iodca City Attorney 401 NW 7t Avenue Fort Lauderdale, FL 33311 SECTION 22. TRUTH -IN -NEGOTIATION CERTIFICATE Execution of this Agreement by Consultant shall act as the execution of a truth -in - negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of this Agreement or any Project Agreement are accurate, complete, and current at the time of contracting. Compensation under any Project Agreement shall be adjusted to exclude any sums by which the City determines the contract price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such adjustments shall be made within one year following the end of each Project Agreement. 42 SECTION 23. DISPUTE RESOLUTION 23.1 Any dispute concerning performance of this Agreement shall be decided by the City, who shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be final and conclusive unless within 21 Days from the date of receipt, the Contractor files with the City a petition for administrative hearing. The City's decision on the petition shall be final, subject to the Contractor's right to review pursuant to Chapter 120, Florida Statutes. Exhaustion of administrative remedies is an absolute condition precedent to the Contractor's ability to pursue any other form of dispute resolution; provided, however, that the parties may employ the alternative dispute resolution procedures outlined in Chapter 120. 23.2 Without limiting the foregoing, the exclusive venue of any legal or editable action that arises out of or relates to this Agreement shall be the appropriate state court in Broward County, Florida. in any such action, Florida law shall apply and the parties waive any right to trial by jury. SECTION 24. GOVERNING LAW This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. SECTION 25. HEADINGS Headings are for convenience of reference only and shall not be considered in any interpretation of this Agreement. SECTION 26. EXHIBITS Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The Exhibits, if not physically attached, should be treated as part of this Agreement, and are incorporated by reference. SECTION 27. SEVERABILITY If any provision of this Agreement or the application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. SECTION 28. COUNTERPARTS This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. 43 SECTION 29. CONFLICT -OF -INTEREST 29.1 To avoid any conflicts of interest, or any appearance thereof, Consultant, for the term of this Agreement, agrees that it will not represent any private sector individuals or entities with regard to engineering issues within the City without first notifying the City of the services to be performed. If, after such notification, the City reasonably determines that a material conflict exists, Consultant will not perform such conflicting work within the same office or organizational unit, but will clearly separate the work efforts. Furthermore, no information will be shared between the two units in performing such services. The conditions and requirements of this paragraph will also apply to any Subcontractors utilized by the Consultant in completion of the services under any Project Agreement. 29.2 Furthermore, Consultant covenants that no person under its employ who exercises any functions or responsibilities on behalf of the City, in connection with this Agreement, or with any Project Agreement, will have any personal financial interest, direct or indirect, with contractors or vendors providing professional services on S ects assigned to the Consultant, except as fully disclosed and approved by the City. Consultant further covenants that, in the performance of this Agreement, no conflicting interest shall be employed. Any such interest on the person having such employees must be disclosed in writing to City. of Consultant or its SECTION 30. SURVIVAL OF PROVISIONS Any terms or conditions of either this Agreement or any subsequent Project Agreement that require acts beyond the date of the term of this Agreement or any Project Agreement, including as set forth above, shall survive termination of the Agreements, shall remain in full force and effect unless and until the terms or conditions are completed, and shall be fully enforceable by either party. SECTION 31. WAIVER The waiver by either party of any failure on the part of the other party to perform in accordance with any of the terms or conditions of this Agreement shall not be construed as a waiver of any future or continuing similar or dissimilar failure. No waiver shall be effective unless made in writing. [REMAINDER INTENTIONALLY LEFT BLANK] 44 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates under each signature: City, signing by and through its City Manager, attested to and duly authorized to execute same by the City Commission of the City of Opa-Iocka and by Consultant, by and through its , attested to and duly authorized to execute same. MUM; ATTEST: CITY OF OPA-LOCKA Joanna Flores City Clerk Approved as to form and legal sufficiency for the use of and reliance by the City of Opa-Iocka only: City Attorney Bumadette Norris -Weeks, P.A. WITNESSES: By: John Pate City Manager Dated: FOR ARCHITECT/ENGINEER. By: Print Name: Print Name: Dated: Print Name: 45 (CORPORATE SEAL) SAMPLE AGREEMENTS (Tim City reserves the right to amend the terms and conditions sot forth herein) PROJECT AGREEMENT FOR ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES BETWEEN THE CITY OF OPA-LOCKA, FLORIDA AND THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this day of , 20 between the CITY OF OPA-LOCKA, FLORIDA, a Florida municipal corporation with its principal offices located at 780 Fisherman Street, Opa-locka, Florida 33054 (the "City"), and a Florida profit corporation, (the "Consultant"), with its principal offices located at WITNESSED: WHEREAS, on , by the adoption of Resolution No. the City Commission approved a new pool of Architectural and Engineering Consultants to provide professional services to the City on an as needed basis; and WHEREAS, the Consultant is a member of the new pool under the subcategory of Services and has executed a Continuing Services Agreement applicable to the provision of such professional services; and WHEREAS, the Consultant responded to the City's Request for Letter of Interest ("RLOI"), and has been chosen by the City to provide Services (the "Services") for (the "Project" or the "Scope of Services") and the parties, through mutual negotiation, have agreed upon the Scope of Services. NOW, THEREFORE, in consideration of the foregoing recitals, which are incorporated herein, and the mutual covenants, terms and conditions provided below, the Consultant and the City agree as follows: 1. CanlaraDasaimada The Contract Documents referred to in this Agreement shall be comprised of the following: 1.1 This Agreement (the "Specific Projects" or "Project Agreement") in the Continuing Services Agreement between the parties, including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within this Agreement; 46 12 A Scope of Services request completed by the Consultant and accepted by the City, attached hereto as Attachment "A"; 1.3 The Continuing Services Agreement dated between the City and Consultant, the terms and conditions of which shall apply to the provision of Services under this Agreement; 14 Any and all applicable addenda, proposals executed and submitted by the Consultant and accepted by the City, specifications and insurance certificates; and 1.5 All amendments mutually agreed to after execution of this Agreement. These Contract Documents comprise the entire agreement for the Services agreed to herein between the parties, and incorporated into and made a part of this Agreement as if attached to this Agreement or repeated herein. In the event of a conflict between this Agreement and any other Contract Document(s), this Agreement shall prevail. 2. Consultant shall furnish all labor, materials and equipment necessary to provide professional Services as specified in the Scope of Services request completed by the Consultant and accepted by the City. 3. Period of Servictt The Consultant shall begin work promptly after receipt of a fully executed copy of this Agreement and a letter of Notice to Proceed from the City and shall complete the Project within the time mutually agreed upon, as specified in the Scope of Services request accepted by the City. 4. Compensation (the "Contract Sum") for performing the Services related to the Project shall be the fee of Dollars ($ ) specified in the Scope of Services request accepted by the City. 5. BUZIKIbi 5.1 The City shall pay the Contract Sum to the Consultant subject to the completion of tasks as specified in the Attachment A. The City shall pay the Consultant for work performed subject to the specifications of the job and any additions and deductions by subsequent change order provided in the Contract Documents. All payments shall be governed by the Florida Prompt Payment Act, Chapter 218, Part VII, Florida Statutes. 52 : The Consultant shall provide periodic invoices to the City upon completion of a substantial amount of Services relating to the Scope of Services contained within this Agreement. Payment shall be made to the Consultant upon approval of submitted invoices to the City. 47 6. Tarminidan - - The Continuing Services Agreement may be terminated by the City for convenience upon thirty (30) calendar days' written notice to the Consultant. In the event of such termination, any Services performed by the Consultant under the Continuing Services Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. In the event the Consultant abandons this Agreement or causes it to be terminated by the City, the Consultant shall indemnify and save the City harmless against loss pertaining to this termination. In the event that the Consultant is terminated by the City for cause and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience and the provisions in the paragraph above shall apply. 7. WM& In the event of a default by Consultant, the default provisions contained in the Continuing Services Agreement between the parties shall govem. 8. Anti-lobbyjnq/yo Contingent Fee; The provisions of Section 11 of the Continuing Services Agreement shall apply to this Agreement. 9. Warranties and Guarantees; 91 The Consultant warrants that its Services are to be performed within the limits prescribed by the City and with the usual thoroughness and competence of the Consultant's architectural and/or engineering profession. 92 The Consultant shall be responsible for technically deficient designs, reports or studies due to negligent acts, errors or omissions. The Consultant shall, upon the request of the City, promptly correct or replace all deficient work due to negligent acts, errors or omissions without cost to the City. 10. Binding Effect; This Agreement shall bind and the benefits thereof shall inure to the respective parties hereto, their legal representatives, executors, administrators, successors and assigns. 48 11. Amendments and Modification; No amendments and/or modifications of this Agreement shall be valid unless in writing and signed by each of the parties to the Agreement. 161312r Amendment• This Agreement, including the referenced Contract Documents, and any attachments, constitute the entire agreement between Consultant and City, and all negotiations and oral understandings between the parties are merged herein. This Agreement may be supplemented and/or amended only by a written document executed by both Consultant and City. 13. Nonardignablity: Consultant shall not assign, subcontract or transfer any rights or delegate any duties arising under this Agreement without prior written consent of the City, which consent may be withheld by the City in its sole discretion. 14. Whenever either party desires to give notice to the other, it shall be given by written notice, sent by certified United States mail, with retum receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: 12. FOR CITY: With Copy to: 49 Telephone: Facsimile: CITY OF OPA-LOCKA John Pate, City Manager 780 Fisherman Street Opa- Iocka, FL 33054 Telephone: (786) 338-6598 BURNADETTE NORRIS- WEEKS, P.A. City Attorney 401 NW 7th Avenue Ft. Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 15. Severability: Waiver: Any provision In this Agreement that is prohibited or unenforceable under Florida or federal law shall be ineffective to the extent of such prohibitions or unenforceability without invalidating the remaining provisions hereof. Also, the non -enforcement of any provision by either party to this Agreement shall not constitute a waiver of that provision nor shall it affect the future enforceability of that provision or the remainder of this Agreement. 16. Other Provisions: 161 Titles and paragraph headings are for convenient reference and are not a part of this Agreement. 162 In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached or referenced Contract Documents, the terms in this Agreement shall prevail. 163 No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision, and no waiver shall be effective unless made in writing. 164 Consultant acknowledges that the public shall have access, at all reasonable times, to certain documents and information pertaining to City contracts, pursuant to the provisions of Chapter 119, Florida Statutes. Consultant agrees to maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement and to provide the public with access to public records in accordance with the record maintenance, production and cost requirements set forth in Chapter 119, Florida Statutes, or as otherwise required by Law. Consultant shall ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except as authorized by Law, for the duration of this Agreement and following completion of this Agreement until the records are transferred to the City. Unless otherwise provided by Law, any and all reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City. Upon completion of this Agreement, or in the event of termination by either party, and all public records prepared by, or in the possession or control of Consultant, whether finished or unfinished, shall become the property of City and shall be delivered by Consultant to the City Manager, at no cost to the City, within seven days of termination of this Agreement. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City's information technology systems. Upon completion or termination of this Agreement, Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure. Any compensation due to Consultant shall be withheld until all documents are received as provided herein. 50 Consultant's failure or refusal to comply with the provisions of this Section shall result in the immediate termination of this Agreement by the City. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119. FLORIDA STATUTES. TO CONSULTANT'S DUTY IQ PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305)953-2800, ginal jflores@Ooalockafl.govOR BY MAIL: City of Opa-locka — City Clerks Office. 780 Fisherman Street. Opa-Locka. FL 33054. [REMAINDER INTENTIONALLY LEFT BLANK] IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective duly authorized representatives the day and year written below. ATTEST: Joanna Flores, City Clerk FOR CITY; CITY OF OPA-LOCKA By: John Pate City Manager Dated: Approved as to form and legal sufficiency for the use of and reliance by the City of Opa-Locka: City Attomey Bumadette Norris - Weeks, P.A. FOR CONSULTANT; WITNESS: Print Name: 52 By: Print Name: Date: Corporate Seal: SECTION 4 PROPOSAL COVER SHEET - RFQ # PROPOSERS NAME (Name of Bryn, entity, or organization): FEDERAL EMPLOYER IDENTIFICATION NUMBER: NAME AND TITLE OF PROPOSERS CONTACT PERSON: Name: Title: EMAIL ADDRESS: MAILING ADDRESS: Street Address: City, State, Zip: TELEPHONE: FAX: PROPOSERS ORGANIZATION STRUCTURE: Corporation Partnership Proprietorship Joint Venture Other (explain): F CORPORATION: Date Incorporated/Organized: State of Incorporation/Organization: States registered in as foreign Corporation: PROPOSERS SERVICES OR BUSTS ACTIVITIES OTHER THAN WHAT no SOLICITATION REQUESTS: LIST NAMES OF PROPOSERS SUBCONTRACTORS AND/OR SUBCONSULTANTS FOR THIS PROJECT: PROPOSERSS AUTHORIZED SIGNATURE: The undersigned hereby certifies that this Proposal is submitted in response to this Solicitation. Signed by: Date: Print name: Title: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DEEM YOUR PROPOSAL NON -RESPONSIVE 53 SECTION 5 ADDENDA ACKNOWLEDGEMENT FORM Addendum # Date Received PROPOSER: (Company Name) (Signature) (Printed Name and Titie) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DEEM YOUR PROPOSAL NON -RESPONSIVE 54 SECTION 6 PROPOSER'S INFORMATION FORM All information supplied in connection with this form is subject to review and verification. Any and ail determinations concerning this information will be used to determine eligibility for participation in the award. Inaccurate or incomplete answers may result in your Proposal being deemed as, "Non -Responsive." (1) How many years has your organization been in business under your present business name? years (2) State of Florida business tax receipt type and number: (3) County (state county) business tax receipt type and number: (4) City business tax receipt license type and number: PROPOSERS MUST INCLUDE A COPY OF EACH LICENSE USTED WITH PROPOSAL (5) Describe experience providing services/commodities for similar (government) organizations: (6) Have you ever had a contract terminated (either as a prime contractor or sub- contractor) for failure to comply, breach, or default? yes no (IF YES, PLEASE ENCLOSE A DETAILED EXPLANATION ON SEPARATE SHEET) 55 SECTION 6 PROPOSER'S INFORMATION FORM (CONTINUED) Please list five Government contract references: Company Name: Address: City, State, & Zip Code: Contact's Name & Phone #: Company Name: Address: City, State, 8i Zip Code: Contact's Name & Phone #: Company Name : Address: City, State, & Zip Code: Contact's Name & Phone #: 56 SECTION 6 PROPOSER'S INFORMATION FORM (CONTINUED) Company Name: Address: City, State, & Zip Code: Contact's Name & Phone #: Company Name: Address: City, State, & Zip Code: Contact's Name & Phone #: FAILURE TO COMPLETE AND RETURN THIS FORM MAY DEEM YOUR PROPOSAL NON -RESPONSIVE 57 SECTION 7 PROPOSER'S DISCLOSURE OF SUBCONTRACTORS, SUBCONSULTANTS, AND SUPPLIERS Please list all Subcontractors, Subconsultants and Suppliers to be used in connection with performance of the Contract (use additional pages if necessary): Company Name: Address: City, State, & Zip Code: Company Name: Address: City, State, & Zip Code: Company Name: Address: City, State, & Zip Code: 58 SECTION 7 PROPOSER'S DISCLOSURE OF SUBCONTRACTORS, SUBCONSULTANTS, AND SUPPLIERS (CONTINUED) Company Name: Address: City, State, & Zip Code: Company Name: Address: City, State, & Zp Code: Company Name: Address: City, State, & Zip Code: FAILURE TO COMPLETE AND RETURN THIS FORM MAY DEEM YOUR PROPOSAL NON -RESPONSIVE 59 SECTION 8 DRUG -FREE WORKPLACE AFFIDAVIT FLORIDA STATE STATUTE 287.087 Identical Tie Bids: Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will 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: a) 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 will be taken against employees for violations of such prohibition. b) Inform employees about the dangers of drug abuse in the workplace, the business's 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. 1) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 2) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nob contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five days after such conviction. 3) 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. 4) Make a good faith effort to continue to maintain a drug -free workplace through the implementation of this section. 60 SECTION 8 DRUG -FREE WORKPLACE AFFIDAVIT (CONTINUED) FLORIDA STATE STATUTE 287.087 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Proposer's Signature FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DEEM YOUR PROPOSAL NON -RESPONSIVE 61 SECTION 9 ANTI -KICKBACK -AFFIDAVIT STATE OF FLORIDA ) ss: COUNTY OF MIAMI-DADE ) 1, the undersigned, hereby duly sworn, depose and say that no portion of the sum herein proposed, or compensation that may be received as a result of this Proposal, will be paid to any employees of the City of Opa-Locka, its elected officials, and or its design consultants, as a commission, kickback, reward or gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. By: Title: Swom and subscribed before me this day of , 20 Notary Public State of Florida at Large My commission expires: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DEEM YOUR PROPOSAL NON -RESPONSIVE 62 SECTION 10 NON -COLLUSIVE AFFIDAVIT State of County of )ss: ) being first duly sworn, deposes and says that: a) He/she is the (Owner, Partner, Officer, Representative or Agent) of the Proposer that has submitted the attached Proposal; b) He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; c) Such Proposal is genuine and is not collusive or a sham Proposal; d) Neither the said Proposer 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 Proposer, 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 proposing in connection with such Work or have in any manner, directly or indirectly, sought by person to fix the price or prices to be negotiated or that to be negotiated by any other Proposer, or to fix any overhead, profit, or cost elements of the Proposal price to be negotiated or to be negotiated by any other Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; e) The price or prices to be negotiated will be fair and proper and will not be tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DEEM YOUR PROPOSAL NON -RESPONSIVE 63 SECTION 10 - NON -COLLUSIVE AFFIDAVIT (CONTINUED) Signed, sealed and delivered in the presence of: By: Witness Witness (Printed Name) (Title) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DEEM YOUR PROPOSAL NON -RESPONSIVE 64 SECTION 10 NON -COLLUSIVE AFFIDAVIT (CONTINUED) ACKNOWLEDGMENT State of ) )ss: County of ) BEFORE ME, the undersigned authority, personally appeared to me and known by me or produced identification to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that executed sak Affidavit for the purpose therein expressed. WITNESS my hand and official seal this day of , 20_. Notary Public State of Florida At Large My commission expires: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DEEM YOUR PROPOSAL NON -RESPONSIVE 65 SECTION 11 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly swam, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of Services under any agreement it enters into with the City of Opa-Locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment Laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for Service delivery. By: Title: Sworn and subscribed before me this day of , 20 Notary Public State of Florida at Large My commission expires: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DEEM YOUR PROPOSAL NON -RESPONSIVE 66 SECTION 12 BUSINESSNENDOR PRORLE SURVEY Name of Business: Address: Phone No.: Email Address: Contact Person (Regarding This Form): Type of Business (check the appropriate type): ❑ CONSTRUCTION SERVICES - Firms involved in the process of building, altering, repairing, improving or demolishing any structure, building or real property. n ARCHITECTURE AND ENGINEERING (A&E) SERVICES - Firms involved in architectural design, engineering services, inspections and environmental consulting (materials and soil testing) and surveying. o PROFESSIONAL SERVICES - Includes those services that require special licensing, educational degrees, and unusually highly specialized expertise. ❑ BUSINESS SERVICES - Involves any services that are labor intensive and not a construction related or professional service. ❑ COMMODRIES - Includes all tangible personal property services, including equipment, leases of equipment, printing, food, building materials, office supplies. Small Business Enterprise (SBE) or a County Business Enterprise (CBE), has a Miami -Dade County Business Tax Receipt, is located in, and doing Business in Miami -Dade County, and is certified by the M6ami-Dade County as a disadvantaged or small business. Business is claiming the CBE/SBE Preference: Yes , No perslopment certification to this form. Business is claiming the Opa-Locka Local Business Preference: Yes , No Please attach a copy of a current Opa-Iocka Business Tax Receipt to this forma o Business is domiciled within City limits, complies with all City licensing requirements and is current on all taxes. a Business is located outside of the City and employs a minimum of 10 full time equivalent ("FTE"} City residents or City residents constitute 20 percent FIE of the company's local workforce (Broward and Miami -Dade Counties), whichever is larger. FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DEEM YOUR BID NON -RESPONSIVE 67 SECTION 13 Farm W diet. Uneasy mai — Amn o Ulan ia Soma -9 Request for Taxpayer Identification Number and Certification Give form to the reguestar. Do not send to the IRS. Die 3 a, None Minos tame, It Onset ROM abpw Macke remeltboa: D star D capaayae Earflap tont twerp weep D tear ► _....._....... ❑ trehtuldIng Mates punier, street. and apt cr seta ID.) City. Me, and ZIP dam e rs°name apf� (optima) City of 2300 Civic Center Placa papa -Locke, FL 33025 ]eat aceout erirbai3l hem Optimal ® Taxpayer Identification Number (TN) Erna your TIN in the appinpriete box. Fa individuals, this is your social security number (SSlt. However, tux a resident alien sole proprietor, or disregarded entity, tee ltw Part I instructions on page 3. Fcr otlwr entitles, k ls your employer identification number (EMI). If you do riot have a number, see How to get a TIN on prier 3. Nob: if the exeunt it in ease than era named see the drat Gil page 4 for grddoints at whose minter to Brea cerlinCatiOn Under pence of perjury, I certify MM: 1. The number shower on this farm Is trey correct taxpayer identification number to I am waling nor a numbed. to be issued to ma), and 2. I em not subject to backup withholding became: (a) I an exempt iron backup wilt oohing. or (bi I have not been notified by tide home! Reeeru Series leS) that i am subject to backup withholding as a result of a feikne b repot al interest or dividends. or (cl Me IRS has notified me the 1 ern no longer subject to backup withholding. and 3. I an a U.S. person (kckdkg a U.S. resident Man). Certification Instructions. You must cross out item 2 abwra if you hew been notiiedd by the IRS that you ate cure* subject to backup withholding because you lima failed to report at interest and dividends on ynr tax rearm. For real estate transactions item 2 does not apply, For mangoes interest pia or abandonment of secured cr cancanaeion of debt, contributions to an individual ndrarart ararrgemont pfW. and generally. Payments other than aisc and dividends, you as not required to sign the Medication, but you must provide your correct 11N. (See the Instructions on page 4.) seem security number or 7777777 I sn stmetwe o U.S, person ► Purpose of Form A poison who is mqukad m tee an information rearm with the IRS. must obtain your correct taxpayer identification number (TIN) to report. for example, income paid to you, real estate transacdons, mortgage Interest you paid, acquisition or abandonment of secured property. cancellation of debt, or cannib ullorts you made to an IRA. U.S. person: Use Fos W-9 only if you area U.S. person correct TIN to the ��requesting It a resident alien), eriequ d,when applicabie, to: 1. Certify that the TIN you are giving Is correct (OT you are waiting fa a number to be issue, 2. Certify that you are not subject to backup withholding, or 3. Claim oxrnption horn backup withholding if you me a U.S. exempt payee. Note: N a requester gives you a form other than Farm W.9 ro request 1W, you must use the requester's farm f substantially to Ns Form W9. Foreign person. W we are a foreign person. use the alloraesidant Aliens and F-8 udge Entitles). itikthholdng of Tax on Nonresident elan who becomes a resident alien. Generaty, only a nonresident alien ktdMidtst may use the terns a tax treaty to reduce or alminate U.S. tax on certain types of toccata. However, nrst tax treaties contain a Provision known as a "saving clause." Exceptions specified in the sawing clause may permit an etrernplion front lax to continue for catein types of intern even MW the recipient has othaw/Ise became a U.S. resident alien for tax purposes. K yet are a U.S. resident alien who is relying on an exception contained in the saving clause orates treaty to dekn an exemption fora U.S, tax m certain types of Warne, you must attach a statement that. speckles the fallowing Me Items: 1. The treaty country. Generally. this must be the same treaty under which you claimed exemption from tax as a nanresidenl alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty thal contains the saving clause and ks exceptions. 4. The type and amount of income that qualifies for the exemption front tax. 5. Sufficient facts to justify the eternpt on from tax under the toms of the treaty article. cat. no. rest x ram W-9 fades. t -toast 68 PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND BEA Architects, Inc THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this _day of , 2021 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Opa- locka FL. 33054 (the "City"), and BEA Architects, Inc (the "Consultant"), a Florida corporation authorized to conduct business in the State of Florida, with principal offices located at 3075 NW South River Drive. Miami, Florida 33142. WITNESSED: WHEREAS, on June 10, 2020, the City approved a pool of Qualified Firms to provide Architectural and Engineering Consulting Services to the City on an as needed basis pursuant to RFQ# 20-0324200 Library of Miscellaneous Professional Consultants; and WHEREAS, the Consultant is a member of the pool under the subcategory of Civil Engineering, Landscape Architectural, Structural Engineering and Traffic Engineering Services and has executed a Continuing Services Agreement; and WHEREAS, the Consultant has been selected by the City to provide Engineering Consulting Design Services (known as the "Project", the "Services" or the "Scope of Services") for the Architectural & Engineering Services to Rebuild the Police Station. NOW, THEREFORE, in consideration of the foregoing recitals, which are incorporated herein, and the mutual covenants, terms and conditions provided below, the Consultant and the City agree as follows: 1. CONTRACT DOCUMENTS The Contract Documents referred to in this Agreement shall be comprised of the following: 1.1 This Agreement (the "Specific Projects" or "Project Agreement") between the parties), including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within this Agreement; Page 1 of 9 Civil Engineering Services 1.2 A Scope of Services request completed by the Consultant and accepted -by the City, attached hereto -as Exhibit "A"; and - - - -- -- 1.3 Any and all applicable addenda, proposals executed and submitted by the Consultant and accepted by the City, specifications and insurance certificates; and 1.4 All amendments mutually agreed to after execution of this Agreement. These Contract Documents comprise the entire agreement for the Services agreed to herein between the parties and incorporated into and made a part of this Agreement as if attached to this Agreement or repeated herein. In the event of a conflict between this Agreement and any other Contract Document(s), this Agreement shall prevail. 2. THE WORK Consultant shall furnish all labor, materials and equipment necessary to provide professional Services as specified in the Scope of Services and accepted by the City. 3. PERIOD OF SERVICE The Consultant shall begin work promptly after receipt of a fully executed copy of this Agreement and a letter of Notice to Proceed from the City and shall complete the Project within the time mutually agreed upon, as specified in the Scope of Services request accepted by the City. 4. COMPENSATION Compensation (the "Contract Sum") for performing the Services related to the Project shall be the fee of Seven Hundred Seventy -Six Thousand One Hundred Forty -Eight Dollars and 20/100 ($776,148.20) specified in the Scope of Services request accepted by the City. 5. PAYMENTS 5.1 The City shall pay the Contract Sum to the Consultant subject to the completion of tasks as specified in the Exhibit "A". The City shall pay the Consultant for work performed subject to the specifications of the job and any additions and deductions by subsequent change order provided in the Contract Documents —Ail VII, Florida Statutes. The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. Page 2 of 9 Civil Engineering Services 5.2 The Consultant shall provide periodic invoices to the City upon completion of a substantial amount of Services relating to the Scope of Services contained within this Agreement. Payment shall be made to the Consultant upon approval of submitted invoices to the City. 6. TERMINATION This Agreement may be terminated by the City for convenience upon ninety (90) calendar days' written notice to the Consultant. In the event of such termination, any Services performed by the Consultant under this Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. In the event the Consultant abandons this Agreement or causes it to be terminated by the City, the Consultant shall indemnify and save the City harmless against loss pertaining to this termination. In the event that the Consultant is terminated by the City for cause and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience and the provisions in the paragraph above shall apply. 7. DEFAULT: In the event of a default by Consultant, the default provisions contained in the Continuing Services Agreement between the parties shall govern. 8. ANTI-LOBBYING/NO CONTINGENT FEE: The provisions of Section 11 of the Continuing Services Agreement shall apply to this Agreement. 9. WARRANTIES AND GUARANTEES: 9.1 The Consultant warrants that its Services are to be performed within the limits prescribed by the City and with the usual thoroughness and competence of the Consultant's architectural and/or engineering profession. 9.2 The Consultant shall be responsible for technically deficient designs, reports or studies due to negligent acts, errors or omissions. The Consultant shall, upon the request of the City, promptly correct or replace all deficient work due to negligent acts, errors or omissions without cost to the City. Page 3 of 9 Civil Engineering Services 10. BINDING EFFECT: This Agreement shall bind and the benefits thereof shall inure to the respective parties hereto, their legal representatives, executors, administrators, successors and assigns. 11. AMENDMENTS AND MODIFICATION: No amendments and/or modifications of this Agreement shall be valid unless in writing and signed by each of the parties to the Agreement. 12. MERGER: AMENDMENT: This Agreement, including the referenced Contract Documents, and any attachments, constitute the entire agreement between Consultant and City, and all negotiations and oral understandings between the parties are merged herein. This Agreement may be supplemented and/or amended only by a written document executed by both Consultant and City. 13. NONASSIGNABILITY: Consultant shall not assign, subcontract or transfer any rights or delegate any duties arising under this Agreement without prior written consent of the City, which consent may be withheld by the City in its sole discretion. 14. NOTICES: Whenever either party desires to give notice to the other, it shall be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: FOR CITY: WITH COPY TO: BEA Architects, Inc 3075 NW South River Dr. Miami, FL 33142 City of Opa-Locka John Pate, City Manager 780 Fisherman Street Opa-Locka, FL 33054 Burnadette Norris -Weeks, P.A. City Attorney 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 Page 4 of 9 Civil Engineering Services 15. SEVERABILITY; WAIVER: Any provision in this Agreement that is prohibited or unenforceable under Florida or federal law shall be ineffective to the extent of such prohibitions or unenforceability without invalidating the remaining provisions hereof. Also, the non -enforcement of any provision by either party to this Agreement shall not constitute a waiver of that provision nor shall it affect the future enforceability of that provision or the remainder of this Agreement. 16. Scrutinized Companies 16.1 Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 16.2 If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor , its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 16.3 The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 16.4 As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above -stated contracting prohibitions then they shall become inoperative. 17. OTHER PROVISIONS: 17.1 Titles and paragraph headings are for convenient reference and are not a part of this Agreement. 17.2 In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached or referenced Contract Documents, the terms in this Agreement shall prevail. 17.3 No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision, and no waiver shall be effective unless made in writing. Page 5 of 9 Civil Engineering Services 17.4 Consultant acknowledges that the public shall have access, at all reasonable times, -to -certain documents and information pertaining to City contracts, pursuant to the provisions of Chapter 119, Florida Statutes. Consultant agrees to maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement and to provide the public with access to public records in accordance with the record maintenance, production and cost requirements set forth in Chapter 119, Florida Statutes, or as otherwise required by Law. Consultant shall ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except as authorized by Law, for the duration of this Agreement and following completion of this Agreement until the records are transferred to the City. 17.5 Unless otherwise provided by Law, any and all reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City. Upon completion of this Agreement or in the event of termination by either party, any reports, photographs, surveys and other data and documents and all public records prepared by, or in the possession or control of Consultant, whether finished or unfinished, shall become the property of City and shall be delivered by Consultant to the City Manager, at no cost to the City, within seven days of termination of this Agreement. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City's information technology systems. Upon completion or termination of this Agreement, Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure. Any compensation due to Consultant shall be withheld until all documents are received as provided herein. Consultant's failure or refusal to comply with the provisions of this Section shall result in the immediate termination of this Agreement by the City. 17.6 Upon request by City's records custodian, provide City with a copy of requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 953-2821, OR BY MAIL: CITY OF OPA-LOCKA - CITY CLERK'S OFFICE, 780 FISHERMAN STREET, 4TH FLOOR. OPA-LOCKA FL 33054. Page 6 of 9 Civil Engineering Services E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Page 7 of 9 Civil Engineering Services IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective duly authorized representatives the day and year written below. FOR CITY: ATTEST: CITY OF OPA-LOCKA Joanna Flores, City Clerk Approved as to form and legal sufficiency for the use of and reliance by the City of Opa-Locka only: City Attorney Burnadette Norris -Weeks, PA By: John Pate City Manager Dated: FOR CONSULTANT: WITNESS: BEA Architects, Inc By: Authorized Representative Print Name Print Name Page 8 of 9 Date Corporate Seal: Civil Engineering Services EXHIBIT "A" BEA Architects, Inc Feasibility Study ROM Summary dated November 3, 2021, to provide engineering services for Architectural and Engineering Services to Rebuild Opa-locka Police Station. for the total amount of Seven Hundred Seventy -Six Thousand One Hundred Forty -Eight Dollars and 20/100 ($776,148.201 Page 9 of 9 Civil Engineering Services