Legislation Details

File #: 26-2566    Version: 1 Name: WOA REC10 - Park Monument Signage Redesign and Replacement
Type: Purchase Status: Consent Agenda
File created: 5/11/2026 In control: City Commission
On agenda: 5/20/2026 Final action:
Title: MOTION TO APPROVE A WORK ORDER AUTHORIZATION WITH MILLER LEGG & ASSOCIATES, INC. FOR LANDSCAPE ARCHITECTURAL AND SURVEYING SERVICES FOR STRATEGIC PLAN PROJECT REC10 - PARK MONUMENT SIGNAGE REDESIGN AND REPLACEMENT IN THE AMOUNT OF $197,935
Sponsors: City Commission, Recreation and Cultural Arts
Attachments: 1. 1. REC10 - Miller Legg - Parks Monument Signs, 2. 2. Miller Legg - CCNA PSPW-23-20 Agreement

Title

MOTION TO APPROVE A WORK ORDER AUTHORIZATION WITH MILLER LEGG & ASSOCIATES, INC. FOR LANDSCAPE ARCHITECTURAL AND SURVEYING SERVICES FOR STRATEGIC PLAN PROJECT REC10 - PARK MONUMENT SIGNAGE REDESIGN AND REPLACEMENT IN THE AMOUNT OF $197,935

 

Summary Explanation and Background

 

SUMMARY EXPLANATION AND BACKGROUND:

1.  On December 4, 2024, the City Commission adopted the Strategic Plan titled “We Love Pembroke Pines: A Blueprint for a Brighter Future.” The Strategic Plan identified investments in public spaces, community aesthetics, and quality of life improvements intended to strengthen neighborhood identity, enhance community appearance, and improve the overall user experience throughout City facilities and parks. As part of the Strategic Plan implementation, the redesign and replacement of park monument signage was identified as a priority project to establish a unified and recognizable signage standard across City parks and recreational facilities.

 

2.  On October 15, 2025, the City Commission approved funding for Year One Strategic Plan Recreation Projects, which included $200,000 for the design phase of the Park Monument Signage Redesign and Replacement Project.

 

3.  On January 21, 2026, the City Commission approved continuing contracts under RFQ #PSPW-23-20 for CCNA professional services, establishing a pool of pre-qualified consultants across multiple disciplines. In accordance with these agreements, staff selected Miller Legg & Associates, Inc. from the pre-qualified firms under Trade G - Landscape Architecture Services based on the firm’s qualifications, experience with municipal wayfinding and signage systems, and ability to provide the multidisciplinary services required for the project.

 

4.  Staff conducted a scoping meeting with Miller Legg & Associates, Inc. on April 15, 2026, to further define the project scope, establish project objectives, and review the existing conditions at park sites throughout the City. The project includes the development of a cohesive signage design standard that can be utilized across approximately thirty-four (34) City parks and adapted for future wayfinding and related park signage purposes. 

 

5.  The proposed professional services include research and data collection, conceptual design development, preparation of design development documents, construction document preparation, preliminary permitting assistance, and topographical surveying services for selected park locations. Specific project tasks include:

 

- Inventory and analysis of existing park signage and site conditions

- Development of four (4) conceptual sign themes with multiple sign types and configurations

- Preparation of design guideline drawings and construction documents

- Site-specific sign placement and orientation layouts

- Preliminary permitting coordination with applicable agencies

- Surveying services for up to twenty (20) park sign locations as needed

- Development of a final signage package to serve as the basis for future fabrication and installation

 

6.  The anticipated duration for the research, design, and plan preparation phase is approximately six months, with project activities anticipated to begin in June 2026 and continue through December 2026.

 

7.  At this stage of the project, the anticipated construction cost for the monument signage replacement program is unknown and will be dependent on the final design concept, materials selected, site conditions, and the overall scope of implementation at each park location. As part of the consultant’s scope of services, Miller Legg & Associates, Inc. will develop preliminary construction cost estimates for each sign type and location as the design process progresses, and the individual park needs are further evaluated.

 

8.  The total fee for professional landscape architectural and surveying services is $197,935, which is based on the standardized rates established under the City’s CCNA continuing services contracts. The proposal is fully funded within the approved Year One Strategic Plan Recreation design budget for this project.

 

9.  This project supports the following Strategic Plan goal and strategy under the “Public Spaces, Community Aesthetics, and Quality of Life” Strategic Focus Area:

 

Goal #3: Improve the visual and functional quality of streetscapes for residents and visitors.

 

Strategy #1: Redevelop design guidelines for streetscape improvements, including landscaping, street furniture, lighting, and signage, prioritizing the enhancement of key corridors and intersections to create welcoming and vibrant public spaces.

 

The proposed improvements support this strategy by enhancing the visual identity and wayfinding of parks while improving the overall quality of streetscapes across the City.

 

10.  Staff recommends approval of the Work Order Authorization with Miller Legg & Associates, Inc. for Strategic Plan Project REC10 - Park Monument Signage Redesign and Replacement, in the amount of $197,935.

 

Financial Impact

 

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost: $197,935

b)   Amount budgeted for this item in Account No: $200,000 - 321-572-7001-663221-0000-000-0000-REC10

c)   Source of funding for difference, if not fully budgeted: Not Applicable

d)   5 year projection of the operational cost of the project: Not Applicable

e)   Detail of additional staff requirements:  Not Applicable

 

 

FEASIBILITY REVIEW:

 

A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts.  This analysis is to determine the financial effectiveness of function sourcing services.

 

a)   Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable

b)   If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable