Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with STANTEC Consulting Services, Inc.
a015-_ agq7s AGREEMENT BETWEEN CITY OF MIAMI BEACH AND STANTEC CONSULTING SERVICES, INC. FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT Reso!ution No. 2015-28978 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1 DEFINITIONS 1 ARTICLE 2. BASIC SERVICES 6 ARTICLE 3. THE CITY'S RESPONSIBILITIES 13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 17 ARTICLE 6. REIMBURSABLE EXPENSES 18 ARTICLE 7. COMPENSATION FOR SERVICES 18 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 20 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 20 ARTICLE 10. TERMINATION OF AGREEMENT 21 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 24 ARTICLE 14. LIMITATION OF LIABILITY 25 ARTICLE 15. NOTICE 26 ARTICLE 16. MISCELLANEOUS PROVISIONS 26 2 SCHEDULES: SCHEDULE A SCOPE OF SERVICES 32 SCHEDULE B CONSULTANT COMPENSATION 33 SCHEDULE C HOURLY BILLING RATE 35 SCHEDULE D CONSTRUCTION COST BUDGET 36 SCHEDULE E PROJECT SCHEDULE 37 SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 38 SCHEDULE G INSURANCE AND SWORN AFFIDAVITS 39 SCHEDULE H BEST VALUE AMENDMENT 40 ATTACHMENTS: ATTACHMENT A- Resolution, Commission Item, and Commission Memorandum 41 ATTACHMENT B - Request for Qualifications (RFQ) 42 ATTACHMENT C - Consultant's Response to the RFQ 43 3 TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND STANTEC CONSULTING SERVICES, INC. FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT This Agreement made and entered into this day of SVPier-t3w1, 2015, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of,Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and Stantec Consulting Services, Inc., a New York Corporation having its principal office at 10160-112 Street NW, Suite 200 Edmonton, Alberta T5K 2L6, Canada (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, the City intends to undertake a project within the City of Miami Beach, which is more particularly described in the Scope of Services attached as Schedule "A" hereto, and wishes to engage the Consultant to provide specific professional services including, without limitation, NE services, for the Project, at the agreed fees set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of the aforestated professional services relative to the Project, as hereinafter set forth; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. 1 1.2 CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. 1.3 CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized representatives designated in writing (including the Project Coordinator) with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission or regulatory or administrative bodies having jurisdiction over any matter(s) related to the Project, the Services, and/or this Agreement). 1.4 PROPOSAL DOCUMENTS: "Proposal Documents" shall mean Request for Qualifications No. 2015-016-YG, entitled "Architectural and Engineering Design Services for the Altos del Mar Park Project" issued by the City in contemplation of this Agreement, together with all amendments thereto (if any), and the Consultant's proposal in response thereto (Proposal), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. 1.5 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the architect/engineer who has entered into a contract with the City to provide the Services described under this Agreement. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, sub-consultants, agents, and any other person or entity acting under the supervision, direction, or control of Consultant. Any sub-consultants retained by Consultant for the Project shall be subject to the prior written approval of the City Manager. Consultant shall provide the Project Coordinator with copies of the contract between Consultant and any sub-consultant's. Any such contracts shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and sub- consultants. Any approval of a sub-consultant by the City shall not, in any way, shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant, from the Consultant to City. Payment of sub-consultants shall be the responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Basic Services. The quality of services and acceptability to the City of the services performed by such sub-consultants shall be the sole responsibility of Consultant. The following sub-consultants are hereby approved by the City Manager for the Project: Louis Aguirre and Associates, PA; 2 Wingerter Laboratories, Inc; Rosenberg Gardner Design; Longitude Surveyors, LLC. 1.6 PROJECT COORDINATOR:The "Project Coordinator" shall mean the individual designated in writing by the City Manager who shall be the City's authorized representative to coordinate, direct, and review (on behalf of the City) all matters related to the Project during the design and construction of the Project (unless expressly provided otherwise in this Agreement or the Contract Documents). 1.7 [Intentionally Omitted] 1.8 BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement (and as required to complete the Project), as further described in Article 2 and Schedule "A" hereto. In addition any Services not specifically addressed as Additional Services (as defined herein) shall be considered Basic Services. 1.9 PROJECT: The "Project" shall mean that certain City capital project that has been approved by the City Commission and is described in Schedule "A" hereto. 1.9.1 Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. • 1.9.2 Project Scope: The "Project Scope" shall mean the description of the Project in Schedule "A" hereto. 1.10 CONSTRUCTION COST: The "Construction Cost" shall mean the sum which is the actual total cost to the City of the Work (as established in the Contract Documents, as they may be amended from time to time), including a contingency allowance for unforeseen conditions, not to exceed ten percent (10%) of the construction cost for new construction, or twenty percent (20%) of the construction cost for rehabilitation of historic buildings. For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or competitive bid received and accepted from a responsive and responsible bidder or proposer for such Work. 3 1.10.1 Construction Cost Budget: The "Construction Cost Budget" shall mean the amount budgeted by the City for the Construction Cost, as set forth in Schedule "A" hereto. 1.10.2 Statement Of Probable Construction Cost: The "Statement of Probable Construction Cost" shall mean the latest approved written estimate of Construction Cost submitted by Consultant to the City, in a format approved by the Project Coordinator. For Work which bids or proposals have not been let, the Statement of Probable Construction Cost shall be the same as the Construction Cost. 1.11 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations enacted after the date of this Agreement ; or other causes beyond the parties' control which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of the parties under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of sub-consultants/sub- contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process SHALL NOT be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a force majeure, the Consultant shall request a time extension from the Project Coordinator within five (5) business days of said force majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless additional services are required, and approved pursuant to Article 5 hereof. 1.12 CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. 1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, and written amendments issued thereto), and the documents prepared by Consultant in accordance with the requirements of the Scope of Services in Schedule "A" hereto (that form the basis for which the City can receive bids for the Work included in the documents). The Contract Documents 4 shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the invitation to bid (ITB), instructions to bidders, bid form, bid bond, the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction [General, Supplementary, and other Conditions], Divisions 0-17, Construction Documents, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. 1.14 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and with Contractor for performance of the Work covered in the Contract Documents. shall mean the final plans, CONSTRUCTION DOCUMENTS: "Construction Documents" s p , technical specifications, drawings, documents, and diagrams prepared by the Consultant pursuant to this Agreement, which show the locations, characters, dimensions and details of the Work to be done, and which are part of the Contract Documents. 1.16 CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00) or the City Manager if they are fifty thousand dollars ($50,000.00) or less (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than fifty thousand ($50,000.00), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. 1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, which the Consultant shall perform, at the City's option, and which have been duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 1.18 WORK: "Work" shall mean all labor, materials, tools, equipment, services, methods, procedures, etc. necessary or convenient to performance by Contractor of all duties and obligations proposed by the Contract Documents. 5 1.19 SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 1.20 SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, and permitting fees, etc. 1.21 BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include Additive Alternates or Deductive Alternates. 1.22 SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. 1.23 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: • Schedule A— Scope of Services. Schedule B — Consultant Compensation. Schedule C — Consultant Hourly Billing Rate Schedule. Schedule D — Construction Cost Budget. Schedule E — Project Schedule. Schedule F — General Conditions of the Contract for Construction Schedule G — Insurance Requirements and Sworn Affidavits Schedule H — Best Value Amendment ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto. 2.2 The Services will be commenced upon issuance of the first Notice to Proceed which shall be issued by the Project Coordinator and counter-signed by Consultant. Subsequent Notices to Proceed shall also be issued by the Project Coordinator. 6 A separate Notice to Proceed shall be required prior to commencement of each Task (as same are set forth in Schedule "A" hereto). 2.3 As it relates to the Services and the Project, Consultant warrants and represents to City that it is knowledgeable of Federal, State, and local laws codes, rules and regulations applicable in the jurisdiction(s) in which the Project is located, including, without limitation, applicable Florida Statutes, and State of Florida codes, rules and regulations, and local (City of Miami Beach and Miami-Dade County) ordinances, codes, and rules and regulations (collectively, "Applicable Laws"). As they relate to the Services and to the Project, the Consultant agrees to comply with all such Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Coordinator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its sub-consultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.4 The Consultant warrants and represents to City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). 2.5 The Consultant's Basic Services shall consist of five (5) Tasks (inclusive of planning, design, bidding/award, construction administration, and Additional Services [as may be approved]), all as further described in Schedule "A" hereto; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction (attached as Schedule "F" hereto). 2.5.1 Planning Services: Consultant shall provide planning services for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto (entitled "Planning Services"). 7 2.5.2 Design Services: Consultant shall prepare Design Documents for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto (entitled "Design Services") 2.5.3 Bidding And Award Services: Consultant shall provide bidding and award services for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto (entitled "Bidding and Award Services"). 2.5.4 Construction Administration Services: Consultant shall provide construction administration services for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto (entitled "Construction Administration Services"). 2.5.5 Additional Services: If required (and so approved) by the City, Consultant shall provide Additional Services, as set forth in Schedule "A" hereto. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or of any of its officers, employees, sub-consultants, agents, and/or servants), for the accuracy and competency of its/their designs, working drawings, plans, technical specifications, or other technical documents, nor shall such approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in designs, working drawings, plans, technical specifications, or other technical documents; provided, however, that the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City pursuant to this Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the parties (subject to approval of the Agreement by the Mayor and City Commission) (the Effective Date), and shall be in effect until all Services are completed or until the work and/or services under the Notices to Proceed in force at the end of the stated period of time have been completed and the Services accepted, whichever may be later. 8 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 The Services shall be performed in a manner that shall conform with the approved Project Schedule, attached to as Schedule "E" hereto. The Consultant may submit requests for an adjustment to the Project Schedule, if made necessary because of undue delays resulting from untimely review taken by the City (or other governmental authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Coordinator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Coordinator may require), the Project Coordinator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Coordinator's approval (if granted) shall be in writing. 2.7.4 Nothing in this Section 2.7 shall prevent the City from exercising its rights to terminate the Agreement, as provided elsewhere herein. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Coordinator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all work required under the Agreement (including the work performed by sub-consultants), within the specified time period and specified cost. The Consultant shall perform the work utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of the work in the State of Florida. The 9 Consultant is responsible for, and shall represent to City that the work conforms to City's requirements, as set forth in the Agreement. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the work. In addition to all other rights and remedies, which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non- conforming construction services resulting from such deficient Consultant services for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, and for the period of design liability required by applicable law. The Project Coordinator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. Neither the City's inspection, review, approval or acceptance of, nor payment for, any of the work required under the Agreement shall be construed to relieve the Consultant (or any sub-consultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant and its sub-consultants shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or its sub-consultants to comply with the terms and conditions of the Agreement or by the Consultant or any sub-consultants' misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. With respect to the performance of work by sub-consultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the sub-consultant's work. 2.9.1 The Consultant shall be responsible for deficient, defective services and any resulting deficient, defective construction services re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24)from final acceptance. 2.9.2 Consultant Performance Evaluation: The Consultant is advised that a performance evaluation of the work rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.10 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any work performed by Consultant (including, without limitation, contractors, other design 10 professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project Schedule. 2.11 [Intentionally Omitted] 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after issuance of the first Notice to Proceed, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be the Project Coordinator). Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Coordinator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or his designee (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any sub-consultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non- public information concerning the Services or the Project, without the prior written consent of the City Manager or his designee (who shall be the Project Coordinator), unless such disclosure is incident to the 11 proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require its employees and sub-consultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services do not delineate every detail and minor work task required to be performed by Consultant to complete the Project. If, during the course of performing of the Services, Consultant determines that work should be performed to complete the Project which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Scope of Services, Consultant shall promptly notify the Project Coordinator, in writing, and shall obtain the Project Coordinator's written consent before proceeding with such work. If Consultant proceeds with any such additional work without obtaining the prior written consent of the Project Coordinator, said work shall be deemed to be within the original Scope of Services, and deemed included as a Basic Service (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Coordinator shall not constitute authorization or approval by the City to perform such work. Performance of any such work by Consultant without the prior written consent of the Project Coordinator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 The City's participation in the design and construction of the Project shall in no way be deemed to relieve the Consultant of its professional duties and responsibilities under the Contract Documents or under Applicable Laws. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUB-CONSULTANTS: All services provided by sub-consultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the sub-consultants, which shall contain 12 provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the sub-consultants. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub- consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. The Consultant shall cause the names of sub-consultants responsible for significant portions of the Services to be inserted on the plans and specifications. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Coordinator, in writing, who shall be the City's authorized representative to coordinate, direct, and review all matters related to this Agreement and the Project during the design and construction of same (except unless otherwise expressly provided in this Agreement or the Contract Documents). The Project Coordinator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the affect (or be interpreted as having the effect) of modifying or changing, (in any way) the following: a) the Scope of Services; b) the time within which Consultant is obligated to commence and complete the Services; or c) the amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall make available to Consultant all information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 13 3.3 [Intentionally Omitted] 3.4 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its sub-consultants or vendors). 3.5 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non- conformance with the Contract Documents, the City, through the Project Coordinator, shall give prompt written notice thereof to the Consultant. 3.6 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. No City administrative (proprietary) approvals and/or decisions required under this Agreement shall be unreasonably conditioned, withheld, or delayed; provided, however, that the City shall at all times have the right to approve or reject any such requests for any reasonable basis. 3.7 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: h Agreement Except where otherwise expressly noted i in the g reement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.7.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.7.3 Upon written request from Consultant, the City Commission shall hear appeals from administrative decisions of the City Manager or the Project Coordinator. In such cases, the Commission's decision shall be final and binding upon all parties. 3.7.4 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 14 3.8 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.8.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any sub-consultants (and any replacements). 3.8.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.8.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.8.4 [Intentionally Omitted] 3.8.5 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.8.6 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.8.7 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this 15 Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City has established the Construction Cost Budget for the Project, as set forth in Schedule "D", attached hereto. 4.2 Consultant shall certify and warrant to the City all estimates of Construction Cost prepared by Consultant. 4.3 Consultant shall warrant and represent to the City that its review and evaluation of the Construction Cost Budget, Statement of Probable Construction Cost, and any other cost estimates prepared (or otherwise provided) by Consultant for the Project, represent Consultant's best judgment as an experienced design professional familiar with the construction industry; provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 The Construction Cost Budget (as established in Schedule "D" hereto) shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such budget is exceeded, the City Commission may, at its sole and reasonable discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. 4.5 If the lowest and best base bid exceeds the Construction Cost Budget by more than five percent (5%), the City Commission may, at its sole option and discretion, elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many Deductive Alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget; or (5) work with the Consultant to reduce the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Construction Cost Budget. In the event the City elects to reduce the Project Scope, the 16 Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents), and provide re-bidding services, as many times as reasonably requested by the City, at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within five percent (5%) of the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Coordinator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Coordinator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services may include, but not be limited to, the following: 5.2.1 Providing additional work relative to the Project which arises from subsequent circumstances and causes which do not currently exist, or which are not contemplated by the parties at the time of execution of this Agreement (excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.2 Serving as an expert witness in connection with any public hearing, arbitration proceeding, or legal proceeding, unless the subject matter at issue has arisen from the error omission, inadvertence, or negligence of Consultant. 5.2.3 [Intentionally Omitted] 5.2.4 Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.5 hereof, which shall be provided at no additional cost to City). 17 ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses are an allowance set aside by the City and shall include actual expenditures made by the Consultant in the interest of the Project. The Reimbursable Expenses allowance, as specified in Schedule "B" hereto, belongs to, and shall be controlled by, the City. Any money not directed to be used by City for Reimbursable Expenses shall remain with the City (i.e. unused portions will not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses must be authorized, in advance, in writing, by the Project Coordinator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Coordinator (along with any supporting receipts and other back-up material requested by the Project Coordinator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." 6.2 Reimbursable Expenses may include, but not be limited to, the following: 6.2.1 Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its sub-consultants, and courier, postage and handling costs between the Consultant and its sub-consultants). 6.2.2 Costs for reproduction and preparation of graphics for community workshops. 6.2.3 Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" fee for provision of the Services, including reimbursable expenses, for the Altos del Mar Park shall be $285,720.00. 7.1.1 Consultant's "Lump Sum" fee for provision of the Services, including reimbursable expenses, for Parking Lot P106, shall be $87,258.00. Services for Parking Lot P106 shall be incorporated via a Change Order once funding is made available. 18 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Coordinator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub- contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in Schedule "B" hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: During the Term of this Agreement, the City may, by written directive approved and executed by the City Manager, adjust the fees included in the Hourly Billing Rate Schedule in Schedule "C" hereto, to reflect the change in the Consumer Price Index (CPI) on a year to year basis. Such adjustment will be based on the cumulative change of the CPI for the Miami urban area, provided that in no event shall any the annual increase exceed three percent (3%). 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Coordinator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event sub-consultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Coordinator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable 19 Expenses (by category). 7.7.2 The City shall pay Consultant within forty-five (45) calendar days from receipt and approval of an acceptable invoice by the Project Coordinator. 7.7.3 Upon completion of the Services, Consultant's final payment shall require the prior written approval of the City Manager before disbursement of same. ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its sub-consultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Coordinator within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or 20 reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all sub-consultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or(3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with 21 another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Y� Y Y 9 P Y Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Coordinator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Coordinator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 22 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Coordinator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Coordinator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Coordinator: (a) Professional Liability Insurance, in the amount of not less than two million dollars $2,000,000.00, per claim, if any, not to exceed 10% of the limit of liability. Consultant shall notify the Project Coordinator, in writing, within thirty (30) days of any claims filed or made against its Professional Liability Insurance policy. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (d) Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. 11.2 The Consultant must give the Project Coordinator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.3 The insurance must be furnished by an insurance company rated B+:VI or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do 23 • business in the State of Florida, and countersigned by the company's Florida resident agent. 11.4 Consultant shall provide the Project Coordinator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 Pursuant to Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its sub-consultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents 24 that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the City's Capital Improvement Projects Director (the Director). The Director's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Director, the Consultant shall present any such objections, in writing, to the City Manager. The Director and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: 25 City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales With a copy to: Capital Improvement Projects Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: David Martinez All written notices given to the Consultant from the City shall be addressed to: Stantec Consulting Services, Inc. One Biscayne Tower Suite 1670 2 South Biscayne Boulevard Miami, Florida 33131 Attn: Elvira Freire — Santamaria All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, 26 national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 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, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by Federal, State, Miami-Dade County, and City laws, ordinances, and codes which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection 27 and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and sub-consultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its sub-consultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its sub-consultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 WARRANTY: The Consultant warrants that the Services furnished to the City under this Agreement shall conform to the quality expected of and usually provided by the profession in the State of Florida applicable to the design and construction of public and commercial facilities. 28 16.8 NON-EXCLUSIVITY: Notwithstanding any provision of this non-exclusive Agreement, the City is not precluded from retaining or utilizing any other architect, engineer, design professional or other consultant to perform any incidental Basic Services, Additional Services, or other professional services within the contract limits defined in the Agreement. The Consultant shall have no claim against the City as a result of the City electing to retain or utilize such other architect, engineer, design professional, or other consultant to perform any such incidental Services. 16.9 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by sub- consultants, subject to the prior written approval of the City Manager. 16.10 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.11 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, sub-consultants, and other purchased services, etc., as necessary to complete said Services. - 16.12 INTENT OF AGREEMENT: 16.12.1 The intent of the Agreement is for the Consultant to provide design services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.12.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement 29 to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.12.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.13 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; 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, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. 30 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACHI , �, 0/ /,' ,00,..,...wriklkill_ , / fl i Ai 4 Lt- "P•I`I\I 113 " • ' t''',/./1 /t/ CIT CLERK s MAYOR /1/ $ ',INCQRp �RAl. D:� 7 ^ �_ N., CONSULTANT: Stantec Consulting Services, .� Inc. Atte Al ■wkiiii.=,.._ k Signature/v �- \Itc£—F tD T' Signature 1_.' -• c O1Z F2►NLtPAt- il Fet,...y et e—V—Lciar--- I!L,Allhea &L.Ilt. a Print Name Print Nam- , . APPROVED AS TO FORM & LANGUAGE- &FOR EXECUTION -L 0 V'(--- i( Oft5 City Attorney Dote 31 SCHEDULE A SCOPE OF SERVICES 32 41V-- Stantec August 7, 2015 File: 478893 Attention: Yusbel Gonzalez, CPPB Department of Procurement Management 1700 Convention Center Drive Miami Beach, Florida 33139 Dear Mr. Gonzalez, Reference: Architectural & Engineering Design Services for the Altos del Mar Park Project RFQ#2015-016-YG It is our pleasure to provide you with the revised proposal for Architectural / Landscape/ Engineering design services, including construction documents submittal and permitting assistance, as well as bidding assistance and construction administration services for the above mentioned project. SCOPE The Altos Del Mar Park Master Plan Preferred Alternative Summary was produced by AECOM for the City of Miami Beach and included as part of the RFQ. Construction Documents will be based on the Schematic Master Plan drawing included as part of the summary.Scope of work will be for park with single story restroom and playground (no shade structure) with play surface as detailed on Summary of Program Elements on AECOM's Take-Off Quantities and Opinion of Probable Cost Estimate. Additional Program Elements as indicated on the Detailed Breakdown of Additional Program Elements are not included and can be accommodated as an additional service. Construction documents will consist of 30%, 60%, 90%and 100%submittal. The building site is located within the Coastal Construction Control Line (CCCL),which will translate into additional permitting work through the Florida Department of Environmental Protection (FDEP). It is also located at the Altos del Mar Historic District and will require review by the City of Miami Beach Historic Preservation Board. The building and site will be designed using sustainable practices where feasible, however, it is understood that it will it not be required to be LEED certified. Scope of work also includes professional services for the Dry-run Permitting, Assisting the Procurement Department during the Bidding Phase and Construction Administration Services. A set of construction documents will also be provided for the redesign of the existing adjacent Parking Lot P106 when authorized by the City. The construction documents will consist of civil, landscape and electrical drawings for the lighting and specifications.The scope of work for the parking lot shall be to spot repair to the base, mill and resurface the new lot, landscape and irrigation upgrades, lighting, restriping, drainage modifications and improvements. Dry-run Permitting, Bidding Assistance, FDEP permitting and construction administration Professional Services will also be provided. It is understood the projects may run independently and the permitting, bidding and construction for the parking lot Design with community in mind ALAti mire August 7,2015 Yusbel Gonzalez,CPPB Page 2 of 7 Reference: Architectural & Engineering Design Services for the Altos del Mar Park Project RFQ#2015-016-YG may occur at a different time from Altos Del Mar Park. As the parking lot is not currently funded, the hourly rates and proposal for the parking lot are valid until October 31, 2015. Design Development Stantec shall provide architectural, civil and landscape design development drawings for the Park based on the Master Plan provided by AECOM. Stantec will provide 5 sets of 24x36 design development drawings, additional prints to be reimbursed by the City. Construction Documents After proposal acceptance by the City and upon written authorization, Stantec shall: 1. Prepare architectural, civil (geometry, demolition, grading and drainage), electrical, mechanical, plumbing, structural, landscape and irrigation construction documents and specifications for the work to be performed and furnished by the selected contractor. Specifications will be prepared in general conformance with the 16-division Masterspec format of the American Institute of Architects (AIA). City of Miami Beach to provide front end document to be included in the specifications. 2. Complete the design phase documents to the design development drawings to a level approximately 30%completion stage and submit to the City for review, comment and approval before proceeding forward with the 60%construction documents. The 30% progress submittal will generally consist of: above mentioned construction documents, outline specifications and estimate of probable construction cost at each submittal. After acceptance of the 30%drawings by the City, this process will occur at the 60%, 90%and 100%submittal phases incorporating the previous comments from the City review. Stantec will provide 5 sets of 24x36 drawings for each submittal, additional prints to be reimbursed by the City. Stantec will provide CADD files to the City at each submittal. 3. Present finish materials at the 60% progress submittal to the City for final selection, approval and incorporation into the design and construction documents. 4. Prepare and furnish one (1) reproducible master set of the Bidding documents (drawings and specifications), contract forms and conditions of the contract documents for review and approval by the City, its legal counsel, and other advisors, as appropriate. Construction Contract to be based on one Prime Contractor. Deliverables: Schedule: • Design Development submittal drawings 45 days after receipt of P.O. Design with community in mind August 7, 2015 Yusbel Gonzalez,CPPB Page 3 of 7 Reference: Architectural & Engineering Design Services for the Altos del Mar Park Project RFQ#2015-016-YG • 60%submittal drawings 45 days after receipt of City comments • 90%submittal drawings 45 days after receipt of City comments • 100%submittal drawings 21 days after receipt of City comments Historic Preservation Board (HPB) 1. Prepare documents, applications and drawings as required for submittal to the HPB. 2. Select and prepare material board for presentation to HPB. 3. Prepare renderings for presentation to HPB. 4. Attend and present at a HPB meeting. It is assumed that there will be only one application to the Historic Preservation Board. The City shall provide Stantec with the information as requested to complete the applications and shall directly pay for all required application fees. The City shall also provide Stantec with the mailing labels, mailing costs and list of nearby property owners as required for the HPB Submittal. Dry-run Permittinq 1. Assist the City by preparing the permit application and submitting the construction documents to the City of Miami Beach Building and Engineering Department. 2. Assist the City by preparing the permit application and submitting the construction documents to Miami Dade Water&Sewer and Department of Environmental Resource Management (DERM) for sewer allocation letter. 3. Assist the City by preparing the permit application and submitting the construction documents to the Miami Dade County for the tree removal &relocation permit. DEP Permitting on Behalf of the City 1. Prepare documents as required by the Department of Planning and Environmental Protection (DEP). 2. Respond to permit comments and submit drawings to Department of Planning and Environmental Protection in order to obtain all the necessary approvals for a building permit. 3. Provide periodic progress reports to DEP during construction. Design with coninnunity in mind August 7,2015 Yusbel Gonzalez,CPPB Page 4 of 7 Reference: Architectural & Engineering Design Services for the Altos del Mar Park Project RFQ#2015-016-YG 4. Post construction reporting services are not required, but can be accommodated as an additional service. The City shall provide Stantec with the information as requested to complete the permit applications and shall directly pay for all required permit application fees. Bidding Assistance to Procurement 1. Provide the City one (1) reproducible copy of the Contract Documents (architectural, engineering drawings and specifications) for bidding purposes. Contract Documents will be copied and distributed to prospective bidders by the City's Procurement Department.The City will be responsible for the cost of advertising and distribution of Bidding Documents to prospective bidders. 2. Attend and conduct one (1) pre-bid conference as well as submit responses to bidder's questions in writing to the City. City to prepare Addenda to the Contract Documents and distribute responses to the prospective bidders. 3. Assist the City in evaluating Bids or proposals and make recommendations for the award of the contract. Attendance at the Bid Opening presentation is not required. 4. Provide the City with one (1) reproducible copy of the Contract Documents to be "As-Bid" / Conformed Set of drawings to be used during construction. Additional prints to be made by the City or the selected contractor. 5. Submit to the City Building Department any revisions of consequence resulting from the bidding process not generated by owner request or change in scope. Construction Administration 1. Attend and conduct one (1) pre-construction meeting and respond to contractor's reasonable questions in writing. 2. Attend bi-weekly construction meetings for duration of 12 months and provide meeting minutes (A maximum total of 30 meetings). Bi-weekly site observations will be performed during the meetings. It is assumed that the construction duration for the parking lot will be 3 months and the park will be 9 months. 3. Review shop drawings and related project submittals as required and repond on E-builder. Design with community in mind iti;) August 7,2015 Yusbel Gonzalez,CPPB Page 5 of 7 Reference: Architectural & Engineering Design Services for the Altos del Mar Park Project RFQ#2015-016-YG 4. Respond to RFI's and clarifications on E-builder. 5. Perform Code required Inspections: Architectural (4 total) & Structural (5 total) 6. Periodic Civil Inspections are limited to 12 inspections for the Park and 6 for the parking lot. 7. Review pay requests and change orders. 8. Preparation of punch list, substantial and final completion inspections. 9. Update As-bid set for as-built drawings based on contractor mark ups. COMPENSATION Altos Del Mar Park Compensation for Basic Professional Services for the Altos Del Mar Park will be based on a Lump Sum as per the following Phase/Task Schedule: $ 34,622.00 Drawings Design Development g p 9 Construction Documents $118,578.00 Historic Preservation Board Submittal $ 11,188.00 Permitting Assistance $ 11,880.00 FDEP Permitting $ 11,996.00 Bidding/ Negotiation $ 5,726.00 Construction Administration $ 81,262.00 Sub-Total: $275,252.00 NAVD & NGVD Topographical Surveys for the Park $ 7,000.00 Geotechnical Survey $ 3,468.00 Total Authorization "A" for the Altos Del Mar Park: $285,720.00 Total compensation for professional services and reimbursable expenses for Authorization "A" shall be Two Hundred Eighty-Five Thousand Seven Hundred Twenty Dollars and 00/100 ($285,720.00). Parking Lot P106 The following are professional services associated with the redesign of Parking Lot P106 and will be included as part of this proposal on a lump sum basis: Des> n with community in Milla 0„ , ., August 7,2015 Yusbel Gonzalez,CPPB Page 6 of 7 Reference: Architectural & Engineering Design Services for the Altos del Mar Park Project RFQ#2015-016-YG Construction Documents: $31,918.00 Permitting Assistance $ 6,748.00 FDEP Permitting $ 7,614.00 Bidding/ Negotiation $ 3,414.00 Construction Administration: $27,505.00 Sub-Total: $77,199.00 Geotechnical Survey $ 1,320.00 NAVD & NGVD Topographical Surveys for the Parking Lot $ 2,750.00 Total Authorization "B"for Parking Lot P106: $81,269.00 Total compensation for professional services and reimbursable expenses for Authorization "B" shall be Eighty-One Thousand Two Hundred Sixty-Nine Dollars and 00/100 ($81,269.00). Extended construction services during the construction administration phase, if extended beyond the time estimated in the man-hours breakdown will be billed at the monthly prorated amount per month. • Reinspections due to second failed inspections will be charged additionally at a rate of$750.00 per re-inspection. Any and all additional services requested by you,which are not included in the above scope of services,will be billed based on our hourly rate on the attached man-hours breakdown. The following services are not included within our scope of work: • Fees for Permit/ Certification/ Processing / Connection by regulatory or reviewing agencies • Water or sewer main extensions • Revisions to design for LEED certification • Funding and grant reporting • Stormwater management and reporting • Environmental Assessments. If environmental assessments are found to be required, it can be accommodated as an additional service. • Exhibits and administrative processing associated with Vacating of the ROW. • It is assumed that a unity of title is not required. • It is assumed that a DRB submittal is not required. All terms and conditions shall be per our Professional Services Agreement. We are ready to begin working on this assignment. If acceptable to you, we will accept a signed copy of this Professional Services Proposal as your written authorization to proceed with this assignment. Design with community in mind August 7,2015 Yusbel Gonzalez,CPPB Page 7 of 7 Reference: Architectural & Engineering Design Services for the Altos del Mar Park Project RFQ#2015-016-YG Thank you for the opportunity to be of service to the City of Miami Beach. Regards, City of Miami Beach Jonathan W. Cardello, AIA Senior Principal Approved by: Phone: (305)482-8705 Jon.Cardello @stantec.com Attachment: Man-Hour Estimate c. Elvira C. Freire-Santamaria, AIA Design with community in mind Stantec Consulting Services,Inc. MAN-HOUR ESTIMATE FORM 901 Ponce de Leon Blvd Suit 900 Coral Gables,Fl 33134 Description:Altos del Mar Park Cd's and Construction Administration Date:June 12,2015 rev Phone:305-445-2900 Fax 305-774-6277 PfojeCt NO.:47889$ Basis of Estimate Principal Project Architect(RA) Architect(AI) TOTAL Manager Engineer(PE) Engineer(EI) Technician Inspector Clerical Cost For Task HourlyRate of:' $211.00 $163.00 $153.00 $133.00 $106.00 $95.00 $50.00 Hours Activity Totals 1 tl Desrgn Development A 1.01 Design Development Architectural Drawings 12 24 24 60 $8,988.00 1.02 Landscape Design Development 0 $22.250.00 1.03 Civil Design Development 4 12 16 $1,884.00 1.04 MEP DD's-Concept Review&Coordination Sub-Total 76 $34,622.00 a � � 2.0 Construction Documents(60%a 90%&100%dellverabtes)'. 2.01 Architectural CD's(3 submittals) 16 72 144 232 $30,376.00 2.02 Civil CD's 32 24 84 140 $17,312.00 2.03 Civil Site Investigation&Utility Coordination 2 4 20 26 $3,058.00 2.04 Landscape CD's 0 $18,200.00 2.05 MEP CD's 0 $10,000.00 2.06 Structural CD's 6 24 30 $3,462.00 2.07 Project Specifications(3 submittals) 2 8 24 32 66 $6,998.00 2.08 Project Coordination 8 48 32 24 16 128 $17,752.00 2.09 Public Involvement Meetings(2 max.) 8 8 4 20 $3,192.00 2.10 Statements of Probable Costs of Construction 4 8 12 4 • 28 $3,620.00 2.11 QA/QC 8 8 • 16 32 $4,608.00 Sub-Total 702 $118,578.00 3,0'HPB Presentation x 3.01 Prepare drawings&documents for HPB submittal 2 8 8 18 $1,554.00 3.02 Select&prepare material board for HPB 2 2 4 8 _ 16 $2,208.00 3.03 Prepare park rendering for HPB submittal 2 4 48 54 $6,122.00 3.04 Attend HPB Presentation 8 8 $1,304.00 Sub-Total 96 $11,188.00 4.0 Dry Run Permitting 111,1111121121111111111111111111111111111e,111111311411151 4.01 Submit drawngs to Miami Beach•B;iilding Dept. 4 8 12 24 $2,948.00 4.02 Submit drawings to MD-DERM 4 8 _ 12 $1,460.00 4.03 Submit draw ngs to WASA/Miami Beach Engineering Department 4 4 8 16 $1,992.00 4.04 Revise Civil drawings as per permit comments 4 18 22 $2,520.00 4.05 Landscape tree permitting 0 $1,500.00 4.06 Revise drawings as per permit comments 4 8 12 $1,460.00 Sub-Total 86 $11,880.00 • r t s 5 0 FDEP Permitting on behalf of City 5.01 Prepare documents as required by DEP 4 8 12 $1,500.00 5.02 Prepare Civil drawings as required by DEP 8 20 28 56 $7,332.00 5.03 Submit Drawings to DEP 4 4 8 $812.00 5.04 Respond to DEP comments 8 8 4 20 $2,352.00 Sub-Total 96 $11,996.00 6 0`,Biddrng?Assistance to Procurement : n r ' s 7/7/2015 altos del mar park manhours 061215 revl.xls Page 1 Stantec Consulting Services,Inc. MAN-HOUR ESTIMATE FORM 901 Ponce de Leon Blvd Suit 900 Coral Gables,Fl 33134 Description:Altos del Mar Park Cd's and Construction Administration Date:June 12,2015 rev Phone:305-445-2900 Fax 305-774-6277 Project No.:478893 6.01 Attend Pre-bid meeting 4 4 $652.00 6.02 Respond to contractor RFI's 4 12 . 2 18 $2,024.00 6.03 Addenda by City 0 $0.00 6.04 Bid Evaluation Meeting by City 0 $0.00 6.05 Assist City with bid evaluation 4 1 5 $702.00 6.06 Provide as-bid/conformed set of documents 4 16 _ 20 $2,348.00 I Sub-Total I 47 $5,726.00 7.0 Construction Administration(9 months construction) 111 7.01 Attend pre-construction meeting 4 2 6 $752.00 7.02 Bi-Monthly Meetings&Site Visits(18 meetings-4hrs. Per meeting) 72 36 108 $13,536.00 7.03 Shop drawing review(e-builder) 4 40 16 60 $8,468.00 7.04 Payment application review 9 4 13 $1,891.00 7.05 Respond to RFI's on e-builder 32 12 16 60 $8,748.00 7.06 Civil Construction Administration 24 36 10 40 110 $14,280.00 7.07 Structural Construction Administration 18 6 24 $3,234.00 7.08 MEP Construction Administration 0 $2,800.00 7.09 Landscape Construction Administration 0 $13,005.00 7.10 Substantial&Final Completion Inspections - • -- 4 12 4 20 $3,000.00 7.11 Construction phase coordination 12 24 16 12 64 $8,740.00 7.12 Close-out/Certification 16 4 20 $2,808.00, Sub-Total 1 485 , $81,262.00 Grand Total $275,252.00 I 7/7/2015 altos del mar park manhours 061215 rev1.xls Page 2 Stantec Consulting Services,Inc. MAN-HOUR ESTIMATE FORM 901 Ponce de Leon Blvd Suit 900 Coral Gables,Fl 33134 Description:Altos del Mar Parking Lot P106 Cd's and Construction Administration Date:August 7,2015 Phone:305-445-2900 Fax 305-774-6277 Project No.:478893 Basis of Principal Project Architect(RA) Architect(Al) TOTAL Estimate Manager Engineer(PE) Engineer(El) Technician Inspector , Clerical Cost For Task Hourly Rate of: $211.00 $163.00 $153.00 $133.00 $106.00 $95.00 $50.00 Hours Activity Totals 1,0 Construction Dartents( 0"f 60°!°,90%,100°,4 's 1.01 Civil CD's 6 22 20 48 96 $12,092.00 1.02 Landscape CD's _ 0 $9,750.00 1.03 Electrical CD's 0 $4,000.00 1.04 Project Specifications 2 4 4 10 $1,138.00 1.05 Project Coordination 2 8 8 8 4 30 $3.998.00 1.06 QA/QC 2 2 2 6 $940.00 Sub-Total 142 _ $31,918.00 3:0 Dry Run Permitting 3.01 Submit drawings to Miami Beach Building Dept. 4 4 8 $1,036.00 3.02 Submit drawings to Miami Beach Engineering Dept. 2 2 4 4 12 $1,588.00 3.03 Submit drawings to MD-DERM 2 2 4 4 12 $1,588.00 3.04 Landscape tree permitting 0 $1,500.00 3.05 Revise drawings as per permit comments 4 4 8 $1,036.00 Sub-Total 40 $6,748.00 4.0 DEP Permitting on behalf of City " .,,- .. , .v.. .� � .., wiz ., ,.... 4.01 Prepare documents as required by DEP 2 8 , 4 14 $1,354.00 4.02 Prepare Civil drawigs as required by DEP 4 8 8 12 32 $4,212.00 4.03 Submit Drawings to DEP 4 4 8 $812.00 4.04 Respond to DEP comments 4 4 4 12 $1,236.00 Sub Total 66 _ $7,614.00 5.0 Bidding Assistance 5.01 Attend Pre-bid meeting 2 2 $306.00 5.02 Respond to contractor RFI's(Addenda by City) 2 4 6 $730.00 5.03 Assist City with bid evaluation 8 8 $1,224.00 5.04 Provide as-bid/conformed set of documents 2 8 10 $1,154.00 Sub-Total 26 $3,414.00 6A Construction Administration(3`months construction) 1 ti 6.01 Bi-Monthly Meetings&Site Visits(6 meetings/3 hours per meeting) 18 12 30 $3,534.00 6.02 Shop drawing review(ebuilder) 12 12 4 28 $3,428.00 6.03 Payment application review 4 2 2 8 $964.00 6.04 Respond to RFI's on e-builder 12 8 4 24 $3,004.00 6.05 Civil Construction Administration 12 22 4 21 59 $7,849.00 6.06 Electrical Construction Administration 0 $1,000.00 6.07 Landscape Construction Administration 0 $5,800.00 6.08 Substantial&Final Completion Inspections 2 4 2 8 $1,174.00 6.09 Close-out/Certification 4 2 6 _ $752.00 Sub-Total 163 $27.505.00 Grand Total $77,199.00 8!7/2015 altos del mar parking manhours 070815.xls Page 1 SCHEDULE B CONSULTANT COMPENSATION SCHEDULE OF PAYMENTS —ALTOS DEL MAR PARK DESIGN Planning Services * $ N/A Design Services* Design Development Drawings $34,622.00 Construction Documents $118,578.00 Permitting Assistance $11,880.00 FDEP Permitting $11,996.00 Bidding and Award Services Bidding/Negotiation $5,726.00 Construction Administration** $81,262.00 Reimbursable Allowance*** $ N/A Historic Preservation Board / Design Review Board $11,188.00 NAVD & NGVD Topographical Surveys for the Park $7,000.00 Geotechnical Survey $3,468.00 TOTAL FOR ALTOS DEL MAR PARK DESIGN $285,720.00 SCHEDULE OF PAYMENTS — PARKING LOT P106 Planning Services * $N/A Design Services* Construction Documents $31,918.00 Permitting Assistance $6,748.00 FDEP Permitting $7,614.00 Bidding and Award Services Bidding/Negotiation $3,414.00 Construction Administration** $27,505.00 Reimbursable Allowance*** $ N/A NAVD & NGVD Topographical Surveys for the Park $1,320.00 Geotechnical Survey $2,750.00 TOTAL FOR PARKING LOT P106 $81,269.00 Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are 33 required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Coordinator. Unused portions will not be paid to the Consultant. 34 SCHEDULE C HOURLY BILLING RATE SCHEDULE Principal: $211.00/Hour Project Manager: $163.00/Hour Architect (RA) /Engineer (PE): $153.00 /Hour Architect (AI) /Engineer (EI): $133.00/Hour Technician: $106.00 /Hour Inspector: $95.00 / Hour Clerical: $50.00 /Hour 35 SCHEDULE D COSTRUCTION COST BUDGET Altos Del Mar Park Master Plan-Preferred Alternative- Preferred Aternatlee:Take-Off Quantities&.Opinion of Probable Cost, May 30,20L4 Summary of Proeram Elements MtV.I,F ram 04dOd59 'L5 x z a I: g;'x" items. Base Qty. Elegtent•QTYS Link' Unit k Cost Base Cot Program Elements fil&.Seepe,CO&[ X -:::Notes .OEMOLRION- . .. .- Cleaing and 1.04.-Grubbing' .'- ._ 4 u :,t3r ._ A. $ 100003 $- 43000.3 $ 7,,as.'$ Fa£9 g99., F:Indedes Pr> sed plaza area - -' Asphalt Removal 1Sffi a t SY $. 10.3 S" 15;000.00 $ s 2500'Indudes partial parking area and 7tt Stease d Cdllns Ave '91 ty'Sldewalk(51 •- - 2,50 t`"',. acts.'SF $ 6.3 S •I5900.00 $ $.;" i y , 5S47f,S Tooled edge,Integral color'Miami Beath.Red' Park Sidewalk{8'1 17 33] SF $ 600 5 103,931.3 $ $ ,,505FAM t:Tooled edge,integral color'Miami.Beach Red" Park Sidewalk.(101. ,10100 0.t 4 SF $ 600 S 50,600.00 S ?s' {• .63rft7OnO Tooled edge,,integral color'Mlami Beach Red' "y f-% ; • , 1 » ,.� 1'-£ Tooled edge,integral color',Mlarin Beach Red",14'wide Park Sidewalk(14'1 7210 s,r '.SF $: '6.3 S. 43,260.00 $ $ gad observation areas•• * 4 Stone •dust,eushei•cvral rode,stabllknt solution Graveled walkways(4.1 1 800 S.4,�.,-f ;SF $" 250 $ 453.3 $ >G .�,;� Cont Band 720 `a `LF -$• .9.00 $ 6,480.3 S $' p,s+ T$4511]O 1 wide band Integral color'Miami Beach Red,76thS t driveway New bn ck street 380 grt 'SY 5, 3&00 $ .I4,440.3 $ S �k SM4P 0'76th Stbrick pattern to match Tit St• Perimeter Fencing Delineation 1070 "1 "�-LF $ 2&.3 S •29,96000 S $'r,.. ;3F ice'-Rope and too/along park perimeters• PerkSgn EA $ "200000 5. 400000 5 $.-:•X g f-GQG7 -Traffic sgnage allowance 6$05:44M EA $: 3000 $ 153.3 $ `$ " , [I0. - • _ ; a F :Tope used as landscape features/perimeter delineation./ CobteStonebouldn4'•5'' 50 y Y EA ,$ 3.3"$ 1500.00 $ ▪ y` -i1,SORCtk retanirg walls• NewStoneSeatwallls°Hgt 45 5 -1- ,1 u $ 150.00 S" 6,750.00 S $,; eke;'6r-7.rr3O Oolite stone wall with smooth sevingtcp -RdocatedHist or(c Seatwall 300 ,�;;,zt , LF -5. 15000"S a5000.N S S'` a _4A Oth'indudeshistaricsearvall relocation to New Plata Wall 315 a tF $ 55600 S •175,la0.3•$ > 33S,14R'n0 Concrete art retaining wall(art Installation possidlitles)• Concrete Steps 13P ,z s▪ SF S. 15.00 $ S 3<�t ?'-1 5.979 At central lavm-area- HendailsatSteps 24 ;=-IF ,5 100.3 5 -203.00 S • $�,. §; 2AOeQ:At central lawn area• Wide ConhreteSteps' 1500 »,s J x SF -S. IS.00 5- i22f500.3 $ Py .i, E1CLT!'Amphith Baton otyleconnete stepAcentral lawnlplinth Stepping Stones 3,370 to s.; rxsSF S 2200-S 7040000•$ Sr �7Q4C4L', SandVdleyball"Court 2 Y s £ A EA $. 853.3 S 17,000•00 $ �•_Y'' .S i17p0.0` Bocce Court 1 'Y .EA 5 28000.00 S 26000.3 $ $_: I -33�Q0:0]:Includes concrete border aid bumper board Sys ten, 0nnking Fountains 2 p r i-,4 EA S 1,800.00 S 3,fD0.O S -'t tS a "3dAY .Utilities are not included•Benches 33 EA $. 15!70.00 5" 49500.00 > $•--; <aay501,i-t:.:Arcata aluminum w/arms aidhack-Land;cape FOrrns•Picnic Tables _'<r :,.EA $ 15300 $" t ,7 x,: '�>„ f-s Waste Receptacles •17 'L v EA 5 "1,13.00 $ 1&700.00 $ Y 9700100,Chase-landscapeForms BlkeRack. 4 rs EA s- :1,130) S' 4,400.00 $ >' ,,.. s)Ro Powder Coated-Landscape Forms Sculpture Stone Plinth 2 a- r u.EA S• 2,500.0-5 5,007,3 $ 5,; z #�..%p:-'e.p:Allowance• Area Lighting 22 EA $" 253.3.S "55,000.3 S $.` fA 33/03000 12 or 14'pdes,LED Amrn fiioures Low Lev el Odlard/Path.Lghting 28 ' �':EA $ 725.3 S "21,70000 $ $, 7t, az 'Upighung 3 4:li•le a,,,-;EA $ 5003 S, 1250000 $ ▪ $a;.,'�,<...a.�..,,u" :Specimen Trees/sculptures/art retainingoall - Trees-Large 6 t 0 a r EA $ 1:270•00 S .7,270,00 $ `%j x 2 Xtk00'Spedrrren species• Teem-Medium 45 EA "5 475.3 $ .21,375.3 $ $- ,,a .23,3751+0'" Trees-Small" 95- --,, EA 5- 3103 $ 33,503 S $` 1s 3 Or`�1• Teem-Palm Feature 28 EA S. 8,00000 5 .22403.3 S .5;R ,;>..52�Y1 :22 Medjooi/Other. Trees-Palm Accent f0 ;i_:H - EA $ •1000.00 $ 11205).3 $ $--:3 11,'r6f¢0 Coconut/Thatch Palms Trees-Palm 35 � 'EA 5 "m000 $ 27000.3 $ ?.s n ,.,27/22000:14'-37 Sa551. Trees•Relocated 3 vex ?EA $ 750"3-5 1Q750.00 S• S;: �, 58,2_,02)Seagrapen/palms •Buffer Planting 553 •e-'.= .ISF S 15.00 $, 8222003 $ $y do -S7A0&.417,IVaove boiftrPlanhngadjacenttosinglefamily hlrnes Shrubs/Grasses 13,740 `.._.s <SF 5 •&3 S. 109,937.3 $ >x."k ,909,9285?03,&7galmdenal Gra,ndccvers 9 RSJ f b�▪:SF $ "350 $ 34,370.3 $ 5$ ,z 54,5-7000'Plugs and.1 gal material Beach Dune Plantlng 8,83 .SF $ .a.50 $ 39,800.3 5 ▪ $"0 -34,07000 lnfilftivith Plugs and"l gal maters west of Bearhwalk Sod '46500 s `s SF 5 '0.89 $. .41,335.3 y ;41,365.03.Sea shore Paspalum Irrigation '04300 1„,> SF 5 0.6 S "54,834.3 4 • -S. T ::5.4334,Cu 10016 Of soda nd Plan ting.areas Utility Services 1 r s.>..? ;s EA 5 40000,0) S. 4000022 S $ ai,..;P-. 0 Allowance-Water,Sa.nitary,Storm,Elec _ • "EART114y0NR - - Site Gracing 1930) . 59 $, 0.90-$ 17,424.3 S Y 3 r..,1 j424.172: •Rne Gracing-hardscape areas 993 -SY •S• 1.32 $ 1306&OD $ ▪ 5, 2 f,138 Earthwork(Required Fill) 7.270 -Res X11 ,,:%, 5 3212 S 23351240 $ 5. ,=:2'3353 0 Topcgrdphlcalsurvey,requlredforaccurate flllrequirements 'Subtotal 5' 199403800 5 , S S ' 374,A007 299100 76 $ . _Contingency 156) R 9 =2,2 ,60TiIS $ 083 IRANDiTOTAt, , : ,y , <,, „. x > Detailed Breakdown of Additional Program Elements AddRinml Prnpram Flerneres Qty Unit !rnR CoR Cost(Notes. NOo spEfReseu0Option1'SInote5_teey ',: :-.. $�,w- - A��r •P001159 Total 2,160 5F - S 03000 $ '” 540090.3 Biscayn a Bay House ff Refuge asrt appeared arca 1921 Storge 1,080 SF 5 - 5 '- RlNtraoms 1,080 5F -S 5 (NOUSeo4RenueOpbonl DwbteStony $ 914,000110;Cowered Opel-air secendleiel-beachobservatioe area Fadliry Total. • 4,320 SF 5 270.3 $ 86403,3 Biscayne Bay House of Rduge as:lt appeared dree 1921. Storge 1,080'SF 5- - 5- Restro0ms 1,0100 SF "5 - 5 '2nd Lend Canted Open Air Observation Area .2,1E0'SF 5 - "5. - ADAaccessible 1 EA .$ 50,30.3 $ 50,000.3 Elevatotocoveredopen-arsecond floor Plan f Oe.COe�e - i:8.3t0 6F $' fiW $ P"6,06000.Integralcdor"Miami BrsdiRed' "iPlate DecoratneCinoete >i530 5F :S It7"00 $ 11,9000:. Pba Boibeds 10 Fit "-'.$; 675:00 $ 6.76100: -Plan outdogrsboaers-� 3£A -$, 3,20000 $ ..6000)'08th''oot web IWaae Trefid -- •.'.370 SF S. 150.00$ 55,500.00:To match existing trellis at 75th St•Plaza InteeactrseFoteslafo' 1 LA `$: D39CCg$f7Gf $ 730AOU3-Allowance . Playgrotmd ADAPlaTse,t:-! _ 1 CA-•-> -;$. 27,93000 $ -" 7193000 Mod Na 362350437'S,to l2 yrs-LandscapeStNdures -"pFaygeound Sbmelogteslt ; '18'Ugt 1:0 LF $;, 110 0 $ ,A 10,56D00i Oohte.ocne wall With.Sm010 seating top Playgrnund-Saletytuefaoe _. - _4,005 SF„• $:: 33:Os S ;.."144310110>.Pouredin place Safety surfact LandscapeStructcres Subtotal-Option 1 S -1,638;62000 Contingency(15961 $- 245,793.3 Subtotal-Option 2. - TAc L .5 2,012,600 Contingency(1596) $ 3318933 OTA 09001.„ - y S ,.:,3,884,,7,0E ption 2 - „� ,-. ,`� ..<r''0 n :'1'$--. „:li.114,513DD:: Park♦Additianal Program Elements Option 1. S• 4,178,01716 Park*Additional ProkrainEleinets Option 2 5 4,608,11716 36 SCHEDULE E PROJECT SCHEDULE Deliverables: Schedule: ❑ Design Development submittal drawings 45 days after receipt of P.O. ❑ 60% submittal drawings 45 days after receipt of City comments ❑ 90% submittal drawings 45 days after receipt of City comments ❑ 100% submittal drawings 21 days after receipt of City comments Total 156 days 37 SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 38 0500. GENERAL TERMS AND CONDITIONS: 1. Personnel Requirements: Superintendent must have at least approximately five (5) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least approximately five (5) years of experience in projects of similar design, scope, size and complexity. 2. Project Manual: 2.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 2.2. The Project Manual, along with all documents that make up and constitute the Contract Documents, shall be followed in strict accordance as to work, performance, material, and dimensions except when Consultant may authorize, in writing, an exception. 2.3. Dimensions given in figures are to hold preference over scaled measurements from the drawings; however, all discrepancies shall be resolved by Consultant. Contractor shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from Consultant. 2.4. Contractor shall be furnished three (3) copies, free of charge, of the Project Manual; two of which shall be preserved and always kept accessible to Consultant and Consultant's authorized representatives. Additional copies of the Project Manual may be obtained from City at the cost of reproduction. 3. Intention of City: It is the intent of City to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 4. Preliminary Matters: 4.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 3.2, Contractor shall submit to Consultant for Consultant's review and acceptance: 4.1.1 A project "Base Line" schedule, one (1) copy on a CD and One (1) hard -copy (activities arranged in "waterfall"), in the indicated form for Final review and approval: ( ) Bar Chart ( ) Modified CPM () CPM (X) Computerized CPM using the latest edition Primavera P6 software (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") CONTRACTOR shall provide a preliminary man loaded, logic based "Base Line" Project schedule using "Early Start" and "Early Finish" dates for each activity. The Contractor shall include, in addition to normal work activity input, input that encompasses all submittal approvals, delivery durations for important materials and/or equipment, and Logic relationships of activities including physical and site restraints. This input shall be precedence based CPM scheduling using the most recent version of Primavera P6 software.. The preliminary Base Line project schedule when submitted shall have attached a run of the programs generated error report that states no errors and be acceptable to CONSULTANT. Monthly, CONTRACTOR shall submit with each progress application an update of the Project Schedule with an error report stating no errors (that does not revise the base line schedule), showing the progress for the month. CONTRCTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY. In addition to the Progress Schedule CONTRACTOR shall include a narrative report of the months' progress, an explanation of any delays and or additions/deletions to activities. It is strongly recommended that CONTRACTOR hire a seasoned professional, in the use of Primavera P6, to develop and update the Primavera P6 project schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an updated (3) week look ahead schedule for review and discussion and monthly be prepared to discuss any: 1) Proposed changes to the Base Line schedule logic; 2) Explain and provide a narrative for reasons why logic changes should be made; 3) Update to individual subcontractor activities; and 4) Integration of changes into the schedule. The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in all respects. If CONTRACTOR'S Work becomes more than (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to CONTRACT ADMINISTRATOR for review and acceptance that demonstrates "Catch Up" within thirty (3) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or BID NO: XXXX-XX-XX CITYOF MIAMI BEACH :\f AM!BEACH equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 4.1.2 After award but prior to the submission of the final progress schedule, CONSULTANT, Contract Administrator and CONTRACTOR shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither CONSULTANT nor CITY shall be responsible for the nonperformance by the utility owners. 4.1.3 A preliminary schedule of Shop Drawing submissions; and 4.1.4 In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. © Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 4.1.5 After award but prior to the submission of the progress schedule, Consultant, Contract Administrator and Contractor shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither Consultant nor City shall be responsible for the nonperformance by the utility owners. 4.2. At a time specified by Consultant but before Contractor starts the work at the Project site, a conference attended by Contractor, Consultant and others as deemed appropriate by Contract Administrator will be held to discuss the schedules to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 4.3. Within five (5) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by Contractor, Consultant and others, as appropriate, will be held to finalize the schedules submitted. Within ten (10) days after the Project Initiation Date set forth in Notice to Proceed, the Contractor shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by City or Consultant of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to Consultant as providing a workable arrangement for processing the BID NO:XXXX-XX-XX CITYOF MIAMI BEACH MIAMI BEACH submissions. The finalized schedule of values must be acceptable to Consultant as to form and substance. 5. Performance Bond and Payment Bond: Within ten (10) calendar days of being notified of the award, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. 5.1. Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 5. 5.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 5.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording. 5.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto as Form 00735. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 6. Qualification of Surety 6.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 6.1.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 6.1.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be BID NO: XXXX-XX-XX CITYOF MIAMI BEACH MiAt\A BEACH 4 • protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, 'Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 6.1.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial holder's Size Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII 6.2. For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 7. Indemnification 7.1 Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. These indemnifications shall survive BID NO:XXXX-XX-XX CITYOF MIAMI BEACH AA NO I BEACH the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 7.2 The indemnification provided above shall obligate Contractor to defend at its own - expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Workers' Compensation Insurance as required by Florida, with Statutory Limits and Employer's Liability Insurance with limit of not less than $1,000,000 per accident for bodily injury or disease. B. Comprehensive General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. (The general aggregate shall apply separately to this project/location). C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount of not less than $1,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to, or stored on or off the Project Site, which is to be used (installed into a building or structure) in the Project. (City of Miami Beach shall be Named as Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) 8.2 Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. BID NO:XXXX-XX-XX CITYOF MIAMI BEACH MIAMI BEACH 8.3 Other Insurance Provisions 1. For any claims related to this project, the Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims-made form: 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management (or its designee)for review. 8.4 Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. 8.5 Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 8.6 Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 BID NO: XXXX-XX-XX CITYOF MIAMI BEACH MIAMI BEACH Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. Labor and Materials: 9.1. Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 9.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 10. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 11. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent Contractor from productively performing controlling items of work identified on the accepted schedule or updates resulting in: (1) Contractor being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) Contractor must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor was unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. 12. Permits, Licenses and Impact Fees: 12.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. BID NO: XXXX-XX-XX CITYOF MIAMI BEACH EAIAM!BEACH 8 12.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor. 13. Resolution of Disputes: 13.1 To prevent all disputes and litigation, it is agreed by the parties hereto that Consultant shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Consultant's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Consultant in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, Consultant shall notify City and Contractor in writing of Consultant's decision within twenty- one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless Consultant requires additional time to gather information or allow the parties to provide additional information. All non- technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, Contractor, Consultant and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 13.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 14. Inspection of Work: 14.1. Consultant and City shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. 14.1.1. Should the Contract Documents, Consultant's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Consultant timely notice of BID NO: XXXX-XX-XX CITYOF MIAMI BEACH r� MMIAMI BEACH readiness of the Work for testing. If the testing or approval is to be made by an authority other than City, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of Consultant, it must, if required by Consultant, be uncovered for examination and properly restored at Contractor's expense. 14.1.2. Reexamination of any of the Work may be ordered by Consultant with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. 14.2. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of Consultant. 14.3. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 15. Superintendence and Supervision: 15.1. The orders of City are to be given through Consultant, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to Consultant. The superintendent shall not be changed except with the written consent of Consultant,- unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 15.2. Daily, Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of Consultant; regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by City and Consultant. 15.3. The Contract Administrator, Contractor and Consultant shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed to date and to establish the ` CITYOF MIAMI BEACH � BEACH I BID NO: )000(-XX-XX 0 AA !` controlling items of work for the next two weeks. The Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 15.4. If Contractor, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall be Contractor's duty to immediately inform Consultant, in writing, and Consultant will promptly review the same. Any work done after such discovery, until authorized, will be done at Contractor's sole risk. 1.5.5. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 16. City's Right to Terminate Contract: 16.1. If Contractor fails to begin the Work within fifteen (15) calendar days after the Project Initiation Date, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Contract Administrator may give notice in writing to Contractor and its Surety of such delay, neglect or default, specifying the same. If Contractor , within a period of five (5) calendar days after such notice, shall not proceed in accordance therewith, then City may upon written certificate from Consultant of the fact of such delay, neglect or default and Contractor's failure to comply with such notice, terminate the services of Contractor , exclude Contractor from the Project site and take the prosecution of the Work out of the hands of Contractor , and appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable. In such case, Contractor shall not be entitled to receive any further payment until the Project is completed. In addition City may enter into an agreement for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in City's sole opinion shall be required for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in City's sole opinion shall be required for the completion of the Project in an acceptable manner. All damages, costs and charges incurred by City, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed the unpaid balance, then Contractor shall be liable and shall pay to City the amount of said excess. 16.2. If after notice of termination of Contractor's right to proceed, it is determined for any reason that Contractor was not in default, the rights and obligations of City and Contractor shall be the same as if the notice of termination had been issued BID NO:XXXX-XX-XX CITYOF MIAMI BEACH M`,AMi BEACH pursuant to the Termination for Convenience clause as set forth in Section 15.3 below. 16.3. This Contract may be terminated for convenience in writing by City upon ten (10) days written notice to Contractor (delivered by certified mail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, Contractor shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by Contractor relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No payment shall be made for profit for work/services which have not been performed. 16.4. Upon receipt of Notice of Termination pursuant to Sections 15.1 or 15.3 above, Contractor shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to City all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 17. Contractor's Right to Stop Work or Terminate Contract: Should Consultant fail to review and approve or state in writing reasons for nonapproval of any Application for Payment within twenty (20) days after it is presented, or if City fails either to pay Contractor within thirty (30) days after presentation by Consultant of any sum certified by Consultant, or to notify Contractor and Consultant in writing of any objection to the Application for Payment, then Contractor may, give written notice to City and Consultant of such delay, neglect or default, specifying the same. If City or Consultant (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is based, then Contractor may stop work or terminate this Contract and recover from City payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by City to an Application for Payment shall be submitted to Consultant in accordance with the provisions of Article 12 hereof. 18. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. 19. Rights of Various Interests: Whenever work being done by City's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 20. Differing Site Conditions: In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the BID NO: XXXX-XX-XX CITYOF MIA MI BEACH ,tif!;At\A!BEACH Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor , without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify City and Consultant in writing of the existence of the aforesaid conditions. Consultant and City shall, within two (2) business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, Consultant shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to Consultant for determination in accordance with the provisions of Article 12. Should Consultant determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Consultant shall so notify City and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract under this provision shall be allowed unless Contractor has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Consultant as the date of substantial completion. 21. Plans and Working Drawings: City, through Consultant, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govern. 22. Contractor to Check Plans, Specifications and Data: Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Consultant, and shall notify Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by Consultant. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Consultant. 23. Contractor's Responsibility for Damages and Accidents: 23.1. Contractor shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 29. BID NO: XXXX-XX-XX CITYOF MIA MI BEACH I ,;AAA A 1 BEACH 23.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City, except as provided in Article 29. 24. Warranty: Contractor warrants to City that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 25 herein. 25. Supplementary Drawings: 25.1. When, in the opinion of Consultant, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. 25.2. The supplementary drawings shall be binding upon Contractor with the same force as the Project Manual. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 26. Defective Work: 26.1. Consultant shall have the authority to reject or disapprove work which Consultant finds to be defective. If required by Consultant, Contractor shall promptly either correct all defective work or remove such defective work and replace it with nondefective work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 26.2. Should. Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Consultant, City shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor , or may be charged against the Performance Bond. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 26.3. If, within one (1) year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor , after receipt of written notice from City, shall promptly correct such defective or nonconforming Work BID NO:XXXX-XX-XX CITYOF MIA MI BEACH M,AM,l BEACH • within the time specified by City without cost to City, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to, Article 23 hereof and any claim regarding latent defects. 26.4. Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered, or obligate City to final acceptance. 27. Taxes Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 28. Subcontracts: 28.1. Contractor shall not employ any subcontractor against whom City or Consultant may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. 28.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any subcontractor. City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific work performed. 28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 28.4. Contractor shall perform the Work with its own organization, amounting to not less than 70% percent of the Contract Price. 29. Separate Contracts: 29.1. City reserves the right to let other contracts in connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 29.2. If any part of Contractor's Work depends for proper execution or results upon the work of any other persons, Contractor shall inspect and promptly report to Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's. BID NO:XXXX-XX-XX CITYOF MIAMI BEACH MIAMI BEACH 29.3. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for the cost of such interference or impact. 29.4. To insure the proper execution of subsequent work, Contractor shall inspect the work already in place and shall at once report to Consultant any discrepancy between the executed work and the requirements of the Contract Documents. 30. Use of Completed Portions: 30.1. City shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation or reasonable extension of time or both, as recommended by Consultant and approved by City. 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: 30.2.1. City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. 30.2.2. Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from Consultant. 30.2.3. Upon Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. . 30.2.4. Contractor shall complete all items noted. on the. Certificate of Substantial Completion within the time specified by Consultant on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Consultant shall issue a Final Certificate of Payment relative to the occupied area. 30.2.5. If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of Contractor and of the BID NO:XXXX-XX-XX CITYOF MIA MI BEACH ,AAFAM I BEACH insurance company or companies to such occupancy or use shall not be unreasonably withheld. 31. Lands for Work: 31.1. City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto and such other lands as are designated by City or the use of Contractor. 31.2. Contractor shall provide, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 32. Legal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 33. Location and Damage to Existing Facilities, Equipment or Utilities: 33.1. As far as possible, all existing utility lines in the Project area have been shown on the plans. However, City does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the Contractor ❑S responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 33.2. The Contractor shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 33.3. The Contractor shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. 33.4. All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be BID NO:XXXX-XX-XX CITYOF MIA MI BEACH A ;AM1 BEACH tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. 34. Value Engineering: Contractor may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing after award of contract. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including Consultant review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order. City may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 35. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 36. Changes in the Work or Terms of Contract Documents: 36.1. Without invalidating the Contract and without notice to any surety City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 36.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 37. Field Orders and Supplemental Instructions: 37.1. The Contract Administrator, through Consultant, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the BID NO:XXXX-XX-XX CITYOF MIAMI BEACH MAW\1 BEACH 18 Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 37.2. Consultant shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 38. Change Orders: 38.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. 38.2. All changes to construction contracts which exceed the Commission-approved contingency must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $25,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $25,000 shall be approved in advance by the City Manager or his designee. 38.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to Consultant as set forth in Article 12 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Consultant and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 38.4. On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond are increased so that _. each reflects the total Contract Price as increased. 38.5. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 39. Value of Change Order Work: 39.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 39.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved. BID NO:XXXX-XX-XX CITYOF MIA MI BEACH A,!ANI BEACH 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3, plus a Contractor's fee for overhead and profit which is determined as provided in Section 38.4. 39.2. The term "cost of work" means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by City, such costs.shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 38.3. 39.2.1. Payroll costs for employees in the direct employ of Contractor in the performance of the work described in the Change Order under schedules of job classifications agreed upon by City and Contractor. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on the work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City. 39.2.2. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 39.2.3. Payments made by Contractor to Subcontractors for work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to City who will then determine, with the advice of Consultant, which bids will be accepted. If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee, the Subcontractor's cost of the work shall be BID NO: XXXX-XX-XX CITYOF MIAMI BEACH �`�`!AA I BEACH determined in the same manner as Contractor 'S cost of the work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. 39.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 39.2.5. Supplemental costs including the following: 39.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 39.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of Contractor . 39.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. 39.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. 39.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 39.2.5.6. Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 39.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 39.3. The term "cost of the work" shall not include any of the following: 39.3.1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in its principal or a branch office for general administration of the work and not specifically included in the agreed- upon schedule of job classifications, all of which are to be considered administrative costs covered by Contractor's fee. BID NO:XXXX-XX-XX CITYOF MIAMI BEACH M , MI BEACH 39.3.2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 39.3.3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 39.3.4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the work. 39.3.5. Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 39.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 38.2. 39.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1.A mutually acceptable fixed fee or if none can be agreed upon, 39.4.2.A fee based on the following percentages of the various portions of the cost of the work: 39.4.2.1. For costs incurred under Sections 39.2.1 and 39.2.2, Contractor's fee shall not exceed ten percent (10%). 39.4.2.2. For costs incurred under Section 39.2.3, Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent (10%); and 39.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 39.2.4 and 39.2.5, (except Section 39.2.5.3), and Section 39.3. 39.5. The amount of credit to be allowed by Contractor to City for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. BID NO: XXXX-XX-XX CITYOF MIA MI BEACH M!AWd BEACH 39.6. Whenever the cost of any work is to be determined pursuant to Sections 38.2 and 38.3, Contractor will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 39.7. Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price, if warranted. 39.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change-in-cost, Contractor shall submit an initial cost estimate acceptable to Consultant and Contract Administrator. 39.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 39.8.2. Whenever a change involves Contractor and one or more Subcontractors and the change is an increase in the Contract_Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. 39.9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or"cost of the work." 40. Notification and Claim for Change of Contract Time or Contract Price: 40.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the Contract Administrator and to Consultant within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by Consultant in accordance with Article 12 hereof, if City and Contractor cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 40.2. The Contract Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in Section 39.1. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. BID NO: )000C-XX-XX CITYOF MIA MI BEACH { ,,iAN 3 BEACH 41. No Damages for Delay: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 42. Excusable Delay; Compensable; Non-Compensable: 42.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of Contractor or its subcontractors, suppliers or vendors is Excusable Delay. Contractor is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 39 hereof. Failure of Contractor to comply with Article 39 hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. Excusable Delay may be compensable or non-compensable: (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of City or its agents. In no event shall Contractor be compensated for interim delays which do not extend the Contract Time. Contractor shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by Contractor shall be limited to the actual additional costs allowed pursuant to Article 38 hereof. (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Consultant, or (ii) is caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant, then Contractor shall be entitled only to a time extension and no further compensation for the delay. BID NO:XXXX-XX-XX CITYOF MIAMI BEACH MAIM 24 �1;Af�,��l BEACH 43. Substantial Completion: When Contractor considers that the Work, or a portion thereof designated by City pursuant to Article 29 hereof, has reached Substantial Completion, Contractor shall so notify City and Consultant in writing. Consultant and City shall then promptly inspect the Work. When Consultant, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to City through the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 44. No Interest: Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of City's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 45. Shop Drawings: 45.1. Contractor shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 45.2. Within ten (10)-calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by Consultant shall in no way relieve Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. 45.3. After the approval of the list of items required in Section 44.2 above, Contractor shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall include all shop drawings and other submittals in its certification. 45.4. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. BID NO:XXXX-XX-XX CITYOF MIAMI BEACH MIAMI BEACH 25 45.5. If the Shop Drawings show or indicate departures from the Contract requirements, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract Documents. 45.6. Consultant shall review and approve Shop Drawings within seven (7) calendar days from the date received, unless said Drawings are rejected by Consultant for material reasons. Consultant's approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by Consultant. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. 45.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to Consultant along with its comments as to compliance, noncompliance, or features requiring special attention. 45.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. 45.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field Layout of the Work and Record Drawings: 46.1. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. Contractor shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures, maintenance access structures, handholes, fittings and the like and shall prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor shall deliver these records in good order to Consultant as the Work is completed. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be made on reproducible paper and shall be delivered to Consultant prior to, and as a condition of, final payment. 46.2. Contractor shall maintain in a safe place at the Project site one record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at all times to Consultant for reference. Upon BID NO:XXXX-XX-XX CITYOF MIA MI BEACH tv iAAAI BEACH Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. 46.3. Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record drawings or as-built drawings acceptable to Consultant. 47. Safety and Protection: 47.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 47.1.1. All employees on the work site and other persons who may be affected thereby; 47.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 47.1.3. Other property at the Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 47.2. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in Sections 46.1.2 and 46.1.3 above, caused directly or indirectly, in whole or in part, by Contractor , any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor . Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and Consultant has issued a notice to City and Contractor that the Work is acceptable except as otherwise provided in Article 29 hereof. 47.3. Contractor shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City. 48. © Final Bill of Materials: Contractor shall be required to submit to City and Consultant a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by BID NO:XXXX-XX-XX CITYOF MIAMI BEACH MIAM I BEACH 27 Consultant until Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work. 49. Payment by City for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen by Consultant. For road construction projects the procedure for making tests required by Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which Contractor fails shall be paid for by Contractor. 50. Project Sign: Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines'. 51. Hurricane Precautions: 51.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or alert, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the City or Consultant has given notice of same. 51.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 51.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 37, General Conditions. 51.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 51.5. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to the Owner or Owner Representative a Huricane Prepardness Plan. 52. Cleaning Up; City's Right to Clean Up: Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as Consultant shall determine to be just. • BID NO:XXXX-XX-XX CITYOF MIA MI BEACH A AMA BEACH 53. Removal of Equipment: In case of termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City, failing which City shall have the right to remove such equipment and supplies at the expense of Contractor. 54. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of 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. Contractor shall not engage in or commit any discriminatory practice in violation of City of Miami Beach Ordinance No 92.2824 in performing any services pursuant to this Agreement. 55. Proiect Records: City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to the Project and to any claim for additional compensation made by Contractor. Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written notice. 56. Performance Evaluations: An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. 57. Occupational Health and Safety: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be BID NO: XXXX-XX-XX CITYOF MIAMI BEACH M AW\1 BEACH 29 accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: a. The chemical name and the common name of the toxic substance. b. The hazards or other risks in the use of the toxic substance, including: i. The potential for fire, explosion, corrosion, and reaction; ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and iii. The primary routes of entry and symptoms of overexposure. c. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. d. The emergency procedure for spills, fire, disposal, and first aid. e. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. f. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 58. Environmental Regulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The nonsubmission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of-any citation or.violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 59. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, City, through Consultant, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of Consultant, equal in substance, quality and function. CITYOF MIAMI BEACH j;�,`I rk ti I BEACH BID NO: XXXX-XX-XX 30 , _��� ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. Balance of Page Intentionally Left Blank BID NO:XXXX-XX-XX CITYOF MIAMI BEACH „ J '\ E H SCHEDULE G INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS. The provider shall furnish to Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. . C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. D. Professional Liability Insurance in an amount not less than $2,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B+" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. Or The company must hold a valid Florida Certificate of Authority as shown in the latest"List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. 39 SCHEDULE H BEST VALUE AMENDMENT The Consultant agrees to abide by all the required documentation of the City's Performance Information Procurement System and submit the weekly reports. 40 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 41 RESOLUTION NO.1 2015-28978 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2015-016-YG (THE RFQ), FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH STANTEC CONSULTING SERVICES, INC; SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH STANTEC CONSULTING SERVICES, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CALVIN, GIORDANO & ASSOCIATES, INC.; SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CALVIN, GIORDANO & ASSOCIATES, INC, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH AECOM TECHNICAL SERVICES, INC; SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH AECOM TECHNICAL SERVICES, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CHEN MOORE AND ASSOCIATES, INC; AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CHEN MOORE AND ASSOCIATES, INC., AUTHORIZING THE ADMINISTRATION TO ISSUE A NEW RFQ; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, Request for Qualifications No. 2015-016-YG (the RFQ) was issued on November 20, 2014, with an opening date of January 13, 2015; and WHEREAS,a voluntary pre-proposal meeting was held on December 2, 2014; and WHEREAS, the City received a total of four(4) proposals; and WHEREAS, on February 10, 2015, the City Manager via Letter to Commission (LTC) No. 061-2015, appointed an Evaluation Committee (the "Committee"), consisting of the following individuals: • Elizabeth Valera, Deputy Director, Parks and Recreation • Rogelio Madan, Principal Planner, Planning Department • Humberto Cabanas, Division Director, Office of Capital Improvement Projects WHEREAS, the Committee convened on March 4, 2015 to consider the proposals received; and WHEREAS, the Committee was provided an overview of the project; information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law; general information on the scope of services, references, and a copy of each proposal; and engaged in a question and answer session after the presentation of each proposer; and WHEREAS, the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking was as follows: Stantec Consulting Services, Inc., top-ranked, Calvin, Giordano & Associates, Inc., second highest ranked; AECOM Technical Services, Inc., third highest ranked; Chen Moore and Associates, Inc., fourth highest ranked; and WHEREAS, after reviewing all the submissions and the Evaluation Committee's rankings, the City Manager exercised his due diligence and recommends that the Administration be authorized to enter into negotiations with Stantec Consulting Services, Inc.; should negotiations fail with Stantec Consulting Services, Inc., the City Manager recommends that the Administration be authorized to enter into negotiations with Calvin, Giordano & Associates, Inc.; should negotiations fail with, Calvin, Giordano &Associates, the City Manager recommends that the Administration be authorized to enter into negotiations with AECOM Technical Services, Inc; should negotiations fail with AECOM Technical Services, Inc., the City Manager recommends that the Administration be authorized to enter into negotiations with Chen Moore and Associates, Inc; should negotiations fail with Chen Moore, and Associates, Inc., the City Manager recommends that the Administration be authorized to issue a new RFQ. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Request for Qualifications No. 2015-016-YG (the RFQ), for Architectural and Engineering Design Services for the Altos del Mar Park Project; authorizing the Administration to enter into negotiations with Stantec Consulting Services, Inc; should the Administration not be successful in negotiating an agreement with Stantec Consulting Services, Inc., authorizing the Administration to enter into negotiations with Calvin, Giordano & Associates, Inc; should the Administration not be successful in negotiating an agreement with Calvin, Giordano & Associates, Inc., authorizing the Administration to enter into negotiations with AECOM Technical Services, Inc; should the Administration not be successful in negotiating an agreement with AECOM Technical Services, Inc., authorizing the Administration to enter into negotiations with Chen, Moore, and Associates, Inc; should the Administration not be successful in negotiating an agreement with Chen, Moore, and Associates, Inc., authorizing the Administration to issue a new RFQ; and further authorize the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this 1c day of April 2015. ATTEST: / �`.; , -afael E. Gran-••o ° Clerk Philip Levine/Ma/Or" -/ T:\AGENDA120.. p OCi .'►' X14 Q-2015-016-YG Altos del Ma P k- eso ution.doc Z' j 3 * INCORP ORATED' • APPROVED AS TO \<-<:(\`(7 _ FORM&.LANGUAGE •• -•• ...' &FOR EXECUTION • 2_,%<ss<7 A.L2 City Attorney J„ , Dote COMMISSION'ITEM SUMMARY Condensed Title: A RESOLUTION ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2015-016-YG, FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT. Key Intended Outcome Supported: Revitalize Key Neighborhoods, Starting With North Beach And Ocean Drive Supporting Data (Surveys, Environmental Scan, etc: N/A Item Summary/Recommendation: The Administration issued RFQ 2015-016-YG to seek the proposals from a qualified consultant to provide architectural and engineering design services for the Altos del Mar Park Project.The RFQ was approved for issuance by the City Commission on November 19, 2014. The RFQ was released on November 20, 2014. A pre-proposal conference to provide information to the proposers submitting a response was held on December 2, 2014. On January 13, 2015, the City received proposals from:AECOM Technical Services, Inc., Calvin, Giordano &Associates, Inc., Chen Moore and Associates, Inc., and Stantec Consulting Services, Inc. On March 4,2015,the Evaluation Committee appointed by the City Manager convened to consider the responsive proposals received.The Committee was instructed to score and rank the proposals received pursuant to the evaluation criteria established in the RFQ. The results of the evaluation committee process were presented to the City Manager for his recommendation to the City Commission. After reviewing the submission and the Evaluation Committee's rankings of proposals received,the City Manager recommends that the Mayor and the City Commission, pursuant to RFQ No. 2015- 016-YG, for Architectural and Engineering Design Services for the Altos del Mar Park Project, authorize the Administration to enter into negotiations with the top ranked proposer, Stantec Consulting Services, Inc. Should negotiations be unsuccessful with the top ranked proposer, the City Manager recommends the Administration be authorized to negotiate with the following firms in order of rank: Calvin, Giordano &Associates, Inc., AECOM Technical Services, Inc., and Chen, Moore, and Associates, Inc. Further, the City Manager recommends the Mayor and City Clerk be authorized to execute an Agreement upon conclusion of successful negotiations by the Administration. RECOMMENDATION ADOPT THE RESOLUTION. Advisory Board Recommendation: Financial information: Source of Amount Account Funds: 1 The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. 2 3 OBPI Total Financial Impact Summary: City Clerk's Office Legislative Tracking: Alex Denis, Extension 6641 Sign-Offs: De•.. me t Director Assis ,tty Manager City er DM ∎L AD MT L. JL kli'at�n T:WGENDA120 •\April\.R000REMENT\RFQ-2015-016-YG Altos del Mar Park-Summary.doc AGENDA ITEM C7rJ MIAMIBEACH y,s,C � DATE MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members of th- City Commission FROM: Jimmy L. Morales, City Manager ,' a DATE: April 15, 2015 SUBJECT: A RESOLUTION ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2015-016-YG, FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Revitalize Key Neighborhoods, Starting With North Beach And Ocean Drive FUNDING The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. BACKGROUND A Master Plan for the Altos del Mar Park was developed by AECOM on August 2014. The park is located between 77th St. on the north, 76th St on the south, Collins Ave on the west and the Beachwalk on the east and contains approximately 2.5 acres. The key issues taken in consideration while developing the Master Plan included: • The development of an appropriate range of spaces and facilities for general and passive recreation, such as, open play areas(non-lighted and lighted), walking paths, landscape areas, etc.; • Performance area with possible movable stage; • Opportunities and constraints for the park presented by the adjacent Public Library and parking lot property; • Accessibility for the surrounding neighborhood via street end connectivity to existing Beachwalk; • Provide input for arts in public place initiatives (art works by others). Upon execution of the agreement, City officials and Parks and Recreation Department representatives determ in ed that it would be prudent to delay th e actual project start date until the end of calendar year 2013 such that all residents, both year-round and seasonal, would be available for participation in the stakeholder workshop approach. to be deployed by the consultant team. Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2015-016-YG, for Architectural and Engineering Design Services for the Altos del Mar Park Project. April 15,2015 Page 2 Parks and Recreation Department leadership assembled the consultant team for an internal workshop on December 13, 2013 to provide overview guidance and the establishment of City Goals and Objectives. With this information and directives in-hand, the consultant team began their initial project due-diligence, site analysis and opportunities and constraints analysis of the subject property and its outlying areas. Several team meetings were conducted on-site with various city agencies including representatives from Law Enforcement, Planning and Zoning, Parks and Rec and a special meeting was held with the City Manager and Assistant Managers for their input and guidance. The consultant team then began the process of organizing a series of interactive public workshops to gain input from the Stakeholders and concerned citizens and to develop the overall goals and objectives for the park from the neighbors and potential park users. Three interactive workshops were conducted as follows: 1. Stakeholder Goals and Objectives and park program elements, February 27, 2014. a. This first session was held with approximately 40 citizens and was intended to familiarize the stakeholders with the inherent attributes of the park, its potential for development, discussions concerning `active and passive' uses and the overall development of potential program elements that would be used in the next session of concerning development alternatives exploration. The overall consensus was that this park should be PASSIVE and should be designed as a NEIGHBORHOOD park (vs Community or Regional Park). Increasing user safety was a primary consideration for the future park design. 2. Development Alternatives Exploration, May 1, 2014. a. The second workshop was attended by approximately 30 citizens and the consultant team presented three alternative plans; Alternative 1 was summarized as a more formal Beaus Art style layout with native plantings in a traditional Florida hammock style such as one might find at Fairchild Gardens. Alternative 2 was expressed as the "Great Lawn" solution and featured native plantings with a substantial lawn area tilted up towards the dune highpoint. Alternative 3 featured a more avant-garde approach with a sweeping wall that separated the park from the dune and featured a bridge element to connect the main park to a beach observation platform. The workshop ended in an interactive voting exercise with the Stakeholders voting unanimously for Alternative 1. 3. Preferred Alternative Presentation, June 10, 2014. a. This workshop was attended by 35 citizens and was conducted in an open house style so that Stakeholders could spend a considerable amount of time reviewing the Preferred Plan in an extensive question and answer session. The consultant team stressed that it is critical that the Stakeholders clearly articulate their vision for the park, and that the park would be a phased over a period of time. A final interactive session was conducted to determine the Stakeholder priorities for 25 program elements. Priorities were categorized as 1st, 2nd and 3rd and voting tallies were recorded. Primary challenges encountered during the master plan development efforts focused on the inclusion of several "lighting rod" program elements including public restrooms, observation pavilion, interactive fountain and sand volleyball courts. These elements were debated, both pro and con, at virtually every workshop with citizens being fairly evenly split on all issues. Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2015-016-YG, for Architectural and Engineering Design Services for the Altos del Mar Park Project. April 15,2015 Page 3 The consultant team developed a final plan that included all these elements, however the team stressed that the master plan is not directing that each of these elements be included in the final design and construction plans, but if these elements are ultimately included in the park construction, the master plan has appropriately located each element in the best possible area. Solutions/Conclusions of the consultant team, stakeholders and City representatives can be generalized that this is the Vision that the stakeholders, City staff and consultant team have crafted together in a fair and democratic process. No one gets everything; everyone gets something. The park features a safe and accessible public open space that is unique to this location, but is in harmony with the high standards of quality demanded by the stakeholders, citizens and city leadership of Miami Beach. The net result will offer a beautiful, safe and functional city park that serves the residents, the visitors, the local food, retail and hotel establishments and will provide people of all ages and abilities a new and exciting venue for enjoying the best that the City of Miami Beach has to offer. RFQ PROCESS In order to prepare the master plan for construction, design services are required. On November 19, 2014, the City Commission approved to issue the Request for Qualifications (RFQ) No. 2015-016-YG Architectural and Engineering Design Services for the Altos del Mar Park Project. On November 20, 2014, the RFQ was issued. A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on December 2, 2014. RFQ responses were due and received on January 13, 2015. The City received a total of four(4) proposals. The City received proposals from the following firms: AECOM Technical Services, Inc. Calvin, Giordano & Associates, Inc. Chen Moore and Associates, Inc. Stantec Consulting Services, Inc. On -February 10, -2015, the City Manager via Letter to Commission (LTC) No. 061-2015, appointed an Evaluation Committee (the"Committee"), consisting of the following individuals: PP ( ) 9 9 • Elizabeth Valera, Deputy Director, Parks and Recreation • Rogelio Madan, Principal Planner, Planning Department • Humberto Cabanas, Division Director, Office of Capital Improvement Projects The Committee convened on March 4, 2015 to consider proposals received and interview the proposers. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee also provided general information on the scope of services, references, and a copy of each proposal. Additionally, the Committee engaged in a question and answer session after the presentation of each proposer. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated in the table below. Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2015-016-YG, for Architectural and Engineering Design Services for the Altos del Mar Park Project. April 15,2015 Page 4 RFQ#2015-016-YG Architectural and Engineering Services Design Services for LOW Altos del Mar Park Elizabeth Rogelio Humberto AGGREGATE Project Valera Ranking Madan Ranking Cabanas Ranking TOTALS Rank Stantec Consulting Services,Inc. 102 1 102 1 99 1 3 1 Calvin,Giordano& Associates,Inc. 98 2 96 2 94 3 7 2 AECOM Technical Services,Inc. 88 3 88 3 95 2 8 3 Chen Moore and Associates 75 4 75 4 86 4 12 4 MANAGER'S DUE DILIGENCE & RECOMMENDATION After reviewing all the submissions and the results of the-evaluation process, the City Manager recommends that the Mayor and City Commission authorize the Administration to enter into negotiations with the top ranked proposer, Stantec Consulting Services, Inc. Should negotiations fail, the City Manager recommends that the Administration be authorized to enter into negotiations with the second ranked proposer, Calvin, Giordano & Associates, Inc. Should negotiations fail with the second ranked proposer, the City Manager recommends that the Administration be authorized to enter into negotiations with the third ranked proposer, AECOM Technical Services, Inc. Should negotiations fail with the third ranked proposer, the City Manager recommends that the Administration be authorized to enter into negotiations with the fourth ranked proposer, Chen Moore and Associates. Should negotiations fail with the fourth ranked-proposer, the City Manager recommends that the Administration be authorized to issue a new RFQ. CONCLUSION The Administration recommends that the Mayor and City Commission approve the resolution accepting the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Request for Qualifications No. 2015-016-YG (the RFQ), for Architectural and Engineering Design Services for the Altos del Mar Park Project. 9 9 Project. JLM/MT/DM/AD/YG T:I AGENDA120151Apri1 1PROCUREMENTIRFQ-2015-016-YG Altos del Mar Park-Memo.doc ATTACHMENT B REQUEST FOR QUALIFICATION (RFQ) 42 3i MIAMIBEACH City of Miami Beach,1700 Convention Center Drive,Miami Beach;Florida 33139,www:miarnibeachfl.gov DEPARTMENT OF P ROCUREMENT Tel 305-673-7490 Fax: 786=394-4002 ADDENDUM NO. 4 -REQUEST FOR QUALIFICATIONS NO 2015-016-YG ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT(the"RFQ") DECEMBER 23, 2014 This Addendum to the above-referenced RFQ is issued in response: to questions from prospective or other clarifications.and revisions issued. by the City. The RFQ'is amended in the following proposers, Y' Y• g particulars only. 1. RFQ DUE DATE AND TIME The deadline for the receipt of proposals is extended UNTIL 3:00 P.M., ON TUESDAY,.JANUARY 1 3,.2015, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late proposals will.not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. 2. CHANGE TO THE RESPONSE PROVIDED TO QUESTION # 1 IN ADDENDUM NO 2..Addendum No 2, published: December 18, 2014, indicated that the Master Plan consultant (AECOM) was not allowed to participate in the design and construction phase of this project. Via this addendum, the City is amending its response to indicate that the Mater:Plan Consultant (AECOM) is not prohibited from participating in the design and construction phase of this project. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c miamibeachfl.gov:. Procurement Contact Telephone: Email: Yusbel Gonzalez 305-673-700.0,:ext.6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a prof t c_!e� f r `''='ex:►enl ic)` Procurement Director MIA,M'IBEACH: City of Miami Beach; 1700 Convention Center Drive,Miami Beach,Florida 33139,:www.miamibeachfl.gav DEPARTMENT OF PROCUREMENT Tel: 305-673-7490 Fax: 786-394-4002. ADDENDUM NO. 3 'REQUEST FOR QUALIFICATIONS NO 2015-016-YG ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT(the"RFQ") DECEMBER 22, 2014 This Addendum to the above-referenced RFQ is issued in response to.questions from prospective. proposers, or other clarifications and revisions issued by the City. The RFQ is-amended in the following p articulars.only. 1. RFQ DUE DATE AND TIME The deadline for the receipt of proposals is extended UNTIL 3:.00 P.M., ON MONDAY, JANUARY 5, 2015, at the following location. Miami Beach.City Hall Procurement De.partment 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. 2. Proposers who have already submitted their Proposal package, prior to the release of this addendum, may leave their Proposal package in the Procurement Department. To acknowledge receipt of this addendum, Proposers may submit a revised Page 4 from Appendix A in a sealed envelope to the Procurement Department. Or Proposers. may also wait for the Proposal evaluation. period when the Procurement Department will request any missing documentation from the Proposer, which will include acknowledgement of published addendums. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Procurement Contact Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a prop"sal. rip! Alex•Deni�' Proc\lrenient Director 1 tt MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT Tel: 305-673-7490 Fox: 786-394-4002 ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS NO. 2015-016-YG ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT(the "RFQ") DECEMBER 18, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. RFQ DUE DATE AND TIME. As a reminder to all Proposers, the deadline for the receipt of proposals is UNTIL 3:00 P.M., ON TUESDAY, DECEMBER 23, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. ANSWERS TO SUPPLEMENTAL QUESTIONS RECEIVED FROM PROSPECTIVE PROPOSERS: Q1: Is the company that prepared the Master Plan (Aecom) excluded from this proposal? Al: Yes. The Master Plan consultant is not allowed to participate in the design and construction phase of this project. Q2: Can we reference the Dun & Bradstreet SQR report that was submitted to the City of Miami Beach for the A/E Continuing Service on December 2nd? A2: This is a separate project from RFQ 2014-346-YG for Professional Architectural and Engineering Services. As such, Proposers are required to order an SQR from Dun & Bradstreet as per the RFQ requirements. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c miamibeachfl.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. ifjP,/ Ai f nis, -rocurement Director MIAMI H City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2015-016-YG ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE ALTOS DEL MAR PARK PROJECT(the "RFQ") DECEMBER 17, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. RFQ DUE DATE AND TIME. As a reminder to all Proposers, the deadline for the receipt of proposals is UNTIL 3:00 P.M., ON TUESDAY, DECEMBER 23, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. 2. DELETION. The following language has been removed from Section 0400 — Statements of Qualification Evaluation. This language was inadvertently added to the RFQ. Step 1 Evaluation. - - - - - - _ - - _ -e _ - - _ - _ _ - - - _ -e - - •• - - _ _ - _ _ - - - _ _ _ - e - - - - - • - - - : The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may: ANSWERS TO QUESTIONS RECEIVED FROM PROSPECTIVE PROPOSERS: Q1: The document makes reference to the requirement to pursue a LEED certification for the project should the scope allows it. Based on the information provided, it does not seem that structures will be built that would allow for the minimum LEED program requirements to be fulfilled. However, I was wondering if there are plans to build permanent enclosed buildings with permanent occupants? Al: At this time, it is not determined if the proposed restroom building will include an office space. The City will maintain this option open and make the determination at the design stage. Q2: Our firm is a specialty professional value engineering firm, and therefore will not be pursuing the referenced RFQ for design services. However, we are interested in learning whether the City will be soliciting separate services for the Constructability and Value engineering reviews referenced in Section C2, in appendix C, as follows "Contract Documents will be subject to Constructability and Value Engineering reviews by City and/or others." If so, we would like to know who to contact to find out more information 1 about the City's planned use of Value Engineering and Constructability reviews on this project. A2: The City will not be soliciting separate services for the Constructability and Value engineering reviews. Q3: Are there any minority/certified business requirements? A3: Pursuant to Section 0300 — Submittal Instructions and Format, Tab 3, Proposers are required to "submit verifiable evidence of Proposer's intent to utilize Disadvantaged Business Enterprise (DBE) Firms. Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade County." Q4: What statutory/ regulatory agencies are anticipated to be involved? A4: The City will look to the consultant to know what pertinent permits are required and which agencies will be involved. The following are some of the agencies that will need to review and approve the design: - FDEP (Coastal Construction Control Line) - City of Miami Beach and Dade County—Tree Permits - City of Miami Beach Building Department, Planning, Zoning, Public Works, etc. DERM (drainage) - Water and Sewer And any other necessary Agencies/permit required by design. Q5: What is the timescale for phasing of the project? A5: The design of all phases is to be completed this fiscal year. Construction of Phase One is to commence next fiscal year. Construction of Phase Two is yet to be determined. Q6: In Tab 2, when it says 330 forms `may' be used, this means that we can opt to submit using the 330 if we wish, but that using the 330 is not obligatory. Please confirm. A6: Yes, that is correct. Q7: In Section 0200-2, there are no discipline areas noted. Please resolve the discrepancy. (Is this language carried over from a recent RFQ?) A7: Please disregard this language. Via this addendum, this language has been removed. Q8: In Section 0400-4 does this refer to volume of work awarded, or volume of work paid? A8: This refers to the volume of work awarded. Q9: Please enumerate all buildings anticipated to be part of the project (eg: restrooms, custodian's office, etc.) A9: The intent is to have one building that could house bathrooms, storage, and office. Q10: Is the company that prepared the Master Plan (Aecom) excluded from this proposal? Al 0: An answer to this question will be provided in a sub-sequent addendum. Q11: Would the City consider allowing Miami Beach Vendor preference for this RFQ? 2 Al1: Effective Wednesday, September 10, 2014, the Mayor and City Commission have approved an ordinance repealing Section 2-372 of Division 3, Article VI, of Chapter.2 of the Miami Beach City Code titled "Procedure to provide preference to Miami Beach based vendors in contracts for goods and contractual services". As such, City of Miami Beach vendor preference is no longer applicable. Q12: Since the RFQ is for Architectural and Engineering Design Services, would the City accept a Landscape Architecture firm as the prime or would it have to be an NE firm as prime? Al2: Per Appendix C — Minimum Requirements & Specifications, the Prime Proposer and its team must meet the minimum requirements outlined under sub-section Cl of the RFQ. Q13: Do you have an estimated value or budget for the Architectural and Engineering Design Services for the Altos del Mar Park Project- City of Miami Beach Project? A13: The Project budget is $2.1 Million. Q14: What is the total budget (design and construction) for this project? A14: The Project budget is $2.1 Million. Q15: Please could you publish the list of attendees for the pre-submittal meeting. A15: Yes. Please refer to the enclosed copy of the pre-proposal meeting sign-in sheet. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, Alex Denis Procurement Director 3 PRE-PROPOSAL MEEETING SIGN-IN SHEET DECEMBER 2, 2014 4 MIAMI BEH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: December 2,2014 TITLE: RFQ 2015-016-YG-For Architectural and Engineering Design Services for the Altos del Mar Park Project. NAME COMPANY NAME PRONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Joe V. Rodriguez Procurement- CMB 305-673-7000 786-394-5494 ioerodriguez ,miamibeachfl.gov ext. 6263 6etbvt'ket Attoi/eib. C;ZP — CA if-S 3-iciao Salizit441111eR;a 14 ictui,44cit jai) o F-67 305' D 400D MA brA'Aiviguif . •, 1 - O ToN.A ec),frit- wovt-y,f_ttel tyt,Vit-42-s-z_ *66514.7T 91-1),A„,„4._ Q. V-41.*Seestfewlaffl..co-wi Con4rk 3r5 Trylfratholla I Li Joan bgctit.1.1 -(doi-3ia55 - -II/q C.0\s-\-PINlic) M .. kc+..‘'co•s 4, cckotvit-Low - $ ? - kA69sezizP1/4 • trit-).--Ire_k_ the - irkQind 16 g Q t4 tom@ a er fifi-c , --G(.(- I C06_5-td. o5 er 44- 7.,- el" dr- . e" c.)L, oc coNNE42- £ iYi)-1) 6/004118 15 Q2446- 61‘,4 ,721'Sg07 1,4601.11,15p_ ts%oi,vico(4$ . COM 4i-hia-al6k ') ZoS•4. 295 • a '_ V- kt n MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING rnQ, . , SIGN-IN SHEET NAME COMPANY NAME (PLEASE PRINT) PHONE# FAX# E-MAIL ADDRESS 5Oru`(z cA i� - -5rnank,2 78'oo , gain& SM2 LU3 eft - 2 /3 - i Jcime 2iytt-;. 34,2,1 2-644c. ODA5,011-it 9014-(0-6 3t5"f45.-gite' 246616trijik, k.,cf 1V)r l� Geot, 4154 6 g ' Wei Ziefe 1 Oloor€ q51ci3o O'767 ' f. Lisco.,46T, -kit4Actice. - 7- ic*Jmesa; REQUEST FOR QUALIFICATIONS ( RFQ For Architectural and Engineering Design Services for the Altos del Mar Park Project RFQ 2015-016-YG RFQ ISSUANCE DATE: NOVEMBER 20, 2014 STATEMENTS OF QUALIFICATIONS DUE: DECEMBER 23, 2014 ISSUED BY: YUSBEL GONZALEZ, CPPB MIAMIBEACH Alex Denis, Director DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.74901 adenis @miamibeachfl.gov www.miamibeachfl.gov MIAMI BEACH: TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 10 0400 EVALUATION PROCESS 12 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 14 APPENDIX B "NO BID" FORM 20 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 23 APPENDIX D SPECIAL CONDITIONS 29 APPENDIX E INSURANCE-REQUIREMENTS 31 APPENDIX F ALTOS DEL MAR PARK MASTER PLAN 33 APPENDIX G SAMPLE CONTRACT 34 RFQ 2015-016-YG 2 M SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the"City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful proposer(s) (the"contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The Purpose of this Request for Qualifications (RFQ) is to qualify a Proposer for Architectural and Engineering Design Services for the Altos del Mar Park Project("the Project"). The Altos Del Mar Park is located at 7701 Collins Avenue, Miami Beach, FL. The qualified Proposer will be responsible for providing Architectural, Structural Engineering, MEP Engineering, Civil Engineering, FDEP Coastal Permitting Consultant, Landscape Architecture, Construction Cost Estimating, Surveying and Geotechnical services for the Project. The work shall include, but not be limited to, conceptual drawing(s), surveying, geotechnical, design development, estimate(s) of probable construction cost, construction documents, permitting, bidding / award, and construction administration services for the Project. These contract documents, as a result of this RFQ, will include details for the construction of the Master Plan for the Altos Del Mar Park. Scope of Services is pursuant to Appendix C, Section C-2., of this RFQ. Proposed improvements will include a Pedestrian Entrance, Enhancement to existing parking area, Sand Volleyball Courts, Pedestrian Beach Access, Multi-use Walkways, Bocce Courts, Retaining/sitting Walls, Open Sodded Area, Landscape and Irrigation,ADA Playground and Restroom Facility. The City seeks Proposals from professional consulting architectural/engineering firms which have proven experience in the preparation of construction contract documents for Parks with Facilities and Amenities. The successful firm must have the financial resources and technical expertise to provide the services requested in this RFQ and prepare the associated construction contract documents that allow the City of Miami Beach to advertise, bid and award a contract for the construction services. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). RFQ 2015-016-YG 3 MIAMI BEACH 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued NOVEMBER 20, 2014 Pre-Submittal Meeting DECEMBER 2, 2014 AT 2:00 PM Deadline for Receipt of Questions DECEMBER, 15, 2014 AT 5:00 PM Responses Due DECEMBER 23, 2014 AT 3:00 PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado(a�miamibeachfl.gov or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days prior to the date Statement of Qualifications are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. Procurement Contact: Telephone: Email: Yusbel Gonzalez, CPPB 305-673-7000 ext.6230 yusbelgonzalez(a miamibeachfl.gov 5. PRE-STATEMENTS OF QUALIFICATIONS MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall -4th Floor City Manager's Small Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-STATEMENTS OF QUALIFICATIONS INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre-submittal meeting or site visit(s). Only questions answered by written addenda will be RFQ 2015-016-YG 4 BEACH binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at: http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado @miamibeachfl.gov. 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.qov/procurement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR.CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • LOCAL PREFERENCE FOR MIAMI BEACH-BASED VENDORS CITY CODE SECTION 2-372 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF QUALIFICATIONS. The City reserves the right to postpone the deadline for submittal of Statement of Qualifications and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2- 371 shall be barred. 11. MIAMI BEACH-BASED VENDORS PREFERENCE. NOT APPLICABLE 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a five (5) point preference to a responsive and responsible proposer which is a small business concern owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise. rt:N.C�:•.°iFiA'.HR�CAM'.M'iCryW..M��O:�.G`:3.0iq�?�.:"':.�`O.r'1eaT`:�A':nNW�dCw3@ S:e.::.°'S�`@:51�.:1K�axrb\.:vz_�(.5�':�C.',za.vi.:'.1.:°YC",Ca'CR'ska...:Y3;w:1.?Y:F".�6`aRfHI YfaX.[.';,.Lw.:FLY Y:4n.'Qy\\..+C�$.`.?h.+.^..�'Mrvw,N�,c.x Nnv«:NRl1?F';YLMm..G 'A`3°S.:Weti�:ea'vwX..CV.ec+sU.C:ne RFQ 2015-016-YG 5 MIAMI BEACH 13. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Statement of Qualifications, will be considered by the City Manager who may recommend to the City Commission the proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all Statement of Qualifications. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability, capacity and skill of the proposer to perform the contract. (2)Whether the proposercan perform the contract within the time specified, without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposer (s) which it deems to be in the best interest of the City, or it may also reject all Statement of Qualifications. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer(s) will take place to arrive at a mutually acceptable Agreement, including cost of services. 14. ACCEPTANCE OR REJECTION OF RESPONSES. The City reserves the right to reject any or all Statement of Qualifications prior to award. Reasonable efforts will be made to either award the Contract or reject all Statement of Qualifications within one-hundred twenty (120) calendar days after Statement of Qualifications opening date. A proposer may not withdraw its Statement of Qualifications unilaterally before the expiration of one hundred and twenty(120)calendar days from the date of Statement of Qualifications opening. 15. PROPOSER'S RESPONSIBILITY. Before submitting a Statement of Qualifications, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 16. COSTS INCURRED BY RESPONDENTS. All expenses involved with the preparation and submission of Statement of Qualifications, or any work performed in connection therewith, shall be the sole responsibility(and shall be at the sole cost and expense)of the Proposer, and shall not be reimbursed by the City. 17. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposals hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 18. TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 19. MISTAKES. Proposals are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Statement of Qualifications being non-responsive. 20. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and RFQ 2015-016-YG 6 M FAM BEACH found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 21. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 22. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of proposer to comply with this paragraph shall constitute a material breach of this contract. Where consultant is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the consultant will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The consultant shall be liable for any damages or loss to the City occasioned by negligence of the proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 23. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 24. ANTI-DISCRIMINATION. The proposer certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 25. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Statement of Qualifications will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposals must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment.and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require proposer s to show proof that they have been designated as authorized representatives :.eva�.:mewa>K ;.•x..•m.ecs,:,moM:-ow.,..�vr....rn,.e..v:x>.,,w.as.-rra�--z rya a�:c:�.?rte.ux�.w.uxx,mxca:..*..ce..o:.v..:,:cc........,:�....ya.a,:<,. r a.4.-a.W.,zar.u.<,�<.aaecx-amtay?»ac. . ..wv;,cta.¢..,-..�,c::c:xr s-.e;.�ttaa ,z..-;::a, a,.va sw..:uN,_srsc-.-•., RFQ 2015-016-YG 7 MIAMI BEACH of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 26. ASSIGNMENT. The successful proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 27. LAWS, PERMITS AND REGULATIONS. The proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 28. OPTIONAL CONTRACT USAGE. When the successful proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 29. VOLUME OF WORK TO BE RECEIVED BY CONSULTANT. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the consultant. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 30. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation;then D. The proposer's proposal in response to the solicitation. 31. INDEMNIFICATION. The consultant shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the consultant or its employees, agents, servants, partners, principals or subcontractors. The consultant shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the consultant shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 32. CONTRACT EXTENSION. The City reserves the right to require the Consultant to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the consultant. 33. FLORIDA PUBLIC RECORDS LAW. Proposals are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. RFQ 2015-016-YG 8 iv‘ANA,1 BEACH Additionally, Consultant agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the consultant upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 34. MODIFICATION/WITHDRAWALS OF QUALIFICATIONS. A Proposer may submit a modified Statement of Qualifications to replace all or any portion of a previously submitted Statement of Qualifications up until the Statement of Qualifications due date and time. Modifications received after the Statement of Qualifications due date and time will not be considered. Statement of Qualifications shall be irrevocable until contract award unless withdrawn in writing prior to the Statement of Qualifications due date, or after expiration of 120 calendar days from the opening of Statement of Qualifications without a contract award. Letters of withdrawal received after the Statement of Qualifications due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 35. EXCEPTIONS TO RFQ. Proposals must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Statement of Qualifications. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 36. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposals shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Statement of Qualifications. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. o.>..,aa�_;c .-.�.,.•ro.svxxai�a uxs.vw.+.•:.v:aw;..:..:c. .oa....aw,a�r�.v?,->.v.:r+,h...-....ewv..��.e:.•�>,.,rrsn:Kass:tio..:x:f+.ra.»sa:�sa__::,u.�.,.>•.a:�ea��-e�+`�.:.a.�,:c-r....-m,.s,, n„�xx.,�re.a�a..vw.r.�a>..Fxwewa...-_-K.�,thw�ecaw..:M .M.s.. RFQ 2015-016-YG q MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statements of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. TAB 1 Cover Letter& Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications PROPOSERS MAY SUBMIT THE BELOW REQUESTED INFORMATION UTILIZING THE ENCLOSED STANDARD FORM 330—ARCHITECT-ENGINEER QUALIFICATIONS(ATTACHED). 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services as identified in this solicitation, including experience in providing scope of services to public sector agencies. Proposer must submit five (5) relevant projects, performed in the last five (5) years as evidence of experience; the following is required: project description, agency name, agency contact, contact telephone&email, and year(s)and term of engagement. 2.2 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. For each architect and engineer, include information for five (5) relevant projects, performed in the last five (5) years for public sector clients. Relevant projects shall include those projects similar in scope to those services listed in this RFQ. 2.3 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of RFQ 2015-016-YG 10 MIAMI EA the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. `TAB 3 Approach and Methodology For the scope of services outlined in Tab 3, Scope of Services, submit detailed information on the approach and methodology, how Proposer plans to accomplish the proposed scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, testing and risk mitigation options for assuring project is implemented on time and within budget. Also, provide information on Proposer's current workload and how the potential project(s) will fit into Proposer's workload. Describe available facilities, technological capabilities and other available resources you offer for the potential project(s). Lastly, submit verifiable evidence of Proposer's intent to utilize Disadvantaged Business Enterprise (DBE) Firms. Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade County. Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFQ 2015-016-YG 1 1 MI M BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. 2. Step 1 Evaluation. Proposals will be categorized into the discipline areas noted in section 0200-2 (Groups A & B) prior to evaluation by the committee in order that proposals may be evaluated by category against other proposers in that category. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may: • review and score all Statement of Qualifications received, with or without conducting interview sessions; or • review all Statement of Qualifications received and short-list one or more Proposer to be further considered during subsequent interview session(s) (using the same criteria). Step 1 Qualitative Criteria Maximum Points Experience and Qualifications 70 Approach and Methodology 30 TOTAL AVAILABLE STEP I POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement to those points earned in Step 1, as follows. ray s f...,�.�+cu.aY.:'���' x.�.,_.��i ...« -....a-.x.�+�:..a_.....�„n...,_.,�..,�,,....+a...ti._...........:..,._.tom,,w......-a e.s. )`Step 2-Quantitative Criteria - Veterans Preference 5 The volume of work previously awarded to each firm by the City 5 within the last three 3 years. See Section 4 below. TOTAL AVAILABLE STEP 2 POINTS 10 4. Volume of Work Points: Points awarded to the proposer for volume of work awarded by the City in the last three(3)years in accordance with the following table: Less than$250,000 5 $250,000.01 —$2,000,000 3 Greater than$2,000,000 0 RFQ 2015-016-YG 12 iv\IAMI BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer A B C Step 1 Points 82 76 80 Step 2 Points 10 5 5 Committee Total 92 81 85 Member 1 Rank 1 3 2 Step 1 Points 85 85 72 Step 2 Points 10 5 5 Committee Total 95 90 77 Member 2 Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 10 5 5 Committee Total 90 79 71 Member 2 Rank 1 2 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. RFQ 2015-016-YG 1 3 APPENDIX A 1 ‘ 11 ,,-� Response Certification , Questionnaire & Requirements Affidavit R S-Ol b-YG Architectural and Engineering Design Services for the Altos del Mar Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Solicitation No: Solicitation Title: RFQ 2015-016-YG Architectural and Engineering Design Services for the Altos del Mar Park Project Procurement Contact: Tel: Email: Yusbel Gonzalez, CPPB 305-673-7000 Ext.6230 yusbelgonzalez @miamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No.of Employees: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: - TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 201501 6 YG Appendix A— Page 1 1. Veteran Owned Business.Is ro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposals must disclose,in their Statement of Qualifications,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns,either directly or indirectly, an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals must disclose the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposals must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Statement of Qualifications,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. RFQ 2015-016-YG Appendix A — Page 2 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, proposers shall be required to pay all covered employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Currently, the hourly living wage rate is$11.28/hr with health benefits of at least$1.64 an hour, or a living wage of not less than$12.92 an hour without health benefits. • Commencing January 1, 2015, the hourly living wage rate will be $11.62/hr with health benefits of at least $1.69 an hour,or a living wage of not less than$13.31/hr without health benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this bid, under which the City may, at its sole option, immediately deem said proposer as non-responsive, and may further subject proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. For further information about Living Wage requirements, please contact the City's Contracts Compliance Administrator at 305-673-7490. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO c. Please check all benefits that apply to your answers above and list in the "other' section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. RFQ 2015-016-YG Appendix A — Page 3 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time,states that 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 proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, 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 proposals,Statement of Qualifications,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. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2015-016-YG Appendix A — Page 4 DISCLOSURE-AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance subject 9 only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. .Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 201 5-0 1 6-YG Appendix A — Page 5 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Re•uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this day of ,20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RFQ 2015-016-YG Appendix A - Page 6 APPENDIX B , _ , ‘ .,,,, -...,,„ . . ,. q , i .,, A.,, , , : ',„ im I Am - * , . - - " No Bid " Form RFQ No. 2 01 5-01 6-YG Architectural and Engineering Design Services for the Altos del Mar Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 :e �m: or t for t s or have received notification of. this solicita ion de y ed not to respond o complete an submit . the attached "Statement eof o . Bid "; TY �_S�tatemen�t o '4:No Bid" . o�rracdes: "he Ci riot info: a� o o oar to p§ovZe the° solicitatio process: Fail �u. mi= "Statement o. o Bid may Kr s i t ;ei �t�fi� evcl Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service _OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH DEPT. OF PROCUREMENT MANAGEMENT ATTN: Yusbel Gonzalez STATEMENTS OF QUALIFICATIONS #2015-016-YG 1700 Convention Center Drive MIAMI BEACH, FL 33139 wcesx :xn, :, . cNx .c rw>, .,�a�t awe :iscx::s�wa.;u :ue:ar oti AC*cr.::?i?raxxxste tinaa*aa. .,. .mc ?.....:mwusbxaa:aw+.wtava::ae. - I/ q kFQ 2015-016-YG Appendix B — Page 1 APPENDIX C /MIAMI '21; Minimum Requirements & Specifications RFQ No. 201 5-01 6-YG Architectural and Engineering Design Services for the Altos del Mar. Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Cl. MINIMUM REQUIREMENTS: The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposals that fail to comply with minimum requirements will be deemed non- responsive and will not be considered. 1. Proposer must have a minimum of five (5)years' experience and have completed at least five(5) projects similar in scope and volume demonstrating the Proposer's experience providing services for the design of park facilities. 2. Architects and Engineers must have a minimum of five(5)years'experience in their designated professional specialization in similar projects. 3. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). C2. STATEMENT OF WORK REQUIRED. A Master Plan for the Altos del Mar Park was developed by AECOM on August 2014 (please refer to Appendix F). The park is located between 77th St. on the north, 76th St on the south, Collins Ave on the west and the Beachwalk on the east and contains approximately 2.5 acres. The key issues taken in consideration while developing the Master Plan included: • The development of an appropriate range of spaces and facilities for general and passive recreation, such as, open play areas(non-lighted and lighted), walking paths, landscape areas, etc. • Performance area with possible movable stage • Opportunities and constraints for the park presented by the adjacent Public Library and parking lot property • Accessibility for the surrounding neighborhood via street end connectivity to existing Beachwalk • Provide input for arts in public place initiatives(art works by others) The proposed improvements will be based on the approved Master Plan and include at a minimum the following amenities: • ADA Playground • Pedestrian Entrance, • Restroom Facility, • Multi Purpose Entry Plaza, • Enhancement to existing parking area, including additional Handicap Parking Spaces. • Sand Volleyball Courts, • Pedestrian Beach Access, • Multi-use Walkways, • Bocce Courts, RFQ 2015-016-YG Appendix C — Page 1 • Retaining/sitting Walls, • Open Sodded Area, • Landscape and Irrigation. • Lighting (as allowable by the regulatory agencies) The Proposer shall provide Architectural, Structural Engineering, MEP Engineering, Civil Engineering, FDEP Coastal Permitting Consultant, Landscape Architecture, Construction Cost Estimating, Surveying and Geotechnical services for the Project. The work shall include, but not be limited to, conceptual drawing(s), surveying, geotechnical, design development, estimate(s) of probable construction cost, construction documents, permitting, bidding / award, and construction administration services for the Project. Plans shall include all necessary drawings and technical specifications needed to construct the improvements and shall be defining documentation of what is authorized and approved. Documents may be developed in multiple packages based on project phasing schedule. Proposer shall: Prepare utility coordination, permits and advise of all fees associated with all site, utility etc. work. Prepare presentation materials to illustrate the final design and participate in public outreach and regulatory agency review meetings. Obtain all required building permits as well as any other permits necessary for the construction of the Park Facilities and attend public meetings as required by the City. The Proposer shall be required to provide design and construction documents for a minimum of two phases; Phase One(1): Park Elements as follows: Pedestrian Entrance,.. Enhancement to existing parking_ area, Sand Volleyball Courts, Pedestrian Beach Access, Multi-use Walkways, Bocce Courts, Retaining/sitting Walls, Open Sodded Area, Landscape and Irrigation, ADA Playground and Restroom Facility (Originally in Phase 3, but now to be included in this Phase). Phase Two(2): Multi-Purpose Entry Plaza Multi Purpose Entry Plaza—Interactive Fountain RFQ 201 S-01 b-YG Appendix C — Page 2 PREFERRED ALTERNATIVE co.:4 1:,*ra 44 Axam The Proposer shall be tasked with, but not limited to, the following duties and responsibilities: Task One (1)-Design Services: The purpose of this task is to establish requirements for the preparation of contract documents for the Project. The project will be phased accordingly: Phase One (1): Park Elements: Pedestrian Entrance, Enhancement to existing parking area, Sand Volleyball Courts, Pedestrian Beach Access, Multi-use Walkways, Bocce Courts, Retaining/sitting Walls, Open Sodded Area, Landscape and Irrigation, ADA Playground ana Restroom Facility. Phase Two (2): Multi-Purpose Entry Plaza: Multi-Purpose Entry Plaza, Interactive Fountain The Consultant will be required to prepare construction and permit documents for the design and construction documents of the Park Elements as described in Phase One and Phase Two, as to possibly have the versatility to be bid and constructed at either separate times or together. The Consultant shall be required to perform a variety of forensic tasks to verify existing conditions and the accuracy of any available as-built drawings, surveys and maps to be used for development of the contract drawings. The Consultant shall: RFQ 2015-016-YG Appendix C — Page 3 Prepare contract documents, inclusive of drawings, specifications and front-end documents. Establish requirements with regard to constructability and value engineering reviews. Prepare Statements of Probable Construction Cost as defined by the American Association of Cost Engineers. Present to the Community Design Review Meeting (CDRM) Incorporate revisions to the contract document based upon the input received from the residents and approved by the City at the Community Design Review Meeting (CDRM) Specify requirements for review of contract documents with jurisdictional permitting agencies prior to finalization The Consultant shall establish and maintain an in-house Quality Assurance / Quality Control (QA/QC) program designed to verify and ensure the quality, clarity, completeness, and constructability of its contract documents. In addition, the selected firm shall follow City standards for the preparation of contract documents, inclusive of drawings, specifications, front-end documents and cost estimates at every phase. Presentation formats for review submittals shall be prepared for submittal to the City's Design Review Board during the Conceptual Phase, and at 30% and 60% (Design Development Phase), 90% (Construction Documents Phase) completion stages. Contract documents shall be subject to Constructability and Value Engineering reviews by City and/or others. The Consultant will work with the City to revise/adjust project scope as may be deemed necessary to meet established budgets as design evolves through the design stages of completion. In addition, the selected firm shall extend and participate in a community design review meeting and a pre-construction / kick off meeting with the residents to review the design. To facilitate the implementation of a Public Information Program, the selected firm will provide electronic files of all project documents, as directed by the City. The Consultant shall be responsible for securing all required regulatory approvals of its contract documents from all applicable jurisdictional agencies and boards prior to finalization, and will be responsible for initiating submittals and reviews in a timely manner. Task Two(2)-Bid and Award Services: The Consultant shall assist the City in the bidding and award for Phase One and Phase Two portions of the project scope. Such assistance shall include attending pre-bid conferences, assisting with the preparation of necessary contract addendum, attending bid openings where applicable, and assisting with bid evaluations. The intent is to have the versatility to bid as one package or in phases. The selected firm shall provide "As-Bid" documents for use during construction. RFQ 2015-016-YG Appendix C — Page 4 Task Three(3)-Construction Administration Services: The Consultant shall perform a variety of tasks associated with the administration of the construction contract and construction management of the project. These shall include attendance at the pre-construction conferences, attendance at weekly construction meetings, responding to contractor Requests for Information (RFI), clarification, responding to and evaluating contractor requests for change orders, contract amendments, review of shop drawings, review of record drawings, review and recommendation of contractor applications for payment, specialty site visits, project closeout reviews, including substantial completion, final punch list development and project certification of final completion and acceptance, and warranty administration. Task Four(4)-Additional Services: No additional services are envisioned at this time. However, if such services are required during the performance of the work, they will be requested by the City and negotiated in accordance with the Contract requirements. Task Five(5)-Reimbursable Services: The City may reimburse additional expenses, such as, but not limited to, reproduction costs, material testing as applicable. RFQ 2015-016-YG Appendix C — Page 5 APPENDIX D MIAMI to, :f * I: L; Special Conditions RFQ No. 2015-01 6-YG Architectural and Engineering Design Services for the Altos del Mar _ _ Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 1. TERM OF CONTRACT. Not Applicable. 2. OPTIONS TO RENEW. Not Applicable. 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Not Applicable. 6. PERFORMANCE BOND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10. WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. COMPETITIVE SPECIFICATIONS. It is the goal of the City to maximize competition for the project among suppliers & contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means & methods or product specifications that are considered "sole source" or restricted without prior written approval of the City. RFQ 2015-016-YG Appendix D — Page 1 APPENDIX E /V\ I A Insurance Requirements RFQ No. 2015-01 6-YG Architectural and Engineering Design Services for the Altos del Mar Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The provider shall furnish to Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. . C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. D. Professional Liability Insurance in an amount not less than$2,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida,with the following qualifications: The company must be rated no less than "B+" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey,or its equivalent,subject to the approval of the City Risk Management Division. or The company must hold a valid Florida"Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do-Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty(30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH,FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFQ 2015-016-YG Appendix E — Page 1 APPENDIX F Altos del Mar Park Master Plan RFQ No. 2015-01 6-YG Architectural and Engineering Design Servicesfor the Altos del Mar Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 RFQ 2015-016-YG AECOM Altos Del Mar Park Master Plan Preferred A Summar City of Miami Beach, Florida , 4 a. .0 a gg; /9 .. ....w W ' t«, NEB'' x - N , 1 ' 'P ,,'� E • � ,a-- 3 X � "'� f$ �t� j ti )f j 4f x - a�A' 3r.,!,,,:,,,,1,..,::. ,l � t � '''' a._ � �. _ _.x . ,�7 Srq S ,F,"- s 3 r A ' °.., ,1:•-i„.--,"°'. c a tiu€ ^s y axe Y • e i xw�M. • riugiiS f� Table of Contents Preferred Alternative Plan Preferred Alternative Summary Preferred Alternative Statement of Probable Cost Community Meeting Minutes Preferred Preliminary Alternative Plan Preliminary Alternatives Plans Presentations +" a' ,�8 , gym " xx '�' '•xu is ` ''�,, ;p .�,.y. ,,y,,,^ e°w. y.+w ,�i x"o'� ` ' az y.:ab• A•a�^'b' '9`��c > � �°` g'"�u� a �"�yc ,'� t ez�.. . yM e �,'kix �� -_�" c "°o a H k F '<'h �.�`3 q �F 'sr_ .� .,,�-."".,�-.: F � yam., T Z a net �` ,�,� � - .ate ,� p�� 4. '+r>„=: ¢� Ili .1 a�. ," x�� ;� 1 e' .�� � � �,�..z�, ''�24 ,<°�”` e s 'F �: '20. 2 21''"' :z 1 22 L. T k T; C:j:;:j > 74 �e v 3 e F � r f �� 3 a a � 9' 23 ,� 13 xr ''.......::M, ii: Ai,. .'11".k. ...\\Ittg . - ... ..,...1,0‘•:..'....:;:•, '4%117k-:.... ,"' •-, 6 '''..:' -:'''-"� � , ` +�`'� � � �' � �m sue: I• s c,� SEC 'ff6 `$' a.:i-..-•' `:: j e ,Zr .0 Pttfan Haas n3 ® .YCRiit•lJ '> 7 1 t�uftl Pvrpase Entry Plaiza�rneractly Fountain] 1 � >r Enhancer!Exists Pi±Bc Parking Area ,'�. Ped Asa 1�tated Rght Of Way 14 sOCC. � _ �. 11 i> y Rttaini w�ti a; j r 0 Buffer Plan %: 14 a. •Beach Durtefanng`R'""• ` ®The Great Lawn ®NaGardena �a � 1 , 1 " 3,� :.,:,::::-..7.1.--•Relocated Historic Coral Wall/Proposed Seating Wall s SECTION gB• m Amphitheater Style Searing 6)Art In Public Places Opportunity(Mural/Sculpture) e Benches yground COINS AVEr UE �!Seating Area with Natu:....,,i4.1.,_Pavers rx x z x t,. •-•P:1:: '''''..:4''''''''.,.,...,..-":' 'i... Benches 133)with Litter Receptacle(17) .` aE, s '�.� � �S, a?°'' .i > s „a io1 a `'sz w m I:fii11et1 Drinking;Fountain Ell t om. w£ a.,y lfi s� i Y-t a � ax. ..z b E"'�.� ' ye t�h�.fr} r Bicycle Rack(4) fed •s f� Ia escape(25)Lighting a .. � e ALTOS DEL MAR PARK MASTER PLAN PREFERRED ALTERNATIVE ® ,.=50,_0.. = i 11x17 0 25 50 100 is SECTION AA Horaontal Scale 1:50 @11.1 � ae K .. .. <- -:.:::,,,,,.--.'<,:ii'..:1::''''':-..-:......r. '.:..'..::-.....' SECTION BB Horaontai Scale 1:50 ,11x 17 A=COM Preferred Alternative Layout : :b:bt wk '''''''s7-;iii fallii: . m > - w ra is d,i" i S_ ' t ue "% i,•n g!-,9, a,y Y£ b n f' a . 't.—14-," ',•.!:?-., \-_,,,7. ' it • -' 49111111% ..:, . �.,::.,ate, `..,'''',::4 , ,roxw>"'�> '�w e 1 I 2 .hw � " " 3 t'a'e ':., mot.- ' ".>u %arm xx.."� .x R JR '" ..x.•�- ,6{ e cp .fib ", F k.'•. 1 3 a�a X ' d tied 6 F fi ,,.s•, x .. Y .s. .iI .. 4 n •, k . .y . Yom: ,... fi: ...,.. . s a roz' cr�—L',.;:.:::,n te � —3 :-.--.,, .....„.„....„ . ...,,, ......41,41,,,.. . . 4, .... ..:.t„.--_,:or . . .,...4.) -„ 10.4„,..,... . ...4„.,,„„.„ ,,......, :... - ! ‘1,_.,Iii„,..i.,,,,4, ;,.:,....,.,, ,,,-„,, ,. , ,. . 1,1 '1;:.,..('', 4l A=COM ® Preferred Character images MAMIS ACH Altos Del Mar Park Preferred Alternative The City of Miami Beach (City)selected AECOM to provide professional services to develop a Master Plan for Altos Del Mar Park. Altos Del Mar Park located on Collins Avenue between 76th and 77th Street is one of the last undeveloped beach front parcels with in the City of Miami Beach. The undeveloped 2.5 acre park currently offers a wide variety of passive public space and open space uses located along 76th Street. Along the southern edge of the park there is a Miami-Dade County Public Library and a municipal surface parking area. The park also offers an undefined pedestrian connection to the beachwalk and beach. The principle design goal for Altos Del Mar Park is to provide for passive and accessible recreational needs of area residents through a neighborhood master plan development involving a process that included the assistance and input of community residents and the approval of City's key stakeholders. A preferred alternative for Altos Del Mar Park was selected involving the community residents and the City's key stakeholders that will aim to provide for the needs of area residents. Key Preferred Alternative park element improvements for Altos Del Mar Park includes: • Vehicular and Pedestrian Circulation • Define pedestrian entry points • Widen perimeter sidewalks and introduce crosswalks at key intersections II • Vacate 76th Street Right of Way for pedestrian use • Introduce a network of internal multi-use walkways • Reconfigured municipal parking and entry points • Apply crime prevention through environmental design (CPTED) practices • Multi-Purpose Entry Plaza • Proposed a 2 600 square feet two level multi-purpose beach observation facility � q Y • Located on the southeast corner within the City's municipal surface parking • To contain storage, mechanical room, and accessible restrooms and second level observation area • Architectural style of the Biscayne Bay House of Refuge circa 1921 • Outdoor showers • Interactive water feature(36'-0"diameter) • Shaded sitting areas • Recreation • Beach side botanical garden experience with interpretive signage • Proposed bocce court • Inclusive playground equipment and swings on poured-in-place safety surface • Potential for two sand volleyball courts • Center lawn platform with water views • Art in public places opportunities • Furnishings • Park and pedestrian lighting • Park benches and shaded sitting areas with natural stone pavers • Provide chilled water drinking fountains • Litter receptacles • Bike Racks • Landscape • Introduction of rain gardens as aesthetic enhancements to retention areas • Perimeter native buffer planting • Promote the use of indigenous plant material • Relocated historic coral stone sitting walls • Accentuate viewing corridors • Introduction of perimeter delineation Vehicular and Pedestrian Circulation Circulation is often the major driver in planning efforts in setting the framework for park elements and overall design intent. The vehicular and pedestrian circulation recommendation for Altos Del Mar Park reflects the need to establish an efficient,functional, and safe circulation system that can serve both the current and future surrounding community needs. The preferred alternative recommends establishing a well-defined hierarchy of accessible multi-use walkways with multi- purpose use and materials options with well defined pedestrian entry points along 77th, 76th and 75th Street, and Collins Avenue. The plan introduces pedestrian crosswalks access on Collins Avenue for safe connections to adjacent neighborhoods. Also,the partially vacated 76th Street right-of-way is reconfigured to only allow vehicular access to adjacent municipal parking area and promote a pedestrian promenade to the Beachwalk. The parking area is reconfigured for the entry plaza at 75th Street and Ocean Terrace.All paved surface should utilize sustainable or"green" construction principles utilizing both recycled and recyclable materials, including pervious paving to reduce stormwater runoff. The,net result will be an interconnected public space system featuring an intuitive and visually clear circulation pattern that streamlines movement, offers varied experiences for people of all ages and abilities, and minimizes vehicular conflicts. .. : , ....-,-,1..:-,..„,:.,..::i.i.,,,?,,,,:,,,,,1:1•!,•ift...:1-,..:- :.c T. otir o5 ; . ` w < k af * s'----:,`,� � x r . , E' € t '^Y � .sue ;V :-; a 5 a r '':ij''''>-Hlj'Hl':IP''*O'":"r'liH'''Ifij'::.''''':":i''''i':''';'r:'ji17:i'7':-..:'f:::.'''''-' '.:'''1-1..''''''''''Ki C'''...'N''.:'-':a,.....„,,,,,,.:714,...;,1,:,....1 iti:,.!.:,,,,•...::::...i111111,.... ..,10.4..4::isiklitlillptllitilli ' _ i : 957: • PI• ". 1 i�� �•yk pp���+2 Y R y� 9 7+ `LS �.."did ii ' „z, : 9 I'z �C i. oth r iv 1, dir '1'.'.0 IT regis,,,,,,,,,,I.,:o,,,,giativie k Astog,,,R. t. g'44,..,„,..,$,01-..tto.„... ........ ,.,.....---'r 4.4:., %Ai k.: .4::IN:1511:1,..,m,:::5;tii5':::554505'5 5 lembe..5.5 i. $ .;: :mss , t dm_b:.,A„"::': n?..s 8.�#'. a r 3 5 �° ,.,,.;r::,....7 ..[:,.::::.:E-,::...::'..''::.,'7'''',.'''''''-.',K''':.''''.'"''''''1:''''.i:'.''''.7"4 i°.4."'"'''''''''''''''''''''..-. ' ' 1 iii t.!i: Ai, .11 ii P � 4.,:ir :...,;.„.:11::: ,,i,.tri ,,,i • i, a , tioott- r R�.x Wal"s :tit i ; . .. , , it �5„.. � c a � � 't� s s a , ;r r M 5 ilk . : :. „. w : i , .... Altos Del Mar Park Vehicular and Pedestrian Circulation 8 s - fi 6 9 5 � ' 9 y i b E s a 3 e :: KIV,:it:,-„:',. ..-.' } - 11 § ,, i 1 s 4 r 1 ;N , x ,e ff , , , s , Paving Options Park Sign Perimeter Delineation Multi-Purpose Entry Plaza The preferred alternative illustrates an entry plaza located on the southeast corner at Ocean Terrace and 75th Street that provides amulti-purpose beach observation facility, outdoor showers, sitting areas, and interactive water feature. Through the master planning process, community residents and the City's key stakeholders expressed the need to provide amulti-purpose facility that would house storage and accessible restrooms for public use. The discussion also resulted in the possibilities of a covered area that would allow the residents to view the water from a high point and integrated as part of the multi-use facility. In addition, an interactive water feature was added as part of the entry plaza with mechanical equipment located within the multi-purpose facility. All proposed amenities are to be fully accessible and are to have energy-efficient elements that employ sustainable technique to reduce the impact of development and decrease energy demands through environmental control strategies. The plan seeks to implement the use of natural lighting, or daylight, providing adequate illumination, significantly decreasing the need for supplemental artificial lighting, reducing lighting costs as well as decreasing residual heat given off by electric lighting. The interior spaces of the facilities should be designed with flexibility and durability to accommodate growing and changing community needs. The multi-purpose facility should be defined and recognized as a point of entry to the park and aesthetics and architectural characteristics features might incorporate the Biscayne Bay House of Refuge as it appeared circa 1921. .' s,� 5 xh., aye n'. a r z is K S ate'��� Wall with Specialty Paving Sitting ta x N_� ' �' 'Ilit: ,.°.:('"iit.... „.:Ii.,,i4;,-1:,..,:,,,,f-,;;x*.,:.11.11. ,.::::.7,0.4:2407:041:'!,:::,:.:;::;:.E4i4,i''i.,,:kt.,,,',:,"''';',"i'',':iiEi'':".1ERI'l ' 4'.' ''''''i * Or.''. '"';;; ' ' ' VP.:°.''''''''', :........:*..',,,If.t:4:;;;;.:7'".' hittill"111.:1:11itl:.ti:1-,Ii::::::::::51::.I12:16111: '-4...... . :,,,slci.i.-iit..,.., ,......,,,...„.x.:,, :1'•''''.' - '-"ii:01. 413"1,1,HalP'',1101111§111014"::'''' .: „.,...."•.....--:..... ''.,,,'' ' 4,: ',. ' . .1'',':::.',"':.•' ,..ftgr,r--- ..''.';',.;41;:,:i'''':' .:- ,— : ilk ,..-4421:44,.. '''::ff'it: .11113111;04t. Y . .,i ). : , .,. . kiiiiir „...--,.•-•,':..,;.1,e,..!:j1.1,,.c.....iiir.: ..:',;. :0:1.0.-tiniiiirriliillolimilipkiiiirti iii,.:4111101,1111":17'M,Ljt:jrtrtaoti*kir!1::111:111141jtjoitt,IONAe4:1 'Illifigsfillge .4•,--:,,,,I:::- ...,„:„.,,,,,.:::::,:::,:.'• Fn 'slif. rs::_iit,.„,:::.. .,:ii,.,!,:,.!•:,:44:10:111,111ot s� 2 3 - Y.; &� ^fir Altos Del Mar Park Entry Plaza Shaded Sitting Area tea.. x3 rLp r sue': �.. ' �i �' Nuit_a_4.. y►r/ a 3 :4,,''''''' .''.. - ,.( ten,. 'I-41''''7 Biscayne Bay House of Refuge circa 1921 Hutchinson House of Refuge,Stuart,FL Interactive Water Feature During the visioning process the planning team, community residents and the City's key stakeholders discussed various ideas for meeting the community's current and future needs including reenergizing Altos Del Mar Park. The first step was to establish Altos Del Mar Park as a passive recreation reatio park. The most active function of the passive recreational component of the park includes two Rec sand volleyball courts and a bocce court with shaded sitting areas for game viewing. The park will also include inclusive playground equipment with a modern design style with vibrant color and on a poured-in-place safety surface. Also, play area includes safe space for swings and other.active accessible play equipment. Through the community efforts, playground adjacency to facilty bathrooms was an essential aspect of placement. The.existing tranquility offered by the park will be continued through establishing passive recreaton area that includes the center lawn, and interpretive signage botanical garden experience. Flexible seating should be provided with shade, through vegetation measures to ensure a tolerable environment during hot months. All designated areas. are an essential element in designing outdoor spaces and defining the park's identity as a passve neighborhood park. �� •�� «..Yr � _ s�^ l ^�'t r, tee! 'gip } 3 � " � 3� 2,a. "°1,,. �y.�' .„ � �_- '¢�h py.'���&� l h _a"��%,z�F �J � ,r .1,14'104i,„:,,f,ligLiii!:-.,:.,In.,:,,,,,„. � ^ T �'��:@'Z 3rd� `g�` d�.F a& �A P to ���„' ,� �>D °' ;::., „.,...., --..„., „:,,,,,„:-.- -- . s A x ,¢ y j pf�' "vim �: ,. sw Py, q, ,.Ei.,.. :::„ x N -ro! , :,.„::--4,..,:,....,:'..,.,-..:. oto,,.... :.,, . ,�: ¢ �f�F e,= a• ., ` - �,,,,,,14,„:„::::,„::::-...„:,,,,,.,.� ��� �� r�.�¢wx smr �.y� �v°�a �, �,�i,.�;FS'^�.C�.,,,,„. �2a '� a, , , �r'r e r , , _.,,,,,„:...,..,„,,.rr ��3 �� A ��q, Y � b u� ,yam � r°� a 4,-. ^ r t a x .., a f :Witit*::q t c i 5' ,yam .. ,4ve ; �; < # X> ; F�� `"`tea & ' a:. Proposed Accessible Playground Equipment Altos Del Mar Park Recreation Diagram � r ter.. n nY4t .:: R -to r.' .d� r £ s..x W ,yF' „"" g .v o,. ar 2 Sze " v> �,�, 1, > , Art In Public Places Opportunity(Murals) Botanicai Garden Experience Bocce Court Furnishings Altos Del Mar Park will continue the City's palette of street furnishings as it provides continuity throughout the City. Amongst the furniture standards, pedestrian lighting locations are identified throughout the park with a design style that is in keeping with the architectural style of the City's Beachwalk. Similar to street lighting, pedestrian lighting is critical to safety, productivity, and aesthetics of the park. The pedestrian lighting should consider the most traveled pathways and be places at the human scale. Outdoor areas with comfortable light levels are more active and populated with users. Care should betaken to minimize light pollution and meet City's adopted Turtle Nesting Protection Ordinance to minimize impact of artificial lighting on hatchlings and nesting sea turtles. As a secondary form of transportation, bicycling is an efficient form of transportation and the park will include bike parking at the entrance of the park for easy access and safety. Sitting areas will be allocated at key areas of the park and should be placed in locations that will capture the natural shade provided by the mature vegetation. The sitting areas will include pedestrian lighting, park benches, and litter receptacles. Sitting areas will also be created of small retaining walls and natural stones. } IF:x` ` y y # a Bike Racks i. 0.- t .J:.,;,":,":;,-.M.',;::::;;;; ,,-•:;•k....-..„ .. fr Park 'Furniture.. �ti/ $. lighting �ing tip ,sthiniti S ,,. .mow„ t 1. 4 ` nails ,.7'7:%. �� N WbterDrinkir �, 5 ' Fountain r ,` �`� , •heater r . �„ • 1 •' Bould fitting � Areas Boulders * -` y �� Park ww�iii .: LW ,� Pr.Clt IAa .., :i'J i �7 linilliit:''llirilliIllrh4H111ItlrjllijIII:11,117,„:,!!!!*:7,„,„:11,f.I.IIIIIIIInfNil:*rieili7"'"''''''-Ili, viii:, t 3 Altos Del Mar Park Furnishing Diagram Pedestrian Lighting h B w » V !fig .. Drinking Fountain Park Benches Litter Receptacle Proposed Bike Racks Landscape Landscape has an important place in defining spaces and enhancing the function of those spaces. Low-maintenance landscape that is native or adaptable to the South Florida environment may be placed to provide shade to walkways and other park amenities and create a similar experience as fond at Fairchild Tropical Botanical Gardens. The landscape is key to the aesthetics of the park by unifying elements of the natural and built environment. Landscape should be incorporated for separating pedestrian from vehicular traffic as well as creating natural buffers to visually protect neighboring residents from park users. Trees and palms should be placed to create shaded groves with punctures of sunlight creating visual focal points. In addition to the protection of existing ecosystem, stormwater management strategy inadequately graded can have significant effects on the park's use. The proposed strategy is to implement a stormwater treatment sequence consisting of infiltration and bioswales as pretreatment. These areas should be treated as rain gardens and planted with natives or native cultivars with either herbaceous perennials, woody shrubs or trees. It is essential for the longevity and effectiveness of the natural component strategies at Altos Del Mar Park that a proper connection to beach dune planting is conducted and implemented. 3 : :* „■,',,' ', s '•lii ,' P.' I I ' ,.' .. , 0 „.Proposed Native Buffer Planting ,.' a "fir U !, .,' ; :: 7 II ' '., a � -,1--ii, . ,, . \ 4114. s, - ,..:,.,' .1.' : :: t:a ;. ,,, 40, 4- 4 I I.;....cm...ti 00' ,;,., it , r Ikgs i Ni,,,,, \ . i ig,' Proposed Native Gardens ,� < 4111111 I, H - Collins Avenue M1rE •• r. M al 1111111 '5111111 : sa4 � e 7t 1!111111 4 `. • 1.: Altos Del Mar Park Landscape Diagram a Palm Garden Beachside Garden Accentuate Viewing Corridors Altos Del Mar Park Master Plan Preferred Alternative Preferred Alternative Take-Off Quantities&Opinion of Probable Cost May 30,2014 Summary of Program Elements Ml Peoria* ,a Items Base Qty En1nt• Unit Unit Cost Base Cost ra., Notes DEMOLITION Clearing and Grubbing 4 -AC $ 10,000.00 $ 43,000.50 I•,,„r a- Includes proposed plaza area Asphalt Removal 1,565 SY $ 10.00 $ 15,650.00 ��,,, 4� Includes partial parking area and 76th St east of Collins Ave HARDSCAPE City Sidewalk(51 2,650 SF S 6.00 $ 1S.SSI 00 Tooled edge,integral color"Miami Beach Red" Park Sidewalk(8') 17,320 SF $ 6.00 5 103,920.00 Tooled edge,integral color"Miami Beach Red" Park Sidewalk(10') 10,100 SF $ 6.00 $ 60,600.00 ` Tooled edge,integral color"Miami Beach Red" s< z :Tooled edge,integral color"Miami Beach Red",14'wide Park Sidewalk(14') 7,210 SF $ 6.00 $ 43,260.00 r' observation areas Graveled walkways(4') 1,800 SF $ 2.50 $ 4,500.00 -,,- Stone dust,crushed coral rock,stabilizer solution Conc Band 720 -IF $ 9.00 $ 6,480.00$ ,v'''Vt - 12"wide band,integral color"Miami Beach Red",76th St driveway a�.,u & New brick street 380 SY $ 38.00 $ 14,440.00 `a ? ' 76th St brick pattern to match 77th St :. Perimeter Fencing Delineation 1,070 LF $ 28.00 $ 29,960.00 z� - Rope and post along park perimeters $ Park Sign 2 .EA $ 2,000.00 $ 4,000.00 ' Traffic signage allowance 6 :EA $ 250.00 $ 1,500.00'$ ¢u za t'fi �� To be used as landscape features/perimeter delineation/ �: 1500.00_-�a.� retaining walls Oolite Stone boulder 4' S' 50 EA $ 30.00 $ ��- ret g 6 750.00 Oolite stone wall with smooth seating to New Stone Seatwall 18"H 45 .;LF 150.00 '.00 gt $ $ ,� g P Relocated Historic Seatwall 300 LF $ 150.00 $ 45,000.00 .,sf'£.'y Includes historic seatwall relocation to New Plaza Retaining Wall 315 LF $ 556.00 $ 175,140.00 FA4.< Concrete art retaining •wall(art installation possibilities) Concrete Steps 130 SF $ 15.00 $ 1,950.00 ',1`4, A ' :. At central lawn area Handrails at Steps 24 LF $ 100.00 $ 2,400.00 h » u': At central lawn area Wide Concrete Steps 1,500 SF $ 15.00 $ 22,500.00 .0 %�A ...a "Amphitheater"style concrete step at central lawn plinth Stepping Stones 3,200 SF $ 22.00 $ 70,400.00 4 s.�a.1�'I,k Sand Volleyball Court 2 EA $ 8,500.00 $ 17,000.00 Bocce Court 1 '.EA $ 28,000.00 $ 28,000.00 * F ' Includes concrete border and bumper board system Drinking Fountains 2 EA $ 1,800.00 $ 3,600.00 : $,`�:' Utilities are not Included Benches 33 EA $ 1,500.00 $ 49,500.000, a !Arcata aluminum w/arms and back-Landscape Forms Picnic Tables "EA $ 1,500.00 $ - $'Q,"�0,, Waste Receptacles 17 EA $ 1,100.00 $ 18,700.00 .it,ah,. 1:4-V - Chase-Landscape Forms Bike Rack 4 '.EA $ 1,100.00 $ 4,400.00 $ '41 Flo Powder Coated-Landscape Forms Sculpture Stone Plinth 2 EA $ 2,500.00 $ 5,000.00 .;'�r., ,xt..z :Allowance Area Lighting 22 EA $ 2,500.00 $ 55,000.00 ,7", ,. 12'or 14'poles,LED Acorn fixtures Low Level Bollard/Path Lighting 28 • .�EA $ 775.50 $ 21,700.00 4?,z, a Uplighting 25 EA $ 500.00 $ 12,500.00 Specimen Trees/sculptures/art retaining wall LANDSCAPE Trees-Large 6 EA $ 1,200.00 $ 7,200.00 ' -4▪ 4 , Specimen species Trees-Medium 45 :-EA $ 475.00 $ 21,375.00 , %'4 "� Trees-Small 95 ?EA $ 350.00 S 33,250.00 ,i`aic , �°; Trees-Palm Feature 28 EA $ 8,000.00 $ 224,000.00.. "�a <A; :20'Medjool/Other Trees-Palm Accent 80 EA $ 1,400.00 $ 112,000.00 Coconut/Thatch Palms Trees-Palm 135 s EA $ 200.00 $ 27,000.00 4,„,1 �a 14,20'Sabal Trees-Relocated 25 EA $ 750.00 5 18,750.00 ' t1 ,g :Seagrapes/palms Buffer Planting 5,500 SF $ 15.00 $ 82,500.00 $.'IA Native buffer Planting adjacent to single family homes Shrubs/Grasses 13,740 SF $ 8.00 $ 109,920.00 :, 3,&7 gal material Groundcovers 9,820 SF $ 3.50 $ 34,370.50 $ 4,-1 :Plugs and 1 gal material Beach Dune Planting 8,800 - SF $ 4.50 $ 39,600.00 s a b - - Inflll with Plugs and 1 gal material west of Beachwalk Sod 46,500 .:.SF $ 0.89 $ 41,385.00 $▪� a .t,, Seashore Paspalum Irrigation 84,360 SF $ 0.65 S 54,834.00 , 100%of sod and planting areas Utility Services 1 EA $ 40,000.00 $ 40,000.00 Allowance-Water,Sanitary,Storm,Elec. EARTHWORK Site Grading 19,360 s SY $ 0.90 $ 17,424.00 ▪4 ` Fine Grading-hardscape areas 9,900 ?SY $ 1.32 $ 53,068.00 • 1' d Earthwork(Required Fill) 7,270 -:CY $ 32.12 $ 233,512.40 ;Rs fig$ Topographical •survey required for accurate fill requirements Subtotal $ 1,994,438.40 .4�" ,,vx Contingency(15%) $ 99,165.76 $,-,:.0'.4,u .'c e s,�. ,.,,,,..x..s..,.t..;,�:.....�s...K» .:....ms �aaa.�.,.�u%s,,v,.., � ,.. �...., m .&' ,e °,..,� .. 'S 1,193,604.16 Detailed Breakdown of Additional Program Elements Additional Program Elements Qty Unit Unit Cost Cost Notes NOW*SlfRlSCIIROtt1'.SM Stint.:;s`"k... g<tatgosr<:o.�,�','Y .til ki'**r¢, gt$ aLiltty Tuial 2,160 SF $ 250.00 $ 140,000.00 Biscayne Bay House of Refuge as it appeared circa 1921 Storage 1,080 SF $ - $ Restrooms - 4�#4 rr.xa az'":"I�t ' .�f4. ` e. Covered Open-air second level-beach observation area tWtrse MlR�tI��iC't'c.:�: GF,'',�.:�ex<an.oa.':�� F�ifl,sD6., L„ R'.v<.. :',,?c'{>C P Facility Total 4,320 SF $ 200.00 $ 864,000.00 Biscayne Bay House of Refuge as it appeared circa 1921 Storage 1,080 SF $ - $ Restrooms 1,080 SF $ - $ - 2nd Level Covered Open Air Observation Area 2,160 SF $ - $ - ADA accessible 1 EA $ 50,000.00 $ 50,000.00 Elevator to covered open air second floor { erg'. `" '"°�'" _Integral color"Miami Beach Red" ' . r a ;°, p�� � 0 z �, With foot wash•- d , ;u •To match existing trellis at 75th St x Allowance vs 1' p "i ,.g i. , .r .00;Mod No.3623 56'x37'S to 12 yrs-Landscape Structures i n a � <a .�.y _., ,00,00 Oolite stone wall with smooth seating top °. $ ^g�4408.01P oured to place safety surface-Landscape Structures Subtotal-Option 1 $ 1,638,620.00 Contingency(15%) $ 245,793.00 Subtotal-Option 2 $ 2,012,620.00 Contingency(15%) $ 301,893.00 ,,..•..a.y�`e.,.o,��.W�,.�:.A.„w,,, �,...„ ,.,u 6.s:"ceee,.� .................w.,,,<x„..,�.i.,� ,,.<..,ate..,,..,� . Park+Additional Program Elements Option 1 $ 4,178,017.16 Park a Additional Program Elements Option 2 $ 4,608,117.16 AECOMAECOM 305 444 4691 tel � � 800 Douglas Entrance 305 447 3580 fax North Tower,2nd Floor Coral Gables FL 33134 www.aecom.com Memorandum To City of Miami Beach CC AECOM Subject Altos Del Mar Park Master Plan Kick-Off Meeting From AECOM Meeting Date October 22nd, 2013 October 22,2013 10am— 11 am 21st Street Community Center 2100 Washington Avenue Attendees: John Rebar johnrebarmiamibeachfi.gov 305-673-7300 John Oldenburg JohnOldenbura@miamibeachfl.gov 786-415-6708 P.R. Knowles PhillipKnowles©miamibeachfl.gov 786-229-1462 Brenda Carbonell BrendaCarboneli(miamibeachfl.gov 305-673-7730 Julio Magrisso JulioMagrisso @miamibeachfl.gov 305-673-6960 Greg Ault areg.ault©aecom.com 703-980-0775 Brook Dannemiller brook.dannemiller @aecom.com 305-447-3575 Gustavo Santana gustavo.santanaaecom.com 305-447-3545 Attachments: • Kick-Off Meeting Agenda • Kick-Off Sign-in Sheet Kick-Off Meeting • Introduction and Setting the Stage • City of Miami Beach Team Members Introduction o P.R. Knowles to be prime contact for data request o Stakeholders to be identified. • AECOM Team Members introductions o Greg Ault is the PIC o Gustavo Santana is the PM and main contact for all requests and data distribution. • PO Modifications discussed between Brenda Carbonell and Gustavo Santana at the end of the meeting AECOM o PO technical name not the same as signed continuing service agreement with the 'City o PO doesn't reflect direct expenses as per the signed Scope and Services agreement with the City. Envisioning the Future • Understanding the Present Condition o Last open space parcel on the beach that has not been developed o Existing pedestrian access to the beach from Collins Avenue o Beachwalk section is heavily used by the surrounding community o Miami-Dade Public Library to remain o Single Family home within the park area o Existing vegetation used for shelter by the homeless o Surrounded by a heavily involved world class community • Setting parameters o Developing a program that is consistent with the surrounding community o Understanding proposed and future surrounding development o Defining parameters of the park as management practice for community suggestions o CMB+AECOM strategy and consensus on park efforts • Data request o Area demographics/stakeholders o Planned park facilities o Altos Del Mar Park o Regional Open Space o Altos Del Mar Park site survey as a working electronic file (GIS or CAD)with the location of the following items: • Site boundaries • Above and underground utilities • Existing facilities including pedestrian walkways, parking area, structures, and any other built areas • Trees and large vegetated area locations • Topographical survey with contours • Proposed park programming • CMB Design Guidelines (architectural/open space) • Future improvements/development within the district boundaries Schedule • Site Visit(Task 2): o Monday, November 18, 2013 from 8— 10am o Location: Altos Del Mar Park o Expected attendees: AECOM+CMB Staff and Key Stakeholders(as identified by City) o Site visit goals • Preliminary assessment of the site being impacted • Document existing conditions • Acknowledge landmarks • Record general conditions and character of surrounding properties • Visit the public library for possible workshop location AECOM • Internal Workshop(Task 3): o Friday, December 13, 2013 from 9am—1pm o Location: TBD (City to be responsible for location) o Expected attendees: AECOM+CMB Staff/Key Stakeholders o Internal workshop goals: • Setting park parameters • Park program development • Develop opportunities and constraints • Develop strategy for the Community Workshop • Community Workshop(Task 4): o Second week of January 2014 o Location: TBD o Expected attendees: AECOM+CMB Staff/Key Stakeholders o Community workshop goals: • Develop a shared vision for the park • Define park's goals and limitations • Produce potential ideas that are both financially feasible and environmentally sustainable o City to be responsible for the logistics relative to the workshop, including advertisement and providing meeting space Action Items • AECOM to commence the inventory and analysis process o City to provided requested background data • Determine location of internal workshop during Site Visit • Develop potential schedule for the remainder of the project and determine a probable date for final deliverable • Establish park budget Attachments: • Kick-Off Meeting Agenda • Kick-Off Sign-in Sheet AECOMAECOM 305 444 4691 tel 800 Douglas Entrance 305 447 3580 fax Memorandum North Tower,2nd Floor Coral Gables FL 33134 www.aecom.com City of Miami Beach Altos Del Mar Park Master Plan Kick-off Meeting Meeting Location: 21st Street Community Center 2100 Washington Avenue Date: October 22, 2013 Time: 10:00 am — 11:00 am Agenda: 10:00 am Introduction & Setting the Stage o City of Miami Beach Team Members o AECOM Team Members o PO modifications 10:15 am Envisioning the Future o City of Miami Beach Goals & Objectives • City vision • development program o park entry o amenities o open recreational fields o park edges and community interface • requirements • park issues • functional relationships o Project Schedule 10:45 am Recap & Take Away 11:00 pm Adjourn Data Request: • Area demographics/stakeholders • Planned park facilities o Altos Del Mar Park o Regional Open Space • Altos Del Mar Park site survey as a working electronic file (GIS or CAD) with the location of the following items: o Site boundaries AECOM o Above and underground utilities o existing facilities including pedestrian walkways, parking area, structures and any other built areas o trees and large vegetated area locations o topographical survey with contours • proposed park programming • CMB Design Guidelines (architectural/open space) • Future improvements/development within the district boundaries ALTOS DEL MAR :PARK i s x, 4 � z�a -x?`�-,,.0-..w.{' �'�s', .-,,. .��;�-. �.:tsnx� --.:fiur �...�.. -x ...: ka�y.,: .r,.�,;. ���5 °�'�.•�::a.,.3.a: 3 ,r .y. ma;.�;h. N`,.e e Y r ?F. � •;,vx,��^�x- �:-. _ 'N.. �t�-x.��,� { �-�Fad .a�'�,. a`�x.sf- s :�t � ---a aq:j�b��'�''. �•x �` x � :F :,c5 � � 2•7. et�ng D 1;0 t 4411 NAME` ORGANIZATION./DEPARTMENT PHONE EMAIL P- t P ( 'cam; (?)y -3 piS QS-T- c), 6\- roo annewilfey A C60 A4 3 -: yy7-3575 Eirack.Jakktawri//erPeleoowr.Go 16>e, 7eO' o VC irt . 44.4 C ae* • Gt•/l 786-?z?-14, f rl�t,t to •1 `�er4)AMIMr1H L•< t ,. 0. P.M ? .)" 67 0 j DNA '4 AECOM February 27th, 2014 6:30-8:30pm Meeting Place: North Shore Park Youth Center 501 72nd Street Attendees: See Attachment Community Meeting • Welcome& Introductions o AECOM Team Members introductions o City of Miami Beach (CMB) introductions • AECOM Scope of work o Collect, review, and inventory the site conditions for assessment of impacted site and feasibility. o Develop an understanding of the site's opportunities and constraints. o Develop an image of the project based on established development programs and themes. o Development of two preliminary site plan concepts with an appropriate range of spaces for general and passive recreational use. o Prepare a final preferred concept plan based on consensus from the City, Community, and Stakeholders. • General plan process o Park Goals and Objectives • Evaluate existing and proposed programming • Evaluate existing constraints and opportunities • Identify park amenity improvement needs • •Enhance aesthetics as per CMB established design standards • Provided a passive recreation environment • Create and engaging and attractive open space • Goals and Purposes of the Community workshop o Collect and share diverse inputs from the community. o Establish planning priorities. o Take into consideration lessons learned from previous community efforts and studies. o Align functional relationships and needs. o Look at three scenarios of possible frameworks for the future. Park Programming • Defining park program based on comparison of parks within a 1/2 mile radius. o Neighborhood o Community o Regional • Altos del Mar Park(ADMP)will be based on a neighborhood park program ACOM • Programming: Previous Meetings with CMB resulted in the potential programming of a passive neighborhood park component for ADMP. The following is a list of potential programs selected by AECOM and CMB from passive to most active component of AMDP: o Extension of the Beach o Shade Trees o Florida Friendly Landscape Planting o Native Flora with Interpretive Signage o Formal Area o Park Delineation o Multi-Use Open Lawns o Lighting o Sitting Areas o Walking Path o Open Pavilion/Rain Shelter o Beach Observation Element o Sand Volleyball Courts o Enclosed Pavilion o Tot-Lot o Splash Pad o Restrooms o Skate Pocket Park • Framework: Potential User Zones o Passive/Passive(Western Side) o Passive/Active(Park Core) o Active/Active (Beach Side) Programming and Framework Analysis with Community Reactions Participating community members were divided into three teams and were provided with one alternative framework per team and the list of park programming. Each team had the opportunity to eliminate or add programming to the list and based on the team's final program list, the alternative framework was modified and developed as a team effort. The following is the team's comments and results for each alternative. COM • Alternative 1: • o Alternative 1 Park Programming: (strikethrough programs by community members) • Extension of the Beach(the park is not the destination—the beach is) • Shade Trees • Florida Friendly Landscape Planting • Native Flora with Interpretive Signage • Formal Area • Park Delineation(minimal) • Multi-Use Open Lawns • Lighting • Sitting Areas • Walking Path • e:-- _ - _ - - • Beach Observation Element • Sand Volleyball Courts • • Tot Lot • Splash Pad • Restrooms(controlled facilities) • Skate Pocket Park • Addition Community Programming and Comments: • Naturalized Turf • Vita Course • Low impact • Low maintenance • Partnered with CMB • Electrical lines underground • Traffic calming on Collins Ave at 77th Street(bus stop) • Lighting: ground lighting vs lighting standards • Minimal perimeter fencing • Not a tourist attraction • Botanical gardens • Tree lined walks—shade • Restroom on the side • Neighborhood Park for 363 days and Community Park for 2 days (special holiday celebrations) o Alternative 1 Park Framework: • Do not locate a centralized architectural element • Vacate existing ROW on south side (76th Street) • Buffer adjacent properties from park • Create a safe crossing at 77th street • Provide pedestrian path shaded by trees • Provide more park connections to the beach walk AECOM • Alternative 2: o Alternative 2 Park Programming: (strikethrough programs by community members) • Extension of the Beach • Shade Trees • Florida Friendly Landscape Planting • Native Flora with Interpretive Signage • Formal Area • Park Delineation (No fence) • Multi-Use Open Lawns • Lighting • Sitting Areas • Walking Path • Open Pavilion/Rain Shelter • Beach Observation Element • Sand Volleyball Courts(towards the Beach Side) • Enclosed Pavilion • Tot-Lot • Splash Pad • Restrooms • Skate Pocket Park • Addition Community Programming and Comments: • No fence • Open lawn for Frisbee • "Hammock Orchard"—poles for hanging hammocks • Domino/chess/board games concrete tables • Better connection from Ocean Terrace(remove/move parking) • Picnicking • Sculpture park • Restroom • Splash pad • Showers • Running path • Special event location (4th of July) • Observation deck—House of Refuge Style • No concessions o Alternative 2 Park Framework: • Sand volleyball courts towards center Beach Side • Splash pad at north Beach Side • lIncorporate restrooms as part of the observation deck • Large open lawn at Park Core • Enhance Atlantic Way historic corridor • Provide"Hammock Orchards"adjacent to historic corridor • Passive shaded area along Western Side • Buffer planting at Western Side • Landscape mood lighting at Western Side AECOM • Alternative 3: o Alternative 3 Park Programming: (strikethrough programs by community members) • Extension of the Beach • Shade Trees • Florida Friendly Landscape Planting • Native Flora with Interpretive Signage • Formal Area • Park Delineation • Multi-Use Open Lawns(not to promote soccer) • Lighting • Sitting Areas(No benches) • Walking Path • Open Pavilion/Rain Shelter(mixed emotions—1/2 yes and%no) • Beach Observation Element(mixed emotions—%yes and%no) • Sand Volleyball Court° • Enclosed Pavilion • Tot Lot • Splash Pad • Restrooms(mixed emotions—%yes and%no) • Skate Pocket Park • Addition Community Programming and Comments: • Bike racks • "sand in your shoe" urban legend • Buried FPL lines • Vacate ROW(76th Street) • Park furnishings should be sculptural (sculpture park without actual sculptures) • Observation deck with no roofs-ramps? • Bocce courts • Croquet courts o Alternative 3 Park Framework: • Vacate ROW on 76th Street • Relocate architectural element from southern edge of Beach Side to outside park's boundaries(eastern edge of adjacent parking area)or at north end of Beach Side • Locate Bocce/Croquet courts at north end of Western Side • Minimal open space at Park Core (not to promote soccer field) AECOM Alternative Programming and Framework Results: Based on community members participation the following is a compilation of the three team's comments and results for programming and framework. • Park Programming: o Extension of the Beach o Shade Trees o Florida Friendly Landscape Planting—botanical garden experience o Native Flora with Interpretive Signage o Formal Area o Park Delineation—low/minimal perimeter delineation o Multi-Use Open Lawns o Lighting o Sitting Areas—benches as sculptural elements o Walking Path—with vita course o Open Pavilion/Rain Shelter o Beach Observation Element o Sand Volleyball Courts o Enclosed Pavilion o Tot-Lot o Splash Pad o Restrooms o In Addition: • Domino/chess/board games concrete tables • Art in Public Places opportunity • Picnicking areas • Bike racks • Vacate ROW on 76th Street • Bocce/Croquet Courts • Buried FPL lines • "Hammock Orchard" • Park Frameworks: o Native landscape throughout with interpretive signage in a botanical garden like experience o Lighting throughout the park with key areas in the Western Side providing mood lighting o Open lawns areas at Park Core with no soccer playing opportunities o Defined park delineation but with minimal visual impact o An open air pavilion to be located at the southeast corner of the park along Beach Side and should include: • restroom facilities • beach observation element • design with similar characteristics to the historic House of Refuge o Tot-lot/splash-pad opportunity at Beach Side's southeastern corner. AECOM Schedule • March 18th, 2014: o Conceptual Design Alternatives AECOM internal workshop (two alternatives) • April 8th, 2014: electronic submittals o Conceptual Design Alternatives for Client's review(two alternatives) o Conceptual Statement of Probable Cost for Client's review(two alternatives) • April 15th, 2014: o Client's review comments due to AECOM • Thursday, May 1St, 2014: o Second Community Meeting o Concept plan presentation (two alternatives) Attachments: • Workshop presentation • Sign-in Sheet • Comment Cards • Community Workshop Pictures • Community Workshop Alternative Results City of Miami Beach Altos Del Mar Park Master Plan Community Workshop Meeting Location: North Shore Park Youth Center 501 72nd Street Date: February 27, 2014 Time: 6:30 —8:30 pm Community Workshop Pictures: A Aar .�.v . N a a { p 1.14.,r;,::: * .."..** v"..` '''s---- '''''. '4444440;4 tit '41‘14,IIIIM *111111, AMP' �, tea;... • t a 4 A3 0M MEETING TITLE: Altos Del Mar Master Plan Community Meeting Thursday,February 27,2014 Please sign in: STREET ADDRESS E-MAIL ADDRESS OCCUPATION NAME (Miami Beach,FL) (Optional) 14 k ii)c., . : cs .. . , pt Reihre-4 . /' c__‹, et / j.974?ie'l II 4. #06 1)‘1 1,./ . --6 FGa f--- i a , Ldd,.., ,eit e (... 1.c. 2 I G , din , 6 Ofti 1) 11 /1 )0 3-e PL a . el-t 11 / // I r /I /I il 1/ ti It -VkA) 1 -- ',S (s3 I I '731 4 ( q 11 Al, Lifleb.id It P I ' " I Li- fl 6.1 AIAlize..444, 4 4,;),/4(. 57/. i er c...- A ■ ' -/g11.441 P4-trect C.7-e...ii Fre ) , a--- -. 51-9,-c... lf r-4 ' 14 ' ,:r-frC-41,2.,, Kr413%1L CAM 61k:vh lic'e? 11 GS , ZAS4dautPkit(-soiRP-E,(509 0.i...ta d ttr,-t.... 11‘)., --1( 4 ita2-r, .1" 124ti ti 441 3 _s „e 42 ti,5f-tir I t tiliNi F' it P)1 ei.., :-__.- .- 14'V (-6-'f...N-L-41-NC.-- c-, t'l i 1 i 1 le) -WO it +Lir 9e5r . .:i-M6tyr -1 Lif L c) Lk.)0k " • .. • I „ A ECOM : • 1), MEETING Altos Del;Mar Master Plan Community Meeting Thursday,February 27,2014 Please wry in: ISTREET ADDRESS E-MAIL ADDRESS OCCUPATION NAME (Miami Beach,FL (Optional) • c .41 ‘70. • 7# /air 110 r +y 6-11-11 L r-2 -n9 C Ave- Le 1 , p h°L. (or`t} Jo 0-1 ;tA 11 .`t -7Io 00 C011..-c, n- 6 i l .i _kVQc A tJAct 3.‘0130011; Aoe_ Lt�15_ CtN4N�tt ��50� 1,. ,ve+ C9r5\--C‘srl el w(Gt w,a 1(000 (0'i k viS .t4 Map/tr ?6o& (o /q AECOM MEETING TITLE: Altos Del Mar Master Plan Community Meeting Thursday,February 27,2014 Please sign in; OCCUPATION NAME STREET ADDRESS E-MAIL ADDRESS (Miami Beach,FL) (Optional) rte"-�rr+�ii' 7., .1Ag, b t e a7 ' • o A/t4c 'LJls/.7HJAl1' 113 111 pY 'Derefve c--eel-e rat cu-N od-P). r _ ,MOM I N IE (..) c o Y o w < o co Jo CO c 0 NI o c Q N }. Q O U o •c ct cn= as v cu N co m Ilk I- N =0 0 c E v o al E E w cli U - , w R V W > c O re co .c `5 W Z ci),-- n F- 0) - v Z ;,o •U •4 .o 9ilik LU CI `' a) "rn. E v .c 2 ° ,i. ` 0 ea a) a) c re iii I ° .. z := 0 Q aau,. 01 C) co co t s < o = 0 1, gil o a.., >1 woom , 0 -0 _ c j N c co :I— o z Q a 4 A . L - 0 w M ti M \ e W el t l O Q o. -4 cn w , N r.,7 j ., Z a I- 2 ZS v rC o VI '41 z ,:'. a N, R c, w ,( , ---(, . .... .. en w J ka k ' li I N .0 U e Y •,,Z U crs LLJ N = O II CO e 0 J; •. o C) as cn d a C p s CI = � tli co cam aE U- � c d w 0 E 03 U W p L W i U r... W CD 0 W Ce D m -0 W }• / I > -C 1° —.. •C e. O A # N • z o; W C p Ot' a. U o U. .C5) E ,.� 5 co N S ". -9', a :€5 — e4 p0 Y L C 0 L L. , a . ,t 5 a. a. LL. r 8 J 1 B ® g V e0 t0 � cr 0_p p o m co O �' •� L co N N -a L 0 < < 2 0 1-- c.) a. Z < a LU C W W0 on a. co W z >- U z F- W 2. 2 0 0 V 1- Z a _ LL co UJ _J O. l „..... i r N c U 0 U N w - 114 U Q. ' t Q 5 o • CD ei < U co cn z., = N D 0 w E W c E N O EU c9 W U L w = W > C w t _ re = -p W = >O +�+_ I- ,� ,z, O -0 u) -0 z O 3 W, C C aci 2 o O co au L c. C1 .c 'vi E 5 N o 0 ea cm N c �. .. a ® 1- 0 IZE d ®. Ll. N C L C) co co t N " " O c uj d CD co 2 -0 2 (6) �E u- c U) 6 a� c C.) « ® I- 8 a Z < a ______1 ri f --- k. 0 0 d fl W is m °w ��VI 0 q o a w kii .t) -----:, 1 0 . 1... \j LU 4 C\ j - o z s4 — >-x —7 . z li 0 1 C''' ---10 1\ ', re 3 ----7- 4 o} ---- 1, ,,,. 1_. - , - 1 \\,„, .... , 7 w ,,,..1 _ u) < 4 J Y d ,, N '14\ i'''l ‘ 4 A i-1- .... . C N D I z V O c.� ,, _Nc U < o O U—I cu 1� Ca c 0 U cu d co N a • a) CD 2 V cn co a) F' 7 N E a E N W U w re W > _• c W 3 W re z _ rw H >,r � .0 <CV O• ■ cv U)� N co ) Q O ca U o,, o o 5 E > N 2 o 0 co co ,5 a co ] 1,f)G ` Y •T c• o c Qaau. N — I C L 0 c`o c`o e o 0 0 W W W M L o V L isi 2 O O E c -o 03 E -0 0 o < < 1E ° a z ¢ a 1 s\t rt 6 lb J w CO 6 r ; G • G O re a Q w - • \IL 1 %., 1 Y I- a w c 1 r\ _ l H a: 6' v - r t b U O >- d° %'. 1 O Z \_. r ,� ' 1 F a a w t a 401 1 0 J O. L a ii fe ' 11 il 'io, . ` *� on J \ Q) I N s U C �' Q N M .: O W L u 14 mOe o co Q ▪ a, o a) .c a N N N 2 CU 1 �, a c 0 .N E 4 L w O c E G � O V E W v L w OC W >> c t ,` W O Ct W O• 9- _ >,-c — .co 0 >++r co O W •- ..._ et 2 o co w o vs }- -IL ac v. O 0 G la c O lb aaa � ° c� c ° 1•.i V . (. N ` O 0 - r--- 't W a� mm 0� c a iii E u- c u) ai 2 c C)• QQ2c I— c) r. z ¢ a 1 IN r. s� Q Il▪i in 1-- ...J . (.... , w ..-. , , . '4- -i,.., 5 ANA o 0 a - ► w a. w mit w it lh M Z f-- co Z I- a c) w 1 H 2 o — c O Ci i - m L o 4 z i L E a w ' iki Q J a. g li I z 1---‘ 6' 4 ........_. 73-- , • co L U C O -&'.°.---• ® ] < (,) cu L [ LIU N \/ L CO c. O N U as a N N ci O _C et co co tli z, H o o II : ',1\t E u) w E 3 . O T O co co Al o -0 ! w 6 ' f C cm o C N y 0 '5, E \I: .\,.., K, 5 a as cy) O C 1 d . +,5. . 4,,. . 0 CL T. .4_, ....„,;: ' -.,® tQ to J c -s- o re'a. a. u. to .0,:.,.k.'. ' ° 'II \V 6i to cos N p = o C � -� ® c :. c a Iii ED_ hi u. c o ° 2 s ca m cu E CO v r C'.< Q a 0 H c) i. z < D- V / 1. . . 0 p • \ t w rsc\, o • v< 1 ti C.) '',N %•'- < N. n a. ,...,&,,i. w 1-•• 4-, 7,--, 4\ , ..,: N's NJ c ' ' 1 N A W i \ C\ so F. 2 :1 ::-! , '---/ '71,/ ! t, L, ,'',,' 1 1 ., l ' 41) 0 'NQ : : N. ,-,: N ,.. ' -,, C.) '' 't :!'"--. ---) ' ' :I He'N., - cc j „,\ ,. 1,,,V n ,.. , 0 c4.,.., 4 0 :..i.s. 1 1 r'\ ' ii ›- ' 0 rti 0 ':'L' r\i'''.(t: ---,r) ' Z 4--, 1"\\-. % '''''''< 4 , ..--9 , : ,-) 2 „„..., ..‹, LIJ Iii i 1, — k V..., ,D ct. n , 0 t--.-, —I It .I., ... v, v) lal*"""' s N -czi;) y` U c < c.) 't s W ' _ ' W O .--‘--- itt..--.N o "--..` it co cn Z' i AN < a) ---,...„ 4 ,r, a) .g. * --VO a ,q), .4.1„ mi co ›... . _„, _....za . _ ,4.,11= 0 (......., , ci< 1,_ u_ 0 o 1.1 i . ° E sic w w a) c wr w 1 L 3 - w • Z7 w >,.c 4..::•.. 1 I 410 4_ Z O i co 0 — Z c it '` 0 d:::: d 111 ;t_......i NI, co „ , , O to 0 e• `Q c`v L N ii 200 —rn -0 ,c E. iri •- d i • Hn. c _ c N 2 E v c� � c�FF- 0 a co Q a 0 J W m W 0 a w U a v) w = O z }. U Y z _ I- 0 C) 0 H z E2 W co J O. L _...1" . - 6 I I )-.1 U c o Q o i as c u w m o @ 14 V '3 co a cn a) ci _� I 2 E w oc E o••CO N U w N U w W > C W w z -0 2 >L F-'').0) Z E 0 2 ,• N,_ ....4-. _O co a). �- w cn c„ 0 o CJ O co a) 151_ c V E E , al ,x c s..0 a) 'v) E N. 5 N �O re a l'Oc N CC evJ c Q a a L r V co c`a r i 0 Z - - el 2 n `, c w d d m ` > - G v- in N 0 •E ' c c� N a) 2 c ) < < co F— 0 C Q Z < 0- 0 J W 00 c,.. G W 0 V N0 a w 111111 a '' aw. U) v W 1.' I O >- z s z z z Q 2 14 ,° I 2 o C.) ,,.„, m o I- 1 Z a W 4.1%.,Nii co Q W J 1 t IA \I 6.s 1 I L C O Q O N LL I V � CO c O 1 co a. 4 < a) ..c ch o w D CD to 5E • o J co w E 0 Lit W re > c > w M -0 ' w O M )+L l H — 'E r z 5+ O CO I- o CO 3 1 °c' c m .: < 2 ° Et e � ! u N 0 p vi '- > c .- a �' v �. • L L r 0 , C 5O. CL. ILL. N CO 0 %..)1 II ` V CO CO(v v N o �o ••1 a- 22 4; N p () • ® ® c n y 0 ° O `� - rco a0i c -0 s 0aa2 ® F-- c) a z < a O J wCO 0 w 0 0 a w a w � F=.. O >" F- Z W O O a w Q w I c r U o 0 v ca .O LU Q) 4 14 p a) U co Q I N N ._ C • N V CU H a = 4 O u. N c W E E 0 p p c7)EV • E t U L W W cc j W p _ >,L E° w .o O cn o C. z -v• — o w -0 c N• o c: O a) ca c � i U o w cci o) p c v J ` c. C O co ® � ii J v N E • 4J to = N p O -\ r W � � .n N:0 .0 � � 2 vs .E , U) a N C o Cl) Q v < 2o I- o a z ¢ a r~v 0 J W O a. w a. - : U) 0 Z_ ›- co z Z w ' H O o r O z Cn a � W J ti a �4 9 I N L C O Y U (a LLI s 11 hir ,\ W W co L co •j W gyp W O `a I t F- .0 L z C 0 >,O - V)i o cp �. Z W O a rn o W ..3 2 1 co a) 12 o V 06 E [,-, N W Q co � N C �_ - a c:)) Q ®, � LLN N U Ca 6 Z im I.- O 0 C W ® ® 00 ` >,C m C Q i N N •� ,� ca N ai a) c Q < 4 2 o H co a Z < a 0 W W 0 a W co W = O z >- y z I Q W I-- 2 0 C) re 0 a z a w W -J a to • t � c o U cu LJJ Ali 1 r m0 - • , .V all d , -r► Cl) < CD 4S L, C 43 C) cou) i• i) 1410 co CD cI- o z, 411CI I ac o • Ew IN E V N co w U h Lb W L U V ! tu VI W .� N rn ,0 z U o 0 o.o c ^ o EC E N G Lu +r • (2 O co rn 0 s O (c. a i5 a R3 J o = o UCO �`c .cN o ? O co c c 0 .Z ` o a W Q Q m iii .— co N c c t N N NEu Q < < c I - co 5: z < n_ e V� a '1k N ..1 'N'Q (---, ,. , ......„ ,\) I ..., _ . NA / V o a 1.4 q ' . -il -. w . •4 M _ 0 I- y. Z \ N, - X i ,. Z z 4% -- ..4 k.,. a UJ i A ' -P. '-3 t' , i 2 ;,. 1 , %, ' N.„. 4 )- N. Ilk ..„,4 "Iti- -ti N - -- 0. .„ .\ vit )(1 iV,'(.4...i'l ( 4., 4 Q a. i •- • ,n qk 1 , ,,, c;,,,,, ,,,I N I L . ` C ‘in V Y a O w .c co ff ‘,.• 114 U 0 .4, 1 O. U) < a) rn G z ow w g < U cn 2 U Li.O � E wc W co U Lb w W N > > C_ W 1 L •L re W = 10 I >,L H .) z C 0 >,2 U)I- o 25 Z co i W C C s co W 2 O W II L. a) .5 E _ > U _ �+ U CA re 2 S.— a 0 Y C o g � CO` e`v J c � � u Q G. CL LL N Co C ` �2 r� 0 63 as Z 'izi 8 m 0 Cr 4 = S2 ..>.',,,,j ....or cp W CD CD m L. >,c Fs. r,; O ° O `� °-•' t ` a`) m v r t� Q Q 2 o F-- 0 a z < a. C F ,, <zti if0 _.1 .4. co G �' MI L4 10! 0 o cc 0. W • i Lb o Q a .IS' cn w D i I 1-' i 0 z E (I) Z W I v t 14 1 JD P: VI 0 a z 4' 3, t) [-fr ,4., ,..., E. w , 0 (P J CD I t C C o • [vj Q U co O W °' V m c 11 o cts a < a) ci cal ca >, I co c w apo w LL re cn w > C w = 73 W O — _ >,_C 1- _ . Z c 0 >,2O N co N H 0 .0 _ Z O W co o)� o - f c U ca co O N O t WI cu i el d E > CO i • ----- , it 0 CCI CO -1 c ,_ O 0e`ac`arN ` = o Z - - ds ON W p m >'c 5. iri N 8 �� �+- .le co 4i N c cu E o C) 74- QE c H ci a z Q a P C. O ,; LU m . CI ' . O = 2 .' . a LU ,,* o v C. mIlkiN In LU �--� M I 0 ~ ` 0 Z_ . A Cr) '� g. Z Z � a 2 1 . ,., Cvl ''''t O '` 0 -y �- 0. ter `„ w CO O. •-.,...... 0 r _ rn Q U C o ca w � i� Ca c O U (u < a) c t C ce ci V cn upi : a) 6- E o uJ p U L W re W > > 11J t m = V • W +. _ >,_c OI I- N O I-- e Z C C N.2 !� C • p -0 4 .,, Q ea N O 2 - V L. a) •rn' E j co c ` O O re U v • Cti L. J c $2 p 0 U c• `a ea r N L ` 0 0 a) m , W as o • DD ,_ , c E. 'vi E u. ca ai:4 c C)• Q Q 2 F- v a z al Q d ct ' - I (-1 cl d 0 o S l') gc...T ‘ti ...,.-- c...5 1 S Z. v — , () 6 .. .......... sq t 0 _, —, ......3 w .." 0 #, 1 5 2 I AMP° • 0. 1. l' C) In 0 V 4 < .) 3 0 v, a. co 3 n w x 2) 0 < >- I t-- s4- 1 Z .1 Y ,,, c2 u) . r — r n < 1— ... z ,(.." dc.! -•)' ) 1 w I- I 2 `›- 41740 . It="‹ 0 1 t , re >- 1— 0 Z i co 1 w C'. % 1 ...1 ._ ........ ix) o_ 2 4 _B .. , .. .. (5 / ..„, 0 -N. t ' (.. 11 1 ilk 13 0 2 7- 0 I Cl) L o (..) ..c o Q co V W a) 11 r m c o 0 if Z. 1 < ci Vs' ce v cn CI Ti 4.4.1 W D ago ,- .. N W U - LL ix W > c W W >+-C v I- c C 0 Si� F6 to co 0 o -0 Li w tti cm _o 2 c c ai J 2 1:61 o .0 0 0 '' c C" 0 o W E. E G d a) t) 5 N `' re to °) a _ `, a c �� fi "N O U dew aa , C) co,- t`o N L 2, o Z - - a) 2 m L- +' c W 4) dm , >>lc O D d c a N yN •� co N 2 c 0 = = ,12 2 L �° a) m "0 s C) Q Q � o 1-- co a z < n. t • S Z '4. '"..p*-----_,, o f J m D .. re a w ,. c.) ` ) , c E Q s , 0.(f) L -± - r- I F- d o Z . '''' .f \j %,./ ‘,..) Z Z } -----3 0,,,,,, O , r. r- C1 _ < d -4 -. _....) (1).\_ o ?) • - 1 z 0 _ a. :� J 4111111 '.4 Q W '-1U) q -4 ' •- J V •i *'. I :_:,,, Q.- 4 0 , Z. ---) ,,,- L ....) I 4z. , (...) C O Z -NC o 0 ct O u-i V in c O c1 co a d 1 cn Q a '')-' o cn a) ICZ. g v a) 2 W °- = Q o E w c E o w WI U c W re > c) > t •13 O L 1- s z e O O — cn s�� O J w z co co 2 ce ' C N O °' ` 1 0 co 0 a) E c w F. E N -4,--. t� o s a) -5) E ..... 2, o O '-' Q E � 1 v� C O .to .to ..J o }► O ® "v. I,. 6. 1..: ,_ I= '5 r ,0 . . . ..„ C4 o 0 ii' -° U •a N. 2totoE � as a c O �a s a, a`) co v .c° O < < a I— o a z < a 1 5 e \.i 14...) i ‘1/44lib 4 ?ft V o W 0 11 %. W ''S.G o . a w v 4 Q a o Z �. I n 1' o z � a it a W W J I 1 1 I N E u . c O Y U v co W S t. 1.1.! co . ... O r3 U co a is < o if o re U N O 2 r =cn CO .. F- E CO v = w w > CD c w _ '` re >+• t I- 4- C Z E •11 d o as O ii– o z Lu al al 63 a) E c U O co .c N e �' o 03 rn 0 c a co '\ ühi $2O o O U ` 0, q A - , 2 2 W• ® p � xi c a i,; m N N —� u° C co ai c • O O N 21 CO co E v O o QQc f- z ¢ a co n 3 8 ,4 w 1 ift 14 0 Cdr f ;\ J w N7 ilk m Sil ww p -r, i i E w r 'O < I j.,,,) . 1 r "`'''' ° \‘ '7\ r a p w r O` t + / w i _ 2 ---,:—... .t•, , . „ ,--, :2 F..k-. — r..„.e 1—\ ''''' ( '* 1 0 0 .,, .- ..cti r, ,..) ,,1 - •I. �D ' t,) 4 z ''N. i r fit_ a w 4 I u) I r w < a 1 a 1 k b g t . N I e1)N U o C ` rz\i n a,„,Z Q 0 co _c) • -% on c.. w V 14 CO c O U ` L S v N ` co Co I- • U w O N W U)cn \\�y W ii _ O A t F- . .� 0 z 1 d—O \< ( H � W O -O � to 2 c c .D 40 2 O :«r O d L cc c s 0 r a. oY .L Co Qn au- - 0 m E L L ti ` L = �/1 U CO CO N _p n o (_ w 200 12 a *ui ct) 13 U• QQE o I- ci z ¢ a. 0 W 0 ce a W V a co W H 0 z F- Q w = 0 V ce 0 ,- z a U) w -J I co L C.) c o O U ca W i! O U Co .] t Q co < a) .5 v) C N rx co •— Q co co _ C V_ E w al E in 0 co E w v w w > ci) cm W t = w 'c O crs z o a w as i CT; -2 . , 1 0 0 c:\ , i N 0 L. 2. L 'rn E > 'C ! d NA �t -,c c O a. c CL a U.. N — 0 1 \,,}E V co co = N o 2 e.z co D t 0 m C Q a) iii N c CO 112 c 0 R < 5 O F- co d Z < a. h . t ti o CQ/ r , - CC c l .,„ k r. O• yN. 4� E :\L J F 44 h cn ' , - ‘f N 'C '' :: '' '''N .4.:',N. s Z li Z \ � . 2 . ' '`,,, - ' Illk '.."-,...- .\..).• ii. 7.. 0 LU t-,,, ^4., \ ' % ' i \ ' -i) U) n , -... I '''Q Q Nom, Iii N. N 'Z I L ao s ` C tom/) U as V 11 LLI N 4 L W C O O U co M Qo re I` _u. � m O E o E O E co w U w W > c - W W = 1 _ >,-c I-. 4 rn z — .0 0 5,2 C cn co N F- o � w C c � 2 c N }' c. C8 °' 2 - ° • w Y -c r 0 L a) 'a) l l (Ni ; - 2 O -- 0 w ._ ----- r--- a_ ® ii J r N o C re = 0 _ ../) � dG. u. c°� co c s_ u coo too t N ` = o Q a) >, a— - w 0 ® 00 0 >, c - cn N (no .� � C co N N C << 0 1-- 0 C a Z < a 0 -J W CO W 0 re a w Q a cn i O z y Y H Q w I- U 0 cnz a W J a ALTOS DEL MAR PARK POTENTIAL PROGRAM ELEMENTS--p, ' ' Tits ALTOS DEL MAR PARK RANGE -Tiff TAPti- 6V/1- Tkie,. 1)C11/VATIGN i i A -R.) tu 012Extension of the ulti-Use Open • San olleyball 1 Beach Lawns Co r • Shade Trees Lighting • Enclosed Pavilion . . Florida Friendly Sitting Areas • Toot Mall 01 Landscape p Walking Path • Sp lash Pad t Planting • Open Pavilion/i i • Restrooms ,� �� N • Native Flora Rain Shelter' ' . Ska ocket 1 ifti Interpretive p Bach Pa Signage Cab action . " • Formal Area Ele ent � • Ex,fizca MOW 777 • Park Delineation *r FL ° tx',r, `, t*s Z°,F AECOM ft��� � ,xu?r v.�! e�� '' to n' �ibir�tt� .17.04V% 11*YC I 11 i —1,1X ItAKI"..i t2XV MAINir ° el•leC,,,, L ti%) 0 Ttpi,PcFPC, 64(LiMiN6 a c � 5 �5 . C 144:0 LCD 1\ki 51;4164: 11)$ ? MINIMAL . 110ar As 1)(45-' tin . IZWORICtD % ; DAT5 - Cdmmumirr 21>kr5 g E . b-a ih'4111:-Ma:1k' ),',4 ibitiniRia,,,„,.:4-i.,. ...„..,,,,,„,i,„: ;L.TERNATI A Via� x r is. a�s �n �s i x . w1� . 4..i5:. ,,,,,,t..,.f.::,::;:...;,...1.:,; 1 4•••14:'—':T.1 . . ..•. ...., ,.,...:.:. ... ,:..: .. kisitosit girtif .,...,,,,.:::„.„.•:-...,:„..10,--„,",,,.,-::,,,t41 - ‘44:,-,,!,,,,,.,,,,,.. ._re o "�,a ;t r` M, f i F -1 •.„ .,.,... „..„....... Iiifi„. 111.,,,,„:4-aN:laiks.i.4,1: ,: .,,,,‘ . a i,,,i4.agnegitik-1 w.y i ;< ; k i y $ - s F �M ff r '�A :a ;f z. a - E ` Y 4 Y � 111" L 4 6x-z _ im it , z T� • 401 .-.---'':.'5''''?:''''''-''' 1 i z •I • INIP c•Ailit::dtaland . ..,, -- !,-,.,..'..';•;.j-l'e;',1:',,:.:::..,:7h;',11 ilitallill tad• s • ilk:2141141111 VOX pa "��, m �� ' m fi ..My �t.� .>� . •-„......„.„,:______ _... ..,......,..... __, -,,,..„--, -,-"V%-vat' 'kx".>ft: ''•-- 5 „....., .......,.,,..::.:,...7,r.„,,c,N,,,,•tt,.,k,,,,::.•<:.‘.4.:N.:• ,,,,..,-,., • AM. . tOAd''. : 4.. V>air"-'.. -. --1 1 1 46Ii!7 - —. -- -- oeco '')Ile .510e, - ciis 1"rie 1 .1kviT110141/4 - ALTOS DEL MAR PARK POTENTIAL PROGRAM ELEMENTSINACT 2 ALTOS DEL MAR PARK RANGE , W 4 • tensions of e • Multi-Use Open • Sand Volleyball Beams Lawns V Courts --,l dkv,45 'F.crk --- Merit au � • Shade Trees V • Lighting V • Enclosed Pavilion • Florida Friendly • Sitting Areas,' • Tot-Lot Landscape • Walking Path./ • Splash Pad Planting t./1 • Open Pavilion/ • Restrooms • Native Flora Rain Shelter X Skate Pocket Interpretive • Beach Park Signage Observation �-14 1 t o ( €.�� tGr.i+ Fr� J ties) • 111 Area,/Formal Element 1 • Delineation,/ ,� 516.E%a� ve3 6.e, L J Ju 7: Park Delineat i c. AECOM • ,,,,.I r*fr. a)1,e are- Park -°Meng ;i7,1. T?..c v"*. ...t. °ill P` N 6 �' ;r � r V oo Ve re e5 /e •rawer .pfem 1-61u41, ki. „I21,0114:v(6)?ailit • og Orc r s ole V S ' , Aeon� i . .Tow 11 to /,.ie5 6 4 s -315e,ficir conised,-6011/4 *rie..4, 6,-/z-tedu-t feafeze_e_ igeseteoel#40,&) R,,,44, •'� \,<,�a -_ \,>. `3 '.":.'s�e �, \ v,�i.a'- .. \‘\''''''' \ "\v tea:,., >Ck '''‘i ALTERNATIVE 2¢�aar- „Li e $Y n ., is s t x :. . /titaiiirW.., -lc,i!,,g,:: ..„ ia::!:..;,..,':.,:::::;;it;:.,: st, '-:':'- 1U s, V� ► kg:.04..fritosisi mow. ;,- s �, e :... 1,- k;-::', ..D.H..'•:.:',,,%'",' 4.t3"14144414; "rLig�, xQry, . e i v ss^ ,%,,,,_ ate. f f � r '* �. , §,„ § ,, FYI'" ; w'`a'., s,°.-"� S ( ---:„ r'e 3c,�.._,t'.,':nY �& > �v ,,.$ e.::�.F -�„ ..�3��»��r:- i ���...'���.xg�n.X- �'.�, `f��°H�'� EE • ;> zi.„,;wilimousta:::i:,: ;.::,:„ .::-•-••:.:. ''..0,, s �....,.:.,„.,,.„.„,_.,..,,,...,_. k V.,,,, • - ',,,A:::,.:,:::,:$:::..::':::'-,i-IPM:::::::,,... e - A xc $ .37„fit _ .:�,'j may. t ?a p� �y F iiM tt�F YQ. 'v 3- 5 �xr�: 'r. �. • aje : -� «y._?.e C '8 �`ate\`•.''�:=&' e, .'•_Fes; ??' \�:` "��a'�� •\a. ,i\,�"�:ta Y�,�QM` "`F. . ^'• a T"J.' .�.»•a*:'v'pp���'er��� ti� a.i"�'3 -:a��,`�.a". \h �` `�."_ �s.m'�. ;Ym ` \,.- ., a.a». �� . \� x�'.�'wj"a a`�.w..•- yc�r` w> 3 qalijklifttkit... .A>', ,, , - , . , 3 ,<v.< �:.JY>seao3+o`k v: :� . .� .c m .,, `j vo - �aaF `�. bh� F+...+�C.,'e 4 ALTOS DEL MAR PARK POTENTIAL PROGRAM ELEMENTS-ALT ALTOS DEL MAR PARK RANGE ui • Extension of the Multi-Use Open • Say # e* Beach Lawns of,. -war .6eerrts- • Shade Trees V Lighting • • Florida Friendly l✓Sittin Area • >Tot-Leif (Pei 1 *J(1 Es Landscape if Walking Path Planting O en Pavilion/ ! s ' y � < • Native Flora p• -✓�� J�Rain Shelter Interpretive • Beach L Signage ,1/1 • Formal Area a Element • Park Delineation s fir mom thht+h,' � '°`{P`-" �'! ��",.*t<r,V3b2;=i S 'I. 144'?x,.,` 'u4d't e W . ry :1-42 0.vr )r .\9. 'Clow eR.C' (04‘- a s., •., Q gq. ..., a ... ,. . x <i,.� a YL`:,.:.t. i .. ....,,,�� w21.t�. haviikl ,@.aEL., -- :,, ,�., ..r., Ltik� C•�5f4 `. ... `'6. S- 4 ' 1 zwti: ALTERNATIVE 3 f P , �' x�,��y-. M.• ::' '-' i.;;;;;; !7••7!:';';71::' , .- b R xF iC Cy'�AOa�Cik"3e ' . ' �� re, MEW Atgi�--,,as 3 °owl s: i, I y, 41111111 .,..3.:',, c 3 ,� f5,'a. I r l : a a' � _� 3 ' r " a- 'S ` x x - a� k T !„,...U".19,assamosollp,fttagtikkatiONSW.5tk•kk.,,,,,..,..,„.„....... :.,„„•, . „.4., ,,,,mlitageo:,zio ; si • : _.14,1!;!:,!r!gt7: • :. ,til:iii.ogipliti RI -, Aillegill 11.1 a .sub Iii -4;:k ,.,,,Boomitommikimpow r , S 3 � k e, c h S ..'�. '� :*'\�to i a k �f�fir. :. '��� ��\ �=. k s. *F§1 . ` .Maas"�'" a;a .-. en3� as - •a ���w ., « � ,-- .> ,:. „_ �:.'� a.>, `'n ,.-,,j> e .: '....;F�'s��...:_�` w:�:.:.st u n... .. '�:. "t. bra i a •.,k, � ,�.'>a^ 'F.._ ^ MEETING TITLE: Altos Del Mar Master Plan Community Meeting Thursday,May 1st,2014 Please sign in: STREET ADDRESS E-MAIL ADDRESS OCCUPATION NAME (Miami Beach,FL) (Optional) r•I Fr- :N k /4.s" - ,ter �tr,�t k Q -+-he'-L czc-In• .1 1' �.� 1. ► ti�'r\ 0\1 �f I'J <_C.L t t r`4 r (Y1 I 7 I C? I S 6 2YY\'rl.( CoV(' l' 1� r `S � /1,' "` �v4� °C�2111A 1 `l '`.? / J 3 a�/��//� l/il Z'�.,%�1'/•��--��e`�!r� % /2214 L .x// 1( ` & /1 r, ,e,cy -= ' /-(__ C.•6 cif' f 'K `YC� � ' a o /. 1 f L•� �3�'�r i Z-- ' ' 6-0 L-✓Ly 6 e L . C a ;Lt nn I 13 3 r n4415c e • -;f , K f Et-) �A e -'��•rte �l rr� ��--Vl �__ � �.j C k P-�- pe.c2Z. k°S coo n,5 t' (�:?��- 4�. 1� 1 e L.coni RGLn d-4--r Rthe '-1 .c 7tooQ Cot I 1 5 r heEr'_.s a , -0-,(441,4)641-44/tt tocrit r\-) -41L-\\ YA.eA,c0.9- fuk Pl-il�ts��riG� e,�5 nLC ��mcwt-� v) n ' c !u to tY1 C�t I'Y'\, L l Qrn 0 I4a U li AECOM . . , / / 1 I' 4s ----t ___.,„/ /7 I 4s1/4„7 4 - 4,(1, 6 0,1,, ,,. ,,, , & 0, A fivi ,r. f°6 .,- 1 /I i . ' '''Jt;"'C''' j,c6 I --.../ ---------------__. l e----)--”, e,` er J. Le i 10 i\ecoc -o- c9-Q- &brekroz9.--(c9 t _) , fp toAl (1)(41 " "\-t" c ,- - f-iii ....._.... ., , , ( 4. , t „I , if ..-1-iv ,, Aufkir )& . . 1....„7r-. ---,„ v 04_8- --t), ', 7t''' j .ff. 1 VA ----' jii likt Al - ,'1/41 r v NN . , :&(‘- ) t 4 tt\I-\, ,/,‘ , 'kil V'ti iiik , • (-----:---;„.; ,1,-i- \ g: IA 1 k )(7:- ) J < ,_„/ 1.,.,2 .„,..) ...., ; \i i N- ,e) % V ( 9-' 11' k'''' ‘iililor i \) co I :E Z U c o Q u w L w m c 0 4 U co N C'''") N 1 Q N o ce 0 cn 1- L °- = 0 -4 E w E 0 °� o � N c EV Co w . , 0 CD LW W d Q.) W + <2 N = 7 .�� z,. re ` w N 0) V! 'cu E co co o 3 c c.r o 1iI o co rn � c I OTC a ei L. J o c (n Cif . rs.Q Z d d � '' o � a ` W88m 1° >, c v • N N E 2 c ai 2 Cl' C.)• < < g I— U a. z Q a. , , . . -... . . . .ti‘ U J )1 .#.1 ...c ...0.. , ......1/4, '1... . . 0 . Nil 1 , ,., 0 0:1 C I - to \ i w 1 ,., .4,4 'J » O --) . t,,,.... ih,YID 4. y�v f//J/f�l,���' W a. co —, [ W ,br t F A . --h, ri , D 0 z >- :Itt w i W z 1 _ V t k n z t. I I .4. . Ce a W r- . cn co 1 -4001 P , , .........., _____..,:, ... , ,(,., ,,,„ I • • • • • .',- . ..-.'•..:••-•''T'-','':,-:•,''•' ••■'.-','•-•.•-,7',,U:.; --,:•:N=.7-4.:.,:•'-',' • '''''...' - .' - ''.j 0 .: . . 777 4 ( '- 1. {Y'_r,r• (/�\� V/ :fir.;-I:Y -o. -7M� f-- �,/A� C - -r� x,.,01 1•rl i -• - . 4 Y`O �t,z1 }- X :,-..`. .,...„,.,:z',.", t iL Hiu •I 1 - 1 ..k r _ r r/H .. - 1t1 0; t w - - _ it -� _ J } , 1• ', • yt , ;p) 4 Z ,d O '\V' l A13 Al , _� - . .r 11 -.•�+ .�4r fl•Q . � x t; =i :,,.,,,,. ,:i,' '.';'-•...2‘.: ...-'-e--...:%•,.-I.•• .' • _,• ..,0..:..• .:: . 1:•:::..--.•E:F:,-.:2. .,.:.„;:-.,,r•,-;-.:-..,.. ..,i.3,.,,...,,i4...-..,,,,,:,,,., :-....--„,, ,.-6::.:,,,,_7:,..._-,,,,--•:.-..,_,,.-,::.,..,,.....,.:-,,eL,.. . .... ..:.„.,.. ,.....:... ,.. ...,-.,:.,...,•_. • ,,,,..,,-,.... ......c.....,.,:...„.,.... ,, , ...•_., •.• ,,, • ..: . .• . , . „. . _ . __.:,.....,,,,.., ,. .. ..„...•... ,..,. . ... 1 --, - - .,... "-, —,--- ,.-.-,,, , ,,7,4,,,..4.v77,,::._.::.'„'--,- •:-.-.,•-•'• ••.: •-: - .,-..,...•.-::• . '...:'...-,,;-..;:, • :-:-.:'.-<' ,.. N. �rN O N ?' �7 x C �N Y 4 N Q)�s ■ 1 ...t , . s\% tl y * o it., N . -1 m W r'' I G 5 f.; O cc a *3 4 .to W V < te 2 i sr 0 z i 0.. "'� _ O g VI M . ... Z 0 .4 W .4 a U a 0 O ---- . �a` H (-A .E- v en 1 c o < c.) co ( i.9 W rr Ca c o co a. co cf, Q a 0 0 re V N 2 N CU N C xr: C w o c E 0 -,.,....,„ E E W co 2 co V W W re G CD CT) U > al) .0 W re W L a) = 2 ri to Z co C 'o N z a Z L. U v Ca p. w - r E N : . el N .L C O c ,_ - . ® l0 t3 J N +r p f. Q L. L. ` = °'& mss`` $'' a s 0 e® ni p = o" :P: ' r- Z d a) o .o cn hi - -O a r co CD Cu C) Q < c 1-- a Z < a.. , . ....,,, .. . .., , . ......i,-, .,_....,- NY . ......), il , . ,....,...) T- •. V• ...I ...„,.., LLI '",......,' CO .S, . . , CI LU CI ,-, -_, --, re CL 1--- At LLI C.....1:-..„1 C.) .--) Cf) J , -,...,_. UJ 1••• ..- c . Ne Z i I .... -,..,,,.'4•: Q U) tij \ ii I- ....-....-,,.....-. -,-..--6 i • • i 1 LLI rX,...: 4.....) . 0 C ' 0 .,, rt k....-...t- ,,......„ >- P ...c -..-3. , , °4 Z .'r. . _.. rt . 111 i.:ik., ..- .7;# is Cl) ,,:,,,, 71 ...--- (-:1-7---- ..J j -,.... s..... . .;./- ..„,, . ;''' ,..-.....7 ,..d ,• f't:‘ t 1 .•:,:c o U c V o s.. Q _ W 11 Ii o co w � 4 w w C > LU CU CA CO .` r L= _ �' _I- co w-- .� Z y C t� : 0 a coo J• H C -v.� Z O 3 W d7 . O C C }, O -N N: 0 C V c p . c a) al O W ET.-._._ E , 1,- a) 'a)* E 4 4 l'IN 5 1 o 0 e0 rn.0 c a! co co O o 0 L � C.) co co V o O > n C) .: .O -co. W ® ® � t 0 iri 2NH °E � ccu a ui a c <R 0 1-- .E z < a 0 W a a 5 O NA a a. • W L� H 0 y � Y F- Q 2 O r 0 „0, g 1- a a. cn K O. 1 N • I *.E O U .he Jr Q Oal Jo w V ca L W 0 — a) V U co 0. N < a) 0 IP V a} ci) 2 cn e co O . N = 0 c E p O 0 Cl) co w o o E co P c.) -C w w re C > C W CU co -i= Ce O L = 1 _ N O,L F- d c O v cow , P N 1 �0 -0 f.... W CD 4-, N 3 ..�� C C 0 o C O .0 ' 0 N +� c r U CO a) S ° w a c N G L. a) 5, E > a) - 2 o t 0 o co cm c 0 c a i5 " J N C O e c`a c`v � 0 it Qaa c 0 d (..) v CO n -C o `3 o W m >, >+� 200 — m . Co a� y O +8'' 44 "I . co ai CCD v .cc V < Q E o H 0 a z < a 0 .J LU LLI 4 G 0 re LLJ ' V 0 cn 2 f O z � Y O . re 44 arli O 1- a W J A Li I L N 3 c..) C • 0 V O co W a) 11 L Ca C C O -- N o co N 1 Q6 I o cn 47-1 • a a) U a�E LL O -4 E A. w cn c p a) E o in E c° w o E w E ' w 0 _c re ,♦, W C . O 'C re t D a o � w + ti' r H U) A t .o 0 R c0� H W O ♦ z M 2 C �,` c ti N 0 �\ U 0 W 44 N_ N 0 d a) .� E ` > — .c N O / 0 co 0) a) c a � L cu . AC C O � aa � '= u I a m _ 44 t E L _ N O L '- �• C W w CO >+ + c a uA p ' > O vi i 2 hi N E C N c N O < c ili 1— c.) a z < a. gc, W 00 re• \ w a I 0 Z >- Z i 4 o • I ,41 a.• 14 Itk w a 1,,fir a. N i L C U O Y 117 1 U N W 0 1,1 ' tit. N V co N N 'S'4• L C cn 474 = ) 0 cn Z 11., co a c I.L. N m- � 0 .- w Oc E O .. N G o U E w rte, v ++ W w CD > .c w CA L • re 1 ;1 CD 4a cza +J ca 3 2 Q c c 115 I 2 c •+, O 0 c C) 1- O W o. E N 4 c m a) •o, E 1 _ N - - ° ' 0 co °' c a c.) k el ic. -Ne ;J 1.14 Nii Qaa as E u ca A t .1 p z o c W 8 O m >, �+c n iii 0 0 �_ c m E v o d 000 � G 1— U 0- Z Q a. , , L 1 0 W/ ., _1 k A e 0 n %1■\.1 0 w 0 5 . o cd a a.)1/4' W 1 ■,, 0 < a co i w 1 1 i 1 n F-- 0 .4 Z >" co I— ‘111 Z z . < w I I- 2 0 ',MI t) W. re k N m 0 >- 1— , Z .k re - , W 4 < 11. •4 co 1, W ,-- _, ‘1/4, , : et • .. . , .., . , 3 c.. .- d Z 1E cn U 0 C Q-___ . Y Q O V W °' 11 m 0 o c0 a N „,, Qp) .... C °' c r a cn Iv -( () � � M _cn a) a = W. o 4_ E W 0 c E8 t. W o C a) E N U •�-• W W C �' 0 CO> c V w d co L •_ ` - W re •; IIo ° o ca 0 Cl) E o - � Z �, W Q c C N 7 (A) O c I5 o .n C) co N E co o_ E U 0 Le) a) "rn E 1 ce0 *. _c 2 5 z4. z 1 i co co °' 0 •S t' = •- an i5 — t" '-- Cfl ii co — c In l f '-'— Qaau- U ` ,0 N J i OQ '` Z _ _ d a ifi 2 RI• iii a7 to � � � cc I hi co 0 ;e7 0 0 re F— 0 Y. Z < a . ---- -- 1)," •.1 I ` J 3 . ‘ 0., v Q =, _ , '',./, 2 'ci 1L `~ ; --. .*, c ,_. \J 0 ..p , S _.1 1\.... 9-.4 1-4 COi I te '' ' .......co (,,, CI iu •-, ----' d CY . l'' O % ce 1-,z w _20 l' fi -R 4 c.) . a. 1..0 -•P• 1/4/.\ I 1 t 1 1 ,., -3' - .r- -4) -i' .*--C ' f F- ! `� O i,)- I:. 1 ..,-' �y ,- z ---‘ a h '6:-: $' , T , a --1 4 i_ ,...., D �4 o v - F- a s q ..P O. }-J i Ai.. -#7\k . S "1 " I'1°I° Z '' 'A I 11,E .t I,' q e..e ;, -rim it -,..? ..:.:, ,,. , ., , . rs.aciar ,s . 1.0 cfrer4 la-Vp) _ *r - i. or, Lz7 ,i7 eif,(4 cn,w c,-.17.0 ),),,y,cv (16;)?,_)j-) 04...s:.14 *mil L C141141,03- t71 Jl." x-61.1.. < I 0 U Q o u w 11 m o V a) co a co Q L �C' re II V cn w0 4 E w c E of o a� Eo • co (7) w S$ � - w W > c w U) L w • ++ _ N CD 0 C o -� W L.. 3 g Q cc� c oi 2 O L AL 2 c +' a Q d a. V. m E L � 1- p N 2 2 v N >. w w a' CO >, >, c cn c ai hi co Q ' 4 .- °' co a) m v s 1 A 1. lib. r ' I ; O „ i` . J i N ' W t IL > �I O j cc a. '= W . ' a a \ t �'1 `, _ 4: NA, 4401, Z ,,.? Z �` Q L e d i i' ' re 11 as0.1, O i 4 _ 4 ' imi Z 1 ,,.. • W It e i 1-Lit lad J r n. 4 ill 11.1.1 a.. t ("....Y.) —--- . I N V lc (...) c 0 .......) a„,, U (0 _. 4 ,‘..,• %.• W s I' CO c O ca 0 co lJ a Q � r o co 0 (DC E p ci _ . 0 ci o E i E cWn U `� W w C > c w ia L m re f • = C7 W fit . ` 2 N >'L u— d "_ °' z > .o 0 '-' W �'/ H e l-4 z• a`� D 3 '� J w 2 Q c c a .. 2 e p 0 c s I. 0 co re a) .c 2 c }' . -415. c 0 c Q p c C3 as p o , 1- 25 aN = .� Z — — d " c O W ® � 00 �, >,c . N cv o C.) Q B c i- o a z < a. LI LL 4,.-- (--- 3 'ilk _ 1 ")J ti�-.' W ) Z 1.1i ---) re I ,, ti) W `i UL z 6 zi ‘,..t, co ? W ,... i a ) qi t ' 0 m o :2 (I- E c.. i W v Q Li) mig _j r co ;15 (7/ a t t, ,.r . .rr LL 4 ' ,) I En t U c o O Q al • U-1 c . 141 Ca c o -U ca fiCill < a) 4 re cn a 0 u. •) 0 O E CD W to 5 V @_ w%,,,. W C > c ` W co w N >'• r A 1._ y - rn Z > c O O N C V � l Z O �y W I g Q cc 3 2 O c V l'0 � o N � � W E E v ° I It� v Qa 0 c t) 40 ` L. ` L C) ca at v c o o 1-- 22 gN = ,�, C Wppm co >'c n. 'co N N 'E z c (° 0 hi co c O = � •9 i s co E N co co v t UQQ2o I- c) a z Q a yJi L 0 W CO w 0 w S . G cc a W Q 4 i a co w = W O Z Z ) o I \.,..9. 113 V re m A n LA 0 >. t-,,144 4 I a lj . 74,, W. W , Q -, tb a W A b J i ' a # ` Q - I c cn c lJ U - Zo, Q u W a) 11 Ca O U ca N C < a) ci 4) +_-. Q u' a) v 7 N CD 2 h N cu 4 C _ N . 0 ~ � g 1 \el C P 0 • O ° = N o E a) E w re co V }' W W C >. W a) ti) .` re r D Et O -0 �, _ N >'• L F-0 a)m > J ° 6 U) a O N W z Q c C N O - 0 N 0 N E C V �- W O ..._0` j re co cm w C 0 (I) et. t O r- rt— oCI re a a `� Q m c • V co ill r Zt `O = o 1- 22 g W � � .- ). �c E. Cl) 2 p Np E 2— cu E v o ai L o < < H o a CO Q a a V -X ‘•9 L s O - 4 J w :, m G w i G -1---, it 5 J 0 a w y -J I- -� o , Z _ E v I- E / O M 1 2v -Noi 4 0 v >- r .,, I-Z 1 --._ CA ' % W ,.* 4 — * w + II a 5" = s N c C, U ._ .. ..._ A Q W V W 11 Ca c O 1 c a • Q o• ' ci o re c =• 0 V CD 2 o cn N▪ = O c E p o - in o o N E u) al : V C �,". LU W C j W a >, o s I N 4-- .� o as 0 C coax N Cl) C 'D — Z d o ca 3 2uj Q cm c c o � ' ' T 2 C O . . ; 4 0 W N .. 0 6 C J a) o irN 9 LD aaa. u- 0 L. E O co ;,-i ..d. m. 8 .2 0 CO M W G Gd .` m >, >+c a y • N N N c O *�'' - P 2 s c`a a) ca D t o < I— c.) Fi Z Q a , ., _ , ../.) .,..6 C M 0- i 9 „-- . 0 W c 0 m ,-..- ...9--- W 3 k.-1\ 0 ,,,i- cLix ,,,... --1----; ow '''' ,...... .-- ,...--- , c/. ,),(--- '3 cnci-< miu ,... 4.--7; o.:----, on Z ' a>- I 8 8 :1 t,) _...-4--. 6 '...- 5' ..,..51--- ) z_ .re ,,,,,...e Q ,..... mak ...„,r; , .,- 0 0 z 4. -""jC‘ z L(g 2 -2 • A if j\I -•`"''' 0 -'-, e? ::1;" ? ab' - 9 12 .--%-- \f") C ::g ..-- --- ti\c"'.-\ • • al 4•41, ',. �. s na 07. . 41°. ,,, ,.,„,...„.... . _ .,, .,. ,,,,..:______,..7... . , „ 0 go . • . - or.,„.„.. .„...ik............ ... .„,...,,,..:....„...„4... 1 .. .. .....„,...74 . ..., 8 mss. • a^�k�' ' Ilk , 7 a , 1ru LI 0 4w z. , s�` 1 1 �. 9 a 0 - . 7 1 4 ti 0p, *eat } ® .•® •' Q .. •• ,3 icU ary Strad Cow • 1� " ® OeVaclited Wit 1 0.a, rtia $ t" ► • 14cm[a�xa• • S egWel ` : =c xr AA. �+6 SK CCWMSAVVWE 1 1414.. me* Z g/f o u 52 rn�u w► 1 MASirit KAN Aa c A130$OIL Ml lif . ---..--,1„ I' i i 1 f I I 11 ---------ig.,,,,,,,,,,,,,,,,,,,,,,---:,-...-., ,.a • .,r a r ss Nwogixra :; . ,„ w•wSw'� m a� �.sf?�SSCTON AA T Q y ii.,zy, i yam: '"'`°� r; ,.. ?. ....ter• •,x z 1 u:am, Y z ,`M. �a ,.��.�s.,'�. F,€�„:tis �r r .a.. .�� . .�.,�,.Mx,.�`,z ., ., ..n�'�, :S 011111Ellial i « .y rr SECTION AA Y �... D T dAY ", - F 13 ' ' , 1 Y li 3 R �� - 1 n + �'@ � • g . 9 11 8 1� } 0 x :, 6 n u•.. om A. �k 11 9 i - — t. 7 1 e a 4 LEGEN iiiiii 1 0 :i 0 Pedest.a Entrance 4, 'y Q Multi •.se Beach Obse cility 8 9 f 0 Mult .,se Entry Plaza 0 Enha isiting Parking Area a Public library Q Sand V le ball Court s - Q Pede an'each Access in the Vacted Right Of sa , Way € Q Historic tl.n y �„ Q Muki-Us$Walkways ' Q Palm G.e with Bocce Courts II° -,... ,o Sitting Wall a;. a� 1 0 Native Buffer�'�C:. pX �V p I''' 1 (36-‘ —41/1111511209MIONNIV ti+6 SECTION AA ®Existing Beachwalk ®The Great Sculpture Lawn COLLINS AVENUE 1'=so•-a-@ z 11x17 ALTOS DEL MAR PARK MASTER PLAN ALTERNATIVE 1 iii" o 25 50 100 ft i _,_,y,...;mvsttaftv.vafiv4g::.F.*:gi,:z.-...-.:.•v:RgRkt‘?A:RAttr„,,,.::..„ ,,,,,. _..... _... _..Horizontal Scale150 SECTION AA Vertical Scale 1:30 @ 11x17 Horizontal Scale 1 50 SECTION BB Vertical Scale 1.30@ 11x17 A=GOM ® Alternative 1 Layout SECTION AA ga�r� .. fi ...' n t.Jt 4 �, L,1 a -d rt v ,, ,:i , . _ . ..!1 A ,-,. ii.„,.„ P.-,-.. ,,',.' . . „� . 2 � S . 12 5 V W n 3 „g " � . , iky ; sad x <a? sa : .. �� ^x x t 4 ' t. • 1 1 `c CC p 1 `: 6 x F b' K 1 10 y , st LEGEND 0 Pedestria =trance ' 1 1 1 0 Multi-Pu .e Beach Obse '. facility r� ff 0 Multi-Pu.. -Entry Plaza ` 6 9 9 0 Enhanc isiting Parking Area a Public Library _ = Q Dune/a•. Overlook 1 0 Pedestria ach Access in the Vacated Right Of— o Way • 0 Historic A tic Way mu' ", ' Q Multi-Use ays 0 Palm Gr. with Bocce/Croquet Courts - „..la) J. ,,. ulpture Lawn al Native Buffer/Canopy Plantings F a v e ---r--, r 1 .., (Et ,an m a N. ®Existing Beachwalk SECTION AA a,+6 COLLINS AVENUE — r e , � 1•=50'-0'• z 11x17 ALTOS DEL mAa PARK MASTER PLAN ALTERNATIVE 2 0 25 50 t00ft III 4�Y ��>t,,,..r,,,�.,,wwa+`'�ww � : '�:,��;�`-�.� 3 x f � y,.` Horaontai Scab 1 SO SECTION AA liiii IIIIim Vertical Scala 1:30 11x17 � a - L 4a 5 w •r `� ��u`F<`n�ca xs,<.�. �a xu;::gc�.,3.�-� � � � . -,r,'�f� ,.7 .x°t l �: Horizontal Scala 150 Vertcal Scale 130 0 SECTION BB 11x17 A=COM Alternative 2 Layout =tt s D44 ar ParkMastec ar: , SECTION AA 1 ir . : 13 1 { r ° ,a b � 1/ 1 2 � i �'°' sa sus n �, 7 1 m 11 F V 11 .., ,t,,,,i i b , ., ., . .,., ......„...n. ,..,,.. i ti-,.,:' \I-..‘,. 8 O 6 , ) ji Z ' d 'P LEGEND'$ s �: • r 0 Pedestrian trance 0 Multi-Pur•. Beach Obse on. ility 't ©Multi-Pura• Entry Plaza rt Q Enhanced-'�ngParkingAreaa <PublicLibrary ' 0000 Terraced K 9 ,.-: 9 Q Pedestrian hAccessintheV edRightOf . 1L i►," Way 1 0 Historic Atl r, , 0 Multi-Use Ikways s Q Palm Gro 7th Bocce/Croquet Courts o e Great Sculpture Lawn a 1 >.... �-Netiir!'BUlP r/Canopy Planting ? Beach Dune Panting ®Existing Beachwatk a SECTION AA ®Pedestrian Bridge to Beach Observation Platform air+6 COLLINS AVENUE ®Retaining/Sitting Wall , JII1) I I 11x17 r sa o Z • ALTOS DEL MAR PARK MASTER PLAN ALTERNATIVE 3 '....-1--/ a 25 50 100 ft - 1r ws. _ - r �T �� � "- ?a�'�' '.?',,“;',.:>'s-,::,$ ' `: `�� Fes z..` era,' � e�ar � � ��. ,a?�s'r� ��s y�a�°•'�a*a . �� . °` ��a � ;c ' o � � ;:.. , ma ; ,,x" ° 3 s s le>, ��: aa �cw . � a a n�„ :t tea NorizontalScak 130 SECTION AA Yer ical scale 7:30! 11x77 .wry MIMI t ,,,g,..1%,,,,,,,,,‘,..,>'‘,,,,'"',,,'' ^` as k A ' r rig Horizontal Scale 1.50 Vertical Scale 1.30 @ 11x17 SECTION BB AcCOM Alternative 3 Layout 7/29/2014 Altos Del Mar Park Master Plan City of Miami Brach,Florida < $` Firm Name 8 Address: AECOM Technical Semmes,bc. 000 Danghsa Entrance Na fb bs 2.Fbar Cord Gables,R 33134 `'3tt�' ..sr— ...» .a6- 7 905444.4001 Point of Contact: GmgAult D.905447.9592 ha.r<�wmyoaws C.702900077S Community Workshop AECOM e.rc ATCnM AGENDA -WELCOME&INTRODUCTION -GOALS&PURPOSES -SCOPE&MILESTONES -SET THE STAGE • Perk Locations&Programs • Altos Del Mar Park Potential Program Range • Potential Program Elements • History -SITE ANALYSIS •Site Context •Figure Ground •Traffic&Access sr •Opportunities and Constraints •Potential User Zones -FRAMEWORK ANALYSIS AGENDA •Alternatives -Recap Vision Themes,Drivers,Wrap Up,Take Aways a s Z,, WELCOME&INTRODUCTION —CITY OF MIAMI BEACH :r -KEY STAKEHOLDERS —AECOM WELCOME& INTRODUCTION 1 7/29/2014 it WHO IS AECORII? g AECOM 1,:ftitt'"' ' ' 1-'''''' '.7 ' ‘-•• Over 100 years of local combined experience Local/National Experts in Recreation and Open Space Planning • Formerly:Spillis Candela&Partners,Metcalf& Eddy,Earth Tech, Currently working for such Cities and Glatt ing Jackson,and EDAW Counties as: • Depth of Experience , g F • at of NI,c, Be `s , L o Parks/Recreational Facilities/Landscapes o New Construction/Renovation/Historic Restoration • CitY of Coral Gables,FL o Sustainable Design/LEED • City of Doral.FL • Local Experts with National Experience • Miami Dade C�unfy,FL • Park Planners,Landscape Architects,Urban Designers,Architects, • Bravvard County,Fl Engineers,Interior Designers,and Environmental Engineers • Sunny Isles Beach,FL • Village of Key Biscayne,FL i • Sunrise.FL I city of Maud Beach,FL: Ciry of Coral Gables,FL: TAe Al antk Gresmeay Network Beachwalk II Tlzlano Park, _._.,... Ingraham Park, x�. �, `:x Cartagena Plaza(Cocoplum Clyde) ��:.._. I. ew .+rewe<• ) w� .„,„,,_toil„,,,,,,,, r eMee...' edaaa�° , 4 aF SM A4l+1 00 A004M City of Doral,FL: City of Sunny tales Beach,FL: CRY of Donal Dog Park Sunny Isles Beach Heritage Park and Garage t _ .,...., •All`we* ° ° l� tt sti < x ti00 M. t• -„v ,:.„ o A£LOM<.„,.,,u«r,.,,�n x 2: _ „ 7/29/2014 N v, 1s GOALS r The Goal of this Community Workshop is to develop creative,yet realistic proposals for Altos Del Mar Park that will provide a beautiful \ new community focal point while at the same time be financially and environmentally COALS & PURPOSES feasible. AZCars PURPOSE The Purpose of this community workshop is to develop a preliminary vision and guiding principles for future planning of tak Altos Del Mar Park • Collect and share diverse inputs from the community.This is an opportunity to share ideas and creative thoughts in an open environment. • Establish planning priorities. • Take into consideration lessons learned from previous community efforts and studies. • Align functional relationships and needs. SCOPE& l'AL.ESTONES • Look at three scenarios of possible frameworks for the future. A_com 17:41 MILESTONES: Process project synthesis of analysis scoping inputs SCOPE AECOM Scope • Collect,review,and inventory the site conditions for assessment of Community impacted site and feasibility. Workshop • Develop an understanding of the site's opportunities and constraints. • Develop an image of the project based on established development programs and themes. Preliminary Concept • Development of two preliminary site plan concepts with an Plans appropriate range of spaces for general and passive recreational use. • Prepare a final preferred concept plan based on consensus from PPi"ERR D the City,Community,and Stakeholders PLAN �i,..._GM,yMeve�ecly H:j�rcidsvgWMSb,p-.aws[xet aCW4wx R.m �' C■IYakair+Fl,,en.cl r F z.au A a+..n.ry x�.�.-... �''�ht 3 7/29/2014 Impact of Quality Space on Residential Property Values teerKMd Mahn tplpse(P+ropsr!*t • irrcrwstroompersy ctu. - _ floater tter4yofr.a k tecs$en el Pw4r `w�r....�.—.► Osetaees'%eftPack SET THE S AGE • t1 .k' 9sctaeMd 0 hiMhlydewixc?p .OA wire lce faceree iA16pr'e[rkpuety� P :. • _1• ' kz . a * PARK PROGRAMS . ' Still Water Park Crespi Park •C Fairway Park is (Neighborhood) (Neighborhood) (Community) r • 1.5 acres • 1.4 acres • 3.8 acres n w a�`a' k • one basketball court • one basketball court • one basketball court • open play space • open Play space • two tennis courts . , «wt e • pavilion • pavilion • open play space • playground • playground • pavilion i'#i 1 • rental opportunity • rental opportunity • playground wrwr M • after school programs Z F 3 ,' a ((33 .. ..,....`L. ...,a`: ':r,'h`mss"s':_.�k.�'"i. Mg,q...usi:3��.`a. _. .. .w..... ,....,... . PARK PROGRAMS ALTOS DEL MAR PARK POTENTIAL PROGRAM RANGE D. North Shore Park� ; North Shore Park G. North Shore &Youth Center Bandshell/ Open Space Park ALTOS DEL (Regional) Amphitheater (Regional) L MAR PARK • 9.6 acres (Regional) • 24.5 acres ( RANGE "I • one basketball court • 5.6 acres • bark park • twelve tennis courts • restroom • outdoor vita course • open play space • rental opportunity • pavilion PASSIVE ACTIVE • playground Tatum Park • playground • rental opportunity (Neighborhood) !t,•• after school programs • 1.0 acre 0864 + • aduft&senior -..•:.' y�QP 'r0 programs open play spalce urt Q��*PQ� QPS� O0 Q 0Q 74• pavilion + • playground .,.,,,,, . ,..r ...._. A=ccm : - .,...-. .4_COM 4 7/29/2014 ALTOS DEL MAR PARK POTENTIAL PROGRAM ELEMENTS , ALTOS DEL MAR PARK RANGE OCIAMIROW MO ALTOS DEL MAR PARK HISTORY •,.....,.4..0.1 W ,,.• el "stag 4 • Extension of the • Multi-Use Open • Sand Volleyball `•" """""""'""""•" Beach Lawns Courts ,•... "'."" "". a ....................... • Shade Trees • Lighting • Enclosed Pavilion • Florida Friendly • Sitting Areas • Tot-Lot :; Landscape • Walking Path • Splash Pad 1 AL. ,, j Planting • Open Pavilion/ • Restrooms ! PIS t ° '3 • ora Rain Shelter • Skate Pocket r + Y 3 interpretive na e • Beach Park ■ g g Observation • Formal Area Element ; • Park Delineation ""`. =~"! ..rM,.., ,,.,i.... ,,..., ..,.,...., A2COM ...,..-... _ - r AECOM SITE CONTEXT Y- z SITE ii .. Yid*a . , • 1 SITE ANALYSIS alcom FIGURE GROUND TRAFFIC&ACCESS tif);11 Li 2 Ei I 4 iflr�- a am gl a`€' 3: �. .,.:w!*w,ire...:: 3"a3 T — k� , fskitnigui SITE ...,. - SITE id X16 ici '�� Ni Wis el is� � $ ., ,..:_.+-+ �, ,fi 2 ...1... • .. .. .... ........., , . , r . .. ., . ....b A COM A=COM 5 7/29/2014 OPPORTUNITIES AND CONSTRAINTS �. -fib ,, m. a . l�,„ . ......:::: , . „ , , 11 E'- r ':m. w�j�- k w+w �% , Z i y3. k y` �'T _ , t ' SITE _.. " ft-el i ' . ":::...i.. . .,.„...... .. . .„.,... .,,,,, .......,..'..:.,......,,:...,.....:.';'.....'......'.,..1.'...........'....:',..::::,:..........::':'......:.:,:..:::',..,:..:......2. .:...::::::: r "E :i -"'•."'+444._4..✓'✓' POTENTIAL USER ZONES ,1)` �. yes:::' :t .`' . F #t :. ' . 7.J"Li..... 1 I . ,. `rt.„..,„,...:-.(.........,.- — i.....,-,. ,,,,ii. __ _. ._z .::'. ''''''' 1 -1;;Ir I rl''''' '''' :•-• :' :'''''''"'''''' ....:::1' ,i„.4 . - ,' . gw....;-‘.ttg:. .: .. . . .18:',::::;!' ?' FRAMEWORK ANALYSIS a I ALTERNATIVE 1 ALTERNATIVE 2 ■ ' Milli !I /� - ■� miiiii• . , ....1 - 1 .1,'.1:.. i.:...'.,:,...:::,::....,........,...:1.:::.:•.......'..........'.....',i.:....::::::...k7-11 j.,., . Liii . . ............:...„........„.„, . . ..•., ,... . r, .....:_„:„..,....,.::.............::::,...,:..::::::...,....,:„....:: .... .........,..,,„,..., . .. ..... .......... .. . . ..,..... ... . ....... ... • . ........ .. ... . . ., .......... . „.. . . ...... .. iiiiiiiiiiiii. . r . r j.,,,,,,„:::.. :. . , .....z........................::..,,,..:::........:.............-,......-i.,..,„...........:,.....:::.::......,:...:...:,":::,..,....-..:..: Lil ig -•-,••••-• • ......,.........., . . ...,.... .....:......... ..,. .. ..,...,„... • .. ... ....„ ......, . . ..,................. .... ..,.. _ ::„.......:,:::::.,:..::,..::.....:..„:::........:.:...„...„.::.,,..:::;::.„...,.....,.,...„....: ., ..„........,,...:.:.........:,.......:........ ...„.„ .. ....... ......,..,.......... .... ..., .............„...........„„:„, ..... ...............:._. el.!! . .............,...... ... ....... ..,....„,....„....,,,,..„.., . • . . .. ......... . . . ......„..... • . . ...............,...,. ...,........................:,......„.....,,...,::::.::::41::,„, i • . .....,...,......„ . ...............:,.........„...,.:...,...:,..... . ... ... ....... .. ........... . .......... ...... ,. ........... . .,..,..:,.....................,....„:„:„....„.,.,...„, iiir :.. ors A - ... ....,...„,....,..................„.....................: 6 7/29/2014 ALTERNATIVE 3 FRAMEWORK ANALYSIS ■M ]-1 1 1 :,,.,:::.., --::::::-.-,:::::.,.:,....::::::::::::::::::::::::;:"..:::::::,.:i.::::::,....-....,..a....:1 r . ............................... ..,... . ..... . . . . ... ..... . ... .......... ... . .... = . .. . . ,................, , ,.:: .........,..„...:-....„:„.,...::::::::„.,:„.......„:„...„.,...:::::.,,,,..::::„:„ 1 „...........::::.-......,.......„:::::„..,:„.......,,.,,.....„.....„,,,:„.„:„:........„ ;„.., ., 0 ......:-.. ::,,,,::::.,:„..,,,,::::„..„,....,:,,,,,,,,,,,,,,..::::-..„.....::: • ■ V. , ALTERNATIVE 1 ALTERNATIVE 2 ALTERNATIVE 3 a c,.0«.,...c�”.n .<„<w..v.,... A.-COM Questions? Firm Name&Address_ AE£OM(c�CnTtG']7$�Wr'P-5.)nC 8000Wryl3�EMf3ItLd Nadt 7vn�,.ter FKrr Gv,111 G.10 Ft 33134 7"x5444 489t Aanf of Contact: /� C.303>447 3532 AECOM C.703 stn 0775 JICIPOI I 7 7/29/2014 Altos Del Mar Park Master Plan city of Miami Beach.Florida t ,g� � � � w,oygp,yp;.� _.ss.. A� I AECOM PTiehrm a w N ue to gw3 la w AoFYnaatra3 3Fa ps nor ne: Caal GT a305.4M.487 Point of Contact: Grp Ault 0 305.447.3531 C.703080.0775 Ac'COM x, ,, AECOM AGENDA —INTRODUCTION&OPENING STATEMENT `.. RE-CAP OF PREVIOUS WORKSHOP ;._ ." —OVERARCHING DESIGN PRINCIPLES —ALTERNATIVE OVERVIEW '';e' , Alternative 1 Alternative 2 •.•Alternative 3 1, t' _' -*" —STAKEHOLDER VOTING —WRAP UP • AGENDA -NEXT STEPS —ADJOURN . ?-a INTRODUCTION&OPENING STATEMENTS —CITY OF MIAMI BEACH �a —KEY STAKEHOLDERS _f '�ak —AECOM INTRODUCTION& OPENING STATEMENTS �a. .<* w . , .� .„x ..«,.AP:N' ,ee6>:An w.., &.a.. ��.. a w... .w x 1 7/29/2014 MILESTONES: Process = 3 project synthesis of analysis , scoping inputs b ; @ Community Workshop Preliminary I Concept Plans 1 Community PREFERRED RE-CAP OF PREVIOUS WORKSHOP Open House GENERAL PLAN ....... ,,. A=cOM ALTOS DEL.MAR PARK HISTORY&STUDIES WORKSHOP GOALS&PURPOSES �..._..�, ,:. The GOAL of the Community Workshop was to develop a creative,yet realistic SAR(eleabbt+an peuedMfair ; e+ proposal for Altos Del Mar Park that will provide a beautiful new community focal ..»...»•"•ry..«".•4»»"....; point while at the same time be financially and environmentally feasible. • •yam _;#w.- r. .,........-, 01111111111 The PURPOSE of the Community Workshop was to develop a preliminary vision tea., and guiding principles for future planning of Altos Del Mar Park '"""""" • Collected and shared diverse inputs from the community. '' • Established planning priorities. ___ __ • Discussed lessons learned from previous community efforts and studies. ,.-�.:<- �..aa.... . r I : • Aligned functional relationships and needs. • Looked at three scenarios of possible frameworks for the future. , ,A A=COM .. ... A=COM COMMUNITY WORKSHOP PARK PROGRAMING RESULTS COMMUNITY WORKSHOP PARK FRAMEWORK RESULTS • Extension of the Beach • Sand Volleyball Courts • Native landscape throughout with interpretive signage in a botanical • Shade Trees • Enclosed Pavilion garden like experience • Florida Friendly Landscape Planting- • Tot-Lot • Lighting throughout the park with key areas in the Western Side providing botanical garden experience • Splash Pad mood lighting • Native Flora with Interpretive Signage • Restrooms • Open lawns areas at Park Core with no soccer playing opportunities • Formal Area • in Addition: • Defined park delineation but with minimal visual impact • Park Delineation-low/minimal o Domino/chess/board games concrete • An open air pavilion to be located at the southeast corner of the park perimeter delineation tables along Beach Side and should include: • Multi-Use Open Lawns o Art in Public Places opportunity o restroom facilities • Lighting o Picnicking areas o beach observation element • Sitting Areas-benches as sculptural o Bike racks o design with similar characteristics elements o Vacate ROW on 79"'Street to the historic House of Refuge • Walking Path-with vita course o Bocce/Croquet Courts • Tot•lot/splash-pad opportunity at • Open Pavilion/Rain Shelter o Buried FPL lines Beach Side's southeastern corner. •r, • Beach Observation Element o"Hammock Orchard' A COM ..:. .- ,.,,... :.. iLCOM 2 . 7/29/2014 ALTERNATIVE 1 PROGRAM&FRAMEWORK WORKSHOP RESULTS ALTERNATIVE 2 PROGRAM&FRAMEWORK WORKSHOP RESULTS auseatmeet, re.31111,10112 KIOMOM000"."AMatr"UlflWella+ t . Y :14091 1W%W ,>•1'.^., #••`,, a • � Ir amAMMO 4 .�+lf±1l 1�•F -4-4.7.1is`� t \• _ � + tt r`� ........06♦ � ay- " � f «MXY I . x ii 11 4 ,�yy__ �w♦ .it P 1 fliwiir:'::.";T:.!4::: ' -44' ir4vir, :-.1ZFO,;otiiiiicti..!. effidc.......:::..::..:. 40010044*'-'4.-'.. 1000.-.. Akin r -Ivo sioa'♦ ' �.. _ oe t.'i.e ii0& 4t CM.lW l►CO '77t(1►s�) ', ♦ s a x 13101514-100.ri6Mit +�L TM 4 .10..0.119661:*OtOlettiol •-ggfail000.$4t0 A.:♦ IMNgrt 2 , ,4.wr4a4 G.•,..4."Stirw.. ,..0. 4 i1p,. AHCCM ALTERNATIVE 3 PROGRAM&FRAMEWORK WORKSHOP RESULTS Altos Del near Park master Plan community workshop Pictures: rr. ww .. ..,'�v T grfi.::ii.::: .rMr+Mrr Ialirf Ir. �.s..: ., V ,..: . . A=COM A:7,,,n ROGER COURTENAY FASLA,CSLA,LEED AP 4 h r . x, GVERACHING DESIGN PRINCIPLES 3 7/29/2014 DESIGN PRINCIPLES • Passive Park Elements Only(Not Active) • Strong Framework Elements but Flexible Program • Park is not the Destination—The Beach is • Beautiful but Functional i •Accessible to Everyone • Improve Lighting and Security(SEPTD) • Sustainable,Low Maintenance,Native Plantings • Budget Conscious/Cost Effective AL I LRNATIVE OVERVIEW AECOM CHARACTER IMAGES CHARACTER IMAGES I I -'s l „n �- y R./•Yw..•M•w•.. ........•...VP. Memel. Y.i./�..lim.< , ,... 4 COM -. .... A=COM a ...w ALTERN ALTERNATIVE 1 Itea. ,`”. -- . '''''' / ' N - - - I . 111(11 I , i OMR '" „,r” s .3 cam nib i I i - - ' � .„. ate" ' 101-_Jiiiii11121114111* ........ ...,.... : AECCM ,n.. A=COM 4 7/29/2014 ALTER �.w ALTERNATIVE 2 9p.^xs°.. Ylspzy y S • A i , - ij 3 ' Nisi lies .w,-.:�" P -.:.. . :'k� `i o k E.' C:_ar;.,:;C `,ate _...... ... tifOM .1=COIr1 ALTERNA `"` ALTERNATIVE 3 a •° °xm .� I ` .' - 111111 1. Y .rwwar $ y am Ci W �' ��' k�'�. r a ................ a coM a coM .-X . •••':::::'''''';'s .: :"...lf -'-''''''''.i.,,K,,,,,..,+,201P!,',11.:4%.,,,,,,,F.A.,:...,..,,,, .. . , QUestions? ,,Ty .�y �Fk�y��' kr l a..rr ,wm.am. M.:.ncz....w„...tx�� .,., .. •, y ;, �f Q&A ' - ;' A COM 5 7/29/2014 SJAKEHO��t F< WRAP UP& NEXT STEPS a MILESTONES: Next Steps Commun.r; Open ,,,•, .. .a... ..�+. " City+Key Questions? Stakeholders Review Historic Preservation Board Review Preferred General Preferred Plan Plan Community Presentation asco�+ A=COM <,.,,.n 6 7/29/2014 PREFERRED AL,, Altos Del Mar Park Master Plan City of Miami 6eaefi,FEonda ;:-!p ..,,,:*,,,,,,,,-.':- ,:,,,.....:-.,.-::..-:,:,.‘f::-...<::-... .-... ' ,, ,,,,.. ;4-1. Vc ` Fir v Cor, s!c n" sr Y„r;Ys m 3 c : s �''� �. za : a �Et,r, A=COM _ ,. ;; }: - ;. . Q� PREFERRED AL'` _ PREFERRED ALTERNATIVE 4it a .carry.► $ � z' , � ,�.' 3' .'k:: ♦• . AECOM PREFERRED ALTERNATIVE x , ALTOS DEL PJIAR PARK 1-115.41.1 ORY&STUDIES ' • !•w�u�A.+•�rie�ts!w!� .E ` - • room:} • AZCOM yy t� s 1 7/29/2014 Altos Del Mar Park Master Plan Co unity Workshop°P PARK L•CATIONS Pictures: 4 —t bi '' t a t s -, .., .. , ,, w 'b s $ •_ S b2 ▪ a.,0,eri -. r r_.. Imo.. ,. s#' 3 . d £i 3 � 1 $ .#Mal'x y x a x'; ALTOS DEL MAR PARK POTENTIAL PROGRAM ELEMENTS ALTOS DEL MAR PARK RANGE / ALTOS DEL MAR PARK POTENTIAL PROGRAM RANGE W ALTOS DEL to Jr MAR PARK 4 4 '( RANGE a • Extension of the • Multi-Use Open • Sand Volleyball Beach Lawns Courts PASSIVE ACTIVE • Shade Trees • Lighting • Enclosed Pavilion • Florida Friendly • Sitting Areas • Tot-Lot 41' 4 Landscape • Walking Path • Splash Pad d`0 C., DQ- Planting • Open Pavilion/ • Restrooms yQ 4. y i• • Native Flora Rain Shelter • Skate Pocket •C+4• ,�•1'a interpretive DQ"Q�vQP + Q Beach Park 2,0 40 Signage Observation • Formal Area Element • Park Delineation .,,,rc.ne....n, r...,:-, ,xr ,....mrN., A=COM : ,,:o.,u.m,.P,...i„i .. . AcCOM 1104 ry,^ y .. COMMUNITY WORKSHOP PARK PROGRAMING RESULTS COMMUNITY WORKSHOP PARK FRAMEWORK RESULTS • Extension of the Beach • Sand Volleyball Courts • Native landscape throughout with interpretive signage in a botanical • Shade Trees • Enclosed Pavilion garden like experience • Florida Friendly Landscape Planting— • Tot•Lot • Lighting throughout the park with key areas in the Western Side providing botanical garden experience • Splash Pad mood lighting • Native Flora with Interpretive Signage Restrooms • Open lawns areas at Park Core with no soccer playing opportunities • Formal Area • In Addition: • Defined park delineation but with minimal visual impact • Park Delineation—low/minimal o Domino/chess/board games concrete • An open air pavilion to be located at the southeast corner of the park perimeter delineation tables along Beach Side and should include: • Multi-Use Open Lawns o Art in Public Places opportunity o restroom facilities • Lighting o Picnicking areas o beach observation element • Sitting reas—benches as sculptural o design with similar characteristics ” i 9 P o Bike racks elements o Vacate ROW on 78.Street to the historic House of Refuge r ,y • Walking Path—with It course o Bocce/Croquet Courts • Tot-lot i splash-pad opportunity at 1 I • Open Pavilion/Rain Shelter o Buried FPL lines Beach Side's southeastern comer. • Beach Observation Element o"Hammock Orchard" .,,aa■,.,•,,,..,,.. ..._.>.,,.- • ,..:.,.... Accost - 2 . 7/29/2014 ''.''747 Wit"4"-W7E'7:747:27:11*7"'" FRAMEWORK ANALYSIS c • DESIGN PRINCIPLES C-.4 ` - �- 14 • Park is not the Destination—The Beach is j � �` �" � � ��' •Accessible to Everyone '. :.:, [.1(, r it,.; • Passive Park Elements Only(Not Active) I , 1 • Strong Framework Elements but Flexible Program ALTERNATIVE 1 ALTERNATIVE 2 ALTERNATIVE 3 • CPTED:Improve Lighting and Security tiE �_ • Sustainable,Low Maintenance,Native Plantings • Budget Conscious/Cost Effective :. • t ) • Beautiful but Functional ', it r I i .,,,........ ..._• ._•,•: • , _......--it ,,,......‘..:... •*:-.-: ,. AR' ... ..., ... , 'LL"CCM PREFERRED ALTERNATIVE PREFERRED . iriolikevell000 ii i al.i f - "°---.,...„ .-,< F' #r <,,-g fie' ' '.4,, ',.--..,. -ip -... - ..:17,,,.. 4.."*,,.,,,„,,:,;:,,,......,,..;,,,e /,k Soo r:. t i 1.1 P:i„, k 9; . yy e. .eP r-.„, --, Q 3 4 '';' iiiiiiWinftillill . ` i-- `Fib ., x::. ..,hf::R-,??.9> , 9. i,,..£, i t . ..3.itt PREFERRED ALTERNATIVE PREFERRED ALTERNATIVE ': :st w IIIIIIEINIIIIIIIIII ..04'‘, r ?uE/ 'S n ib� -13 14 w 1 ,i;4ih} s t a n €:i' u..4 A=CCM .. A=COM 3 7/29/2014 *,,,* jor,w9r:°'" "' ' *10. -'' ' ','.' 46 ' 6 s � ,: x: it t LA § , °,�. y x � ` � �_ , Y.' `s'. ��� i firm Name 8 Address: .3 AfCOta 7'echnfca!SEwices.L. Y` xE` ^.."" 800 QouyLvs Enhance ..,..,.,,,.._.„...M..,..,..,,,M.....,,.,.,,....,w........:.Y,,,.«..::w .,.w. .,.,..._..°. .. .,n;,ce.{„,''r8�1fc�zr� !vvtn lower.^^','Floor Questions? Cuw7 30539 697 .... , "ni of Contact GiEHrAutt _ } �"� 505.9973532 Y S - a,3'y C 7039000775 Es i ,` `3 .... awa Et.,e�vca.- �6.,,,,,a.u,n..n,cnyam M_COM 4 ACOM 1 ABOUT AECOM AECOM is a global provider of professional technical and management support services to a broad range of markets,including transportation, facilities,environmental,energy,water and government.With approximately 45,000 employees around the world,AECOM is a leader in all of the key markets that it serves.AECOM provides a blend of global reach,local knowledge, innovation and technical excellence in delivering solutions that create,enhance and sustain the world's built,natural and social environments,A Fortune 500 company,A.ECOM serves clients in III more than 130 countries: ` i CORPORATE OFFICES 4 Los Angeles(Worldwide Headquarters) 555 South Flower Street " Suite 3700 CY Los Angeles,CA 90071-2300 United States 1,, T+1 213 593 8000 F+1 213 593 8730 -y New 605 TYork hird nu New York,Ave NY 10158 e United States T+1 212 973 2900 LOCAL OFFICE CONTAC Greg Ault i Princip le-In-Charge 703 9800775 t greg.ault @aecom.com f>. . .s3' sci Gustavo Santana Project Manager 305 447'3545 gustavo.santana @aecom.com Coral Gables 800 Douglas Entrance North Tower,2nd Floor Coral Gables,FL 33134 United States T+1 305 444 4691 F+1 305 447 3580 info @aecom.com } - ''11.,...‘ ,,...._ .. .„,.,,, .. . ..,..._ , . . .. ,,,,. ....,_•, ,,„,,,,.,...:, VA APPENDIX G MIAMI - Sample Contract RFQ No. 2015-01 b-YG Architectural and Engineering Design Services for the Altos del Mar Paris Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXXX)UCXXXXXXXXXXXXXXXXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXXXXXXXXXXXXXXXXXXXXX)(XXXX)ODUCX Resolution No. TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1 DEFINITIONS 2 ARTICLE 2. BASIC SERVICES 7 ARTICLE 3. THE CITY'S RESPONSIBILITIES 13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 17 ARTICLE 6. REIMBURSABLE EXPENSES 18 ARTICLE 7. COMPENSATION FOR SERVICES 19 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 20 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 25 ARTICLE 14. LIMITATION OF LIABILITY 26 ARTICLE 15. NOTICE 26 ARTICLE 16._.MISCELLANEOUS PROVISIONS -- . 27 • SCHEDULES: SCHEDULE A SCOPE OF SERVICES 33 SCHEDULE B CONSULTANT COMPENSATION 34 SCHEDULE C HOURLY BILLING RATE 35 SCHEDULE D CONSTRUCTION COST BUDGET 36 SCHEDULE E PROJECT SCHEDULE 37 SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 38 SCHEDULE G INSURANCE AND SWORN AFFIDAVITS 39 SCHEDULE H BEST VALUE AMENDMENT 40 TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND XXXXXXXXXXXXXXXXXXXXXXXXXXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING (NE) SERVICES FOR THE XXXXXXXXXXX OOOCXXXXXX)OOOCXXX This Agreement made and entered into this_day of , 20XX, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and XXXXXXX)OO( XX, a Florida XX)OOO(XXXXX having its principal office at)00000000000000000000000 00=(hereinafter referred to as Consultant). WITNES.SETH: WHEREAS, the City intends to undertake a project within the City of Miami Beach, which is more particularly described in the Scope of Services attached as Schedule "A" hereto, and wishes to engage the Consultant to provide specific professional services including, without limitation, NE services, for the Project, at the agreed fees set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of the aforestated professional services relative to the Project, as hereinafter set forth; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. 1.2 CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. 1.3 CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized representatives designated in writing (including the Project Coordinator) with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission or regulatory or administrative bodies having jurisdiction over any matter(s) related to the Project, the Services, and/or this Agreement). 1.4 PROPOSAL DOCUMENTS: "Proposal Documents" shall mean Request for XXXXXXXXXXXXX No. XXXX00000(XX, entitled ")000000000000( X (XXX)( XXX)OCXXXX" issued by the City in contemplation of this Agreement, together with all amendments thereto (if any), and the Consultant's proposal in response thereto (Proposal), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. 1.5 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the architect/engineer who has entered into a contract with the City to provide the Services described under this Agreement. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, sub-consultants, agents, and any other person or entity acting under the supervision, direction, or control of Consultant. Any sub- consultants retained by Consultant for the Project shall be subject to the prior written approval of the City Manager. Consultant shall provide the Project Coordinator with copies of the contract between Consultant and any sub-consultant's. Any such contracts shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and sub-consultants. Any approval of a sub-consultant by the City shall not, in any way, shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant, from the Consultant to City. Payment of sub-consultants shall be the responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Basic Services. The quality of services and acceptability to the City of the services performed by such sub-consultants shall be the sole responsibility of Consultant. The following sub-consultants are hereby approved by the City Manager for the Project: XXXXXXXXXXXXXXXXXXXXXX; XXXXXXXXXX . 1.6 PROJECT COORDINATOR:The "Project Coordinator" shall mean the individual designated in writing by the City Manager who shall be the City's authorized representative to coordinate, direct, and review (on behalf of the City) all matters related to the Project during the design and construction of the Project (unless expressly provided otherwise in this Agreement or the Contract Documents). 1.7 [Intentionally Omitted] 1.8 BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement (and as required to complete the Project), as further described in Article 2 and Schedule "A" hereto. In addition any Services not specifically addressed as Additional Services (as defined herein) shall be considered Basic Services. 1.9 PROJECT: The "Project" shall mean that certain City capital project that has been approved by the City Commission and is described in Schedule "A" hereto. 1.9.1 Project Cost:The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. 1.9.2 Project Scope: The "Project Scope" shall mean the description of the Project in Schedule "A" hereto. 1.10 CONSTRUCTION COST: The "Construction Cost" shall mean the sum which is the actual total cost to the City of the Work (as established in the Contract Documents, as they may be amended from time to time), including a contingency allowance for unforeseen conditions, not to exceed ten percent (10%) of the construction cost for new construction, or twenty percent (20%) of the construction cost for rehabilitation of historic buildings. For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or competitive bid received and accepted from a responsive and responsible bidder or proposer for such Work. 1.10.1 Construction Cost Budget: The "Construction Cost Budget" shall mean the amount budgeted by the City for the Construction Cost, as set forth in Schedule "A" hereto. 1.10.2 Statement Of Probable Construction Cost: The "Statement of Probable Construction Cost" shall mean the latest approved written estimate of Construction Cost submitted by Consultant to the City, in a format approved by the Project Coordinator. For Work which bids or proposals have not been let, the Statement of Probable Construction Cost shall be the same as the Construction Cost. 1.11 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations enacted after the date of this Agreement ; or other causes beyond the parties' control which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of the parties under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of sub-consultants/sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process SHALL NOT be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a force majeure, the Consultant shall request a time extension from the Project Coordinator within five (5) business days of said force majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless additional services are required, and approved pursuant to Article 5 hereof. 1.12 CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. 1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, and written amendments issued thereto), and the documents prepared by Consultant in accordance with the requirements of the Scope of Services in Schedule "A" hereto (that form the basis for which the City can receive bids for the Work included in the documents). The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the invitation to bid (ITB), instructions to bidders, bid form, bid bond, the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction [General, Supplementary, and other Conditions], Divisions 0-17, Construction Documents, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. 1.14 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and with Contractor for performance of the Work covered in the Contract Documents. 1.15 CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final plans, technical specifications, drawings, documents, and diagrams prepared by the Consultant pursuant to this Agreement, which show the locations, characters, dimensions and details of the Work to be done, and which are part of the Contract Documents. 1.16 CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed twenty-five thousand dollars ($25,000.00) or the City Manager if they are twenty-five thousand dollars ($25,000.00) or less (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five thousand ($25,000.00), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. 1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, which the Consultant shall perform, at the City's option, and which have been duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 1.18 WORK: "Work" shall mean all labor, materials, tools, equipment, services, methods, procedures, etc. necessary or convenient to performance by Contractor of all duties and obligations proposed by the Contract Documents. 1.19 SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 1.20 SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, and permitting fees, etc. 1.21 BASE BID: "Base 'Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include Additive Alternates or Deductive Alternates. 1.22 SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. 1.23 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Scope of Services. Schedule B— Consultant Compensation. Schedule C — Consultant Hourly Billing Rate Schedule. Schedule D— Construction Cost Budget. Schedule E— Project Schedule. Schedule F— General Conditions of the Contract for Construction Schedule G — Insurance Requirements and Sworn Affidavits Schedule H — Best Value Amendment ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto. 2.2 The Services will be commenced upon issuance of the first Notice to Proceed which shall be issued by the Project Coordinator and counter-signed by Consultant. Subsequent Notices to Proceed shall also be issued by the Project Coordinator. A separate Notice to Proceed shall be required prior to commencement of each Task (as same are set forth in Schedule "A" hereto). 2.3 As it relates to the Services and the Project, Consultant warrants and represents to City that it is knowledgeable of Federal, State, and local laws codes, rules and regulations applicable in the jurisdiction(s) in which the Project is located, including, without limitation, applicable Florida Statutes, and State of Florida codes, rules and regulations, and local (City of Miami Beach and Miami-Dade County) ordinances, codes, and rules and regulations (collectively, "Applicable Laws"). As they relate to the Services and to the Project, the Consultant agrees to comply with all such Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Coordinator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its sub-consultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.4 The Consultant warrants and represents to City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). 2.5 The Consultant's Basic Services shall consist of five (5) Tasks (inclusive of planning, design, bidding/award, construction administration, and Additional Services [as may be approved]), all as further described in Schedule "A" hereto; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction (attached as Schedule "F" hereto). 2.5.1 Planning Services: Consultant shall provide planning services for the Project, as required by the Contract Documents and as set forth in Task 1 of Schedule "A" hereto (entitled "Planning Services"). 2.5.2 Design Services: Consultant shall prepare Design Documents for the Project, as required by the Contract Documents and as set forth in Task 2 of Schedule "A" hereto (entitled "Design Services") 2.5.3 Bidding And Award Services: Consultant shall provide bidding and award services for the Project, as required by the Contract Documents and as set forth in Task 3 of Schedule "A" hereto (entitled "Bidding and Award Services"). 2.5.4 Construction Administration Services: Consultant shall provide construction administration services for the Project, as required by the Contract Documents and as set forth in Task 4 of Schedule "A" hereto (entitled "Construction Administration Services"). 2.5.5 Additional Services: If required (and so approved) by the City, Consultant shall provide Additional Services, as set forth in Task 5 of Schedule "A" hereto. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or of any of its officers, employees, sub-consultants, agents, and/or servants), for the accuracy and competency of its/their designs, working drawings, plans, technical specifications, or other technical documents, nor shall such approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in designs, working drawings, plans, technical specifications, or other technical documents; provided, however, that the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City pursuant to this Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the parties (subject to approval of the Agreement by the Mayor and City Commission) (the Effective Date), and shall be in effect until all Services are completed or until the work and/or services under the Notices to Proceed in force at the end of the stated period of time have been completed and the Services accepted, whichever may be later. 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 The Services shall be performed in a manner that shall conform with the approved Project Schedule, attached to as Schedule "E" hereto. The Consultant may submit requests for an adjustment to the Project Schedule, if made necessary because of undue delays resulting from untimely review taken by the City (or other governmental authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Coordinator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Coordinator may require), the Project Coordinator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Coordinator's approval (if granted) shall be in writing. 2.7.4 Nothing in this Section 2.7 shall prevent the City from exercising its rights to terminate the Agreement, as provided elsewhere herein. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Coordinator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all work required under the Agreement (including the work performed by sub-consultants), within the specified time period and specified cost. The Consultant shall perform the work utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of the work in the State of Florida. The Consultant is responsible for, and shall represent to City that the work conforms to City's requirements, as set forth in the Agreement. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the work. In addition to all other rights and remedies, which the City may have, the Consultant shall, at its expense, re- perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re- performance of any non-conforming construction services resulting from such deficient Consultant services for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, and for the period of design liability required by applicable law. The Project Coordinator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. Neither the City's inspection, review, approval or acceptance of, nor payment for, any of the work required under the Agreement shall be construed to relieve the Consultant (or any sub-consultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant and its sub- consultants shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or its sub-consultants to comply with the terms and conditions of the Agreement or by the Consultant or any sub-consultants' misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. With respect to the performance of work by sub-consultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the sub- work. wo k. 2.9.1 The Consultant shall be responsible for deficient, defective services and any resulting deficient, defective construction services re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24)from final acceptance. 2.9.2 Consultant Performance Evaluation: The Consultant is advised that a performance evaluation of the work rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.10 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any work performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project Schedule. 2.11 [Intentionally Omitted] 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after issuance of the first Notice to Proceed, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be the Project Coordinator). Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Coordinator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or his designee (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any sub- consultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or his designee (who shall be the Project Coordinator), unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require its employees and sub-consultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services do not delineate every detail and minor work task required to be performed by Consultant to complete the Project. If, during the course of performing of the Services, Consultant determines that work should be performed to complete the Project which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Scope of Services, Consultant shall promptly notify the Project Coordinator, in writing, and shall obtain the Project Coordinator's written consent before proceeding with such work. If Consultant proceeds with any such additional work without obtaining the prior written consent of the Project Coordinator, said work shall be deemed to be within the original Scope of Services, and deemed included as a Basic Service (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Coordinator shall not constitute authorization or approval by the City to perform such work. Performance of any such work by Consultant without the prior written consent of the Project Coordinator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 The City's participation in the design and construction of the Project shall in no way be deemed to relieve the Consultant of its professional duties and responsibilities under the Contract Documents or under Applicable Laws. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUB-CONSULTANTS: All services provided by sub-consultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the sub- consultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the sub-consultants. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. The Consultant shall cause the names of sub-consultants responsible for significant portions of the Services to be inserted on the plans and specifications. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Coordinator, in writing, who shall be the City's authorized representative to coordinate, direct, and review all matters related to this Agreement and the Project during the design and construction of same (except unless otherwise expressly provided in this Agreement or the Contract Documents). The Project Coordinator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the affect (or be interpreted as having the effect) of modifying or changing, (in any way) the following: a) the Scope of Services; b) the time within which Consultant is obligated to commence and complete the Services; or c) the amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall make available to Consultant all information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 [Intentionally Omitted] 3.4 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its sub-consultants or vendors). 3.5 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Coordinator, shall give prompt written notice thereof to the Consultant. 3.6 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. No City administrative (proprietary) approvals and/or decisions required under this Agreement shall be unreasonably conditioned, withheld, or delayed; provided, however, that the City shall at all times have the right to approve or reject any such requests for any reasonable basis. 3.7 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.7.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.7.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.7.3 Upon written request from Consultant, the City Commission shall hear appeals from administrative decisions of the City Manager or the Project Coordinator. In such cases, the Commission's decision shall be final and binding upon all parties. 3.7.4 The City Commission shall approve or consider all Contract Amendments that exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.8 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.8.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any sub-consultants (and any replacements). 3.8.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.8.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.8.4 [Intentionally Omitted] 3.8.5 The City Manager may approve Contract Amendments which do not exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.8.6 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.8.7 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City has established the Construction Cost Budget for the Project, as set forth in Schedule "D", attached hereto. 4.2 Consultant shall certify and warrant to the City all estimates of Construction Cost prepared by Consultant. 4.3 Consultant shall warrant and represent to the City that its review and evaluation of the Construction Cost Budget, Statement of Probable Construction Cost, and any other cost estimates prepared (or otherwise provided) by Consultant for the Project, represent Consultant's best judgment as an experienced design professional familiar with the construction industry; provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 The Construction Cost Budget (as established in Schedule "D" hereto) shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such budget is exceeded, the City Commission may, at its sole and reasonable discretion, terminate this Agreement (and the remaining Services) without any further liability to the City. 4.5 If the lowest and best base bid exceeds the Construction Cost Budget by more than five percent (5%), the City Commission may, at its sole option and discretion, elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many Deductive Alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget; or (5) work with the Consultant to reduce the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Construction Cost Budget. In the event the City elects to reduce the Project Scope, the Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents), and provide re-bidding services, as many times as reasonably requested by the City, at no additional cost to the City, in order to bring any resulting, responsive and Y, � 9 Y 9 P responsible bids within five percent(5%) of the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Coordinator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; an hourly fee (in accordance with the rates in Schedule "C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Coordinator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services may include, but not be limited to, the following: 5.2.1 Providing additional work relative to the Project which arises from subsequent circumstances and causes which do not currently exist, or which are not contemplated by the parties at the time of execution of this Agreement (excluding circumstances and causes resulting from error, omission. inadvertence, or negligence of Consultant). 5.2.2 Serving as an expert witness in connection with any public hearing, arbitration proceeding, or legal proceeding, unless the subject matter at issue has arisen from the error omission, inadvertence, or negligence of Consultant. 5.2.3 [Intentionally Omitted] 5.2.4 Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.5 hereof, which shall be provided at no additional cost to City). ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses are an allowance set aside by the City and shall include actual expenditures made by the Consultant in the interest of the Project. The Reimbursable Expenses allowance, as specified in Schedule "B" hereto, belongs to, and shall be controlled by, the City. Any money not directed to be used by City for Reimbursable Expenses shall remain with the City (i.e. unused portions will not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses in excess of $500 must be authorized, in advance, in writing, by the Project Coordinator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Coordinator (along with any supporting receipts and other back-up material requested by the Project Coordinator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." • 6.2 Reimbursable Expenses may include, but not be limited to, the following: 6.2.1 Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its sub-consultants, and courier, postage and handling costs between the Consultant and its sub-consultants). 6.2.2 Costs for reproduction and preparation of graphics for community workshops. 6.2.3 Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Not to Exceed" fee for provision of the Services shall be )0000000K, with a Reimbursable Expenses allowance of XXXXXXXX. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Coordinator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in Schedule "B" hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: During the Term of this Agreement, the City may, by written directive approved and executed by the City Manager, adjust the fees included in the Hourly Billing Rate Schedule in Schedule "C" hereto, to reflect the change in the Consumer Price Index (CPI) on a year to year basis. Such adjustment will be based on the cumulative change of the CPI for the Miami urban area, provided that in no event shall any the annual increase exceed three percent (3%). 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Coordinator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event sub-consultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Coordinator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses(by category). 7.7 .2 The City shall pay Consultant within forty-five (45) calendar days from receipt and approval of an acceptable invoice by the Project Coordinator. 7.7.3 Upon,completion of the Services, Consultant's final payment shall require the prior written approval of the City Manager before disbursement of same. ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its sub-consultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Coordinator within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. g) g) 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. g) g) 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. g) g) 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. g) 9.5 The Consultant shall bind all sub-consultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Coordinator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Coordinator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Coordinator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Coordinator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Coordinator: (a) Professional Liability Insurance, in the amount of one million dollars ($1,000,000.00), per occurrence, with a maximum deductible of$150,000 per occurrence, $450,000 aggregate. Consultant shall notify the Project Coordinator, in writing, within thirty (30) days of any claims filed or made against its Professional Liability Insurance policy. (b) Comprehensive General Liability Insurance, in the amount of one million dollars ($1,000,000.00), Single Limit Bodily Injury and Property Damage coverage, for each occurrence, which shall include products, completed operations, and contractual liability coverage. The City of Miami Beach, Florida must be named as an additional insured on this policy. (c) Worker's Compensation and Employer's Liability coverage within the statutory limits required under Florida law. 11.2 The Consultant must give the Project Coordinator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.3 The insurance must be furnished by an insurance company rated B+:VI or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.4 Consultant shall provide the Project Coordinator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12..INDEMNIFICATION AND HOLD HARMLESS 12.1 Pursuant to Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, • employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its sub-consultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the City's Capital Improvement Projects Director (the Director). The Director's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Director, the Consultant shall present any such objections, in writing, to the City Manager. The Director and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: XXXXXXXXXXXXX With a copy to: Capital Improvement Projects Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: XXX All written notices iven to the Consultant from the City shall be addressed to: 9 Y XXXX:XXXXXXXXXXX XXXX)OCXXXXXXXXX XXXXXXXXXXXXXXX XXXXXXXXXXXXXXX Attn: X:XXXXXXXXXX All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not he awarded or perform work as a contractor,.supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 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, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by Federal, State, Miami-Dade County, and City laws, ordinances, and codes which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and sub-consultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its sub-consultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its sub-consultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 WARRANTY: The Consultant warrants that the Services furnished to the City under this Agreement shall conform to the quality expected of and usually provided by the profession in the State of Florida applicable to the design and construction of public and commercial facilities. 16.8 NON-EXCLUSIVITY: Notwithstanding any provision of this non-exclusive Agreement, the City is not precluded from retaining or utilizing any other architect, engineer, design professional or other consultant to perform any incidental Basic Services, Additional Services, or other professional services within the contract limits defined in the Agreement. The Consultant shall have no claim against the City as a result of the City electing to retain or utilize such other architect, engineer, design professional, or other consultant to perform any such incidental Services. g) 16.9 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by sub-consultants, subject to the prior written approval of the City Manager. g) 16.10 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.11 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, sub-consultants, and other purchased services, etc., as necessary to complete said Services. 16.12 INTENT OF AGREEMENT: g) 16.12.1 The intent of the Agreement is for the Consultant to provide design services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. g) 16.12.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.12.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.13 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; 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, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. F:1atto1AGUR\AGREEMENT FORMS\A&E AGREEMENTS\A&E Agreement-NEW BOILER PLATE(Clean Version 8-2-10).doc IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR CONSULTANT: XX Attest Signature/Secretary Signature/President Print Name Print Name I SCHEDULE A SCOPE OF SERVICES SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $ 0.00 Design Services* $X)CXXXXXX Bidding and Award Services $X)OCXX)O(X Construction Administration ** $XX)O(XXXX Reimbursable Allowance*** $ Historic Preservation Board / Design Review Board (if required) $ 0.00 Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Coordinator. Unused portions will not be paid to the Consultant. SCHEDULE C HOURLY BILLING RATE SCHEDULE SCHEDULE D COSTRUCTION COST BUDGET SCHEDULE E PROJECT SCHEDULE SCHEDULE F G ENE RA L CO NDITIONS OF THE CONSTRUCTION CONTRACT SCHEDULE G INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS. SCHEDULE H BEST VALUE AMENDMENT The Consultant agrees to abide by all the required documentation of the City's Performance Information Procurement System and submit the weekly reports. ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 43 te °, {a" a ., / \ z r : ,.- t a'i " 4 "l/ -e° ° I$� AC H i I..:,,... a � z k S� ir /� �%Y 1 VF 4 F 4Ct ^ . y (. r 1 n s�3� " ".F 1I � Rf- * Gi ,? M 1/ P A�• x 03g z [r[ing 3 't£ 6 � � l x L W D'Yf vAt'�' �, ry � y» vsiPs r '\ ? `\ F Y F Y, $C - \ ' Y,a ; C R Z r ! 40 1"..4*.N.111*.•;k1*in: i l\ �v `.�� = FR 4?u. x F�t: \tw � �' ^ar5 � u . . .Q :° i �r f • i k x r :° fa .. 1 . Y ". ` # f-,& y 3, ¢ ., 6 °`.n'S\‘'.-,,,.!:,,,,A4 stantec �r . 0 s a .. ,..R A PS , a :1 z59-n 'a,'.• .; t s'Yr.s' ,r ?o s;''t` ' . : , ` . %d:..? R y, . „ � : a :t.t<,Pb "t Z mkk. ,- `, w:v T� �•P� "' • y.`L/ , -°S x ,.3.' w �f�r E 7, FM � x a a�4A �^4 . i ` � �,s .-r " r ' r ,:. rS�r ' � v a:E Si �?o� . \ `,: •1v f• ` i-^; x� 1 ? . . .f,> . xm b y,t��h: d x � a aze '- =. T' ,- i, ' h . .,.- r•3.c? � `>° s : w Y ah , � L . Y ;fi-� r �, .N" i�Fx r _ ^ ` r'rsi •• ,, , 1- ..:-,,A,.:,,?,A 0,,--:',7 7-,•77Ait';'e--'11:s' ' 1 • -,. •-,.•-..:,.:Az--:,-,,,s-•1,,., ,,,4:],.-,, ., . • : v.4.7„;-;,'.'1.,.,44::-:*iiz'.',.,.:-:,•rt,'.:,;:‘,.7.•,-..4.,.: I,,- - .4'. , . :A.,1,`i'',• :;;!,A. ,:„,:;,:.„.!•,:,:,,.,,-,:„ . -.4,,,,,•,t:';,::'-,k,..: : A .. , ,: . : ,.. •,,,Alt:- - •.0:1-.?:::::.:.,, i :. o-,1,-:,.,17%.- 7.-- :,,..•.. , ' '7..:* ••: :..4-•s; 4':Ati,,,4,.' I „„F., .. .. - . • -' '•.:''4g 4..:.:.;,,,..lx•vai: ,.!.,-AL.r,i,„•:,;•-•-....,.• , i ,•-, ti.,11.•,•.,•.,: ::::_ii::,.„,wc. „,,...).:.,•r::,,,,,m-, : f. : •. ;,,,#t ,•:. : ...-, • , • . i•..::1 . i t. w,7.• ..., atio„, •••.„ ..„,•,- . ,. . ,,..7'' ' 4,..,,C:e4.1,',.:,,,,,,,A;,,,,,..9.....,,.---,,..,' ,■,,a06. :....- . ,•,,i,,._ ' Y '1" 7' tit a;l.V:.;,:':•,<:: ".;• '- '- ..'-',t4t,:ite.a..T.Rft,74;.-,1)', .;:.:::: '.' -.. . ,,,,... • ,, ,.., ,. -,:.i„.-,-*11•,i-. ':17 4.):, -,'71‘,;. fl ••...: '.s:14,7::'::Wiiik5-k- *..:.':' r .;:.i.'14:StYS:0::1-‘!25.141 :::'':. . ' ' J-. ,',. *..'' ./::I'A ' ,-,' -‘...r, 0,,. .-.. .„74,..kc 4...,:=' •-•,:',, , „•,,,,,, .,,,,.,.. ,,Nzy:'''::',,I.: "..i.' „7.4,''•,•,',..,,,„; . :.:' Ay.---, %; ,..:N: :1,-,,,,A$..-::-*',..T.:.,:;.•..:..amt,.:.437-0*---. .,. .,:;,-: •:,...;...,4 ,-;?..,-;i. ('''ai ,,,H''::4!V4:'•' . . .S., . I:'‘::...''14;t tt,.. f:;,". -.,4"'-..•;,.,.;. :"'7.'f4;i;c ' ''2, 4:14k.A.r. Orfl: ,WF,,:s tii.gr'",:::::',':',In'.'1.::i ''.--4',:',- ....i4,14; 't;*:44:'', "7;`,',47,-,./•:'• 'a k ':':.• -.'' / 1 ' <.-:, ":..f.,.'0,0,:-'°:,-,4. 1 hi( ..,:?,,-0,- !,4,- : ' ,r• 4 41....',: ,.,. '- : '' ', , ' ■ ,,,, ,.,., .:.• * l ' ,.„.,;,.. ,. ..,,,,'>, ■ •. ......." IV--,.:-,.',. ite:..,„,, 0j.:43/41.. 1.,0:4 i: ;:--4,7.,• 1-. " 4,.. VI,-.'-''' -,-1:,,,,,,4 1 ishowtk-„, i'''''-ofe.dt 4-::,::::::14,tq-::: ,.,,.,•4:4.-,..4.-,,nt:',:4,,t?,:k40,'"'''.: "`-,:i :,:,,:0,'.:,4t • 0",•,1'..1.k, ,.::,:,::.„:4,.,w:.:;.;:,-;1:, .,-: 3104 442 „-,,,..7',..,4::..itiv.7.,.,'::: ;'; -47-4,:,„.„--: ,;,',...._,,,:--41,,,o,i Ms-)::',...4.4-.',:liao'!':•-27',.:."4'.,',,$'4,,,NiS::::;t:'::fe,-, ::;:::5„;i:-,';' .,:Vitht.tg:.-:' 4,%Xit. ii;':",4t.• '•;.‘ ''''.''...dar.t'•.'''''.04......4%.11''' -,,,,:-.;:e,. -vi,..i,,,,,,--'fel 4,._i:!_--.".1S'A tki''V 61.1CW.V.''''''''':':''.'.;.gA4h,S47,:e;Wag-4!:44005.;412,Eit:::,;;.,, ,4*,:.. gr..:-,,,,,!:0-44. ..•: , . „ ,ti.;4 f1 114441q4:01*-444:::tH '1,4, ., ;17,P1A;: :".:;41. 14Nr,,W;. ij.;:, 1:,:,.. Y4,40Kitt ..y.4:',.- :._:-.._,:•,,,..:.:,44-07.!-Awro- .•,... .1.ii, ,wz:k1,7;:t!:;.-4_i-•,:-::,:.;:r,i,-..r.,„:ittg,,,,..o::7,,- -z::'-:;,74-.:-4:N.Lopo :,'•;:::,‘,-;:::,,,, .::---.- -- Virifs ,':'.;,-,:-.:..:;:::,,:;71'..ei.2:21:,,,,_.-i-Ar*::;A:g::•" 1,t,l, w,.: .','J .=,-..,-:,:t,:€.ts-,A•:,.e*,'-A..t:'g,.,:-y•':' - :-:-- .-,-,..74,:,..,i„,,.:::::.:. , , -.f.,:j,•:,..,.:,-::: ..q-. :, '..;••-•,,...4y& :,..'',;,,,..;,,,'r7t,7,' . .....,:•-„,• „own, .,,,,-4.;.,,„ , . ,..,:,,,,,,4;:„.::: ,,,• ::::,...,:::•.A..,,,,,.: 4,,, .,, ,,,,k , ,,,;.:,.,,A .:,s: •,...,.., ,,,,,, ..,.,,,k,'.. ,....“-,,i..„..,,,,.'.. .4*,,;4",•;,.::*:::..,:=P.--; :1,”"..., .,,, .....s.,..-•. ,,A*,,,:-,.,i,,:,441 .1,,Ngt,-',-.:',4A,M.;''..--',.,,-4,-.,.--'- -,-.7",4''5& ''.• -,ittg.'`,3-'• -,'''',."-,w..-',',',1, '!'•:-•-•,.•::.-,, „...,.:;: .,.,., -'' ..,:,'.-',.,:,;<,&%.,,k.,...',0vA,..;- ;z-,k,.„-•,-:AMr':'''',.=',I,tt,.' :,-*,.,Kt.'?,..?',.,r,..,' ,:.;%..0'...”;-, lei -,,,....,..;, .:=A::..t, 4,r,;;,,,,0:';,4,-,,.%j‹.,.7,,,..`,"::';',''•..1',,N.:,,';‘,,4,t,!,,,,',2X,V.V : . ',M4N,r4v1,,,,:,?:41'ZF.,A.-4:s.A4`,7:-';'''',','.5':],.:;Viiki ,,'q,S,4-:r;`K.,-.4e5;',.;-,',.,4::...4&r:`:.,..(4..:.'.4.4tAk51.4';''';',' Iitgq.,,,,..,..1#4:: °,' ..?7,7-0:."NI:-. ., _ -‘1"':>':et:.,F.::':*:' ' ';';-',..' .,--:•;',''',,S. L.,,4.:1,,V1!0,''':,..,..,,,',;.",,,,VQ:4'4,- .4;..'3",..:'.&`441:4,-;,',...-- -':-:,-,:2,40t,,,::,?At:',,;:t,,::•;,..'''','A'.:•Zarl•,...'„,,zt m::..U,st,.!::=:,,,fz,:s'774.,-.',';', 4440",;'.: ----.:,.,".,•:••.1.1,E:"-;."0 ;407.: a't k,:-.V:::'10g;A, ' ' e" "'" '•'''-'-'6ZW, ‘...'41.,.-,,,;,,,,;,!tii.4 .';.•,-,:4- ,,,,:VIWO7--,,,,-: , ,:',41:::--4 .-,.,!::;.,,,,,4,,,,,,,,:wat.. ..•:•-.4,,:t-;,,,,t-,,`, .,:,,Z1:,.,":',4::,-Aetek„,,,,, 4.fp,,,,4,4::.:,,,*,;5„,A,-744 •;;;,:liz.,i,,,....„,.,:i4:,<Lbt%A,44. :1;,',. .(."•••"-..Z.:, ,'' ..-. r.'4.1.'?..,",‘f4fK'e,M.q,,,',14t-\,.•:4:.3,P1*N:-,,,,-,t:.:,-,Y,'',.int,.:A.,"..‘5.,:',.: ,4(010.4NROC- ''',-'..--;.,:4:1,,,';‘,>,.',,,•','.;:W-i-.,,,,7,;:tR4.47.7' L'., 11§,0:‘,K_.:'".r'i_47''":,"t'.-.''F.1.4.,0.'4,ifti *'"i , ,"•=4;;.la '...: . -.:MtigNt::! Ok&N,A..1*Wa 4:-f:',.'',. ..,,',1,.:400.45646:4.Mr47;- ;'..jqFP1- .-;1::'..":171.: 4:', :..,;:.,'Z,:,,s',',L'4:.4,,,,•:4,.*-47-1,.. ...-i-,,,.,3,,,._;.. .R. 7 ao!,:'4.0.N.4*.*::;;1•1.,.-44:4',.,,u..--,,.-„,ifoli,%$,.-"Tivit b..7,?Yilit.*:"--4-, ;,%'-‘1.4,grf.-;-'- ,.-y,,,,',- .3,;:;,::::-.AistoottliT.:.:,:,. .;,-,,,-,- 7o.:,;T,.-,:•,-- :_,::', ,,:,:•47.1w::•:,:',e_.,-;,.:1.:;•:,:,•t-k,,--t;-,1;,.,-7- !::-.:.:-:,,,,:•,,JJ-,, .--t,t4,,,T.-4..,&-_-,0. kr_:'......4'..:k4ilte-- ..4*M!".4,r,-- - 41,-A -A.-43:'1--:-*:), :•:41.:71k4r.: :4Y,:,,,,r;sir','„,,K,',-•,'••••:-'-',••,,,,,.‘,.:: ::',1•1.:: '..:e4:-.,'4,7*,,:: ;:,":-.7, -,74'.44:,,.,-:'''.:.'-:.1-1.4.,-, '14a=f4f, 47::,i•li4c. ,a4: ::',!,::',..-:314: 44-1*:,...tv.e*Z.k;Iiit,:01,,,,,. 4.,.3.4.A44. 4.';'"A:e',o4ii''''::.;i;::;:A4:-':''::':Z,f:e,:: :.407:'e.,..,*74t-V**-*:'::if:d,'T.•:',::.:• ,-:'1.,:le: ,,t-. 7:•,-4-. .„„A...14;,•:# u_.TTAA,4-. ,!;: vr- g.f--i,:4it:::::---,,,:,:::.,,;:'.-.:'..-r.,;,,,:4.,,,:,,,:r,_,Ait,54iii),±%.41.0*%tv:::',::.*.;i.--tv:tiro:iit.:•--- - -4,1:... ,K-iollit*. '1.114;,'"A',--7:'-NVOAXVF:414:442'1,RiNtliA}t-'''•.' J...,.,..t.4::!?t::-:.:::.:•=4.--11.,:!:-A, F'„---.,:::-.;-:•iri'ti-,:-*.t.;;5_-64'441.4iVW:417t4.P.4_1,141, 741.-:*.".,7-•;.!1';;, , -.-:'-•":Altli. . '-- -... ittoi4,11:::,i-J-..c: ,•-,4:' ,:v7,-, 4_,:t::,•-. ..-A:44,zo,!..,,iiitegoo4- . ;.%:,.,.;so",,i,;:::,-,:.:_-::'--- •....J.:A),-:**1.7.2 :twitt*.75.1,i.,•,::.;,:fi,Av:414:r1,:i:;2-;.*::.--4:44:474.z4z14-4•445-i.: itivi''';'•:::•::_4#:••: :%: :::,4. 4,_ .,,i'',.-'-',. .-:::,ttlA. ,;E:4J,mitk. .-,:•-..-,..;.;,'•, _ - . :..7.;:i:c:.:;.1.igi ...,,tin,f0A4st4k.,470;ivrsi:,:.ot-4:-:,;i:.!...withtic.ikroktoii,; 0,4,44,. ..4:.:-:::':-'---; . 4.t.,.-,:;..si,•,;,-Stai.',:,,Y,,---g,- tz.,,,,:=-*,:r.„-Z,4t-',,-,:,- ••-..;•-:*•!z- 7.' V4*"..;TW..*.-:1:+:!..',.:... ,,-,-tk-f-17,7),,,l'A,-.;:-:4‘%te-0.31,%, ..'''4: ' °' '':,;. .2'.4.7":747&•.!'''.-ti=4-,.".4f‘',..;','''''''.. ;.r.,:' . '4...w.A;.v,.,.•..:.\-:40.sw;::::14,igo,::ici.:4,,, ,,- ...,;*,,5*,. it:, 7‘.4.t.„4i.,u,,:.*:::0,,si.:,-. ...:;.....,:.:14,,ti4444i.,volo4An . „ . ..:,: ,:,.,.3,-...,,,.•..:.-,-,.. ,„:„..i4:4:4.zi,LA.,,;:,i,-.o;,,It-.*gt,:. . „ Zit.','..7k , ,...-..;,,,, ..i;.:. :,:=.i,-, :,4.1::,,.,.....:...:,,.,;::,,..,..,-;',1..,:....,,,,:, -...,., -.,•?,,,,,,e2;-,..,,Fa44.-z,oft_.- ,-,,t,:::: ;ttx.;.7..*:f. '-,7: 4:eci,„,,,,,-,,,,i.l..fe.,;14., ...",,7-,,_,0A-*,,i,t.;:,4,,,,.4::;,•;,,.::,.k.,AttA::::.;:.:=•',,,,,a4.1". ....0 pi.,:.,;.:',. iro. .: 4,1.:....e.,.,i'l,..''' -43%.,rei,„,),04r4,44,:.:,:.,w_114.,..,..,.,..e:',:lit''''*".'.01 .;-_ .jc.. •-. ".•,'k>,-/-':E.,-,,,'i',---,-."',,...:;;-:,.;,:.' 'Z,,r,',' ',:-..•:',i'.',.,-,,,,:..,...;:1•4:7,,,,1,•::'q-F,,:.,-; ,'!"-4,;'''4':':.-`.;..;*; *-_,,,,,2N•1*..,, ,-.... :,,v,2,-,..ko....*.40A,vci. ..4itve.•,,,:zifiki-4.6-4: 34,:..+:1,-74k :4.3Nr.,..VVI'71":ttrit'',.Z:. ,-4,,,..-7...4.t..,7:::%A-10,'',.-t'0,.'''.7.- -44-,'..:'.:•.:-;',N'..‘.4.'n:F,*u.:.,.:,.:07`',:-...::at',',.:.i;4....'1.,;'Et,::•Riff,...4,,.,7'.14.. .,_;,,A .,..,,,r0„.„1,4.*,,,, 14:&.g.4&,,,Fozr,%!....r,.,. .4...'..;,,.-w.:NT,'4%,-,** - i,. .:•-•!..‹,:?,::: ,V.,':::: _.-:.•::.';',,.:i•,,,,. *-4,...n::;',5 ::;citi;;-:.„.,.:.•...,,:::,,. : ,',.;',::.!'O...:,lkt-.-...--2:,,,„:4,kfiztx,,,.,;;;;;:.,r,:.4ze,;tf4,,,vyQ,,, ,,Amlk,,c,,,A„;,,,-,r4%.c.,k,,,,v4t,,,r4,,,...,...,--, i;),.,1W.,;..,4„,.. ...':',;::.,,Y,,,,-,,V#0'.::e,12.1:.:,,,A-11-;'.f.<,-,, i;1if:a44 e.::::.• ..:WW41.iit',:'...'....4(,.!,:!4,4.mr*Pi',-i4;,::::,:vo-Z.e.3-ktiottit.10,-..At'.','fi-,Vit:',...,--•- '4..A.--';',..4t.,:iriett,.. .k.0,eiii'..,4,:-.-, -''. ,C-ne...,_-,t7''.::`".'N4b*Ji.:*;:ii.a.t-**AP672*1.0,2M4i4A...k.,--1,:.:,.:1:,.;,- 99,,,,,..•• • • tar1.44S,440. 44Z.!t-T4:410.7441X: 414:14'4754e'''' 't,,- -.,::•-..01:0:AltitAll.%."‘t,-I,;-'464"'"'" ':'.M4?$r4A*-7.''''''''"''''''''''' '' LIFICATIO - , m QU -, 2 TAB - I COVER LETTER AND MINkiiii COVER LETTER NS REttlIREMENTS1 8 APPENDIX A 9 10 References and Past Performance Financial Interest 13 Code of Business Ethics Experience 16 MINIMUM QUALIFICATIONS neiExpe REQUIREMENTS ' and Key Person Firm 21 Experience on Similar Projects Licenses 27 TAB 2 - EXPERIENCE AND ct-- L'ALIFICATI•NS SF -330 FINANCIAL CAPACITY 63 64 Ti A , 3 - APP10 APPROACH' AND A CMFIETAHONDDOLMIOT 69 GEYTHODOLOGY 70 INTENT TO UTILIZE DBE FIRMS 71 WORKLOAD AND AVAILABILITY TECHNOLOGICAL CAPABILITIES Stantec Q 0 COVER LETTER AND MINIM M QUALIFICATIONS REQUIREMENTS COVER LETTER APPENDIX A References and Past Performance Financial Interest Code of Business Ethics MINIMUM QUALIFICATIONS REQUIREMENTS Firm and Key Personnel Experience Experience on Similar Projects Licenses MIAMIBEACH !7110 rl;;_,iot..'3`1g .7C,1 for I'Y;; IA-7 OKl`k E Dos: Stantec Consulting Services, Inc. Stantec 901 Ponce de Leon Boulevard,Suite 900,Coral Gables,Florida 33134 Phone:(305)445-2900 Fax:(305) 774-6277 December 19,2014 City of Miami Beach Department of Procurement Management-1700 Convention Center Drive,Miami Beach,Florida 33139 Attention: Yusbel Gonzalez,CPPB Reference: Architectural and Engineering Design Services for the Altos Del Mar Park Project-RFQ 2015-016-YG Dear Yusbel, We are pleased to submit our unique qualifications for your review and consideration in the selection for Architectural and Engineering design for the Altos Del Mar Park in the City of Miami Beach.Stantec has over 20 master planning projects completed in the last 10 years similar to Altos del Mar Park.We have become experts within the parks and recreation arena having designed dozens of them and we're here to partner with you in your next park facility! At a time when many communities struggle to adapt and respond to issues of development through short term solutions, they are also committed to a mission of ensuring that the long term needs for sports,recreation and leisure,wellness,and quality of life are met in the facilities and developments they plan and build.At Stantec,the depth of our experience in design,our objectivity,our willingness to search for creative solutions,and our commitment to professional excellence make us ideally suited to address this need. Stantec's design staff has major project experience in all types of Parks and Recreation design and is a recognized leader in the field.Renovations to existing parks have contributed to a significant portion of that experience.As a leader in the industry,Stantec has performed on well several parks related projects of various sizes throughout the South Florida area. Our Parks and Recreation experience includes a wide variety of park facilities ranging from typical athletic or passive parks to unusual and unique facilities.Our experience includes numerous athletic facilities of all types including football,soccer,lacrosse,baseball,basketball,tennis,volleyball,roller hockey,and track and field. Other park experience includes many examples of playgrounds,exercise trails,picnic pavilions,educational kiosks,boardwalks,kayak and canoe launches,dog parks,campgrounds,shooting ranges,pedestrian bridges and amphitheaters. Stantec will be the prime consultant on this contract,providing leadership through Architectural Design,Civil Engineering,Environmental Sciences,Coastal Permitting,Structural Engineering,and Construction Services.These in- house services allow us to provide a unified and comprehensive approach to projects providing holistic solutions to the project needs. Elvira Freire,AIA,LEED AP,will serve as Project Manager for this contract,with Javier Salman,AIA,LEED AP,serving as Principal in Charge. Additionally,we have assigned key personnel from our firm and our sub-consultants to be available at all times to service the City. Elvira will act as the single point of contact to ensure that the right personnel are assigned to the project and that the right resources are allocated to efficiently complete the work. She can be contacted at 901 Ponce de Leon Blvd.Suite 900,Coral Gables,Florida 33134,Phone:(305)445-2900. We have extensive experience in coordinating design teams of consultants in other disciplines.Joining us in this endeavor is a team of sub-consultants with resources that complement and augment our own capabilities,as well as the requisite experience to carry out similar assignments, and with whom we have a longstanding professional relationship. Rosenberg Gardener Design will provide landscape architecture,Louis Aguirre and Associates,PA will provide MEP services,Wingerter Laboratories,Inc.will provide geotechnical Services,and Longitude Surveyors,LLC. will provide surveying services,and they are ready to team with us to complete this project.We recently completed projects with these consultants for municipalities such as North Miami Beach,North Miami,Miami Beach,and Coral Gables to name a few. We thank you for the opportunity to outline our team's qualification and would look forward to working with you on this very important and exciting project. Respectfully, Stantec Consultin_� Tices Inc. 41P Javier Say-nan AIA,L D AP,Principal 1 Solicitation No: Solicitation Title: RFQ 2015-016-YG Architectural and Engineering Design Services for the Altos del Mar Park Project Procurement Contact: Tel: Email: Yusbel Gonzalez, CPPB 305-673-7000 Ext. 6230 yusbelgonzalez @miamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No.of Employees: Stantec Consulting Services Inc. 14, 700 No of Years in Business:60 No of Years in Business Locally:30 OTHER NAME(S)PROPOSER HAS OPERATED UNDER THE ST 10 YEARS: (orzo�Gaste a Garballo Thompson Salman, P.A. (C3TS) FIRM PRIMARY ADDRESS(HEADQUARTERS): 10160- 112th Street CITY: Edmonton STATE: ZIP CODE: Alberta, Canada T5K 2L6 TELEPHONE NO.: (780) 917-7000 TOLL FREE NO.: N/A FAx NO.: (780) 917-7330 FIRM LOCAL ADDRESS: 901 Ponce de Leon Boulevard, Suite 400 CITY: Coral Gables STATE: ZIP CODE: Florida 33134 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Elvira Freire-Santamaria, AIA, LEED AP ACCOUNT REP TELEPHONE NO.: (305)445-2900 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: elvira.freire-santamaria @stantec.com FEDERAL TAX IDENTIFICATION NO.: 11-2167170 The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2015-016-YG Appendix A— Page 1 2 1, Veteran Owned Business.Is proposer claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT:Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposals must disclose,in their Statement of Qualifications,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposals must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates N/A 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. Please see our references attached. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an •ublic sector agency? YES X NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s).N/A 5. Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Statement of Qualifications,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Attached • 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement!. Attached .,.,asrzx.:zNm. •..-w�.e,•/O.xa.,.�o ra»::a�.a., ..ars.,xv,>,a.T-er a...��;Hx:«....,.ra�::a,_:-a�r_e,e,�..x,»��H...,•d,.c-..u,•nv.,n. :,•:.�+s�..h:_u_.,..:«,en:....-��nxdF� _s...�.�+aq aen-..m,,�.:N,. ..,-,..m.w.�crosu.;.m��. va..e,�eeN>xwc�-.c:w.zfe, RFQ 2015-016-YG Appendix A— Page 2 3 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, proposers shall be required to pay all covered employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Currently, the hourly living wage rate is$11.28/hr with health benefits of at least$1.64 an hour, or a living wage of not less than$12.92 an hour without health benefits. • Commencing January 1, 2015, the hourly living wage rate will be $11.62/hr with health benefits of at least $1.69 an hour,or a living wage of not less than$13.31/hr without health benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this bid, under which the City may, at its sole option, immediately deem said proposer as non-responsive, and may further subject proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. For further information about Living Wage requirements, please contact the City's Contracts Compliance Administrator at 305-673-7490. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees?_ X YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. RFQ 2015-016-YG Appendix A— Page 3 4 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes, as currently enacted or as amended from time to time,states that 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 proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, 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 proposals,Statement of Qualifications,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. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm I Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 1.2 I, Addendum 3 Addendum 8 Addendum 13 Addendum 4 ; Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 • If additional confirmation of addendum is required,submit under separate cover. RFQ 2015-016-YG Appendix A — Page 4 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2015-016-YG Appendix A— Page 5 6 -„ � a w: x..ria. ,,. ><+.r-;:> :.,�,.,, as,., ,..-n,.,:.,. ,.a H„”, ... 3 a..�a" -' .�. 5 -`L .a5'�e • Y>a� :<tJ�'j �„a. -�.•.�-•�5 s. ..>� �w,.rt::x � x���.53�Ex�.`� '^� .:_.�.. .. ..f%` ...�... ..: �w' xn�,�..,"".s.t� "�., 'ba._�S.�n,� ,` �'", � ��'.. � '�3�rk . 'rs�;r .. A,?^ ,Z�'?.` �¢ • y -, a '�<:,. �` Ky x_ ��.£`..T;�'°.: 1.; -7�•:. �� ' , • PROPOSER CERTIFICATIQN -���,�'�.,°3r�>�<..s�rk•�z,.���_�:w�.����"..; a;�z�".�:�:� „s�.:.�, xf,5 'u? ,.��,_K' :�k�a ,..��-ea < ���"Fyn s�a',�-s�.:i;,.,,.< ,�:z?�:x �� s`a:�:"."�",. :�„� �� ����•aw�§:a'�: I hereby certify that: I, as an authorized agent of the.Proposer,am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released"hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound'to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted;--Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized.Repres-°.tive: Title of Proposer's Authorized Representative: Javier.Salman,Al 41, r,^l Principal Signature of Proposer's :'' '` -_ r .-ive Date: December 19, 2014 State of FLORIDA ) On this 19 day of December 20. 14 personally appeared.before me Plet-Itho County of.Miami-Dade ) stated that (s)he is the Principal of Stantec , a corporation, and that the instrument was signed in behalf of the said corporation by,authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: GRACE MORALES PAY p`I,, N tary Public for the State of Florid Notary Public-State of Florida 4 Fir •_My Comm.Expires Nov 27,2015 ily Commission Expires: t! ( 2 '2c t7 *rt .e: Commission#EE 148461 Bonded Through National Notary Assn =' PFQ 2=15:0 16-YG Appendix A — Page 6 7 • a n./,.”Vifa,,ZWWPSffte,41SSVOOAqg, 974-,,2wwwew..o 4:40-*44:06,Mtvof,ii i "20 r 544• �> J _... 4".�w '. s,?✓.'. 3SS.. �.. ,a7,sfa e.•. *". .Y� r3`,d94 "r�i•'. _ ,r'..a,`r," .2hkf? .., �_.� ., ... r':� _... _.. .+r ... 4.4 ... APPENDIX A - REFERENCES AND PAST PERFORMANCE 1- City of Miami Mark Spanioli,Director,Capital Improvements&Transportation Program 444 SW 2nd Avenue,Miami,Florida 33130 (305)416-1224 / mspanioli@miamigov.com Dade of Contract:2011-On-going Scope:The firm provided master planning,civil engineering and architecture design for the complete reconstruction of an existing 9.4 acre park in the historic Overtown section of Miami.The project includes a 6700 SF recreation building and aquatic facility with competitive and recreational swimming components. The project also includes a new artificial turf multipurpose field for baseball , and football.The field incorporates covered stadium seating for 1500 patrons. Additional elements include basketball courts,picnic shelters,playground,exercise equipment and parking. We developed a design with LEED Certifiable Design which fulfills the pragmatic,aesthetic,and public needs for this facility.This is the phase 1 of a multi-phase project that will eventually include a gymnasium,bowling alley,and a Community Center,which is currently under construction.This project has received Gold LEED Certification. 2- City of Coral Gables Glen Kephart,PE,Public Works Director 2800 SW 72nd Avenue,Miami,Florida 33155 (305)460-5004 / epinoPcoralgables.com Date of Contract: 2014-On-going Scope: Architectural and engineering design services, renovations, remodeling, traffic studies, investigation, redevelopment, master plan, rehabilitation, roadway improvements , traffic calming, construction administration,etc. 3- Town of Surfside Michael P.Crotty,Town Manager 9293 Harding Avenue,Surfside,Florida 33154 (305)864-0722 / mcrottv(@townofsurfsidefl.gov Date of Contract: 2010-On-going Scope: Architectural and engineering design services, design criteria, parking structure feasibility study,renovations,remodeling,drainage improvements,permitting,construction administration,etc. 4- Town of Bay Harbor Islands Ronald J.Wasson,Town Manager 9665 Bay Harbor Terrace,Bay Harbor Islands,Florida 33154 (305)866-6241/rwasson@ibayharborislands.net Date of Contract: 2012-On-going Scope: Architectural and engineering design services, renovations, remodeling, rehabilitation, programming,construction administration,etc. 5- Florida International University Kristine Colunga,AIA,Coordinator Construction Projects 11200 S.W.8th Street,Miami,Florida 33199 (305)348-4010 / Kristine.ColungaPfiu.edu Date of Contract: 1999 -On-going Scope: Architectural and engineering design services, renovations, remodeling, rehabilitation, programming,construction administration,etc. ' F F .-4c•„.r ° 4V-S.•.% 0��� 77.4 'b" �r lZa •?fi:g.",. .r p1 ,,,47,024EW*,,,VMOVIWY4,17t1V,Mfilflfral;/At.0,,AleibiNVAZogitnegiliP,WAPAry'':AffrOMPV:4><M, "(:eAry,:ttkr.TaMV*tmtfUtph,-Vfe 4.t Aro' fl-Ve«,'''',tvpgkyf,kwo,de-a6, w,o4:oictc,.e.s4,byt..mir,tomtSmr<,e4Wa, ,e70 /2,Aw.v4, )t,g, ;, nT�' . k£ Desi aC'x °.. ' de rF N APPENDIX A - VENDOR CAMPAIGN C NSTRO UTlON FINANCIAL INTERESTS We are a publicly traded entity listed on the New York Stock Exchange(Symbol:STN)and the Toronto Stock Exchange(Symbol:STN).We are required to be financially stable in order to maintain these listings and we are required to adhere to the Sarbanes-Oxley Act(SOX)and its Canadian equivalent(C-SOX).Our shares are widely held.Details on share ownership may be obtained from firms like Bloomberg. We are subject to ongoing independent audits that prove our financial stability and credit worthiness. For a complete view of our audited financial statements,visit the Investors section of our web site at www.stantec.com/about-us/investors.html. No individuals with a controlling financial interest have contributed to the campaign for a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. »sff s !` M"£' ;k 47',}4g- ::4 i;.,"' :" 3 R 3.. 3 '; ,�o" "s F `�a. -. .� - �a.;:wx». x:�:3b�nxai �.a--.:&--°'<5 '., �.�s^,r.,, �.ir...xw firtWangintiMfffila,,,R44,raMcger*,..;,-7. :,73,160Zrel • 16- 's � - taste A •....:../':., .Y's,-,.: :..%�. ;:,':� °...✓"? ':.... rr;, y y c ��. s n ' .,�� , jc: ,.. ,...r.., . ,... ,., .......,..,y,t,_.. . ,...., ., >....,.. APPENDIX A - CODE OF BUSINESS ETHICS Code.of Ethics Policy Policy Stantec conducts business in accordance with high ethical,moral and legal standards,efficiently,in good faith,with due care,and in the best interests of the Company,its employees,shareholders, and other stakeholders. Stantec maintains business practice standards that will earn the respect of everyone with whom the Company conducts business. Practice The following standards are intended to protect the Company's reputation and the quality of its services,as well as to serve the best interests of its clients,employees, shareholders.and other stakeholders. Application The Stantec Code of Ethics applies to all employees and is not intended to be exhaustive.Employees are expected to conduct themselves in the performance of their duties with high ethical, moral,and legal standards. Dealing with Each Other Stantec understands that effective relationships are based on the recognition of the value and worth of each individual and that it is necessary to provide a working climate that is conducive to the success and well-being of all employees. Stantec works to create an atmosphere of mutual trust and respect by being honest,fair,and consistent.Stantec treats all employees fairly and impartially and strives to consistently follow Company policies and practices. Stantec employees listen to one another and foster open and honest communications.Stantec values the opinion of employees, respects their diverse backgrounds,encourages communication among employees,and solicits ideas and suggestions to improve or benefit the.Company. Stantec prohibits the use by its employees of any social or other media to post or display comments about coworkers, supervisors,clients or the Company that(non-exhaustively) • Are vulgar,obscene,threatening,intimidating, harassing O Portray.the Company or individuals in-a negative light O Are a violation of Stantec's Conflict of Interest Policy or other workplace policies against discrimination, harassment, and violence Posting or displaying such comments could result in disciplinary action being taken against an employee. Dealing with Shareholders Stantec is committed to protecting and improving shareholder value through the prudent use of Company resources and by observing high standards of legal and ethical conduct in all its business dealings.The Company communicates with shareholders regularly,candidly,and promptly,providing the information necessary to evaluate its management and investment value. Dealing with Clients Serving clients is the essence of Stantec's business. Meeting our clients'expectations and providing good value are the best ways to ensure ongoing demand for our services. Stantec will accurately represent its services and clearly communicate the terms under which these services are provided. Dealing with Subconsultants and Suppliers s �v •ry . :�' ,rwr r• �.,,,. - �'-c.ry"xts,_ .vg„r..�,. :.ze,:us' �'.o�s."; �6d �,,..> ,„'> ,• � sw`. '$YS'n u->' m, i yr,,,c,... '+ r r - ^fir .k ._ m.'';AE;`xc / �:.,z' T:".aL .>Fs .-j°�`.• f� ,^�,�>_ �s�[+'. .����::� �_,:�.�' £,K�`?, �� ,;•} `�M' r✓ .'a..,,. = �°' �'�.�• ;ate �� .. 1 �� `�4` ��,�`�,"``.�.� "`.�N°>'= �, j '.>r,-.aa_"'e'..°E'�.. ''�" 'I �. :'.`';. ..»r ;�;,;:a"�"va"..' .'• •`.:.- .'� ."` -.?"a." d..,,.;.'.. �'�'.`;;>�&'.'��',...->.m,..9,"';>._ ...•t:x;:^°;.a>}� .. �";§i,.'.. ..._ x,,,.......m. .,..��" ,,..._.... ...._.. ... ..... f ' :1,44.52mvpiNewinAsp,mx4xv-xwwww-i, Aft"- fi," x t "rf,feea'a'RFQ'20T5'0t6VGVAVA- lt,Vfr.''''t/*'nl""'"tee.*TorariV'"w*-1,,,rforr;'-4:3vfrl,A9k'wA.,,o4*vAt 05re .......... . x>.:YiixdY"Ff./'l+r+)C1,yr . ,.,. ,��, .1�/`kb5:r„ ,, i.s: ,,.. i :o :n�7; /.'.. ...i..35i.icF,"�,/�"� ,. X��i�":..,,�,. . . „. ,, .. /,,,..3., ,, Stantec is committed to the fair treatment of subconsultants and suppliers and will select subconsultants and suppliers who provide the best value for the Company and its clients while also respecting its clients'wishes. Proprietary Information Belonging to the Company Employees must maintain the confidentiality of the Company's proprietary information.Examples of proprietary information include.strategic plans,client lists,marketing plans,rate tables,and much of the technical information that the Company generates or uses in its business.The disclosure or misuse of Stantec's business information can harm the Company's competitive position and/or reputation and may be a violation of applicable laws.Employees,therefore,must not disclose business information outside the Company unless they are authorized and legal to do so. Proprietary Information of Others Stantec regularly receives proprietary information from its clients,subconsultants,and suppliers.The wrongful possession or use of any proprietary information of any third party is prohibited.Employees may use lawfully obtained proprietary information only for the purpose for which it is provided. If an employee is offered,or comes into, unauthorized possession of third-party proprietary information,the employee must decline the offer and take appropriate steps,if applicable,to return the information. Abiding by the Law Wherever Stantec operates,it will at all times comply with applicable laws and regulations.In acting on behalf of Stantec, no employee shall,at any time.take any action which they know or reasonably should know to be in violation of any applicable law or regulation.Any time an employee is uncertain about the application or interpretation of a law or regulation,they should consult their supervisor who,in case of doubt,should seek the opinion of the Company's Risk Management team. improper Payments No payment will be made by,or improper benefit conferred on behalf of,the Company either directly or indirectly to government officials, political candidates,or officers or employees of clients, subcontractors,suppliers,or competitors that violates applicable laws.Bribes,facilitation payments and trading in influence are strictly prohibited.Employees working outside.North America should familiarize themselves with Stantec's policy regarding foreign business practices. Personal Business Personal business should not be conducted during normal working hours.Any/all personal business activities should be confined to after hours or lunch breaks and should be consistent with Stantec's Conflict of interest Policy and Practice, paying particular attention to the Moonlighting without Permission section. . Reporting Violations of the Stantec Code of Ethics An employee who becomes aware of a violation of this code,or who believes that a violation may take place in the future, must report the matter. Ordinarily,the report should be made to the employee's immediate supervisor who, in turn,must report it to the Company's general counsel. If the supervisor takes no action or the employee feels that it would be appropriate to report to a person in higher authority,the employee should bring the matter to the attention of the general counsel.Requests for anonymity will be respected to the extent that this does not result in the violation of the rights of another employee. Reporting Violations of the Law In addition to reporting violations of the Company's Code of Ethics,it is Stantec's policy to protect employees against unlawful discrimination or retaliation by their employer as a result of lawfully reporting information regarding,or participating in,investigations that involve corporate fraud or other violations of applicable law by the Company or its employees. For further information, refer to Stantec's Integrity policy. Compliance Responsibilities ' � � ';, aa�<a�'..ar."'- • �' 0: x. r' � �: _ �,.. � ,�. �, $ .�w �a�., a.`� ,,,• it�-u .::.�,...arm,.> ,.:' .:- -,,... -. >...>�.ua,. >..'_.. :.. ,�..-� ��.:�..»: '� Y;»s �' .. ��...,»..>a .. _ .. . - _._. ... >- .. ,.... „ J ; � /� Waxge,0,4-410051444,;,;,!--400eAralxorpreet440,040V,"CiAtivO*Viropp-341"4.3vAgfpWA:igy4 VA-SpReittiWitep '..,'a '..,. °, .�5 '.��:.,eRr`,�" rSSia"e4 �'�.a,../9,'ora'*,�N3".�'90.;..., x.;;., �»9 .•... `.....:. ,� 4,. �� � '?F:�l;,. .. y .. .... ...... .. ....... .. .... ... ........ ..... ..o .. Stantec's Code of Ethics is to be strictly followed at all times and under all circumstances.Any violation will subject an employee to disciplinary action up to and including termination.To protect its employees,shareholders,and other stakeholders,the Company has designated its general counsel as the individual who is responsible for administering and overseeing the compliance and reporting process of this code.The general counsel will refer submitted complaints as he or she determines to be appropriate,or as required under the directives of the Stantec Board of Directors,to the chief executive officer,the chief operating officer,the vice president of Human Resources.the chair of the board,or an appropriate committee of the.board. Stantec and all of its employees benefit from an atmosphere of good ethical conduct.Employees are encouraged to discuss with their supervisor or regional Human Resources coordinator,or,if they prefer,with the Company's general counsel,any situations of existing or potential noncompliance involving themselves or others. . (%fit'i ii•.�”' ,Rcl `sant to.Gib✓c Ow"Ci; Rfii,ons&�G3mJr CataG1s,'Last t }u t€d:September 2,1.'2014 '-a �is5.x.� x,�-� ;qm }•°'•fib` .�°.�� �.�s.,,, ., _ 4.� �, £� a , Immo"°r..,,; ,r .,- x's:,;,.' .- 3 ::y; 'z : .. .,.-'. 4.'Hm ?'-. .. ._ ._ P.'s. ,S4...... ...... .. :'.a.... .. m �' k s,..,........ : , p Of*V00,09"-fr:,fso*gwrp.p,A01P*aw,X-e*aftrerA*:ivovp,wvMn4-tatWt44ty*Pe4g**-ft.r„, . ' s " d i ec s � d MINIMUM QUALIFICATIONS E UI ENTS FIRM AND KEY PERSONNEL EXPERIENCE We're active members of the communities we serve.That's why at Stantec,we always design with community in mind. Stantec Consulting Services Inc.(Stantec),founded in 1954,provides professional consulting services in planning,engineering,architecture,interior design,landscape I architecture,surveying,-environmental sciences,project management,and project •� economics for infrastructure and facilities projects.Continually striving to balance economic,environmental,and social responsibilities,we are recognized as a world-class Architectural leader and innovator in the delivery of sustainable solutions.We support public and design staff in over private sector clients in a diverse range of markets at every stage,from the initial 200 locations conceptualization and financial feasibility study to project completion and beyond. The Stantec community unites more than 13,000 specialists working in over 200 locations.We collaborate across disciplines and industries to make buildings,infrastructure,and energy and resource projects happen.Our work—professional consulting in planning,engineering,architecture,interior design,landscape architecture, surveying,environmental sciences,project management,and project economics—begins at the intersection of community,creativity,and client relationships. Since 1954,our local strength,knowledge,and relationships,coupled with our world-class expertise,have allowed us to go anywhere to meet our clients'needs in more creative and personalized ways.With a long-term commitment to the people and places we serve,Stantec has the unique ability to connect to projects on a personal level and advance the quality of life in communities across the globe.Stantec trades on the TSX and the NYSE under the symbol STN. Qualifications and Capabilities At Stantec we are passionate about the design quality of the built environment.We create designs that are timeless,intelligent,and sustainable.We work Awards our team has collaboratively,matching knowledge and experience to client and community goals. received for projects Our practice extends from macro to micro—from master planning to architectural ranging from public and interior design—throughout the life cycle of a project. Our team enjoys a engagement to urban reputation for creating high-performance,fiscally responsible,and award-winning design, landscape park facilities and recreational buildings. architecture, and neighborhood planning. We understand that the professional services required to provide architectural, engineering,and planning services to Altos del Mark Park will involve the review of the existing site,preparation of presentation drawings and construction documents,bidding assistance,and construction administration services.Similar projects in nature,scope or size to this project for which we have provided similar services include: ✓ Miami Beach Restrooms and Concessions,Miami Beach,FL ✓ Flamingo Park Football Field/Concession Building Improvements,Miami Beach,FL ✓ Surfside Streetscape Master Plan,Surfside,FL ✓ Joe Celestin Youth Community Center&Gymnasium at Claude Pepper Park,North Miami,FL ✓ Master Planning of Gibson Park(Phase 1&Phase 2),Miami,FL ✓ Grapeland Park Master Plan,Miami,FL ✓ Palmetto Bay Park,Palmetto Bay,FL ✓ Doral Park,Doral,FL We've got ✓ Philips Park,Coral Gables,FL every corner of the ✓ Pierce Park,Coral Gables,FL ✓ Goulds Park,Miami,FL playing field covered. ✓ Naranja Park,Miami,FL -_..srm��mF. ,,,.. ,.. •.o ,, ..,, �.,.. sir- y .. r ��m r�'_ .< . ,.. b jciaA ar&r- ...,, _ _s. •x 10-,n+ F ,yh..• t k 2 yy.�� 4 a'n 'Se ` r ,�,�s�i?����ra�s�> siw �z�r'��;tf�r :",s ��,�r>;:.o�;� tt -' '",� � -zl ".".; �,r;vl�i�,�i��`,...4r?�i� �Rw sty ;,•,. , mo _ ...s{ ah ✓ J.C.Bermudez Park,Doral,FL ✓ Medley Linear Park,Medley,FL ✓ El Portal Tot Lot&Nature Walk,Village of El Portal,FL ✓ Alsdorf Park Boat Ramps,Pompano,FL ✓ Cooper City Park,Cooper City,FL ✓ Firefighters Park,Margate,FL ✓ Lakeside Park,Coconut Creek,FL ✓ Shenandoah Park,Davie,FL ✓ Ingram Park,Opa-locka,FL ✓ Sunrise Park,Sunrise,FL ✓ Marathon Park,Marathon,FL ✓ Coconut Creek Park,Coconut Creek,FL ✓ Riverbend Park,Palm Beach County,FL And more From single to multi-use outdoor athletic and recreational facilities of all types including pedestrian entrance, parking area,restrooms facilities,sand volleyball,volleyball courts,and tennis to emerging sports such as lacrosse, ultimate frisbee,in-line skating,and roller hockey,Stantec will bring a wealth of knowledge and experience to the design,and construction of Altos del Mar Park. Key Personnel Experience We have assembled a team of very experienced professionals to provide the City of Miami Beach with exceptional service. These individuals will be assigned and available to the City. Javier F. Salman,AIA,LEED AP has over 29 years of experience with public and private sector projects.His hands-on management style allows for maximum quality and ensures continuous and productive client contact throughout the life of the project.His design and management expertise,coupled with his extensive governmental and institutional experience,ensures afsuccessful relationship with clients.Javier received his CPTED certification through Florida Atlantic University in 1998,has since served as a lecturer on the subject of CPTED principles as applied to urban and parks design,and is a recognized expert in the field.Additionally,he is a LEED Accredited Professional identifying and implementing practical and measurable green building design to all of his projects.Some specific project experience includes:Gibson Park,Miami-Claude Pepper Park,North Miami- Pierce Park and Phillips Park,Coral Gables-Oasis Park,Opa-locka-Ingram Park,Opa-Locka-Ronselli Park, Sweetwater-Shenandoah Park,Davie-Medley Linear Park,Medley-Goulds Park,Miami-Coconut Creek Park, Coconut Creek-Walker Park Community Center,Hialeah-Lauderdale Lakes Community Center-Lauderdale Lakes-Bucky Dent Community Center,Hialeah-Grapeland Park&Aquatic Facility Complex,Miami,etc. Elvira Freire-Santamaria,AIA,LEED AP has over 19 years of experience with public and private sector projects.She has served as project manager,project architect,job captain,and architectural designer for both large and small scale projects through the design development stage,construction documents,permitting,and construction administration.Her experience includes new construction,renovation to existing facilities,and interior design for commercial&corporate clients.Her governmental project experience has included many projects for Florida municipalities,working on government buildings,maintenance facilities,parks and recreational facilities,etc.Additionally,she has worked with Florida Department of Transportation,Florida Atlantic University,Florida International University,Miami Dade College,and Miami Dade County Public Schools.Some specific project experience includes:Gibson Park,Miami-Miami Beach Restrooms&Concessions Facilities,Miami Beach-Riverbend Park,Palm Beach County-Shenandoah Park,Davie-Bucky Dent Community Center,Hialeah-Uleta Community Center,North Miami Beach-Grapeland Park,Miami-Medley Linear Park, Medley-Firefighters Park,Margate-El Portal Tot Lot&Nature Walk,Village of El Portal,etc. '74-7 fifig* , 140 w ," ="Iti ? 4:: ., . ".. RFQ 2015-016-VG ®_ ( ; Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project --- Eddie Lamas,RA is an award-winning Architect,Designer and Project Manager with over 37 years of experience.He is responsible for all phases of projects from master planning,programming and design through construction documentation and administration.Eddie has led design teams for a wide range of multi-faceted projects including municipal/governmental facilities,parks,commercial,educational and historic renovations. His interpersonal skills,as well as his commitment to service and constant communication with clients and multidisciplinary teams throughout development of each project,have ensured their successful delivery and have garnered Eddie an impeccable reputation as one of the leading designers in the South Florida area.Some specific project experience includes:Flamingo Park and Aquatic Center,Miami Beach-Normandy Isles Park&Aquatic Center,Miami Beach-Morgan Levy Park,Doral-Doral Meadows Park,Doral-JC Bermudez Park(formerly Miami West Park),Doral-Pembroke Falls Park/Community Center,Pembroke Pines-Bucky Dent Park and Aquatic Center,Hialeah-Henry Milander Park and Aquatic Center,Hialeah-Cypress Hammock Park,Coral Springs-William H.Kerdyk Tennis Center at the Biltmore Hotel,Coral Gables,etc. Eleane Navarro,Al,LEED AP has over 20 years of experience with public and private sector projects.She has served as project manager and architectural designer for both large and small scale projects through the design development stage,construction documents,and permitting,as well as construction administration for various types of projects and clients.She has worked with,Miami-Dade County Public Schools,Florida Department of Transportation,Florida Atlantic University,Miami Dade College,and Florida International University as well as various cities throughout Miami-Dade and Broward Counties.Some specific project experience includes: Flamingo Park Football Filed/Track and Bleacher Building/Concession Improvements,Miami Beach-St.Joseph Delancy Park,Miami-Dade County-East Park Youth Center,Miami Lakes-Goulds Park Aquatic Facility,Miami- Dade County-Naranja Park Aquatic Facility,Miami-Dade County-Pierce Park,Coral Gables-Phillips Park, Coral Gables-Fairway Park Community Center,Miramar,etc. Jeff Crews,PE,LEED AP,with over 26 years of experience,has been design and field engineer on various projects in the field of civil and structural engineering.Jeff's civil experience has included parks and recreation design,drainage analysis,development of traffic control,preparation of utility relocation plans,and stormwater pollution prevention plans.Jeff also has extensive design,construction inspection,and administration experience in all types of building structures.Some specific project experience includes:Flamingo Park Football Stadium,Miami Beach-Gibson Park,Miami-Royal Oaks Park,Miami Lakes-Grapeland Park Aquatic&Sports Complex,Miami-Doral Meadows Park,Baseball&Soccer Field,Doral-J.C.Bermudez Park,Doral-Little Haiti Soccer Park,Miami-Uleta Community Center,North Miami Beach-Marathon Community Park,Marathon- Hunters Manor Park,Pompano Beach-Cooper City Soccer Park,Cooper City-Alsdorf Park Boat Ramps, Pompano-Vincent Torres Park Pedestrian Bridge,Lauderdale Lakes-Matheson Hammock Park Marina Reconstruction,Dade County-Plantation Heritage Park,Broward County,etc. For detailed resumes of our staff,please refer to Tab 2-SF 330. .41 141,3 . „ 41*ir r. 4 - • :..� vim;, RFQ 2015-016-YG 4.t. Starntec Architectural and Engineering Design Services for the Altos del Mar Park Project MINIMUM QUALIFICATIONS REQUIREMENTS FIRM EXPERIENCE ON SIMILAR PROJECTS Flamingo Park Football Filed/Track and Bleacher Building/Concession Improvements Miami Beach,Florida The Flamingo Park Stadium project was a redevelopment of a 5 acre portion of a 32 acre historic park in the art deco district in Miami Beach Florida. The football field was replaced with a state of the art artificial turf field. A perimeter track was reconstructed and upgraded with a resilient track coating.Additional architectural and structural upgrades were provided for the stadium,concession and press box structure. The project included advanced drainage concepts to insure proper performance in an extremely low lying area of Miami Beach. Principal in Charge:Javier Salman,MA,LEED AP-Project Manager:Eleane Navarro,Al,LEED AP-Completion Date:2013 p g It _ .. - - - ' t Gibson Park(Phase 1/Phase2) s Miami,Florida ,n __/ Gibson Park,located in the heart of historic Overtown,is the complete reconstruction of an existing 9.4 acre park and was designated to serve as that community's living room and front yard. A landscape and sculpted lawn area at the entrance of the park was designed to serve as seating area for community performances and when now in use would become a multipurpose field. Furthermore,a dual purpose pavilion was also created to provide a stage for the performances and when not in use would function as a picnic shelter. Accessibility and connectivity to the surrounding neighborhood were also important components of the project,as well as balancing the active and passive recreation areas. Likewise,the site while being a large site,had constraints due to the existing library which was to remain on the property and the design had to incorporate the building as part of the master plan. Our services included master planning,phasing plans in order to meet funding schedules,civil engineering and architecture design and construction documents. Phase 1 of the GOLD LEED Certified project includes a 6,700 square-foot recreation building and aquatic facility with competitive and recreational swimming components.The park also includes a new artificial turf multipurpose field for baseball and football with covered stadium seating for 1500 patrons.Additional park amenities include picnic shelters,playground,exercise equipment and parking.Phase 2 includes a 22,000 s.f community center consisting of indoor basketball courts, classrooms,computer rooms and concession area. Principal in Charge:Javier Salman,AIA,LEED AP-Project Manager:Elvira Freire,ALA,LEED AP-Completion Date:July 2013 - s 3 a i: f ' ''*'' Of'''''' ' ' 1,,,, 14. -- ' - - " ' ' ?N. RFQ 2015-016-YG 4!.. 43 Stantcc Architectural and Engineering Design Services for the Altos del Mar Park Project -- FIRM EXPERIENCE ON SIMILAR PROJECTS William H.Kerdyk Tennis Center at the Biltmore Hotel Coral Gables,Florida This project involves the renovation of the existing tennis courts with the addition of a sunken stadium court and an entry pavilion within the very famous Biltmore Hotel.The proposed renovations include:resurfacing of the existing tennis courts located at the southeast and east portion of the site,new stadium tennis court,which is 7'- , 0"below the finish grade,a new concrete plaza area,new ramp to the stadium tennis courts,sports lighting for the stadium tennis court an d grandstand courts for events and a proposed pavilion entry feature.The existing tennis center building and parking lot will remain as existing.A new walkway along Anastasia Avenue will be provided connecting the sidewalk adjacent to the Biltmore property to the tennis center and will be the main entrance into the property. Principal in Charge:Javier Salman,ALA,LEED AP Project Manager:Elvira Freire,ALA,LEED AP. Architect:Eddie Lamas,RA-Completion Date:2014 ; '_ 's Joe Celestin Youth Community Center and Gymnasium at Claude Pepper Park North Miami,Florida When the community of the City of North Miami sought an innovative and prestigious multi-purpose you center,it teamed with our firm for trend-setting results.Our design for the new center is distinguished by angled roofs and a large-scale mural on the outside wall entitled"I Dream to See",the City's first Art in Public Places project. We provided full architecture,master planning,and civil engineering services,and used sustainable design and construction methods throughout the park for environmental benefits.We applied an efficient lighting strategy to reduce energy costs by integrating natural and artificial lighting sources with occupancy sensors.We specified recycled content materials and those with a cradle to cradle certification such as the roof and building metal cladding. We obtained water efficiency credits including the Innovative Design Credit by reducing the potable water use in the building and irrigation via design of a cistern and collection of rainwater. Principal in Charge:Javier Salman,AIA,LEED AP-Project Manager:Elvira Freire,ALA,LEED AP-Completion Date:2012 3`� $ 5 N 3 ` y - A 6 T mi��RpF ' � ♦3¢ p ...bps 4,4L RFQ 2015-016-VG 4!.. 5 Ste me c Architectural and Engineering Design Services for the Altos del Mar Park Project FIRM EXPERIENCE ON SIMILAR PROJECTS J.C.Bermudez Park Doral,Florida An 80-acre park that included reconfiguration of a 16.6 acre lake in order to accommodate various activities including 4 baseball fields plus 2 multi-use soccer and football fields,a soccer stadium,concession stands,locker room facility,storage and meeting facilities,an outdoor running track,6 outdoor basketball courts with covered bleachers,8 tennis courts,1 pro-shop,covered children playground,an amphitheater,1 multi-use parking garages and ample surface parking.Work included providing initial master planning and architectural design phase through construction documentation and administration. Principal in Charge:Terrance Glunt,PE,LEED AP-Project Manager:Jeffrey Crews,PE,LEED AP-Completion Date:2011 iiiiiiiiiii011.11111111111111111111111111111.11111.1M=SZININIONIM Marathon Park Marathon,Florida Our company was selected as the prime consultant for master planning,design and permitting for this community park in Marathon in the Florida Keys.The park included soccer fields,an outdoor covered amphitheatre,restroom buildings,a skate park,bocci and shuffleboard courts,parking and all associated utilities.Our company provided the architectural,civil,and structural design for the project as well as construction administration and oversight.The amphitheatre structure incorporated tensile fabric construction and was designed to meet all current hurricane wind loading requirements for the Florida Keys.Drainage incorporated a combination of trench drain and dry retention in order to prevent runoff from entering the adjacent environmentally sensitive mangrove areas. Principal in Charge:Terrance Glunt,PE,LEED AP-Project Manager:Jeffrey Crews,PE,LEED AP-Project Architect:Javier Salman,AIA, LEED AP-Completion Date:2010 ,,$ • • • - I wy RFQ 2015-016-�'G 4• ( Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project ____ FIRM EXPERIENCE ON SIMILAR PROJECTS Grapeland Aquatic Park&Sports Complex Miami,Florida Architectural design,master planning,and civil engineering design for this 10-acre,$20 million urban park as part of the area renewal and airport improvement district.The scope of the project included a water theme park as well as state-of-the-art baseball tournament complex.While being developed,the needs for access and parking encroachment were taken into consideration as one of the principal complaints by stakeholders that needed to be resolved. Elvira Freire, LEED AP-Completion Date:2008 Principal in Charge:Javier Salman,ALA,LEED AP-Project Manager:E ,ALA, p p 9 sq zizig I Kendall Soccer Park-Dog Park Miami,Florida Our company provided design and construction administration services for this project that involves the final development of a 42 acre park in Kendall,Miami-Dade County.It is comprised of three artificial turf soccer fields with bleachers,a restroom facility,235-space parking lot with lighting,landscaping,and surrounding walkways.The project included site development,architectural&structural design,sport's lighting,stormwater design,water&sewer services,permitting,and construction administration.The property is within the northwest wellfield cone of influence restricting the use of pesticides,herbicides,and fertilizer,therefore regular field grasses were not an option.Our company coordinated with DERM to provide an acceptable drainage system that would meet quality and quantity considerations as well as environmental restrictions. Our company also coordinated presentations with the artificial turf manufacturers to establish the best product.This project was completed under budget and ahead of schedule. Principal in Charge:Javier Salman,ALA,LEED AP-Project Manager:Elvira Freire,ALA,LEED AP-Completion Date:2009 RFC).2015-016-VG ®i Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project --_-_- FIRM EXPERIENCE ON SIMILAR PROJECTS Phillips Park Coral Gables,Florida Phillips Park is on a 3.0 acre site in the middle of a residential neighborhood in the City of Coral Gables.We were commissioned by the City to rehabilitate the existing park and design a new entrance feature,as well as a new 900 square feet picnic shelter,restroom facility,tot lot and dugout shelters for the new baseball field. A new basket ball court was also incorporated in the site as well as a jogging path around the park and the tennis courts were resurfaced. The new entrance feature provides a low wall the serves as a seating area with tube steel post u that vary in size creating a playful curved element facing the new tot lot,the gates are self closing and provide security for the young children playing inside the park. Principal in Charge:Javier Salman,AIA,LEED AP-Project Manager:Elvira Freire,AIA,LEEDAP-Completion Date:2001 oak a Pierce Park Coral Gables,Florida In an effort to recognize the City of Coral Gables vision to provide the children of its community with playgrounds and recreation facilities,we were retained to provide WE Services for the renovation of Pierce Park. To meet the needs of the community,the design of the unique trian gular shape park promotes unity by providing multiple spaces for congregating and open play fields.The main entrance feature to the site incorporates a vernacular style pavilion which reflects the architectural context of the surrounding neighborhood.As you progress into the site,open green spaces along with pools of sand fill playgrounds in geometric shapes enfold around a grand oak tree located at the heart of the site. Principal in Charge:Javier Salman,AIA,LEED AP-Project Manager:Elvira Freire,AIA,LEED AP-Completion Date:2002 , e•x�13 ,N.. RFQ 201,5-016-YG A Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project MINIMUM QUALIFICATIONS REQUIREMENTS LICENSES e e tofu: ::: *tat ..-.---- :,--- L f..-_- ,......„, a _ _ ..... . . .:::;.„ G—sc ,,,,,,,,,,„... F.N.„, ,,,-_---- - .... .,.. f.....„. -, ,,,,.,,- _ . T.,,,, ,..:„ _ _ ;- �ppartrnrtit of Otat, , • I certify from the reams cif this office t STANTEC CONSULTING SERVICES _.• INC.is a New York corporation authorized to transact bt�ness ki the State of f:::: t Florida,qualiifie on November 14,2001. -.: -.S The docu t numberof this corporation is F01000005948. i- I further certify t saki corporation has paid all fees due this,office through _ December 31•,2013, most recent ana reort/ur r tiess report . t ' n pm m was f o teary 1 1201 ,and its stus is active.. :'-n 3 status .S t further certify that saki cdirtaor n t1as trot filed a Certificate of Withdra►rrr . ; .e, my hand of under e of Florida S at f ee � e Twenty-Seventh Tallahassee,o Fbrua y �the e- fr / . j, • 7 , r ifs _.,,3 i 1 l i '_t �� •_1 V/1044. A t k n • e : . ' s F?P---6 , `E er 'N i iiV i �k. ,- sI FW 5 . . . •: ,lecrrftTl / c A .a{ YCR2E022 0--I1) °`Ffl°x pa. _ , n ' -3 yi a to n • 't', t t�. • .1 • `,• • • Cr:;-• • • '•' 1 t- iM•t .• • • t r ,Y p , � A � z �z z� e w ' Ilex;t�: `+» 4 . x .%�?xs xxs x axa:y Star_ : ` rides Boo �3 o- fir"„h ers x -outhorited under theproxi.. .'.:�` - }� 9 : .° tooffOlaith"eri__gterAcis to the public through o.Prof tttio% 7, * ,,4 ' �"�' Chapter 471.Florida Statutes. $cpwotiwa2r28t24ts `~<..' 1 CA ie.Not Audit Nx 228201502099 GCKirI ou ization 2%32 RFQ 2O15-016-VG 4t. Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project $� { -.war A i $��'.� •�lL�ej © . � . - ,...,,,':- ..:'-',,----:::.._„ ,,„.„‘k',----A---.,\.;-i,„i,,„,,,,.. Ve%. -.'.,,..‘::..i;k:\ f181M111 0Ir -80#81501 T1OM � � � � i 4 Sk a� A- ` 4Al� �yr^ � " F� ar STATE OF FLORIDA .. #i 1/E 41111PROFESSIoNAl RE0I8.A►ION • El B08RD t]F usiNe CCTURE i INTERIOR OESiGN .. ,,t_;...,;,, ,. -5 - Nalr dbNdwISUCENSEO °. Un�r E'e pmVmionsof Chapter 181 F8 Eipirapoesdao:FEB28,2015 155?5 erxi RW N .� . 1667tl BYIkRAYLH �<�ac%r�" ' S tats � K Florida Boat err Tonal Engineers ".Y Attests dm.:t YT�' A :i Je �rE t s r ! Is licensed as a Professr= 1,pfer 471,Florida Statutes Expire-daft 2/2812015 r "', P.E.Lic.No: Audit Not 228201526067 ,� 06575 1 Stateof... Florida-. Board of Profession titer al Engineers tcsts Hear R.Anesta,P.E. IB is licensed os a ProfessionalkngrneerutnderC Ater 471,Florida Statutes Expiration:2/213/2015 P.E.Jc,Noi Audit No: 228201530371 74733 t.-. N, A .rid- - , .1360•:.0:::, ` � , i',, ers - .. +4 *w w� r,,,,,,,:, 1-,..';',.&,,,,:#.A.,,,, '• - . ' Is lensed as a.Prof y - ter 471,Floriclo Statutes 151 :2/28/201:5 ''' '' r x PL`.>tie,o {�228201508245 1' 66618 RFQ 2015-01f-YG Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project _LICENSES State of Fl(Irida Departnunt of State I certify from the records of this office that LOUIS J.AGUIRR.E& ASSOCIATES,P.A.is a corporation organized wader the laws of the State of Florida,filed on January 8, 1990. The document number of this corporation is L40795. I further certify that said corporation has paid,all.fees due:tliis office through December 31,2014,that its most recent annual report/unifcirm business report was filed on January 9,2014,and its status is active. I:further certify that said corporation has not filed Articles of Dissolution. State of tFi,rida Given waders y has Green Seal ftreSty Boar l 'rofeessioncal!iitiii!ers at Tallalrasxey e i Attests that . . e NSettlfee day o}:Ta, Lows ®' A`f,,Asst Ci P.A. x is authorised under the p roviswAi of:k..........,' eason > � ,to offer engineering scivics . to the public through a Professional meet, , . �ridee Chapter 471,Florida Statuaa. EXpNattatl 2!28'2015 R. ,..;:;,-,<'' C11 tic.Ncr �* f Audit I�Fa: 225201503321 Gcstificute of Authorization t 924 Secretary Q k � 0 State .• rl.+ a AuthentkationID:004743'3 Board o essiO4"913' o l ii eery To authenticate this certlncate,visit the follo�rtng site ente Attests that . D D ID,and then follow the instructions displayed. �"�ui u rrei •!Y https.lefi e.stutbiz org/certautheer.htrnl =: . 'h is licensed as a Professional: ,_ ,.. 471,Florida Statutes &piraooe:212812015 ,,� .. :A A.E Lic i+fa � :• . Audit Nos 22820i52Ab29 � �x 11642 I „,..,.....,,State �� .. ride § Bo. .. �p ® 9 F"w"' 1 .,,,, C ��g� �� s �,"C1p M� � s GCS.. (,,,,,,,:,.......‘,....e,...,,,,,i,,,_,,,,,,..7„...,,, ,,,,7:74.,,,,,is licensed as a Profess 'v�a tee 51 471,Florida`Statutes Etpirot ote 2/28(2015. 3 ;s . : p E.lx.Nar Audit No: 228201506441 :' 52473 RFQ 2015-O10-YG A Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project LICENSES State fiiorida Department of State I y from the records of this office that VillsTGERTER LAB RtA ' INC is a c rpc�ion air mi�od utui r fhe of the smote of Flori fitad on January 18,1949. The document number of this corporation is 156963. I anther c€ltify that said=Palatka has paid afi1 fees due this office thco uffh Dew 31 2D14 that:its annual repcut�ianifa n s lePert filed on Few 27,2014,and its status is a . I further certify that said corporation has not filed Articles of Dissohition. ' xadera Jima and the Great Sad elite State of Florida at T the Goat,this the F -sevetdit day of Fes,014 • 4 a State of F K Boar of Professional E tiers e S Wi e es. Autheoticatiow ID:C£11006625676 is outhor re i under the provisions of r, s to off 1111 cvmg To authenticate dui cr ,wait the t0 the K o Professional r 5 under ID,and thin follow the instructions 1 th2015. ,. % goer d?T�florido Srotpcc. bcplracartu 31�8J2015 � - 'CA laic.No: Audit Not 1502590 Certificate of At:thorizo�tion 614 )dtosthefilo orgieetisotkver.htok # 1 7 a STATE a FLORIDA b-,4tT1'9 p4 S re TtOti $Eta L12QSe?01050. LXC8tllf �a 05/03/20 2 l e1e1ao 4o t* The °ECOLOGY$U8114E,SS Named below IS CERTIFIED xs •• �"i Under the provisions of Chapter • Att. Expiration date: JUL 31, 2014 ��p 1�(� sne�S 11. 182 NE 154TH 8T: NORTH MIAMI• FL 3318ty°&=ct wV GOVBR DISPLAY AS REQUIRED QY CAW ARY • RFQ 2015-016-YG -41 Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project LICENSES State of Florida Department of State I certify from the records of this office that LONGITUDE SURVEYORS,LLC, is a limited liability company organized under the laws of the State of Florida, filed on March 12,2004. The document number of this company is L04000019574. I further certify that said company has paid all fees due this office through December 31,2014,that its most recent annual report was filed on May 1,2014, and its status is active. Given under my hand and they Great Seal of the State of Florida at Tallahassee,the Capital,this the First day of May,2014 -710 - 16414 (3#.% Secretary of State F - Authentication ID:CU99654922E11 w' ;--. FLrida Department.tAQie.r..and Cowman senins xl,.r DMei.aetCaauserServices Lamaze No.:LI37335 Heard el!Wessling 5uverers and Mappers E a Dae. Febu.y 211.2015 MSS 2 yatadeeFtway Tallahassee,Fluid.32303-4500 To authenticate this certiflrate,vmt the following sit IDs and thin foam tire instructions displayed. likttpadistilesunbinorecertantheer.letrall Professional Surveyor and Mapper Business License Under the provreioas of Chapter 472,FICeltil Steafea LONGITUDE NE LLC 405 5 N.W.97 AVENUE SEC ON9 FLOOR DORAL,FL 33179 ADAM&PU NAM ccae.ffiSIONER OF AGRICULTURE TIM&Ogarlar.t et AseFaluee and Comm eer Set*. d.irw d Coiaae sereiaea Lamaze Non 1 51313 •�;. �.�r HridPnoWaall ion afszt�lriMrdK••s 2003 Apaiee►ee flow Ta6him.FiarWe 3:09,45111 rwieq Anlr:Faleuar-28,2Dt5 4,11 Professiaaal Surveyor and Mapper fits Unite the Pe0^`bett of Ch.p%,r472,Honda Suit. EDUARDO M SUAREZ 4095NI6'riAVMEIN'DFLOOR DORAI,FL 33179 ADAM3LM MINIM COMINISSIO 0F AMMO"URE RFQ2015-O16-YG �® Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project LICENSES State of Florsit edaae L). uiitmentt I certify from'the records of this office that ROSEIBERG DESIGN GROUP INC.is a corporation organuzed under the laws of the ate of Flori da,f led on May 4,1993. The document number of this corporation.is P93000032512. I"further certify that said corporation has paid all fees due this office through December 3I,2014,that ts.most recent nr��,aT.rep:ort'umfarmbusiness report was filed on January 6,2.014,and its status'is active I further.certify that said corporation has not filed Articles of.Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Sixth dayo,fJanuary,2014 4®i.e . „, _. ....; lejteiN 044A. Secretary•.of`State R SCOTT OOVER!!OR t8ltTEOF'FLGR l 4AWSQN.SECRETN11R:.: I IOSCAP€* TECtN� AuthentieatbaID_CC963947762 Z. •f i To authenticate th cerp8icate visit the toHovw�ti i�- ' ': '' ` p ' ;� ID,and then fioHow the 3nntructions displayed. " w - \, https;//e5le.saribizorgf ectaathver.htmt �, ,� ,, �., ���� �; r.^' fir','''';' °"'�: „�, ,,,- ,*,..4 inns* ,'` ....4. K G......R R1EPARIMry F , ICENtJ*fRI Oa N: C SCO T. N OF ,.. �.flP, ^ R t\,. w ,<,5,-,- t 8 c.YN a 0 Stantec EXPERIENCE AND QUALIFICATIONS cr 1.3 SF - 330 FINANCIAL CAPACITY MIAMIBEACH ArchitWurci ond Erne frig SeNces for the Mos del Mar Pork Roject Design with cornrnunity in mind ARCHITECT-ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1.TITLE AND LOCATION(City and State) City of Miami Beach Architectural&Engineering Design Services for the Altos del Mar Park Project 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER November 20,2014 RFQ 2015-016-YG B.ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Elvira Freire-Santamaria,AIA,LEED AP 5.NAME OF FIRM Stantec Consulting Services Inc. 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (305)445-2900 (305)774-6277 elvira.freire-santamaria @stantec.com C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) x a z o E. 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT w g Stantec Consulting Services,Inc. 901 Ponce de Leon Boulevard Suite 900 Professional Architectural, a. X Coral Gables,Florida 33134 Engineering and Environmental D CHECK IF BRANCH OFFICE Services Louis Aguirre and Associates,PA 9150 South Dadeland Boulevard MEP Engineering Services Suite 900 b. X Miami,Florida 33156 ❑ CHECK IF BRANCH OFFICE Wingerter Laboratories,Inc. 1820 Northeast 144th Street Geotechnical Services North Miami,Florida 33181 c. X ❑ CHECK IF BRANCH OFFICE • Rosenberg Gardner Design 17670 NW 78`I'Avenue Landscape Architectural Services Suite 214 d. X Miami,Florida 33015 ❑ CHECK IF BRANCH OFFICE Longitude Surveyors,LLC 68290 NW 64th Street Surveying Services Doral,Florida 33166 e. X ❑ CHECK IF BRANCH OFFICE f. ❑ CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM Please see attache,d on the following page. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 27 fi 24 b C �4- tantec Fi,' x i '�� J:.'y x jj�yji: I .1r1k5 .... �. �F �{ felt aria,,..� �fszi . h ..e...; Srl�.,", '�^ /.. , 'y t,Ra ` :,�.. ... ,c,.. �::!F. .. ..... ... ,...... . .i ,eP",r;,,,,,,-.441fir)ppvt,eilifyAtg■4144*4:-4X4,0 iliTAPW'''''74'41thr, 0.1,,,,,ar yi'-':"/:,. )5.,.:, 4,luf f try,yr‘ -lee-,,,,, ,ir;,,,q in" Principal in C ,r . Javier Salman,AIA,LEED AP V'Wifirtifriov:MAWS7";4744,,I liritr,jectkel ie a Gab: Elvira Freire,AIA LEED AP F `1J6 g e ,i g ee re F Engineering Jeff Crews,PE,LEED AP Eddie Lamas,RA Heather Anesta,PE,LEED AP Senior Project Engineer Senior Project Architect Structural Engineer Earl Henry,EI Eleane Navarro,AI,LEED AP Sean Gerber Project Designer Project Architect Structural Designer Construction, Environment .e age Nicole Carter,MS Sean Compel,PE,LEED AP Senior Environmental Scientist Construction Administration Ken Huntington,MS Danilo Caicedo,EI Senior Environmental Scientist Senior Inspector t, -.i:v, ..,,,, yteaest1ngVisp4.- pct Louis Aguirre&Associates,PA Wingerter Laboratories,Inc.4. Louis Aguirre,PE,LEED AP a Robert Schuler,PE,PG Senior Geotechnical Engineer Senior Mechanical Engineer � g fij 3 Leon Chin-You Mario Pazos,PE,LEED AP Senior Electrical Engineer Material Testing and Inspections We bring smart, °� r creative, inspired ► ewR p. g v� � Rosenberg Gardner Design people together. Longitude Surveyor,LLC. Ken Gardner,ASLA,LEED AP Eddie Suarez,PSM Senior Landscape Architect Senior Surveyor a „ N "ux' T :ir x .it." .µ ", �''?","`' &ts.` ,F� ';,.1.. om. ,,.... ,„ Sa, -'�'c r ck ., , ?." r1„s. '' i "4 „r �, , �° , Tx' -�' ,.. — '�.". r 'k'rts3'� ,•, F.`,ate, 13:1 r -1, ` - ^�$ f a , 4';'1 ,--- -. Fh r :,`T":w3 .,-- ,r b: • '` 9 w e x 's' F '.. ,: _ , ` 'P �_ 7,72'''' 1„. . "_ . E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 14.YEARS EXPERIENCE 12.NAME 13.ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM -- Javier Salman,AIA,LEED AP Principal in Charge/Senior Architect 29 22 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc.-Coral Gables,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE ANDDISCIPLIIVE) State of Florida Registered Architect No.0014410 Bachelor of Science in Architecture Georgia Tech,1985 State of Georgia Registered Architect No.008258 Master of Arts in Architecture Georgia Tech,1987 State of Alabama Registered Architect No.4060 State of Louisiana Registered Architect No.4537 LEED Accredited Professional 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Gibson Park(Phase 1/Phase 2) PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2011/2014 2012/2015 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Principal in Charge for the architectural design for a 9-acre,$10 million urban park as part of the area renewal and community a. redevelopment district. This Gold LEED Certified project consists of a 6,400 s.f.recreation center,4,000 s.f.renovated community center,15,000 s.f.basketball gymnasium,bowling alley,concession area,football and baseball fields and an aquatic center,all of which will be completed in two phases. The development of the park was carefully arranged to meet the program requirements while working within strict space limitations. Taking these limitations into consideration,we worked to develop footprints and a site layout that uses the space available in the most efficient manner. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Flamingo Park Football Filed/Track and Bleacher Building/Concession PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Improvements,Miami Beach,Florida 2013 2014 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b. Principal in Charge for this project that comprises the renovation and improvements to the Flamingo Park Football Field and Track project. The work included the park track building renovations of existing restrooms,concession and press box,painting and reroofing of bleacher building,new ADA ramp and ADA seating section on the concrete bleachers,new sports lighting,new scoreboard,artificial turf for the football field,field fencing and track expansion. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Joe Celestin Youth Community Center&Gymnasium at Claude Pepper PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Park,North Miami,Florida 2011 2012 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Principal in Charge of the design of this$5.5 million multi-purpose youth center which includes classrooms,youth training c. center,computer labs,and health center.Services also included parking lot drainage,water main,pump station,and general site development. Programmed to be the crown jewel of the City of North Miami's Parks&Recreation Department,this facility occupy a very highly visible location within the western end of the City. This project received Gold LEED certification. Green design and construction methods are being used throughout the park for environmental benefits. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Grapeland Park&Aquatic Facility Complex PROFESSIONAL SERVICES CONSTRUCTION(if applicable) • Miami,Florida 2007 2008 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Principal in Charge of the architectural design and planning and a 10-acre,$19 million urban park as part of the area renewal d. and airport improvement district. This project took an underutilized and poorly planned tournament complex and transformed it into a regional,needs-based park which includes a water theme park and a state-of-the-art baseball tournament complex. The needs for access and parking encroachment into the surrounding areas were identified as one of the principal complaints by the stakeholders as this program was developed. As such,the design of Grapeland Park,located adjacent to a densely populated urban neighborhood,is able to accommodate both multi-modal transportation access and all required parking. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Phillips Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Coral Gables,Florida 2000 2001 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Principal in Charge for this project which included the design for the complete renovation of this park in Coral Gables. Additional duties included design development,construction documents and coordination.Phillips Park is on a 3.0 acre site in the middle of a residential neighborhood in the City of Coral Gables.The firm was commissioned by the City to rehabilitate the existing park and design a new entrance feature,as well as a new 900 square feet picnic shelter,restroom facility,tot lot and dugout shelters for the new baseball field.A new basketball court was also incorporated in the site as well as a jogging path around the park and the tennis courts were resurfaced.The new entrance feature provides a low wall the serves as a seating area with tube steel post that vary in size creating a playful curved element facing the new tot lot,the gates are self-closing and provide security for the young children playing inside the park. AUTHORIZED FOR LOCAL REPRODUCTION 29 STANDARD FORM 330 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Elvira Freire,AIA,LEED AP Project/Contract Manager 19 19 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc.-Coral Gables,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Architecture State of Florida Registered Architect No.95213 University of Miami,Miami,Florida 1995 LEED Accredited Professional 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Gibson Park(Phase 1/Phase 2) PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2011/2014 2012/2015 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE `d Check if project performed with current firm Project Manager in charge of the architectural design for a 9-acre,$10 million urban park as part of the area renewal and a. community redevelopment district. This Silver LEED Certified project consists of a 6,400 s.f.recreation center,4,000 s.f. renovated community center,15,000 s.f.basketball gymnasium,bowling alley,concession area,football and baseball fields and an aquatic center.The development of the park was carefully arranged to meet the program requirements while working within strict space limitations. Taking these limitations into consideration,we worked to develop footprints and a site layout that uses the space available in the most efficient manner. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Meta Community Center PROFESSIONAL SERVICES CONSTRUCTION(if applicable) North Miami Beach,Florida 2010 2011 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm b. Project Manager for the redesign of a five-acre site,Elvira oversees the demolition of two existing structures and two new pools to be constructed into three phases. The project was complete with a restored gymnasium,children's classes,offices,and pool building with an enclosed glass corridor connecting each space. The site is providing the client with an increased income and educational facility. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Joe Celestin Park Youth Community Center&Gymnasium at Claude PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Pepper Park,North Miami,Florida 2011 2012 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager for the 20,000-sq-ft design and construction of this$5.5 million multi-purpose youth center which includes c, indoor and outdoor basketball and tennis courts,a dance/aerobics studio,weight training area,meeting and party room with seating for 200,teen lounge,day-care center,computer room with 12 stations,art room,and health center.A patio outside the building has a water spray play area for children.Services also included parking lot drainage,water main,pump station,and general site development. Programmed to be the crown jewel of the City of North Miami's Parks&Recreation Department,this facility occupy a very highly visible location within the western end of the City. As a result of these and other sustainable design features,this project achieved a LEED®Gold Certification. (1)TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED • i Miami Beach Restrooms&Concessions Facilities PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2013 2014 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm d. Project Manager for these facilities which designed these restroom and concession facilities in response to the Arts in Public Places Committees requirements'to expend funds at these locations.The firm was extremely proud to have been selected,to provide the design for these much needed facilities.Each street head (6th,21st,29th,35th,46th,53rd,and 64th)act as location markers and be each visually distinctive from the other in order to promote way-finding along the beach as well as provide a level of whimsy to what has been traditionally a very dour program. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Riverbend Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Palm Beach County,Florida 2013 Est.2015 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Architect for the design and permitting of a restroom and administration building at the north end of the park,and a remote restroom on Picnic Island. The proposed buildings for Riverbend Park have been designed utilizing CMU,reinforced e. concrete,steel joists with metal decking,and convetional wood truss roof systems. The main covered entrance is located in between the proposed office and restroom buildings,and was designed with exposed rafters and heavy timber connections.The proposed buildings for Riverbend Park add the needed updated program while respecting the beauty and history of the park.The buildings are located unobtrusively in the park in a way that allows easy access for the pedestrian and vehicular visitors.The main covered entrance is located in between the proposed office and restroom buildings,protecting the visitors from the elements. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 30 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Eduardo Lamas,RA Senior Project Architect 37 4 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc.-Coral Gables,Florida 16.EDUCATION(DEGREEAND SPECL9LIZATIOIV) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Arts in Architecture,University of Miami,1977 Florida Registered Architect AR0008276 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Institute of Architects,Florida; American Institute of Architects,National; Architectural Clubs of Miami,Founding Member 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Riverbend Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Palm Beach County,Florida 2013 Est.2015 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE •1 Check if project performed with current firm Project Architect for the design and permitting of a restroom and administration building at the north end of the park,and a remote restroom on Picnic Island. The proposed buildings for Riverbend Park have been designed utilizing CMU,reinforced a. concrete,steel joists with metal decking,and convetional wood truss roof systems. The main covered entrance is located in between the proposed office and restroom buildings,and was designed with exposed rafters and heavy timber connections.The proposed buildings for Riverbend Park add the needed updated program while respecting the beauty and history of the park.The buildings are located unobtrusively in the park in a way that allows easy access for the pedestrian and vehicular visitors.The main covered entrance is located in between the proposed office and restroom buildings,protecting the visitors from the elements. (1)TITLE AND LOCATION(City and State) I (2)YEAR COMPLETED Village of Palmetto Bay Parks PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami-Dade County,Florida 2009 2011 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE RI Check if project performed with current firm b. Master Planner for the development of this property for the new municipality consisting of 5 parks;3 required upgrades while 2 others required comprehensive landscaping,facility and function designs;45-acre Coral Reef Park especially captures the character of the community while addressing the needs of the village residents and surrounding neighborhood.Eddie was also Project Manager on this development,overseeing all phases of the project from initial master planning and architectural design phase to construction documentation and administration. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Doral Park Master Plan PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Doral,Florida 2007 2007 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm Master Planner and Project Manager for this development consisting of the design of 3 distinct schemes representing the c. renovation of a 14-acre neighborhood park.The design incorporated active and passive recreation facilities,working within the confines of the existing layout,which included tennis courts,a recreation building and a parking lot.Responsibilities included overseeing all phases of the project,from initial programming and architectural design to construction documentation and administration. • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED JC Bermudez Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Doral,Florida 2012 2012 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Master Planner of this impressive 80-acre park that includes a 16.6 acre man-made lake.The lake was reconfigured in order to d. accommodate various activities including 4 baseball fields plus 2 multi-use soccer and football fields,a soccer stadium, concession stands,locker room facility,storage and meeting facilities,an outdoor running track,6 outdoor basketball courts with covered bleachers,8 tennis courts,1 pro-shop,covered children playground,an amphitheater,1 multi-use parking garages and ample surface parking.Responsibilities included overseeing all phases of the project,from initial master planning and architectural design phase through construction documentation and administration. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Doral Meadows Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Doral,Florida 2006 2007 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm e. Master Planner of this 14-acre regional urban park located in the City of Doral.Park includes 2 lighted baseball fields,bleachers, shade-covered playground,concession/restroom building,1 Sportex synthetic turf football/soccer field and ample parking. Keeping environmentally-sensitive design at the forefront,both fields are illuminated with the Musco Light Structure Green system and contain native landscaping curtailing irrigation needs.Responsibilities included overseeing all phases of the project, from initial master planning and architectural design phase through construction documentation and administration. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 31 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Eleane Navarro,AI,LEED AP Architectural Designer 20 18 15.FIRM NAME AND LOCATION(City and State) • Stantec Consulting Services Inc. -Coral Gables,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Architecture Syracuse University,1994 LEED Accredited Professional 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Flamingo Park Football Field/Concession Building Improvements PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2013 2014 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE I Check if project performed with current firm a. The project included the renovations and improvements to the Flamingo Park football field and track with new sports lighting for the field, new scoreboard, artificial turf for the football field, field fencing, and track expansion. The renovations of the bleacher building included full renovations to the existing restrooms,concession and press box,new ADA restroom,ADA ramp and ADA seating section on the concrete bleachers. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED MAST Academy High School Playing Field Improvement PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Key Biscayne,Florida 2012 2013 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE E1 Check if project performed with current firm b. Project Manager for this project that consist of the development of a new artificial turf multiuse soccer and baseball field for MAST Academy High School in Key Biscayne.The proposed improvements include a new 102,000 sf artificial turf field,new sidewalks around the field,baseball dugout shelters,new fencing,and new sports lighting as well as electronic scoreboard,goals, portable baseball mound,and portable bleachers. Estimated project cost of$2 million. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pelican Harbor Marina Utilities Improvements PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2012 2014 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm c. Project Manager for this investigation and study to determine the extent of work needed for the marina improvements,which included investigation of existing utilities and structural evaluation of the piers. The study resulted in the repair,restoration and replacement of pile caps,double tees of the main pier,and minor structural repairs of the other three piers. Project also included utilities replacement of electrical and water on land and in all four piers and the marina fuel dock, and new power pedestals provided for all slips. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • Goulds.per Zt _ PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Homestead,Florida 2013 2013 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE d Check if project performed with current firm d Project Manager for this Miami-Dade County Park and Recreation project that includes the design of a children's water aquatic pool and the renovation of the existing supporting facility. The project also included repairing the existing pool deck and pool, evaluating and repairing the existing irrigation system including the pumps and additional landscaping to enhance the look of the park. The entire project also complies with all Federal and Florida ADA requirements for the pool and the pool supporting facility building. Additionally,our company provided parking illumination that complies with Florida code requirements. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED St.Joseph Delancy Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami-Dade County,Florida 2009 2011 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE IZI Check if project performed with current firm Project Manager in charge of the design of a children's aquatic playground and the renovation of the existing supporting facility e. to St.Delancy Park. The project also included repairing the existing pool deck and pool,revitalizing the existing concrete deck and BBQ grille located at the front northeast corner of the park and provide a new covered shelter outside the grill area with a possible second new shelter elsewhere in the property, evaluating and repairing the existing irrigation system including the pumps or replace the pumps if required, and additional landscaping to enhance the look of the park. The entire project also complies with all Federal and Florida ADA requirements for the pool and the pool supporting facility building. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 32 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 14.YEARS EXPERIENCE 12.NAME 13.ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Jeffrey Crews,PE,LEED AP Senior Civil Project Engineer 26 26 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc. -Boca Raton,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science in Civil Engineering, Cum Laude, Florida Professional Engineer License No.46575; University of Miami,1988 Certified Masonry Inspector No.SMI 74; FICE/FDOT LRFD Seminar Training; LEED Accredited Professional 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Flamingo Park Football Stadium PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2013 2014 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Lead Civil Engineer and Sports Field Specialist for the redevelopment of an existing football stadium. The project involved the construction of a new artificial turf field and new 8 lane track with rubberized running surface. The renovations of the bleacher building included full renovations to the existing restrooms,concession and press box,new ADA restroom,ADA ramp and ADA seating section on the concrete bleachers. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Gibson Park(Phase 1/Phase 2) PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2012/2014 2014/2015 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Senior Civil Engineer for the complete reconstruction of an existing 9.4-acre park in the historic Overtown section of Miami b° into a Gold Certified LEED facility.The project included a 6700 sq recreation building and aquatic facility with competitive and recreational swimming components.It also includes a new artificial turf multipurpose field for baseball and football.The field incorporates covered stadium seating for 1500 patrons.In a second phase,a 22,000 sf gymnasium building has been added with 2 full size wood courts,concession room and multiple meeting spaces.Additional elements included picnic shelters,playground, exercise equipment and parking. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Doral Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Doral,Florida 2007 2007 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE IZI Check if project performed with current firm Senior Project Engineer for this new 15-acre complex which included two synthetic turf FIFA soccer fields;tennis courts; basketball courts;bocce and other lawn sports venues;tournament sand volleyball courts;a community center;picnic pavilions; ADA playgrounds;paths with fitness stations;lighting;asphalt parking areas;and a covered drop off for students accessing the adjacent school property.Our company had to develop a program to facilitate the removal of trash and debris from the site which had been established as a class III landfill prior to development as a park. The covered student drop off was provided by tensile fabric structures designed to meet current South Florida wind loading criteria. The synthetic turf soccer fields involved the installation of geogiid tensile fabric as well as an underdrain system that would allow-the fields to be played on in less than an hour after a major rain event.Also included were bleachers established on both sides of each field for tournament play. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Marathon Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Marathon,Florida 2009 2010 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Senior Civil Engineer for master planning,design and permitting for this community park in Marathon in the Florida Keys.The d. park included soccer fields,an outdoor covered amphitheatre,restroom buildings,a skate park,bocci and shuffleboard courts, parking and all associated utilities.Our company provided the civil,structural and architectural design for the project as well as construction administration and oversight.The amphitheatre structure incorporated tensile fabric construction and was designed to meet all current hurricane wind loading requirements for the Florida Keys.Drainage incorporated a combination of trench drain and dry retention in order to prevent runoff from entering the adjacent environmentally sensitive mangrove areas. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Little Haiti Soccer Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2010 2011 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. Senior Civil Engineer for this design-build parks and recreational facility for the City of Miami which includes a tournament soccer stadium with seating for 750 people. For this project,the stadium is a cast-in-place concrete structure with concession, restroom and maintenance spaces built into the underside of the seating. In addition to the main tournament field,the project includes a practice field;playground;splash deck;exercise trail;shelters;parking;and provisions for a future community center. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 33 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Earl Henry,EI Project Civil Designer 14 9 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc. -Boca Raton,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCLPLINE) Bachelor of Science in Civil Engineering,Florida Atlantic Construction Technicians 1995 University,2006 Guilds Certificate of Construction 1995 Structural Engineering Diploma University of Technology, Kingston,Jamaica 1999 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Flamingo Park Football Stadium PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2013 2014 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm a. Project Designer for the redevelopment of an existing football stadium.The project involved the construction of a new artificial turf field and new 8 lane track with rubberized running surface. The renovations of the bleacher building included full renovations to the existing restrooms,concession and press box,new ADA restroom,ADA ramp and ADA seating section on the concrete bleachers. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Riverbend Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Palm Beach County,Florida 2013 Est.2015 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Designer for the design and permitting of a restroom and administration building at the north end of the park,and a b remote restroom on Picnic Island. The proposed buildings for Riverbend Park have been designed utilizing CMU,reinforced concrete,steel joists with metal decking,and convetional wood truss roof systems. The main covered entrance is located in between the proposed office and restroom buildings,and was designed with exposed rafters and heavy timber connections.The proposed buildings for Riverbend Park add the needed updated program while respecting the beauty and history of the park.The buildings are located unobtrusively in the park in a way that allows easy access for the pedestrian and vehicular visitors.The main covered entrance is located in between the proposed office and restroom buildings,protecting the visitors from the elements. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Waterway Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Palm Beach County,Florida 2012 2013 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project designer for development of new boat ramp facility in northern Palm Beach County. Duties included site plan c. development,design,permitting and construction administration for this 30 acre natural park along Indiantown Road and the ICWW. Permitting issues included development of a gopher tortoise reserve, mangrove and seagrass mitigation, compliance with county manatee protection program,stormwater runoff and an FDOT permit for the entrance off of Indiantown Road.The project included 4 boat ramps, concrete floating dock finger piers and staging docks, concrete seawall protection, education kiosks,picnic pavilions,restroom facilities,parking for 50 boat trailers and on site roadway and parking systems. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Doral Meadows Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) _ Doral,Florida 2006 2007 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Designer responsible for the design of the grading,paving and drainage package,and water and sewer for this park which d- includes two synthetic turf soccer fields as well as other amenities.Renovations to this six-acre park included the complete reconfiguration of two baseball fields,two football fields and all associated pathways and plazas.The football fields were replaced with synthetic turf fields complete with an underdrain system that allows the fields to be played on within an hour after a major rain event.In addition,the project included an ADA accessible playground with shade structures,a picnic shelter,paths with fitness stations,lighting and installation of a drainage system to upgrade the property.Included in the design was the removal of a substantial quantity of muck which covered the entire site to a depth of about five feet. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Palmetto Bay Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Palmetto Bay,Florida 2007 2008 .(3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Designer responsible for the design of the renovation and expansion of an existing park facility to add six baseball fields, e. a two-story concession/restroom facility, lighting, paths with fitness stations, new asphalt parking areas, landscaping and irrigation, and a special feature playground area. The playground, a`boundless" series of structures specifically designed for ADA accessibility and play,is the largest such playground in South Florida. The 24.5-acre park included an existing building structure that needed to be upgraded and a new system of utilities was incorporated into the park including a sanitary lift station and a new water main to service the park and surrounding community.Special consideration was given to light spill over to limit the amount of light shed onto the adjacent residential homes. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 34 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Heather Anesta,PE,LEED AP Structural Engineer 7 5 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc. - Coral Gables,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Masters of Science in Structural Engineering,Florida Atlantic LEED Accredited Professional University Bachelor of Science in Civil Engineering,Florida State University, Tallahassee,2007 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Fisher Island Ferry Terminal Renovation PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Fisher Island/Miami Beach,Florida 2010 2011 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Structural Designer for the design of a$500,000 renovation to the existing 5-lane Ferry Terminal which serves as the main entry point for residents.The terminal extends over a salt-water canal and is composed of precast slabs spanning between reinforced concrete bents supported by prestressed piles.Multiple slabs were suffering from extreme corrosion and needed to be replaced,while the bents and piles had significant cracking and spalling from corrosion which need to be patched.A full redesign of new precast slabs,and extensive plans depicting construction phasing and repair methods and sequencing were provided to the client,all repairs were able to take place without closing the terminal. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Green Turtle Hammock Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Monroe County,Florida 2009 2010 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Structural Engineer for this project to design the salvage and replacement of three wooden boat docks in the Village of b. Islamorada. Current materials were inspected and,where not deemed suitable for reuse,redesigned with a more economical design. The docks were designed using marine grade lumber with a box framing system on 4x4 posts,as requested by the Village. The design utilized value engineering in order to save the Village money on construction and material costs. A floating dock is to be added with a possible ADA compliant gangway. The project was designed to comply with the Florida Building Code 2007 w/2009 supplements,and the National Design Specification for Wood Construction 2005. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED No Name Harbor Seawall Repairs PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Key Biscayne,Florida 2013 2014 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Structural Engineer for Seawall Repairs of the No Name Harbor.This place is a small anchorage located on the bay side of Bill Baggs Cape Florida State Park,in Key Biscayne.Beginning at the south side of the harbor's narrow opening,a 1,475 LF seawall bulkhead exists along the south and west harbor shoreline. The existing seawall was constructed using a system of tied-back concrete piles with concrete panels.In 2012,Stantec provided a report outlining the poor condition of the seawall and offered • • three repair options.Stantec then prepared design documents which detailed repairing cracks and spalls in the cap,piles,and • deadmen,replacing deadmen as needed,replacing all tie-backs,providing rip-rap to return the mudline to its original elevation, repairing and sealing all panel joints,and miscellaneous restoration work,including the sidewalk along the seawall cap. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Waterway Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Jupiter,Florida 2011 2012 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm d. Structural Engineer for a new park in Palm Beach County.The park consisted of a new boat basin with launching ramp,a new fishing pier,a new barrier retaining wall,a new restroom,as well as new pavilions.All retaining walls utilized steel sheetpiling, and the boat basin was designed to meet ADA requirements.All materials exposed to the salt water were selected based on their cost of maintenance vs.life span,in order to provide the client with the most efficient materials. The buildings were designed with CMU,reinforced concrete,and steel truss roof systems. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Tamarac Multipurpose Center Renovations PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Tamarac,Florida 2011 2013 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm e. Structural Engineer for the renovation to the existing Tamarac Gym,replacing the existing Kal Wall system with an easier to maintain substrate.Research was performed in order to advise the owner on the new substrate system,and a product called Sureboard was used in order to provide shear strength to the new wall. This saved the owner from needing to install horizontal bracing in order to bring the walls up to current code standards. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 35 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) • 14.YEARS EXPERIENCE 12.NAME 13.ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Sean Gerber Structural Designer 8 .3 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc. -Coral Gables,FL 16.EDUCATION(DEGREEANDSPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Completion of Technical Drafting Program Atlantic Technical Center Magnet High School,Coconut Creek, Florida,2006 Associate Degree,Broward College,Florida,2009 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Joe Celestin Park Youth Community Center& Gymnasium at Claude PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Pepper Park,North Miami,Florida 2011 2012 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Structural Designer for the design of a$5.5 million multi-purpose youth center which includes indoor and outdoor basketball and tennis courts,a dance/aerobics studio,weight training area,meeting and party room with seating for 200,teen lounge,day- care center,computer room with 12 stations,art room,and health center.A patio outside the building has a water spray play area for children.Services also included parking lot drainage,water main,pump station,and general site development. Programmed to be the crown jewel of the City of North Miami's Parks&Recreation Department,this facility occupy a very highly visible location within the western end of the City. As a result of these and other sustainable design features,this project achieved a LEED®Gold Certification. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Gibson Park(Phase 1/Phase 2) PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2011/2014 2012/2015 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b. Structural designer for this project for which our company provided master planning,civil engineering and architecture design for the complete reconstruction of an existing 9.4 acre park in the historic Overtown section of Miami. The project includes a 6700 SF recreation building and aquatic facility with competitive and recreational swimming components. The project also includes a new artificial turf multipurpose field for baseball and football.The field incorporates covered stadium seating for 1500 patrons.Additional elements include basketball courts,picnic shelters,playground,exercise equipment and parking. We developed a design with LEED Certifiable Design which fulfills the pragmatic,aesthetic,and public needs for this facility. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Mast Academy Athletic Fields PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2012 2013 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 2 Check if project performed with current firm c' Structural designer for Construction Documents detailing the conversion of one of the schools parking lots into a baseball/soccer field.The limited site area called for careful placement of not only the athletic fields but also access roads and sidewalks for students and faculty to reach both the new athletic fields and existing class rooms with ease.The Project also required afield drain system as well as a modified version of the existing drain systern.connecting.to the new system. . (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Alsdorf Park Boat Ramp PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Pompano Beach,Florida 2011 2012 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm d. Draftsman of Construction Documents for the rehabilitation of Alsdorf Park Boat Ramp.Due to high demand Alsdorf Park not only required additional spaces(vehicle and trailer)for customers,but a new Boat Ramp as well.The Project also called for repaving the existing parking lot.A highly detailed Demolition plan was made to show removal of pavement,sod,and existing portions of a dock and parking lot to accommodate the new boat ramp.This project required careful coordination between existing and new site elements while making the construction documents. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Tamarac Multipurpose Center Renovations PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Tamarac,Florida 2011 2013 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Structural Designer for the renovation to the existing Tamarac Gym,replacing the existing Kal Wall system with an easier to 8. maintain substrate. Research was performed in order to advise the Owner on the new substrate system,and a product called Sureboard was used in order to provide shear strength to the new wall.This saved the owner from needing to install horizontal bracing in order to bring the walls up to current code standards.An analysis of the existing structure was performed to determine if it was acceptable under current code requirements,and a value-engineered bracing system for the roof was designed. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 36 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) • 14.YEARS EXPERIENCE 12.NAME 13.ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Nicole Carter,MS Senior Environmental Scientist 14 4 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc. -Coral Gables,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) . 17.CURRENT PROFESSIONAL REGISTRATION(STATEANDDISCIPLINE) Masters of Science,Marine Biology,Nova Southeastern University, 2009 Bachelor of Science Marine Science and Biology, University of Miami,1998 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) . Efficient Transportation Decision Making(ETDM)Process; SCUBA Certification-PADI; Florida Department of Environmental Protection NPDES Certified Inspector 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • PD&E Study for West Avenue Bridge LAP PROFESSIONAL SERVICES CONSTRUCTION(if applicable) City of Miami Beach,FDOT District 6,Florida -2013 N/A a. (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Senior Environment Scientist assisting FDOT District 6 with the review and oversight of the supporting environmental documents and the corresponding PDSR/Cat Ex-Type II for this 0.25 mile corridor PD&E Study. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Pump Station and Outfall Permitting PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2014 On-going (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b. Senior Environmental Scientist providing to the City of Miami Beach environmental services,agency coordination,and other miscellaneous tasks associated with the pursuit and acquisition of all required environmental permits/authorizations (new permits or permit modifications)required for the construction of municipal drainage structures,including pump stations.The •scope of services for this project includes biological surveys to characterize benthic habitats at proposed outfalls, assistance with obtaining environmental permits,and coordination with all relevant agencies. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Districtwide Environmental Data and Report Consultant Contract PROFESSIONAL SERVICES CONSTRUCTION(if applicable) FDOT District 6,Florida 2014 N/A (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Manager operating as an extension of FDOT's staff for environmental impact review and class of action determinations of numerous final design plans,LAP project plans and scoping reports.Nicole was responsible for production related tasks and project tracking including: assisting the Department with the implementation of Project Suite; development of the c' Environmental Module;transition of data from Profile to Project Suite;and,preparation of the User Guide and environmental production reports. She assists with PD&E project oversight, training district staff, tracking commitment compliance and overall day-to-day production activities.She has prepared Section 4(f)Determinations of Applicability,conducted Section 106 and Section 7 agency.consultations and prepared Minor Cat-Ex Type II documents for the Kemp Channel Bridge and Spanish Harbor Bridge LAP projects in accordance with the MICE Process.She also worked alongside Department staff to develop the LAP Guide. She completed the Design Change/Construction Advertisement Reevaluation for Red Road,Alton Road,I-195,I- 395,NW 87th Avenue,I-95 Express,US 1 South(18-mile stretch),,and the Miami Intermodal Center(MIC). (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Districtwide Environmental Permits Contract PROFESSIONAL SERVICES CONSTRUCTION(if applicable) FDOT District 6,Florida On-going(Est.2015) N/A (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE d Check if project performed with current firm d- Project Manager operating as an extension of FDOT's Staff and responsible for performing environmental permitting services for District 6 including preparation of Federal and state permit applications;agency coordination; evaluating design plans for potential impacts; wetland assessments and delineations;upland and hammock assessments; protected species surveys and evaluations; mitigation plan design; and coordination with FDOT staff and designers. Her responsibilities include overall • contract oversight and administration,coordination and QA/QC. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Districtwide Environmental Compliance Services Contract PROFESSIONAL SERVICES CONSTRUCTION(if applicable) FDOT District 6,Florida 2014 N/A (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm e. Deputy Project Manager operating as an extension of FDOT's Staff for the environmental permit compliance oversight of all active construction projects throughout District 6.Her responsibilities include QA/QC of compliance documents,oversight and development of templates:Her compliance projects include all segments of US 1 South,SR 826,Okeechobee Road,and SW 2nd Avenue Bridge.She also developed several tracking tools for the Department,including the US 1 South Environmental Permit Condition and NEPA Commitment Tracker. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 37 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a TOTAL b.WITH CURRENT FIRM Kenneth Huntington,MS Senior Environmental Scientist 39 1 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc. -Coral Gables,Florida 16.EDUCATION(DEGREE ANDSPECL4LIZATIOIV) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Master of Science in Fisheries Biology,Virginia Polytechnic Institute&State University,1981 Bachelor of Science in Wildlife Biology,SUNY College of Environmental Science&Forestry,1975 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Pump Station and Outfall Permitting PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2014 On-going (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Stantec is providing to the City of Miami Beach environmental services,agency coordination,and other miscellaneous tasks associated with the pursuit and acquisition of all required environmental permits/authorizations(new permits or permit modifications)required for the construction of municipal drainage structures,including pump stations.The scope of services for this project includes biological surveys to characterize benthic habitats at proposed outfalls,assistance with obtaining environmental permits,and coordination with all relevant agencies.Ken is Senior Environmental Scientist for this contract. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pier Replacement for the Long Key Bridge in the Florida Keys,Johnson PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Brothers,FDOT District 6,Florida On-going N/A (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE `0 Check if project performed with current firm b. Senior Environmental Scientist for obtaining permit modifications for a bridge repair project in the Florida Keys in Monroe County.Permit modifications included Federal(U.S.Army Corps of Engineers and the Florida Keys National Marine Sanctuary)and State(South Florida Water Management District).Duties included development of coral and seagrass impact and monitoring programs as well as conducting one of the first noise/sound impact analysis for impacts to aquatic endangered . species for the National Marine Fisheries Service. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Port of Miami Tunnel PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami-Dade County,Florida 2010 2014 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Environmental Scientist for this project. Part of consultant team responsible for all developing and implementing a °' comprehensive plan to prepare and obtain all environmental permits for the Port of Miami Tunnel Project for FDOT in Miami. The project involves the use of tunneling technology for the construction of a tunnel between Watson Island and Dodge Island in Miami beneath Government Cut;realignment of roads on both Watson Island and Dodge Island,the addition of lanes on the MacArthur Bridge,and coordination with DERM for transport of soil and for contamination evaluation.All required permits were obtained and construction on the project-begun on schedule.- -• - --- -- (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lower Matecumbe Restoration Site PROFESSIONAL SERVICES CONSTRUCTION(if applicable) FDOT District 6 2014 N/A (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Senior Environmental Scientist responsible for providing oversight for the restoration of a 6.5 acre mitigation site located in the d. Florida Keys for the District.The restoration project provided wetland mitigation for FDOT as well as to enhance an herbaceous community historically dominated by endangered plant species.The project included mechanical removal of nuisance and exotic plant species,implementation of a treatment program to control nuisance and exotic plant species,planting of the site with native plant species and performance of a monitoring program to document success of the restoration plan.All work was done in strict compliance with a mitigation plan approved by the environmental permitting agencies. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Districtwide Misc.Environmental Permitting Consultant PROFESSIONAL SERVICES CONSTRUCTION(if applicable) FDOT District 6 On-going(Est.2015) N/A (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. Senior Environmental Scientist responsible for performing environmental permitting services for District 6 including preparation of Federal and state permit applications;agency coordination;evaluating design plans for potential impacts; wetland assessments and delineations;upland and hammock assessments;protected species surveys and evaluations;mitigation plan design;and coordination with FDOT staff and designers. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 38 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Sean Compel,PE,LEED AP Construction Administration 12 12 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc.-Coral Gables,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science in Civil Engineering State of Florida Professional Engineer License No.66618 University of Miami,Miami,Florida,2002 LEED Accredited Professional 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Homestead Air Reserve Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami-Dade County,Florida 2009 2010 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Project Manager for the master planning,design,permitting,and construction of over 4,000 linear feet of 12"and 16" watermain.The watermain will service all future development phases of the park.Project responsibilities also included the design,permitting,and construction of two soccer fields,two parking lots,new roundabout,field center,and restrooms facility. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Miami Beach Bike Path PROFESSIONAL SERVICES CONSTRUCTION(if applicable) North Miami Beach,Florida 2003 2004 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE d Check if project performed with current firm Civil Engineer for the planning and design of 1.5 miles of asphalt bike path along NE 183rd Street from NE 11th Avenue to NE b. 22nd Avenue.A new 8'wide asphalt path on the north swale connected to an existing path running along the Snake Creek Canal at NE 11th Avenue and extended to NE 19th Avenue.From NE 19th Avenue to NE 22nd Avenue,the path was constructed on both sides of the street as a 5'extension of the existing pavement.The path then transitioned to 8'wide and headed north on NE 22nd Avenue to connect to the existing paths at Greynolds Park.Our scope included full signage and pavement markings to ensure safety for all bicyclists using the path. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Indian Creek Village Entrance Improvements PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Indian Creek,Florida 2013 2014 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Construction Administrator for the implementation of the first phase of the Master Plan. The plan identified critical concerns c. and built consensus among the Council Members and residents of the Village with respect to project scope and key design elements of proposed improvements and enhancements.These improvements include reconfiguration of the Village entrance by tightening the corner radii,expanding the landscaped corners,creating an oval landscaped island,and historically restoring of the existing Gate House. The main roadway into the Village was also reconfigured by narrowing the travel lanes to 12-feet, introducing of a center landscaped median,and a 5 ft.wide sidewalk for pedestrian and traffic safety. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach West 29th Street Bridge Repairs PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2010 2010 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm d. Construction Administrator and Engineering Inspector for repairs to different elements of the existing bridge including cracks on underside of bridge,delaminations and spalls at beams and deck underside,repairs to exposed and damaged steel reinforcement,repair/replacement of control joints on bridge deck,and asphalt milling and resurfacing. This project was completed ahead of schedule and within budget. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Golden Beach Capital Improvements Program PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Golden Beach,Florida 2012 2013 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm e. Construction Administrator for this comprehensive Capital Improvements Program Master Plan that focuses on several major improvement areas:town-wide drainage improvements;utilities underground relocation(electrical,telephone,cable);and town-wide streetscape&traffic calming.The Master Plan carefully considered each of these with respect to feasibility, cost/benefit,and design,as well as an analysis of funding options and scenarios,and schedule for phasing and implementation. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 39 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 14.YEARS EXPERIENCE 12.NAME 13.ROLE IN THIS CONTRACT a.TOTAL b.WITH CURRENT FIRM Danilo Caicedo,EI Senior Inspector 24 11 15.FIRM NAME AND LOCATION(City and State) Stantec Consulting Services Inc.-Coral Gables,Florida 16.EDUCATION(DEGREE AND SPECI LIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science in Engineering Florida Florida Engineer Intern International University 1990 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 29th Street Bridge Repairs PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2010 2010 a. (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Construction Administration and Engineering Inspector for various structural repairs completed,which included spalling, cracking,and delineations.The heavily deteriorated beams,bents,and deck underside were fully rehabilitated.The bridge was fully operational during the entire duration of the project,and delivered ahead of schedule and within budget. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Capital Improvements Program Master Plan PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Golden Beach,Florida 2012 2013 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm b. Senior Inspector for this comprehensive Capital Improvements Program Master Plan that focuses on several major improvement areas:town-wide drainage improvements;utilities underground relocation(electrical,telephone,cable);and town-wide streetscape&traffic calming.The Master Plan carefully considered each of these with respect to feasibility, cost/benefit,and design,as well as an analysis of funding options and scenarios,and schedule for phasing and implementation. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Moon Bay Marina Reconstruction PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Key Largo,Florida 2006 2007 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Senior Inspector for the complete reconstruction of a 63 slip marina for a private condominium association in Key Largo, C. Florida. Existing docks and facilities were destroyed by recent hurricanes. Design incorporated pile extensions with new framing and decking utilizing fibergrate composite for light transmission for sea grass propagation.Permitting included FDEP, ACOE and Monroe County. Facilities included water, electrical, and fire protection for each slip. Design also included wave attenuators for future consideration.Ancillary work included shoreline restoration,storm water mitigation and upland utility improvements. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ferry Station,Port of Miami,Fisher Island Ferry Terminal PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2010 . . 2011 - (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE d Check if project performed with current firm Senior Inspector for the repair and rehabilitation of a 30-year old water platform in Government Cut,Miami Beach.The existing five-lane Ferry Terminal serves as the main entry point for residents.The terminal extends over a salt-water canal and is d. composed of precast slabs spanning between reinforced concrete bents supported by prestressed piles.Nineteen of the existing structure's sixty-five floor slab units were replaced and extensive repairs of the substruction piling,beams,and bulkheads were done. A full redesign of new precast slabs,and extensive plans depicting construction phasing and repair methods and sequencing were provided to the client.Construction was divided into four phases,so that all repairs were able to take place without closing the terminal.Permitting was also completed through FDEP,Miami Dade County DERM,ACOE,and the Miami Beach Building Department. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ocean Reef Boardwalk Marina Reconstruction PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Key Largo,Florida 2011 2012 (3)BRIEF DESCRIPTION(Brief Scope,size,cost,etc.)AND SPECIFIC ROLE Q Check if project performed with current firm e Senior Inspector involved with the construction administration for the replacement of 350 linear feet of failing concrete T-pile and panel seawall with a cantilevered steel sheet pile wall.The project included the rehabilitation of floating dock units with 24 slips-including new concrete piles,pile guides and PT timber whalers.The project also included the reconstruction of a reinforced boat-forklift platform,and new electrical and water system with Marina Power seawall-mounted pedestals. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 40 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS OF EXPERIENCE Louis J.Aguirre,P.E.,LEED®AP Senior Mechanical Engineer a.TOTAL b.WITH CURRENT FIRM 49 44 15. FIRM NAME AND LOCATION(City and State) Louis J. Aguirre &Associates, P.A. Miami, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 1i. UUKKEN I NKUI-ESSIUNAL KECiIb I KA I ION(S IA It ANU U/SUIPLINt) University of Miami 1968/Florida/Electrical Engineering/PE11642 1973/Nevada/Electrical Engineering/3741 Bachelor of Science in Electrical Engineering/1964 1998/Colorado/Electrical Engineering/32845 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) U.S. Green Building Council LEEDS Accredited Professional, Building Code Compliance Inspector, National Society of Professional Engineers, National Fire Protection Association,American Society of Heating,Refrigeration and Air Conditioning Engineers. Honors/Awards:AIA Miami Outstanding Consultant Engineer Award,2007, Florida Building of America Awards(various projects), Honorable Mention Winner 2008 Educational Design Showcase Award(Aventura Waterways K-8 Center),FEFPA 2008 Architectural Showcase Winner"First Place Elementary School"for Jerry Thomas Elementary School. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sergeant Delancy, Goulds and Naranja Parks, New Aquatic Facility PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Center 48 2007-2013 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE a. X Check if project performed with current firm Principal-in-Charge for Complete MEP services that included Design of Construction Documents for HVAC, Plumbing, Fire Protection Lighting, Power, Communications and Construction Administration services of new construction of New Aquatic Facility Centers. Cost:$3.5 M. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Coral Gables Museum Garage Lot No. 4, Coral Gables, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 48 2002-2004 2004 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE b. X Check if project performed with current firm Principal-in-Charge for Complete MEP services that included Construction Documents, for HVAC, Plumbing, Fire Protection, Lighting, Power, Communication and Construction Administration services of an 8-story parking garage. Cost:$13 M. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami, New Clubhouse/Restaurant at Melreese Golf Course, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, Florida 48 2008-2010 2010 c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X Check if project performed with current firm Principal-in-Charge for Complete MEP services that included Construction Documents, for HVAC, plumbing, fire protection, lighting, power, communication and Construction Administration to the new Clubhouse/Restaurant that also included office/retail spaces and Tennis Courts. Project was approved with Silver LEEDS rating. Cost:$4.6 M. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami, Design-Build Gibson Park Renovations and PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Modifications, Miami, Florida 48 2009-2012 2012 (4) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE d. X Check if project performed with current firm Principal-in-Charge of Mechanical Engineering Services that include Construction Documents, for HVAC,plumbing,fire protection and Construction Administration for the park's renovations and modifications. Project was designed for a LEED®Silver rating. Cost:$9.4 M. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami, Stadium Site Parking (Marlins Stadium Parking PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Garages, Lots and Retail Suites), Miami, Florida 48 2009—2011 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X Check if project performed with current firm e. Principal-in-Charge for Complete MEP services that included Construction Documents, for HVAC, Plumbing, Fire Protection, Lighting, Power, Communication and Construction Administration of the new Stadium Site Parking Garages set to contain four parking garages, six parking lots and 60,000 sf of retail/office support spaces. Cost:$74 M. STANDARD FORM 330(6/2004)PAGE 2 41 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS OF EXPERIENCE Mario Pazos,P.E.,LEED®AP Senior Electrical Engineer a.TOTAL b.WITH CURRENT FIRM 38 9 15. FIRM NAME AND LOCATION(City and State) Louis J. Aguirre &Associates, P.A. Miami, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) University of Havana,Cuba Florida/Electrical Engineering/PE52078 Bachelor of Science in Electrical Engineering/1974 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) U.S. Green Building Council LEED® (Leadership in Energy and Environmental Design) Accredited Professional and Building Code Compliance Inspector/Reviewer 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami, Stadium Site Parking, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 48 2009-2012 2012 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X Check if project performed with current firm Electrical Engineer for the design that included Construction Documents,lighting,power, communication and Construction Administration for a new Marlins Stadium Site Parking Garage set to contain four parking garages, six parking lot surfaces and 60,000 sf of retail/office support spaces. Miami,Florida.Cost:$74 M. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sergeant Delancy, Goulds and Naranja Parks, New Aquatic Facility PROFESSIONAL SERVICES Center 48 2007-2013 (7) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X Check if project performed with current firm Electrical Engineer for the Design of Construction Documents that included lighting, power,communication and Construction Administration services of new construction of New Aquatic Facility Centers. Cost:$3.5 M. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 396 Alhambra, Remodeling of Existing Building, New 8-story Garage PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Tower and New 15-Story Office Tower—Coral Gables, Florida 48 2009-2011 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X Check if project performed with current firm Electrical Engineer for the design that included Construction Documents,lighting,power, communication and Construction Administration services of the South and North Towers that will be used for both office and tenant suites and an 8-story parking garage with a capacity of approx.884 vehicle spaces that included ADA parking spaces.Cost:$140M. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Senior High School, Historical Restoration, Renovations, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Remodeling and New Addition to Existing High School, Miami, Florida 48 2005-2011 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X Check if project performed with current firm Electrical Engineer for the Design of Construction Documents that included HVAC and Construction Administration services of a new construction of 150,000 sf and a rehabilitation to the existing 252,000 sf historical building. Cost:$49.8 M. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED YMCA of Greater Miami, New Allapattah Family Branch Facility YMCA PROFESSIONAL SERVICES CONSTRUCTION(If applicable) —Miami, Florida 48 2008-2010 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE X Check if project performed with current firm Electrical Engineer for the design that included Construction Documents,lighting,power, communication and Construction Administration services to the new YMCA New Family Branch Facility to be located within Allapattah.Cost:$3.5 M. STANDARD FORM 330(6/2004)PAGE 2 42 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Material Testing and Inspections a.TOTAL b.WITH CURRENT FIRM Leon C. Chin-You Vice President 20 18 15.FIRM NAME AND LOCATION (City and State) Wingerter Laboratories, Inc., North Miami, Florida '16.EDUCATION (DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPUNE) University of Technology, Kingston, Jamaica Building Inspector: State of Florida Major: Quantity Surveying and Construction Technology Water Well Contractor: State of Florida 18.OTHER PROFESSIONAL QUALIFICATIONS (Publications,Organizations; Training,Awards,etc.) ACI,AWS,ASCE, FCPA and Licensed Demolition Contractor 19. RELEVANT PROJECTS (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Various Publix Supermarkets(Miami-Dade&Broward Counties) _ 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm a. Various New and Remodeled Publix Supermarket and Greenwise Stores in the tri-county area. All special and threshold inspections, construction materials testing and some geotechnical drilling and engineering. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Multi purpose Parking Garage, Miami Beach, FL 2011 b (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE Q Check if project performed with current firm Brand New Parking Garage, completed the Geotechnical Engineering and served as a Special Inspector and coordinated all aspects of Construction Materials Testing for the City of Miami Beach's New Parking Garage. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED Auto Zone, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 2013 (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm c. p i p Special and threshold inspections, construction materials testing and inspections and geotechnical drilling and engineering. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Walgreens Drug Stores, Miami Beach, FL 2011 d. (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE Q Check if project performed with current firm Special and threshold inspections, construction materials testing and inspections and geotechnical drilling and engineering. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Chipolte, Sunrise, FL 2012 (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. Special and threshold inspections, construction materials testing and inspections and geotechnical drilling and engineering. • STANDARD FORM 330(6/2004)PAGE 2 43 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Robert H. Schuler, P.E., P.G. Geotechnical Engineer 27 13 15.FIRM NAME AND LOCATION (City and State) Wingerter Laboratories, Inc., North Miami, Florida 16.EDUCATION (DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Tufts University: B.S. Civil Engineering and Geology Florida Registered Professional Engineer Florida Registered Professional Geologist 18.OTHER PROFESSIONAL QUALIFICATIONS (Publications,Organizations, Training,Awards,etc.) Threshold Inspector&Asbestos Abatement 19. RELEVANT PROJECTS (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Publix Supermarkets (Miami-Dade& Broward Counties) 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.) AND SPECIFIC ROLE j Check if project performed with current firm a. New Publix Supermarket Store, Parking Garages and Retails Stores including Greenwise Stores in the tri-county area. All special and threshold inspections, construction materials testing and some geotechnical drilling and engineering. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Miami Beach Municipal Parking Garage, Miami Beach, FL 2008 2011 b (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE IS Check if project performed with current firm Served as Threshold and Geotechnical Engineer of Record for The City of Miami Beach New 7 Story Parking Garage. Oversaw all inspections, auger cast piles, load tests and construction materials testing for the project. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 1450 Brickell Avenue, Miami, FL 2007 2011 (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE ect performed with current firm c. ©Check if project Oversaw all Construction Materials Testing and Welding Inspections on Miami-Dade County's first Gold LEED Hi-rise building which included condominium, parking garage and roadway. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) South Miami-Dade County Cultural Arts Center, Miami, FL 2006 2011 (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE Q Check if project performed with current firm d' Oversaw all Construction Materials Testing,Welding and NDT Inspections on the perfroming arts complex building which included office areas,theater, parking garage and roadway. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm e. STANDARD FORM 330(6/2004)PAGE 2 44 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Ken Gardner, ASLA, LEED AP Senior Landscape Architect A.TOTAL B.WITH CURRENT FIRM 23 21 15.FIRM NAME AND LOCATION(City and State) Rosenberg Gardner Design (Miami, Florida) 16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Landscape Architecture Florida LA—0001569 University of Georgia, 1991 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member-American Society of Landscape Architects; Member—Community Image Advisory Board; Member—Transportation Aesthetics Review Board; Crime Prevention Through Environmental Design, Certified 1999; LEED AP, Certified 2009. 19. RELEVANT PROJECTS a. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Park Rehabilitation, Miami Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 2 Check if project performed with current firm Under this miscellaneous services contract, RGD prepared a plan for the rehabilitation of South Pointe Park. RGD conducted field tests and reviewed existing landscape, then prepared an extensive report to determine a course of action to remedy the deficiencies. The plan is currently being implemented. b. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Soundscape Park, Miami Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm RGD prepared planting and irrigation plans and assisted in tree tagging in the field for this 2 1/2 acre park adjacent to the New World Symphony campus. RGD acted as a local Landscape Architect to West 8. The Park is an important venue for the City as a gathering place for residents and visitors alike, and a place where concerts and festivals are held throughout the year. C. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Harding Avenue Beautification, Surfside, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm RGD prepared the planting and irrigation plans for the recently completed beautification of the downtown district of Harding Avenue in Surfside. The project consisted of replacing the existing palms with new medjool date palms and the necessary sidewalk reconfigurations. RGD also created little"pocket parks" at the roadway crossings... j d. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Marlins Ballpark, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm RGD prepared the hardscape plaza and streetscape design plans, as well as planting and irrigation plans for the new baseball stadium and stadium parking garages/lots for the Miami Marlins. A portion of the grounds surrounding the stadium was designed to accommodate public gatherings for art and entertainment. Part of the project included public infrastructure improvements to water mains and drainage areas on several surrounding streets. Estimated cost of project: $600 million. e. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED GSA West Lot, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm RGD prepared planting plans and streetscape design for a mixed-use retail, office and parking garage in downtown Miami. Extensive measures were taken in this design to preserve several large existing native trees. RGD also considered several aspects of sustainable landscape design, and the project received a LEED Gold Certification. STANDARD FORM 330(6/2004)PAGE 2 45 �.-,x`�-:S`..�._,y-w'c.�-.__s.t 6>-...-r-.`-..-:x a.w.-`c.-'�.T'.:.,.�.-TA:.�a�,,�..`..°k:•.w I%a.'.��':�-Y�t,1.ti}..-;..,"�^^�:�..�.._<':b,:x0.':. .`'._....:_y..-.-:-.•..+'7.En',n.-?,-.x"':"'.:S1.'-,.-^:..-c.'-,'-•:x'a k..T-.^.s�x',�R::F,..-.>>-i-,.:�,:...a�-�:."5'�r=-;-s Y.�C w'�Pr'��..�r�f�.:a,,:s',-x,�¢e rs.3,--.mms:^:ia,A.^ra.r,3'�v"sY eC,t-s"£.r,"i.:.,�».?':'2,:.;s...'�h;-m r�p.�9'$>,v''N>,ri:,Qfs-:.-Yr1s�,r--..?f.w�„..a.�,�?€T�$.:5,^�.F...,%:^,.�'�Y�?}8`?&^>`.-`."r;3'io,;�.' 3.?-�e--C"t�'�;^,y.'c�^'SLr�K-:.-+°-e;3�nL:>:"�._ k...,`.,=v r�A.�a,._Gr �Y �h-.;.,<7 5 1ac°„..rL.�, $: Av- tigi � IC � � E RESUMES OE:KEY PERSONNELPROPOSED EOWTHIS'CONTRACT ,b4 x .4:; :-.44-1,-*: ,P' ) Elitt a$ :..._= > .�,'AA W, )> L gCa>m: !.e e_one cton� f or acha k? Person �aWIT � � A: . 4g T:24 F 2 ..' 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Eduardo M. Suarez Principle-in-Charge a.TOTAL b.WITH CURRENT FIRM 29 12 15.FIRM NAME AND LOCATION(City and State) Longitude Surveyors,LLC,8290 NW 64TH Street,Doral,FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) AA—Miami—Dade College, 1990 LS 6313 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Micro SBE, DBE, CBE, 15.01 — Surveying & Mapping, 15.03 — Underground Utility Location, 8.1 - Control Surveying, 8.2—Design,Right-of-Way&Construction Surveying,and 8.4—Right-of-Way Mapping <:�-- ;rY.�.. ...- ,:. s xx "'sib' . - -sxz.,-: -- a .,�' y,N y2'y..i.life sb” `? .� :,.r ' •4$:..&:x ';3x `.' �y�i.•s; ` .... .. �. .,.. _ X1`9::RELEVANTPRO�ECTS> :'>d. a. a :_ i � .•-... F rte.:.>.. a�f�ire aSl Ai H ? f• a:o.e ��ya ra Yr� (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Crespi Boulevard Drainage Improvement Project,Crespi Blvd.from 84th St. PROFESSIONAL SERVICES CONSTRUCTION(If applicable) to Hawthorne Ave.,along 83,82,80,&79th Strteet,&79th Terrace 11/2014 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm Performed a Boundary and Topographic Survey. Updated the survey and converted all elevations to the north American vertical datum of 1988(NAVD88). Role: Professional Surveyor&Mapper/Principle-in-Charge. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED West 63rd Street,Miami Beach,FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 04/2014 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE 2 Check if project performed with current firm Longitude Surveyors, LLC. Performed and prepared a Topographic Survey including: Located all above ground improvements, utility survey; (2) Bridge surveys and soundings; Located and performed a tree survey; Established all horizontal and vertical control points for future construction. Fee:$15,000.00. Role: Professional Surveyor&Mapper/Principle-in-Charge. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Nikki Beach,Miami Beach,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 01/2009 C. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm Longitude Surveyors, LLC. Performed and prepared a Boundary and Topographic Survey including: Located all utilities; Located and performed a tree survey; Performed a sketch and legal verifying all fixtures within the survey limits for legal; Presentation; Established all horizontal and vertical control points for future construction. Fee:$6,000.00. Role: Professional Surveyor&Mapper/Principle-in-Charge. (1)TITLE AND LOCATION(City and State (2)YEAR COMPLETED Gilbert Samson Oceanfront Park,Sunny Isles,Florida(Samson Park) PROFESSIONAL 05/2014RVICES CONSTRUCTION(If applicable) 0512014 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Longitude Surveyors, LLC. Performed and prepared a Topographic Survey including: Located all above ground improvements, utility survey; Located and performed a tree survey; Established all horizontal and vertical control points for future construction:Fee:$6,000.00. Role: Professional Surveyor&Mapper/Principle-in-Charge. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Along Euclid Ave.from Lincoln Lane Road to Lincoln Road Miami Beach, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 08/2013 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE / Check if project performed with current firm Longitude Surveyors, LLC. Performed and prepared a Topographic, Sketch and Legal and SUE Survey; Located all above ground improvements and all utilities; Established all horizontal and vertical control points for future construction. Fee: $4,500.00 Role: Professional Surveyor&Mapper/Principle-in-Charge. 46 20.EXAMPLE PROJECT F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many as requested by the agency,or 10 projects if not specified. Complete one Section Fforeach project.) 1 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Miami Beach Restrooms/Concession Stands PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2013 2014 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT PHONE NUMBER City of Miami Beach Thais Vieira (305)673-7071 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope,size,and cost) Designed to be located at the heads of the major east/west streets where they intersect the beach,these restroom and concession facilities were designed through the Arts in Public Places Committees requirements to expend funds ae these locations. We were extremely proud to have been selected,together with Construction,to provide these much needed facilities on adesign- build basis. Each street head(17th,21st,29th,46 `,and 64 will act as location markers and be each visually distinctive from the other in order to promote way-finding along the beach as well as provide a level of whimsy to what has been traditionally a very dour program. Most recently,construction was just completed on the 53rd and 6th Street restrooms which were the last of the restrooms to be designed. jy �r�; rig"" y� i 'v3 > ' x M 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Stantec Consulting Services Inc. Coral Gables,Florida Architects and Engineers of Record (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) 47 20.EXAMPLE PROJECT KEY F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S NUMBER HIS CONTRACT (Present as many projects as QUALIFICATIONS requested by thFOR e agencyT ,or 10 projects,if not specified. 2 Complete one Section F for each project) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Pierce Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Coral Gables,Florida 2001 2002 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Coral Gables Glenn Kephart,PE (305)460-5004 Public Works Director 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) In an effort to recognize the City of Coral Gable's vision to provide the children of its community with playgrounds and recreation facilities,our company was retained to provide A/E Services for the renovation of Pierce Park.To meet the needs of the community, the design of the unique triangular shape park promotes unity by providing multiple spaces for congregating and open play fields.The main entrance feature to the site incorporates a vernacular style pavilion which reflects the architectural context of the surrounding neighborhood.As you progress into the site,open green spaces along with pools of sand fill playgrounds in geometric shapes enfold around a grand oak tree located at the heart of the site. 'S ray F r : r' :,,, '" :r1 .,, , r.,,,,,,4::::1 Y�s '. ib`i.:1::::::::::,-* ,1 ya•;�. s. ra te' �ek � te.`" B 1" 'i v ,^ , � � e � a„ a„ �s ' " ���' ', ', g g e s r K� s. ----, . ,ate,,; _.# 4& ate,. -.'�.•.e. .,mss , ' ,fir , „„e, ,.y � aakw. � ^xusx*i,m ara.aw ,. r a+sz Aa» z- vPoA 5,§a',�4++�� �,! .. � rs3� ,a ,,,,, :.'^ „§i.y az ,S'..” x o ,.,g £ h 2 n,;< '• '��,r �v'•Yi'�'' '� s:�,." �,�� 5r ; T£" fi 'S s .? Z • k�,'S 'K5 2.�3'°a$ ,\. � �X4r" s; •;y z.�: � � H b��'iF'` s. �.x .::'"� s�.ra�,.exsr �,'�<?�,>� .�➢ :. � .,h �� °� �- ' '`o °�� �� £Y .fi 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Stantec Consulting Services Inc. Coral Gables,Florida Architects and Engineers of Records (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) 48 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as erequested by the agency,or 10 projects,if not specified. 3 Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Doral Park Doral,Florida 2007 2007 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Doral Mark Taxis,Assistant City Man ager (305)673-7010 (Now at City of Miami Beach) 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANVE TO THIS CONTRACT(Include scope,size,and cost) This new 15-acre complex includes two synthetic turf FIFA soccer fields;tennis courts;basketball courts;bocce and other lawn sports venues;tournament sand volleyball courts;a community center;picnic pavilions;ADA playgrounds;paths with fitness stations; lighting;asphalt parking areas;and a covered drop off for students accessing the adjacent school property. Our company had to develop a program to facilitate the removal of trash and debris from the site which had been established as a class III landfill prior to development as a park. The covered student drop off was provided by tensile fabric structures designed to meet current South Florida wind loading criteria The synthetic turf soccer fields involved the installation of geogrid tensile fabric as well as an underdrain system that would allow the fields to be played on in less than an hour after a major rain event. Also included were bleachers established on both sides of each field for tournament play. ,... _____.7._r `.,.. :. I - e h qI 1 . „....„ f''':.,It''..„--- ji,". .,-' 0, '-—)-----______ ' ski,.,I :,iFf,f,r,27.2. 1 I i, g', wal f. t. 1, ' ,. ----,_ .....,,,,, ,. ...- :,...',..,:.7.:-,:':,-',,,ii,::.1::,,.:i.,,if...ti.,,e,*,.„,,,:,•. ,,,,,,i14..,141.1..t. .,.i,,,.„.,,,,,,,,.,,...., ., -.,...: ., -. 40,„„_,,.,,,,..._, . .........!:::::,-;‘,3111.444-iviii#00.1,•,,,..:,.-:.: ��� 3� fix s"x i'z �lc...� ^ � £� • . £ k� f t „ y i'...,;:'...:;;;;;!., -#'..i.., oti, ,t1,414,,\,, ....„,. .1,-.,,,,.,':.... .:,:.;....!„..&.;,..,,,,,.,,....w.,...„10.,,,sioti,,,00:4.,,..,:,,,.. ..:. .: .:„„;A Y k-- ear ..... ,,,,,,,:;,„.::"...'..:--`:!::',54'14"!:- . i, - '''''''.:. 3- 3:. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE Stantec Consulting Service Inc. Coral Gables and Boca Raton,Florida Engineering and Architectural Services (Sub-Consultants) (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) 49 20.EXAMPLE PROJECT KEY F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S NUMBER QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. 4 Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Kendall Soccer Park—Dog Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida 2007 2009 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBE Miami-Dade County Parks& Recreation Jose Gonzalez,PE (305)557-833 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANVE TO THIS CONTRACT(Include scope,size,and cost) Our company was selected to provide design and construction administration services for this project that involves the final development of a 42 acre park in Kendall,for Miami-Dade County.It is comprised of three artificial turf soccer fields with bleachers,a restroom facility,235-space parking lot with lighting,landscaping,and surrounding walkways. The project included site development, architectural&structural design,sport's lighting,stormwater design,water&sewer services,permitting,and construction administration.The property is within the northwest wellfield cone of influence restricting the use of pesticides,herbicides,and fertilizer,therefore regular field grasses were not an option.Our company coordinated with DERM to provide an acceptable drainage _ system that would meet quality and quantity considerations as well as environmental restrictions.Our company also coordinated presentations with the artificial turf manufacturers to establish the best product.This project was completed under budget and ahead of schedule.This project entailed successful coordination with Miami-Dade County. • M� f •h n p d,,,„ P t .. d Flo in ,- te. r Pt _ r�• ,qr $ rm.o. i' _._ " f' v --- A ' '. r :.fib -,, .- «A .��.. ' ,�; ,, � _ • ,� &yam „,vi ,-=. , % 7/ 41' '. '''''‘'%1/2Nt.,.. ,, ,_ ___ / ,, , 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a Stantec Consulting Services Inc. Coral Gables,Florida Architects and Engineers of Records (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) 50 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many as requested by the agency,or 10 projects if not specified. 5 Complete one Section Ffor each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Alsdorf Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Pompano Beach,Florida 2011 2012 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT PHONE NUMBER City of Pompano Beach Mark Beaudreau,Parks Director (954)786-4191 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope,size,and cost) Expansion and rehabilitation of existing public boat ramp and coastal park facility.This project included reconstruction of three ramp boat ramp facility with 80 boat trailer parking spaces,wash down area,controlled marine patrol access,84 passenger car spaces,walkways,playground,and landscaping.The project also included the design of a fourth boat ramp and additional parking for both passenger vehicles and boat trailers. This project included FIND approval and required phasing to maintain boating access at all times.Irrigation upgrades included conversion to reuse water. sus s if t a ; r µ bra R tt ). "114.,. • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE Engineers of Record (Environmental Services, Stantec Consulting Services Inc. Boca Raton,Florida Transportation Infrastructure, Engineering,Project Management Water and Wastewater Engineering) (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) 51 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many as requested by the agency,or 10 projects if not specified 6 Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Gibson Park(Phase 1/Phase 2) PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami,Florida Phase 1-2011 Phase 1-2012 Phase 2- 2014 Phase 2-Est.2015 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT PHONE NUMBER City of Miami Mark Spanioli,Director,Capital (305)416-1224 Improvements&Transportation Program 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope,size,and cost) Gibson Park,located in the heart of historic Overtown,is the complete reconstruction of an existing 9.4 acre park and was designated to serve as that community's living room and front yard. A landscape and sculpted lawn area at the entrance of the park was designed to serve as seating area for community performances and when now in use would become a multipurpose field. Furthermore,a dual purpose pavilion was also created to provide a stage for the performances and when not in use would function as a picnic shelter. Accessibility and connectivity to the surrounding neighborhood were also importan t components of the project,as well as balancing the active and passive recreation areas. Likewise,the site while being a large site,had constraints due to the existing library which was to remain on the property and the design had to incorporate the building as part of the master plan. Our services included master planning,phasing plans in order to meet funding schedules,civil engineering and architecture design and construction documents. Phase 1 of the GOLD LEED Certified project includes a 6,700 square-foot recreation building and aquatic facility with competitive and recreational swimming components.The park also includes a new artificial turf multipurpose field for baseball and football with covered stadium seating for 1500 patrons. Additional park amenities include picnic shelters,playground,exercise equipment and parking.Phase 2 includes a 22,000 s.f. community center consisting of indoor basketball courts,classrooms,computer rooms and concession area. kph.. .. .a :x, • • 7 • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE Stantec Consulting Services Inc. Coral Gables,Florida Architect and Engineer of Record (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) 52 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many as requested by the agency,or 10 projects if not specified. 7 Complete one Section Ffor each project.) 2L TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Burt Reynolds Staging Docks-Boat Ramps PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Palm Beach,Florida 2013 2013 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT PHONE NUMBER Palm Beach County Parks&Recreation Dept. Anil Patel,Project Manager (561)233-0207 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope,size,and cost) Skilled engineers designed this 300 foot dock extension which required permits from South Florida Water Management District,Florida Department of Environmental Protection and the Army Corps of Engineers. Our company provided engineering design and permitting for this 300 foot dock extension at the west side boat ramp corn in Jupiter,Florida.Originally,the complex involved a much lar mger dock system,but was reduced in scope due to ownership issues with submerged lands and sovereign waters of the State of Florida.We applied for and received permits from South Florida Water Management District,Florida Department of Environmental Protection and the Army Corps of Engineers but with restrictions on dock width and height in accordan ce with the ACOE design guidelines.An exception was applied for and received for a variation to the design allowing it to match that of the existing docks.Permitting also included site plan approval from the To of Jupiter as well as engineering permits for the structural design.Dock construction involved wood piers and framing with fibergrate decking for seagrass mitigation. 47, � ° � ' Sgt ~' 'a wr. may. w Y "3 a " ,�_ 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE Engineers of Records a. Stantec Consulting Services Inc. Boca Raton,Florida (Structural engineering, Geotechnical Engineering, Environmental Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) 53 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many as requested by the agency,or 10 projects if not specified. 8 Complete one Section Ffor each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Deerfield Island Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Deerfield Beach,Florida 2004 2004 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT PHONE NUMBER Broward County Parks&Recreation Joseph Cerrone,Principal in Charge (954)566-3885 Recreational Design and Construction 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope,size,and cost) Deerfield Island Park is a designated urban wilderness area and is located on the Intracoastal Waterway near the Broward/Palm Beach County line.The heavily wooded 56-acre site was originally constructed under the old county work program and is leased from the state. Phase I of the rebuilding effort included upgrading the structural integrity of the aging boardwalk system and installing recycled plastic docking material.Since the park is only accessible by boat or the County's ferry service,all construction materials had to be brought in on barges. Phase II included marina upgrades,ADA-accessible docks,and additional recycled plastic boardwalks to all the park amenities, restrooms,picnic areas and educational kiosk. d i 1 liix.e'..11 '' �% 's"eta,_ ,, fore -=,,„,,,44,.e..,'",,",,,r_t :1''''''':.',t7°^', 7,,/iii.,,.,or,'Ilit I.' to iratioletlf.;:r,..,,,I., - „. . ' ,, .4,,,,,;,,,,...,, ., _ j,,, ,, - $ '§ � fi �yl S a�3 �i�. l 3 I ''''""1"0.1;.%;;;:f:14k4 , . ' ‘- , , ,,. —�s�" �;tie. � W 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Stantec Consulting Services Inc. Boca Raton,Florida Engineers of Record as sub-consultants to RDC (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) 54 20.EXAMPLE PROJECT KEY F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S NUMBER QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. 9 Complete one Section F for each project.) 21.TITLE AND Howard LOCATION(City and State) 22.YEAR COMPLETED Howard Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) West Palm Beach,Florida 2013 N/A 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of West Palm Beach OEST Associates (207)761-1770 Calen Colby 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) A 14-acre urban park adjacent to the Palm Beach Convention Center,Kravitz Performing Arts Center an d City Place. The park serves a multitude of users from the local neighborhood as well as visitors to the area. The plan created an ecological demonstration of proper sustainable park planning. RGD served on a multidisciplinary design team which developed a master plan for the park and prepared hardscape,planting and irrigation plans. Estimated cost of project:$7 Million 7 4, Ici' A' yam. 4:4*,,,.,:ti.,,,,ii , ".:,',:,,;..1.:',:,1,7=:.. ....:',4';':, -.':'"4")f:4"t#v;;:;,4,'„:4...':''Io4tt.4:.?:i.‘''''''1...1, , $� 2 M: Y f N $ . ,4 i.: il lit,:-`. * < .,0,,,, ° . "k m n 9 /�WS w Q 6 k j � �� � ''�" '�� � ,� �a 'tea a � s � a � 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Rosenberg Gardner Design Miami,Florida Landscape Architecture (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) 55 20.EXAMPLE PROJECT KEY F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S NUMBER QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. 10 Complete one Section F for each project) 2L TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Miami Beach Soundscape Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2010 N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Rachael Laszlo (212)285-0088 West 8 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) A 2.5 acre park adjacent to the New World Symphony Campus Expansion project,Lincoln Road Mall,and the Fillmore Miami Beach at the Jackie Gleason Theater,and in close proximity to City Hall and the Miami Beach Convention Center. The proximity of such diverse and important social,cultural and business activities makes the Park an important venue for the City as a gathering place for residents and visitors alike. RGD acted as a local Landscape Architect to West 8 in New York. ROD prepared planting and irrigation plans and assisted in tree tagging in the field. RGD also oversaw installation of all landscape elements. The project was the 2011 recipient of the Frederic B.Stresau Award for absolute innovation and design excellence for the profession. It also received the Award of Excellence from the Florida Chapter of the American Society of Landscape Architects. Construction cost:approximately$10 million. •# ' 4 A . g 1,,_ ..,-..., ft, i;o.a .Z vits -"4'.—E' Y, ',. '.!A •_- � 1 e.. PP "II j " ne. 4% m M ° rot:. " 4e„ta. as 4 �, 2,q, • n '' nQ5p H 47 - - �z 4 ' 'C:'*'''A''''% ei''''r's'4'.,.% '',X, 1,41.;s'1,,li,T, ,;', 4 , -. .,,,,''' ' ' , '. -' p, .,,,, ,.,.. , , , , , ,,, , ,,iiiil ft I- 1 , 0 ; 1 * ' ' ' "0' * ' ' ':'1 !.1 I li i I 'I.!!..:: O \ --,,, 1 .,, — 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Rosenberg Gardner Design Miami,Florida Landscape Architecture (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) 56 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 27.ROLE IN THIS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL (Fill in"Example Projects Key"section below before completing CONTRACT table.Place IC"under project key number for (From Section E, (From Section E, Block 12) participation in same or similar role.) Block 13) 1 2 3 4 5 6 7 8 9 I 10 Stantec Consulting Services,Inc. Javier Salman,AIA,LEED AP Principal in Charge • • • • • Elvira Freire,AIA,LEED AP Project/Client Manager • • • • Eddie Lamas,RA Senior Project Architect • Eleane Navarro,AI,LEED AP Project Architect • • Jeff Crews,PE,LEED AP Senior Project Engineer • • • • • • • Earl Henry,EI Project Designer • • • • Heather Anesta,PE,LEED AP Structural Engineer • • Sean Gerber Structural Designer • • Ken Gardner,ASLA,LEED AP Senior Landscape Architect • • 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Miami Beach Restrooms/Concession Stands 6 Gibson Park(Phase 1/Phase 2) Miami Beach,Florida Miami,Florida 2 Pierce Park 7 Burt Reynolds Staging Docks-Boat Ramps Coral Gables,Florida Palm Beach,Florida Doral Park Deerfield Island Park 3 8 Doral,Florida Deerfield Beach,Florida 4 Kendall Soccer-Dog Park 9 Howard Park Miami,Florida West Palm Beach,Florida 5 Alsdorf Park 10 Miami Beach Soundscape Park Pompano Beach,Florida Miami Beach,Florida AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 56-A H.ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED. As the City embarks upon the selection of firms to provide professional architectural and engineering design services,Stantec Consulting Services Inc.,would like to express our sincere desire to serve the City of Miami Beach in this important role.Our multi-talented project team includes those committed professionals who have successfully worked with many municipalities to provide various services in the design and construction of municipal buildings,community centers,public safety buildings,and a wide variety of facilities. Our local strength,knowledge,and relationships,coupled with our world-class expertise,have allowed us to go anywhere to meet our clients'needs in more creative and personalized ways.With a long-term commitment to the people and places we serve,Stantec has the unique ability to connect to projects on a personal level and advance the quality of life in communities across the globe. TEAMWORK As to staffing requirements,Stantec has an adequate number of professional architects on staff to service your projects.We offer over 180 employees at our five South Florida offices combined.It is our policy to assign key personnel to specific clients and projects and leave them in those positions to provide better continuity and proper lines of communication. Stantec is prepared to commit personnel as needed for these projects throughout all our offices starting at the top with our assignment of Elvira Freire-Santamaria,AIA as Project Manager.She is extremely familiar with the City,having worked on the recent Miami Beach Restrooms&Concession Stands project. She will bring the full resources of the firm to bear on all assignments to ensure that the project is adequately staffed with quality personnel.We are currently completing many assignments for nearby clients and are ready to service the City in whatever assignments are required. Stantec's staff prides themselves on teamwork.A significant factor in our firm's success is the ability of our professionals from all disciplines and all offices to form a cohesive unit and work together.On many occasions, working together has resulted in a professional from one office traveling to another office to interact directly with other members of the project team.This approach has been applied very successfully.Stantec routinely uses this approach,and vigorously promotes work sharing among our offices.With this teamwork approach,we seek to partner with our clients,understand their concerns and stay in touch with their needs,and respond and deliver accordingly. This partnering philosophy provides open avenues for communication,streamlines schedules,provides efficiency in design by clearly defining expectations,establishes trust through strong working relationships, and ensures that we deliver the quality professional services we seek to provide. Q,7,/QC Stantec also has an aggressive quality control program,which is similar in nature to the plan currently implemented by the Florida Department of Transportation.However,we have modified and improved the plan to the point where we are pleased to hold one of the highest design ratings of any firm in the State of Florida.The performance rating is based on grades given for design with emphasis on percent complete versus schedule,errors and omissions,changes,overruns,accuracy of cost estimates,and actual field changes during construction. Without a proper quality control plan,this degree of thoroughness could not be attained. COMMITMENT We are committed to providing quality and cost-effective engineering to the City of Miami Beach.To accomplish this objective,our management and quality plan considers your needs,integrates process with goal,and provides a written and clearly defined path for successful project completion. Thank you for your consideration. I.AUTHORIZED REPRESENTAT The foregoing is a statement of fac 31.SIGNATURE ' 32.DATE ,,'!7 December 19,2014 33:NAME AND TIT E Javier Salman,AIA, Princ'pal _ _ _ 57 1. SOLICITATION NUMBER(If any) ARCHITECT ® ENGINEER QUALIFICATIONS RFQ#2015-016-YG PART II m GENERAL QUALIFICATIONS (If a firm has branch offices,complete for each specific branch office seeking work.) 2a.FIRM(OR BRANCH OFFICE)NAME ' 3.YEAR ESTABLISHED 4. DUNS NUMBER Stantec Consulting Services,Inc. 1954 07-871-9511 2b.STREET 5.OWNERSHIP 901 Ponce de Leon Boulevard,Suite 900 a TYPE 2c.CITY 2d.STATE 2e.ZIP CODE Corporation Coral Gables Florida 33134 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE N/A Elvira Freire-Santamaria,AIA,Project/Contract Manager 7.NAME OF FIRM(If block 2a is a branch office) 6a.TELEPHONE NUMBER 6c.E-MAIL ADDRESS Stantec Consulting Services,Inc. (305)445-2900 Elvira.freire-santamaria(@stantec.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER Corzo Castella Carballo Thompson Salman,PA(C3TS) 1988 19-235-1757 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees a. c.Revenue b.Discipline .Experience Code Profile Index Number (1)FIRM (2)BRANCH Code (see below) 02 Administrative 2099 4 A06 Airports;Terminals and Hangars 8 06 Architect 595 4 B02 Bridges 8 08 CADD Technician 494 12 C10 Commercial Buildings 9 12 Civil Engineer 618 7 C16 Construction Surveying 8 13 Communications Engineer 3 E02 Educational Facilities;Classrooms 9 14 Computer Programmer 210 E03 Electrical Studies and Design 7 15 Construction Inspector . 36 3 E09 Environmental Impact Studies,Assess.or Statements 9 16 Construction Manager 160 2 Ell Environmental Planning 8 21 Electrical Engineer 406 1 E12 Environmental Remediation 10 23 Environmental Engineer 582 2 H07 Highways;Streets;Airfield Paving;Parking Lots 10 24 Environmental Scientist 874 7 I06 Irrigation;Drainage 6 30 Geologist 191 L03 Landscape Architecture 8 38 Land Surveyor 367 R03 Railroad;Rapid Transit 9 39 Landscape Architect 164 R11 Rivers;Canals;Waterways;Flood Control 5 42 Mechanical Engineer 459 2 SO4 Sewage Collection,Treatment and Disposal 9 43 Mining Engineer 68 S10 Surveying;Platting;Mapping;Flood Plain Studies 8 48 Project Manager 359 5 S13 Storm Water Handling&Facilities 7 57 Structural Engineer 346 5 TO3 Traffic and Transportation Engineering 10 58• Technician/Analyst , ..__1860 5. T04 Topographic Surveying and Mapping - . . - 6 60 Transportation Engineer 508 12 W02 Water Resources;Hydrology;Ground Water 8 WO3 Water Supply;Treatment and Distribution 10 Other Employees 2601 29 Total 13000 100 . 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 8 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b.Non Federal Work 10 4. $500,000 to less than$1 million 9. $25 million to less than$50 million 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 10 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE � December 19,2014 c.NAME AND'1�_T _ Javier F.S.,man,AIA,LEED AP,Principal AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 58 1. SOLICITATION NUMBER(If any) ARCHITECT — ENGINEER QUALIFICATIONS RFQ 2015-016-YG PART II-GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(OR BRANCH OFFICE)NAME I 3. YEAR ESTABLISHED 4. DUNS Louis J. Aguirre&Associates, P.A. 1970 i NUMBER 014512630 2b. STREET 5. OWNERSHIP 9150 South Dadeland Boulevard, Suite 900 a. TYPE 2c. CITY 2d. STATE 2e. ZIP CODE Corporation Miami, FL j 33156 b. SMALL.BUSINESS STATUS 6a POINT OF CONTACT NAME AND TITLE Small Louis J. Aguirre, P.E., LEED®AP, President 7 NAME OF FIRM(if block 2a is a branch office) 6a TELEPHONE NUMBER 6c. E-MAIL ADDRESS (305)670.0141 -Office Ijaguirreeliaapa.com/ (305)670.0144-Fax mmartinezeljaapa.com 8a. FORMER FIRM NAME(S)(If any) i 8b. YR.ESTABLISHED 18c. DUNS NUMBER n/a 1 1970 1 N/A 10. PROFILE OF FIRM'S EXPERIENCE AND 9, EMPLOYEES BY DISCIPLINE ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a Function c.No.of Em lo ees a.Profile I c. Revenue Index Code b. Discipline — b. Experience (1)FIRM (2)BRANCH Code Number —. _..—; ---- _ , (see below).... 02 Administrative -3 H09 Hospitals& Medical Facilities 4 21 Electrical Engineer ' 5 E02 Educational Facilities; 6 Classrooms 42 Mechanical Engineer 7 A06 Airport Facilities; Terminals 5 and Hangers; Freight Handling I 25 Fire Protection Engineer 2 H11 I Housing (Residential, Multi- 3 Family;Apartments; 1 _Condominiums) 08 CADD Technicians 3 G01 . Garages; Vehicle Maintenance 2 _�__ Facilities; Parking Decks 16 Construction Manager 0 _ _ L05 Li htin (Interior; Theater) 2 Other Employees 0 P13 Public Safety Facilities 2 _ F03 ' Fire Protection 3 I- H08 Historical Preservation 1 J J01 Judicial and Courtroom 2 -.. Facilities Total , 20 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million "Insert revenue index number shown at right) ! 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a. Federal Work 1 3. $250,000 to less than$500,000 8. 510 million to less than$25 million b. Non-Federal Work 4 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c. Total Work 5 . 5. $1 million to less than$2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE c7: The foregoing is a statement of facts. a.SIG b.DATE C.-- � _ 12/15/14 c. NAME AND TITLE Louis J. Aguirre, P.E., LEED®AP AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004)PAGE 6 59 1.SOLICITATION NUMBER (if any) ARCHITECT-ENGINEER QUALIFICATIONS RFQ 2015-016-YG PART II -GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER WINGERTER LABORATORIES, INC. 1949 044025740 2b.STREET 5.OWNERSHIP 1820 NE 144th Street a.TYPE 2c.CITY - 2d.STATE 2e.ZIP CODE "C"Corporation North Miami FL 33181 b.SMALL BUSINESS STATUS 6a,POINT OF CONTACT NAME AND TITLE SBE/WBE Jill Wingerter Chin-You President 7.NAME OF FIRM (If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 305-944-3401 Jill @wingerterlab.com 8a.FORMER FIRM NAME(S) (If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function b.Discipline c.No.of Employees a.Profile b.Ex erience c Revenue e Number Code (1)FIRM p (2)BRANCH Code (see below) 27 Foundation/Geotechnical PE 1 T02 Testing& Inspection Svc. 5 30 Geologist-PG 1 E09 Environmental Impact Studies 1 23 Environmental Engineer 1 E13 Environmental Testing 1 12 Civil Engineer 1 S03 Seismic Designs&Studies 1 15 Construction Inspector-BN 3 S09 Structural Design 2 53 Scheduler 1 48 Project Manager 2 58 Technician/Analysist 10 02 Administrative 4 18 Cost Engineer/Estimator 1 . Other Employees Total 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,00 to less than$250,000 7. $5 million to less than$10 million a. Federal Work 1 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non-Federal Work 5 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 5 • 5. $1 million to less than$2 million 10. $50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.Spc\k1 TURF- f e b.DATE tibt Y III__ ?-_.._. 11/25/2014 c.NA ■ AND TITLE Jill ngerter Chin-You President AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004)PAGE 6 60 1.SOLICITATION.NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS RFQ#2014-346-YG PART 1I—GENERAL QUALIFICATIONS (If a firm has branch offices,complete for each specific branch office seeking work.) 2a.FIRM(or branch office)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER Rosenberg Gardner Design 1983 n/a 2b.STREET 5.OWNERSHIP 17670 N.W.781n Ave.,Suite 214 a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE S Corporation . Miami Florida 33015 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE CBE&SBE Ken Gardner,President 7.NAME OF FIRM(if block 2a is a branch office) 6b.TELEPHONE NUMBER . 8c.E-MAIL ADDRESS 305-392-1016 _ ken @rosenberggardner.com 8a.FORMER FIRM NAME(S)(if any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER Rosenberg Design Group 1983 n/a 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. b.Discipline c.No.of a. b.Experience c.Revenue Functlo employees Profile Index Number n (1) (2) . Code (see below) Code FIRM BRAN CH 02 Administrative 1 C10 Commercial Building,Shopping Centers 3 08 CADD Technician 1 E02 Education Facilities,Classrooms 1 39 Landscape Architect 2 GO1 Garages,Vehicle Facilities,Parking Decks 2 H09 Hospital&Medical Facilities .. 1 H10 Hotels,Motels 1 H11 Housing(Residential,Apartments,Condominiums 2 101 Industrial'Buildin•s 1 106 Irrigation,Drainage- 2 L03 Landscape Architecture 4 LO6 Lighting 1 001 Office Buildings,Industrial Parks 1 P06 Planning(Site,Installation,and Project) 1 P08 Prisons&Correctional Facilities 1 P13 Public Safety Facilities 2 Sll Sustainable Design 3 WO1 Warehouse&Depots 1 Total 4 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (insert revenue index number shown at right) 2. $100,000 to less that$250,000 7. $5 million to less than$10 million a.Federal Work 0 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 4 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work. 4 12.AUTHORIZED REPRESENTATIVE The foregoing Is a statement of facts. a.SIG ATURE .. b.DATE.AAAL c.N 'E •NOT LE f K, card ,President AUTHORIZE ri FOR LOCAL REPRODUCTION STANDARD FORM 330(612004)PAGE 6 61 s- - 1 SOLICITATION NUMBER{1f"any) A +C HITS ( ALlFI�,LIONS p . RFQ 2015-016-YG PART II-GENERAL QUALIFICATIONS (If a firm has branch offices,complete for each specific branch office seeking work.) 2a.FIRM(OR BRANCH OFFICE)NAME. 3.YEAR ESTABLISHED 4.DUNS NUMBER Longitude Land Surveyors,LLC. 2004 2b.STREET ,,,„-.. ,:.; "�O, .. ERSHI'_ �. $ . _-,{ 68290 NW 64th Street a.TYPE 2c.CITY 2d.STATE 2e.ZIP Corporation Miami I FL 33166 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE Eduardo M.Suarez, , President 7.NAME OF FIRM(If block 2a isa branch office) 6b•.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 305-463-0912 esuarez @Iongitudefl,com _ - _ _ I E $ i LOA l i s =R>O- °` ; ,5�1��'& . a.Function c.No.of Employees a.Profile c;Revenue Index b.Discipline b:Experience Number Code (1)FIRM (2)BRANCH Code (see below) 02 Administrative 3 C16 Control Surveying 1 08 CADD Technician 5 L02 Land Surveying 3 38 land Surveyor 3 S10 Surveying;Platting;Mapping 58 Field Technicians 16 104 Topographic Survey;Mapping Other Employees Total 27 Ntti+'.A AVE °RO SIO A PROFESSIONAL SERVICESREVENUEINDEXNUIVIBER b °vrc-E 1 ;146;4 1, Less than$100,000 6. $2 million to less than$5 million �j `® 2. $100,000 to less than$250,.000 7. $5 million to less than$10 million li °tTL� i s t ii ase tia !e i's—+ 3. $250,000 to less than$500,000 8. $10 million to less than$25 million a.Federal Work 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 4 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 3 12.AUTHORIZED REPRESENTATIVE. --/'--' i7 The foregoing is a statement of facts. a.SIGNATURE ' b.DATE . - 1,1i ` ,4 dk :f ! (juaA . 11-26-2014 c.NAME AND TTFTLE `� Eduardo M.Suarez, President 1 STANDARD FORM 330(612004) PAGE 1 62 m! e" ... .... . . ,r,i . .. . .m h ., .� 9i �: , .' y �. r � s a < . . :; ,>A- i r , , s,,,, ':: _.. FINANCIAL CAPACITY Please note that our company requested the Supplier Qualification Report from Dun&Bradstreet and it should have already been received by the City of Miami Beach. • :." '.. ssa4: . . 'ill• �k^ss: . 1:a: -.w� s „ .s: r m .r 'j a ar ,==.a4 : rz 7z. rft x� � ay i a ! � s x �z� w- .", ,..1-- ' .. , - n 4 u ° .3 S ,, x x Fy ..'y � _s£� � --„,-,--,,,,e H 7 �4x' �' r, : a fi, st 5r r -F a r x .x, .x _ .. a.. '."s' �.. ,�, !--7-4,E7-, ": t .'" .,,- Sta ntec APPROACH AND METHODOLC)GYomala APPROACH AND METHODOLOGY WORKLOAD AND AVAILABILITY TECHNOLOGICAL CAPABILITIES INTENT TO UTILIZE DBE FIRMS MIAMI BEACH Archd......1 and Engineering alsig)Sorvia)s for Inc Albs c.et tvkx Park Ptoj(x)t Design Min co JIyin mina RFQ 201&016-YG !! 4 Stantec Architectural and Engineering Design Services for the Attos del Mar Pork Project APPROACH AND METHODOLOGY 4, Project Approach approach to projects always starts with our published project management plan which details the key staff and stakeholders,project requirement and client objectives,schedule,budget,lines of communication, team member responsibilities and milestone targets needed to insure a successful completion to any project. This plan is submitted to the client at the Notice to '' 111‘ 0 "--- i Proceed and can be used as a measuring stick for performance throughout the permitting and construction process. The plan outlines the lines of communication and principal point of contact,and includes a production schedule,critical path items,a list of responsible individuals,a list of required permits,and a narrative outlining the process by which the design work shall be completed. Upon the Notice to Proceed,Stantec shall provide the necessary background and base work to start the design process. This initial document assists Stantec early on in establishing and maintaining the projected schedule by the entire team. The first step in performing work would involve familiarization and data gathering of the site and scope,what we call the due diligence phase. This would include preparation of a photographic record,surveying,geotechnical testing,collection of utility as-builts,utility coordination,collection of previous studies or plans in addition to the information provided on the RFQ and review of RY n applicable ordinances and resolutions,as well as permitting planning. The permitting planning portion allows us to plan which permitting agency will need to be contacted and will be reviewing the plans,so that it is not discovered during the permitting phase,which may cause a delay in the permitting phase,this is especially important with the coastal permitting and utility coordination. After the due diligence phase,there would be one or more meetings with key City staff to discuss project vision,scope and goals. During these meetings we will also discuss the master plan and program provided with the RFQ. The program, master plan and budget will be reviewed to confirm that they are in accordance with each other and the City requirements. If any of these are at variance with the requirements,we will make the necessary adjustments to the program , according to the input received from City staff,and provide a conceptual site plan in accordance with the budget for review and approval by the City. The next phase after the conceptual plans are accepted is to begin working on the design development drawings and outline specifications for materials and r t,,: building systems. This phase includes the completion of all systems design in narrative format and preliminary engineering for coordination prior to construction documents. Another essential item during design development . : phase is to resolve the scope with the budget and receive client approval on the resolution. Even though the project is scheduled to be constructed in two phases, Stantec will also provide recommendation for bid alternates during the early phases in order to ensure that the project is within budget while still giving the City the flexibility of buying out items as funding becomes available. RFQ 2015-016-VG 4? . Stantec Architectural and Engineering Design Services tor the Altos del Mar Park Project Additionally,during the conceptual design and development drawings phases v �� X Stantec will provide input and coordinate with the City for Art in Public Places. y Stantec has worked on several projects where Art in Public Places has become an " integral part of the project and the coordination started early in the design process and we were able to accommodate the Art as part of the design. Once the design development drawings are completed and approved by the City, the project moves into Construction Documents and Specifications.This phase involves the entire design team and all of its members. There will be a -- series of milestone submittals,as indicated on the RFQ,including 30%,60%,90% and 100%design submittals. Each submittal will include an updated construction cost estimate. The total duration of this phase including 30%,60%, — 3 90%and 100%submittals can vary greatly,and depends primarily on the review After each submittal,simultaneously with the City reviews,Stantec will perform its own in-house peer review along with our established Quality Control /Quality Assurance(QA/QC)program. This implemented program enables us to provide project drawings within schedule,at budget cost and with high quality and reliability. �. • After 30%drawings have been provided to the owner and approved,Stantec will ; ,c 4 prepare presentation drawings and present them to the Community Design '" 2 Review Meeting(CDRM)and incorporate any changes received at the meeting To, '� ``� will attend public meetings,as 0. -• . and confirmed by the City. Furthermore,Stantec wil tte p g , s � � :� �► required by the City. EX Stantec will assist the owner by preparing and submitting permit applications and construction drawings to the permitting agencies,PERA,DERM,FDEP WASA,Miami Beach Buildin De etc. Review Coastal Permitting, g artment p a comments will be addressed and construction drawings are revised accordingly to secure permit approval. The permitting process can then be completed by the Pi contractor selected for the work. x `"�• Part of what we feel makes Stantec unique is our proactive approach to permitting.Being a multi-disciplined firm we include all of the expected permitting functions from the differing regulatory and permitting agencies in our project management plan.Often,this approach leads us to begin permitting and submittal prior to actual completion of drawings for bidding and traditional permitting.With the knowledge that every project and municipality's permitting /' — requirements are different,we outline our permitting strategy in the project management plan.This allows the permitting need to inform the process rather than force the process to be one of reactive results to imposed requirements. Bidding and Negotiation is the next stage of the project. The design team will prepare a full bid package including front end documents,bid forms,contract, specifications and construction plans. After a pre-bid meeting,addenda will be issued as needed. The architects and engineers will be available to answer written questions with written responses to be published to all registered 4 bidders. Once bids are received,we will review the bids,check Contractor references and provide the City with a bid tabulation and recommendation for awards. p RFQ 2015-0 I 6-VC Stantoc Architectural and Engineering Design Services for the Altos del Mar Park Project The final stage of the project is Construction Administration. During this phase,we will participate in the administration of the contractor contract on an „x as-needed basis,as determined by the City. The services to be provided will vary depending on the level of involvement desired by the City,but typically include pre-construction conferences,shop drawing review,review of BFI's and issuing of clarifications,periodic meetings,site visits and inspections,review of payment � :_ requisitions,review of change order requests,final inspection,punch list,as- builts,and contract close-out. The duration of this phase will depend on the extent of the Contractor's contract time. Time Schedule Stantec's planning,programming and design process is structured with particular attention to the schedule and cost control,cost estimates,and time management to guarantee the budget and time allocation for each project performed regardless of the type of project. As part of our control we look at every aspect of a project that may develop into a delay and eliminate it up front with a proactive approach to reduce the overall time involved in what others may consider to be"unforeseen conditions".This includes developing a strong due R 3 diligence program in the initial phase of the project.Many of the obstacles that result in time delays revolve around improper or inadequate due diligence with 'spa- regard to doing your homework including pro er project property delineation, historical document review,utility locates and clearances,proper code and design criteria and adequate permit handling. 414 Stantec is experienced in permit and plan production scheduling. As you are aware,all permitting is sometimes difficult to estimate when it comes to scheduling.We shall develop a realistic schedule at the start of the project based on other similar projects so that submittal and milestone dates for plan production can be achieved.Some of the unique approaches developed over the years the firm has existed include pre-permitting and early dry run submittal. Both of these techniques have shown to help reduce the time and potential cost _ a impact of the permitting process. Permitting can also affect the cost estimate from the basis that last minute changes required by agencies can sometimes affect the construction cost estimates and cancel projects altogether.We shalt determine all possible impacts early on so that the preliminary cost estimates stay relatively the same as the plans are finalized.A schedule,as part of the project management plan,shall be submitted at the NTP so the City can track production as well as permitting all the way through bid and security of contractor. Anticipated Project Timeline Notice to proceed:1 Day Due Diligence Phase includes: ✓ Park Survey Update/Verification-14 days ✓ Geotechnical Survey-10 days x ' ✓ Code/Permitting Research&Collection of Site data-7 days* w� ✓ Program,Budget&Master plan verification-7 days* ✓ Adjust program,budget and master plan if required-14 days* • Conceptual Design-1 week** RFQ 2015-01&-YG Ali Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project -__ ✓ Schematic Design-2 weeks** 3 � ✓ Design Development Plans-3 weeks** , - ✓ City Review 7 days after each submittal(not included in the above) *concurrent with the surveys **does not include city review time - -. Construction Documents Phase includes: ''' x: S . ✓ 30%Construction Documents-4 weeks ✓ City Review-7 days(not included in the above) ✓ 60%Construction Documents-3 weeks ✓ City Review-7 days(not included in the above) ✓ 90%Construction Documents-4 weeks G," ✓ City Review-7 days(not included in the above) . . ✓ 100%Construction Documents-2 weeks Permitting: Approximately 90-120 days b Bidding&Negotiations: 45-60 days ' Construction Administration: 6 months 40,- a i Schedule Control We understand how critical schedules are.Maintaining a project on schedule begins with understanding the key issues that drive it and developing contingency plans to control it. The primary purpose of the project schedule is to provide a full accounting of all relevant activities and phases as well as the proper sequencing of project related events such that the project is delivered on schedule. Following are some of the strategies that Stantec uses in order to control the project schedule: ✓ A pro-active Project Management Plan(PMP) ✓ Intensive Due Diligence Phase ✓ Accelerate non-critical path activities to compensate for unforeseen delays later on ✓ Meet with City's staff,public officials,and key community members ahead of time for consensus on key project issues ✓ Clear understanding of Scope of Services ensures schedule is created correctly from the beginning Coordination with Sub-consultants(long- , standing relationships enable us to understand their process) # ✓ Allow for proper QA/QC time Cost Control Cost estimating remains a critical part of our design process and cost control methodology. Stantec will develop all costs within the defined goals using s *. �, constructability analysis,value engineering,budget constraints,and scheduling to achieve those goals. Cost control will be achieved by adopting a predictive cost 4 i= - A planning approach. Generally,we produce these cost estimates during the course of the design. During all phases of the project,Stantec will review the construction cost estimates and refine the design to maintain the project on- 4 ' budget and on-time.One of the factors that have positively influenced our cost estimating abilities is the fact that Stantec has worked on varied projects and has -_ - - 4111.1' Itar7„. eM RFQ 2015-016-YG 4!. Stantec Architectural and Engineering Design Services for tie Altos del Mar Park Project recent cost estimates that can be used as a reference. Stantec also has access to general contractors that have also worked on similar projects that can provide cost estimates that are current and realistic. Working with contractors on a daily basis during design development gives us a different perspective from most design firms and we utilize value engineered cost savings in our everyday design approach. Stantec has extensive experience in helping municipalities achieve positive bottom line results by improving existing processes,identifying new ones,and pinpointing areas for cost savings. We have the management perspective and specialized knowledge needed in order to deliver major cost reductions with improved efficiencies to our clients. Our effective management team reviews the anticipated costs,researches alternative savings methods on a continual basis and monitors progress and quality to reduce your costs. Success with Cost Control Our experience with municipal clients has shown that our success in project cost control is based on early review and estimating of the proposed scope prior to commencement of design work.This allows both the designers and client the opportunity to adjust budgets and/or establish alternatives to protect the base budget for the project. Likewise,we have learned and council our clients to include in their estimates an agreed upon contingency based on other related project experience in order to minimize the impact of unforeseen conditions(i.e.hurricane delays and associated general conditions costs).If success is the ability to meet expectations,then Stantec,with its ongoing approach to cost control before and during design,means to exceed it. Furthermore,Stantec employs various methods during the planning and conceptual phase to accommodate the City's scheduling and budgetary constraints. One approach used in the past is to phase the project so that site clearing and grubbing and building pad construction could take place simultaneously with the preparation of construction drawings and subsequent permitting. This substantially shortened the overall duration of construction for the project. Another successful strategy used by the firm is to design a building that would allow for a future program that could not be accommodated within the current budget. The project was constructed in a manner which will easily provide for future expansion as desired by City. Another approach is to design the project in phases using alternates,thereby allowing the City to"buy out"the alternates as funds become available. These are just a few examples of the"outside of the box"creative thinking that Stantec is proud to contribute to the design process. We believe that the STANTEC TEAM has extensive experience and knowledge in planning and designing. We are confident that we can successfully fulfill and execute the requirements of this project and provide the City with an outstanding project. _'':.:.. __ hr:. :.. ,< "w Xs.,:�' n. : ,�ui.,,..,. .. „,.N;.'...<. e •. ...,a N ,. �i'�: .., a ,x �` 's�'m ^F i<- •'. � .. t ` ' Y u' 4, �...,,..,.,, ;MU '..:,,,,, &,x;,:;„,,,..;:-,„ .�:�,..m,,: Ay�.?a€:a.t3:, u`'?<u�? : RFC)2015-01 b-YG A° Stantec Architectural and Engineering Design Services for the Altos del Mar Park Project --WORKLOAD AND AVAILABILITY Name Project Role Current Availability Workload Javier Salman,AIA,LEED AP Principal in Charge 70% 30% Elvira Freire,AIA,LEED AP Project/Contract Manager 40% 60% Eddie Lamas,AIA Senior Project Architect 50% 50% Eleane Navarro,Al,LEED AP Architectural Designer 50% 50% Jeff Crews,PE,LEED AP Senior Project Engineer 60% 40% Earl Henry,EI Project Designer 40% 60% Heather Avesta,PE,LEED AP Structural Engineer 50% 50% Sean Gerber Structural Designer 40% 60% Nicole Carter,MS Senior Environmental Scientist 60% 40% Ken Huntington,MS Senior Environmental Scientist 70% 30% Sean Compel,PE,LEED AP Construction Administrator 60% 40% Danilo Caicedo,EI Senior Inspector 30% 70% Louis Aguirre,PE,LEED AP Senior Mechanical Engineer 60% 40% Mario Pazos PE,LEED AP Senior Electrical Engineer 60% 40% Robert Schuler,PE,PG Geotechnical Engineer 70% 30% ... ...................... . ... ... Leon Chin-You Material Testing and Inspections 70% 30% Ken Gardner,ASLA,LEED AP Senior Landscape Architect 25% 75% Eddie Suarez,PSM Senior Surveyor 5% 95% Available Staff Level e 100% Total Potential Staff Utilization 80% AVJLABIL1TY LEVEL 60% Active Projects l Overhead,incl. non-billable projects 40% -. ....., 1 .,..... Pending l 20% Authorization 1 -- - f F ' Dec-14 Jan-14 Feb-14 Mar-14 Apr-14 May-14 Jun-14 Jan-14 Feb-14 Mar-14 Apr-15 Active Projects - • - • Pending Auth. overhead Total -_ Available Demand Staff Vi2O&ZPaWtetlnteragerValktnlMlrqPAWIOP*Vrrnryrj"Woo arl5;:reinfri:,-Vapr, �. K�� °� :v nee c•' Y , .r.. M.°�C'W.FZ:.. " 3 . 'eTes4314,000e(07,414;zie,Viropfr46, 11by y ..° " .. ,.,. .«,. ... _... ,. ...,._.. ....✓... .. TECHNOLOGICAL CAPABILITIES Special Equipment The following is a list of specialized equipment and software that we have available: ✓ 160 Desktop Computer Equipment-Customized and designed for Engineering by Dell.Mobile-computer equipment with wireless and Bluetooth capabilities. ✓ Microsoft Office Suite ✓ AutoCAD 3D ✓ REVIT ✓ Adobe Photoshop ✓ Sketch Up ✓ Adobe Illustrator ✓ Microstation ✓ GeoPack ✓ ICPR ✓ EaglePoint ✓ Primavera Project Planner&Microsoft Project ✓ MathCAD and AutoTurn ✓ WaterCAD,WaterGEMS,SewerCAD,and HAMMER software for steady-state,real-time and transient pipe analyses ✓ ESRI GIS Software Arc Info,ArcView,ARC MAP ✓ HEC RAS ✓ Underwater Digital Camera ✓ Digital Cameras ✓ Portable GPS units • Company vehicles ✓ Cellular telephones with remotely synchronization with exchange services,etc. ✓ Project specific FTP sites,password-protected,limited access or public access sites,read-only or read/comment,and contributory social networks or blogs. ✓ Full range of selected Adobe Creative Suite for marketing and public relations segment ✓ Corporate wide remote solutions availability-Included Virtual Private Network for. almost 50%of computers/users,OWA(Outlook Web Access)for remotely access, ✓ Full colors plotters,copiers,printers,faxes,scanners In addition,our staff includes architects and graphic artists who develop scale models of buildings or facilities to help our Clients and the public to view how a project will look once completed. Our in-house Public Relations department creates renderings and exhibits of proposed facilities,charts of data in support of projects,and computer generated animations.The latter are particularly useful when demonstrating several phases of a project,as it progresses from start to finish,but is also useful in visualizing current as well as future conditions. '5;6: Y vwo-mxrw. pe � oa� •.�. S�" �u�^a<�£�#t ,,.;,. � � s�1- a,�„i.;", a`�`''' ....� acx '�„ &ox.i� � td.�: '"s ._.. .3c.. �"c, M ,m w. .�z. � xy� -� �`- ':ate ��� �"�. � ��'" - �. �> a:�s fir,=: ��,�.: s �S ��� o� RFQ 201.5016-Y6 ` Stantec Viral an Engineering Design fc r Ito Mos del Mar Park Project , INTENT TO UTILIZE DBE FIRMS Stantec recognizes the value of services that qualified DBEs offer.We have a corporate commitment to utilize qualified minority firms to the greatest extent possible on projects that can benefit from their expertise.To help promote opportunities for the economic development and growth of the state's diverse disadvantage,small and minority businesses,Stantec regularly seeks to include certified DBEs,SBAs,and MBEs on our proposed project teams. We have supplemented our multi-disciplinary resources with the following qualified,minority firms and we are amenable to working with other qualified small and minority businesses for other commodities and/or services which may be required under the contract. Sub-consultant Name Project Role Minority Type DBE,SBE,CSBE, Louis Aguirre and Associates,PA MEP Engineering Micro/SBE,LDB, M/WBE Rosenberg Gardner Design Landscape Architecture MICRO/SBE Longitude Surveyors,LLC Surveying&Mapping DBE,ACDBE,CBE, MICRO/SBE ,• Stantec Architectural Archttectural and Emlneertng Design Services for the Altos del Mat Park Pro Regulatory and Economic Resources Department IAM ``0 ' it,. 111 NW'1 Street,19"1 Flew Miami.Florida 33128 COUNTY`.. T 375-3111 F 3115-375-3100 swaartactade..4ov November 4,2013 Mr.Louis J.Aguirre LOUIS J.AGUIRRE&ASSOCIATES,PA 9150 S Dadeland Blvd,Suite 900 Miami.FL. 33156-0000 Anniversary Date: November 4 Deer Mr.Aguirre: The tvlienti Dade County Small Business Development (SBD) under Business .Affairs, a-division of Regulatory and Economic Resources Department( R),is pleased to notify you of your firm's continuing eligibility as a Disadvantaged Business Enterprise(DBE)under the Florida Unified Certification Program (UCP)in accordance with 49 CFR Part 23 and 26. Your firm is certified In the categories listed below. Your DBE certification is continuing from the Anniversary Date listed above, contingent upon your firm maintaining its eligibility annually through this office.You will be notified of your annual responsibilities in advance of the Anniversary Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary{Data to maintain your eligibility, Your firm will be listed In Florida's UCP DBE Directory,which can be accessed through the Florida Department of Transportation's website:www.doistate.rtusiequalopportunityoffice and then selecting"DBE Directory.' if,at any the time.there is a material change in your farm,you must advise this office,•by sworn affidavit end supporling documentation,within thirty(30)do}b,Chongco inctudc,but arc not limited to,own hip, . officers, directors, management. key personnel, scope of work performed, daily operations, on.going business relationships with other firms or individuals or the physical location of your firm.After our review, you will receive Instructions as to how you should proceed,if necessary.Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove DBE certification. . have any questions or concerns,you may contact our office at 305-375-3111 Sin,a_;fy,' i ad M G itff,Business Support Services,Director Small Business Development _. . . CATEGORIES:(Your firm may bid or participate on contracts only under these categories) Engineering Semites cc:Veronica Clark,PER,S.BD DEORP,,J)3E,CONC,E1N MP?ROVAL v:51 RFQ 20151.6- , Stantec Architectural:and Engimering Design-Services tor the Altos del,star Park Prolect Regulatory and Economic Resources Department ;, ' 111NW1 Street,1 5kicif Marti.Florida 33123 COUNTY T 305.375-3111 F 305-375.3160 November 4,2013 Mr,Louis J.Aguirre LOUIS J.AGUIRRE&ASSOCIATES,RA- 9150 S Dadeland Blvd,Suite 900 Miami,FL 33156-0000 Anniversary Date: November 4,2014 Dear Mr.Aguirre: Miami Dade County Small Business Development (S80) under Business Affairs, a division of the Department of Regulatory and Economic Resources (RER), is pleased to notify you of your firm's continuing eligibility as a certified (CSBE, CBE, MIcrooSBBE, LDB) Small Business Enterprise in accordance with section(2-8A.1.1.1.,2-10.01.,10.33-02)of the Code of Miami Dade County. Your firm Is certified in the categories lisp below. Your(CBE,SBE)certification is continuing through the Anniversary Date listed above,contingent upon your firm maintaining its eligibility based on the criteria outlined In the aforementioned code. You will be notified of your annual responsibilities in advance of the Anniversary Date. You must submit the annual AFFIDAVIT FOR CO1'ITINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility.Your firm will be listed in the directory for all certified firms,Which can be accessed through the Miami Dade County's RER website: http:Lfw►nv.miamidade.you!busir essIbusiness-c5eer:' ccatlon- programs.asp. lf,at any the time, there is a material change in your firm,you must advise this office,by submitting a status change affidavit and the associated supporting documientatiion, withiin thirty(30)days. Changes may include,but are not limited to,ownership,officers,directors,management,key personnel,scope of • work performed, daily operations, on-going business relationships with other firms or individuals or the physical location of your firm, After our review, you will rive instructions as to how you should proceed,If necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm's certification, If yo; any questions or comics,you may contact our office at 305-375-3111 nce t, • She -:,Business Support Services,Director Small Business Development CATEGORIES:(Your firm may bid or participate on contracts only under these categories) Aviation Systirrie,engineerin+o.tin(CBE) Energy Conutrvaticil Cort g•( ) sneering Contruction fietmegerrant(C8E) Engineering Comulrino(SEE) Engineering Services(tom) Oenerail Electrical Ettoirteering(CBE) • Oes mecriiinia Engineering(CBE) • Teletaiwriunimiicirtz S;ste€rro IGBE) cc:Veronica Clark,RER,SSD b` { "k 6r:+:. g4e: ;two Y� ` a II • tiSDIZ0043 v20 matt 3w A* 5 Architectural and E nee tg Design Services the Altos del Mcw irk i o Sustainability,Planning and Economic MIAMMADE Enhancement Department COUNTY 111 NW 1 Street,le Floor Miami,Florida 33123 rei idade.gev T 305-375-3111 F 305-375-3160 ��11��5 .��y�f�y CEii T,NO:y14956 pey�A�vy,+9 y.y R ® Q��,r May Gam, 1` App Date;05,2#!20 E2"MICROd-SBE Expiration Date;05/31/2015 Mr.Kenneth der ANNUAL ANNIVERSARY:06/21/2013 ROSENBERG DESIGN GROUP,INC. A ROSENBERG GARDNER DESIGN 17670 NW 78th Ave,Suite#214 Miami,FL 33015-0000 Dear Mr.Gardner Small Business DeNelopment (SBD), a division of Su talnebility, Planing and Economic Ertltence ment Department (SPEW) has completed the review of your application and attecittnertts seerrar teed for certification, Your firm is o icialy certified as a Micro/Small Business Enterprise (MICRO/SBE) in accordance with section 2-&1.1.1.1 of the Code of Miarrrl Dade County. This certification is valid for three years prcxidad there are no changes rendering your firm ineligible for certification,You are required to submit a"Continuing Eligibility Meta&annually with specific supporting documents on or before your Annhersaiy Date as listed abate.You will be died in advance of your fimYs Annhersary Date. Failure to - iply with the said responsibiTeies may result in immediate immeTrate action to decesti fy your firm. Every three years you will nsceire a full recertification re iew that may include an onsite ireestigatiore SBD will also notify you accordingly., If at arty time during the certification period,there is a materia0 change in your itrrn,Including,but not limited to reletership, atficerc, Director, coopo of work being performed, daily o f eratk,n , a lietiuns with other txisire s, (es) or physical location of the firm, you must notify this office in writing vethrin (30) days. Notification should include supporlirt documentatice,You will nacelle,timely instructions instructicns from'this office as to how you should proceed,if necessary. Your company is certified in the kelovAng categories as fisted below,affording you the opportunity to bid and participate or bracts with small business measures. Please mite that the categories listed are very general and ate used only to assist our customers in searching the directory for certified firm to meet contract needs_ The directory for all certified firms can be accessed can the Miami-Dade County SPEED eebsite http.//www.rnie gov/sba Thank you for doing business with Miami Dade County. Siinc S McGriiii,Director Business Opportunity Support Services Small Business Development Division Sustainabiiity,Planning and Econcrnic Enhancement ncernent rtment CATEGORIES;(Your firm may bid or participate,crt contracts only;hider these categories), " to CAPE C CROI c; Adriana Cam, Certification Specialist Veronica Cris,SPEED,SSD. 1313EW Oas.aniarD26 . f_ . . . A. ci e RR:12015=0164S ' ' ' : ' ' , – ' - Stant c . , . ,, ',rob Architectural and Engtneering-13esign Services for the Altos del-tvicir Park-Proect '. 1- — Department of Regulatory and Economic Resources M IAM in Small Business Development 111 NW 1 Street,19th Floor COUNTY Miami,Florida 312B Carlos A.Gimenez,Mayor T3033753111 F 3C15-375-3160 CERT.NO:15161 Approval Date.12/1412012-ACDBE °Bomber 1412012 Appcovai Date:12/1412012-DBE Mr,Eduardo Suarez ANNUAL ANNIVERSARY:1211412013 LONGITUDE SURVEYORS,LLC 4055 NW 97th Ave,2nd Fl Doral,FL 3317B-0000 Dear Mr.Suarer Small Business Development (SEP), a dMsion of Regulatory and Ecorkomic Resources Department (RER) has completed the review of your application and the attachmenta submitted for certification. Your firm is officially certified as a Airport Concessions Disadvantaged Busn Ent(ACDBE)and Disadvantaged Business Enterprise (DBE) in accordance with the State of Fkrida Unified Certification Program(UCP) approved by the U.S. Department of Transportation (FDOT) In the categories listed befow. This certification affords your company the opportunity to participate in contracts throughout the State of Florida with 08€measures. Your.0aE certification requires you to cornaleta a contimiirtg Eligibility affidavit annually. To ensure timely processing the Confinulag Eligibirity affidavit is cessibie at httpatwww.rnia rnida d e.g ovibusinessibusiness-ce rtifi cati c n- programs,aspilibrary/continuing_eligibili ty_package.pclf, A hard copy is available upon request and may be sent to you via mail Or facsimile.Failure to complete and submit the required affidavit with the required supporting documents on or before your anniversary date may result in the removal to your company from the Florida DBE Unified Certification Program, if any changes occur within your company during the certified period (such as ownership, address, telephone number,trade category,licensing, technical certification, bonding capacity,or if the business ceases to exist) you are required to notify this department 'within 30 days in writing. it is of critical importance that the current information regarding your company be maintained,Ail inquiries or changes related ta this certification should be directed to Ccaalee Wel-lane-Taylor in the Certification Unit. We look forward to your participation and success in Miami-Dade Ccunty's disadvantaged business enterprise programs. Thank you for doing business with Miami Dade County. Sinie .ly,i , a 0 ... ericGiaf„Director Business Opportunity t i a Services Small Business Deve!':' -at Division Regulator/and Economic Resources Department(RER) CATEGORIES: Your firm may bid or partklipato on contracts only under these categories) SURVEYING At.1D MAPPthlr;'(5XCEPT GEOPHYSICAL)SERVICES(ACDEE,OBE) 0: Coralee Walkine-Taytor, Certification Specialist Veronica ciarK„RER,SED ..._.) aa ../ VEQP,.#22t,*I%WO , ■ , . ' . _ RFQ 201$016YG - Stantec Architectural and Engineering Design Sentioin forihe Altos del Mori:kirk Protect --•. Dopartment of Regulatory and Economic Resources MIAM I-D2D Small Business Development 111 NW 1 Street,10h Floor COUNTY tiCtamt,Florida 33128 S05-375-3111 F 305-375-3160 Caries A.Girrienez,Mayor CERT.NO: 15160 Approval Date: 12114/2012-CBE Tier 1 December 14,2012 Expiration Date:12/3112015 Mt.Eduardo Suarez ANNUAL ANNIVERSARY:12/1412013 LONGITUDE SURVEYORS,LLC 4055 NW 97th Ave,2nd Fl Ora 1, L 33178-D000 Dear Mr,Suarez: Small Bushess Development (SBD), a division of Regulatory and Economic Resotiroes Department (RER) has completed the review of your app5calion and attachments submitted for certification.Your firm is officially certified as a Community Business Enterprise(CBE) in accordance with section 2-10A.01 of the Code of Miami Dade County. This certification is valid for three years provided there are no changes rendering rittr firm ineligible for certification.YoU are required to Submit a*Continuing Eligibility Affidavit'annualy with specific supporting documents on or before your A.nniversary Date as listed above.You will be notified in advance of your firms Anniversary Date. Failure to cowry aid responsibilities may result in immediate action to decertify your firm. Every three years you will receive a full recertification review that may include an ensile investigation;SBD will also notify you accordingly. If at any time during the certification period,there is a material change in your firm,including,but rot limited to ownership, officers,Director, scope of work being performed,daily operations,affiliations with other business(es)Of physical location of the firrI, yci'Must notify this office in writing within(30)days. Notification should include supporting documentation.You will receive timely instructions from this office as to how you should proceed,if necescari. Your company is certified in the following Categetles as listed below.affording you the Opportunity to bid and participate on contracts%vith sinalf business measures.Please note that the categories fisted are very general and are used only to assist our customers in searching the directory for certified firms to meet contract needs. The directory for all certified firs can tie et4essed on the Miami-Dade COUtIty RER website htipl)Www.rniarrildede_govtusinessbusiness-certification-progranitesp. Thank you for doing business with Miami f.lade County. Sinc ly. ' 41. Ft(Lheri McGriff,Dire'or 4"--1;36"•1\--) Business Opportu'Ty Ppert Services Small Business Development Division Regulatory and Economic Resources Depaitiiient(RER) CATEGORIES:(Your firm may bid or participate on contracts only under these categories) SURVE AhD MAPPIt4G.1ANO SURVEY/VG{CE ) SURVEYING Ai\D MAPPING(EXCEPT GEOPHYStCAL)-SERVICES(CBE) C: Coialee Wakine-Taylor, Certification Specialist Veronica Clark,RER,SSD olirstacti,1 LI VW:ft , , , , , , , • “ • 1 . - - RFQ 201501640: ' . : , - . —am Stantec Architectural and Engineering Design Services for the Altos del Mar Pork Project --- Pi i AMIOADE 0 Department of Regulatory and Economic Resources Small Busies Deve4tOppent 111 NW 1 Street 1 r floor COUNTY Carlos A.Ginnertez,Mayor T 305-375-3 r:;11a1irliFir 305-37F4:16d.98-3331124 CERT.No;1.5159 Approwi Date;12/1420/2-MICROSEEI December 14.2012 Expiration Date: 12/31/2015 Mr.Eduardo Suim ANNUAL ANNIVERSARY: 1211.42013 LONGITUDE SURVEYORS.LLC 4066 FM 97th Aw,2nd n Dotal,n. 33178-0000 Dear Mr,Suarez: Small Business Dauelopartent(8130),a division of Regulatory and ECOCIOVIliC Resources'Department(RER) has completed our afJPilloatice and attechrnergie submitted for Catikation. Your finn is officially certified aa a Mao/Small Suelivese Enterprise (MICRO/SIX) In accordance with section 2- 8.1.1.1,1 of the Code of Miami Dade County. This certification is tad for three yews prided there are no changes rendering your firm IneSgible for certification.You are required to submit a"ConlinoinG Eligibility Affidmitr annually ihith specific supporting documents an or balm yaw Anniversary Date a Ested aboks.You will be notified in adtance of your*mit Annitersagy Date. Failure to comply with the said responsibilities may result in itrItitediate action to elecertify your firm. &ono three years you will rec.21to a kill recertification rakiew that may include eri onsite imestigation;SSD will also notify you accordingy. Nat any time diming the certification period,there Is a material change in your lam,incite/1g,but not limited to ownership, officers, Director, scope of work being performed, daily operations, affiliatforis with other business (es) or physical location of the firm, yoti must notify this office in ‘iwi'ling within (30) days. Notification should irrolucle supporting documentation Votry411 melte timely instructions from this office as to how you should proceed,if necessary. Your company is certified in the Mowing categories as listed Mow,affixding you the opportunity to bid and participate on contracts with arrfl business measures. Please note that the categories listed are vary general and are used only to assist or customers in smirching the(Erection(for oertifed irTES to meet contract needs. The directory for all certified firms can be accessed on the Miami-Dade County RER webs lie trttPcitiwwv.mi arni clade.gotillusi nesafbusinass-certifical ion-programs.as p. Thank you kw doing business with Miami Cads County. ,ce,,SherflikGrift Um gyr)ky BUSIEleSS Opportuni uncoil S.ervices Small Business DewitOpillaili Dhision Regulatory and Economic Resources Department(RER) CATEGORIES:(Your firm may bid or participate on contracts only under these categories) WIStrrm'SERvICES(MICRUSBE) LAND awe-m:3(AFCROISEE) SURWEVIM(htfr AERIAL OR RESEAND-r}(mlaitgVaE) 0; Corals&lilialkiria-Taylor. Certifi cation Specialist Veronica Clark,RER,SSD GUS=AOMVIV4 - _ I ■