Loading...
Agreement with Craven, Thompson & Associates, Inc. jl \ (9106-, AGREEMENT BETWEEN CITY OF MIAMI BEACH AND CRAVEN, THOMPSON &ASSOCIATES, INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2014-346-YG DISCIPLINE: LANDSCAPE ARCHITECTURE AND LAND SURVEYING RESOLUTION NO. 2015-29041 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 18 ARTICLE 6. REIMBURSABLE EXPENSES 19 ARTICLE 7. COMPENSATION FOR SERVICES 20 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 21 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 24 ARTICLE 14. LIMITATION OF LIABILITY 25 ARTICLE 15. NOTICE 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 26 2 f 1 SCHEDULES: SCHEDULE A 29 SCHEDULE B 30 SCHEDULE C 32 ATTACHMENTS: ATTACHMENT A 33 ATTACHMENT B 34 ATTACHMENT C 35 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CRAVEN, THOMPSON &ASSOCIATES, INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this 15 day of December , 2015 , (Effective Date), 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 CRAVEN,_THOMPSON & ASSOCIATES, INC., a Florida corporation having its principal office at 3563 NW 53 Street Ft Lauderdale FL. 33309 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on September 17, 2014, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2014-346-YG for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis" (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on June 10, 2015, the City Commission approved Resolution No. 2015- 29041, respectively, authorizing the City to enter into negotiations with CRAVEN, THOMPSON & ASSOCIATES, INC, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, 4 which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of • governmental authorities having jurisdiction over the Project, the Project Site or the Parties. 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. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. 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. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or 5 excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. 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). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction 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, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change 6 Directive(s), and/or approved written order(s)for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. 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. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. 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 a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant 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 Subconsultants, the Contractor and its 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 Administrator within five 7 (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. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. 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. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), 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. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order Schedule B—Consultant Compensation and Hourly Billing Rate Schedule. Schedule C—Approved Subconsultants. 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. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 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, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. 8 STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to .the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all 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. 2.4 The Consultant warrants and represents to the 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 the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; 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. 9 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. 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 any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) 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 9 � Y g P Agreement. The Consultant 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 to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the 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 City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 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 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 Administrator) 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 Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or 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 Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. 10 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 Administrator may require), the Project Administrator 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 Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, 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, and under a Consultant Service Order, 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. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. 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 Services. 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 work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work 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. 2.11 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 Services 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 11 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. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 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 receiving a fully executed Consultant Service Order, 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 the Project Administrator. 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 Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (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 Subconsultants). 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 the Project Administrator, 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 Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the 12 Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order(whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator 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 HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 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 SUBCONSULTANTS: All services provided by Subconsultants 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 Subconsultants, 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 Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant 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. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans 13 and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's any to request such documentation or evidence and/or failure to enforce in a y wa y the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator 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. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, 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 and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy 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 At any time, in his/her sole discretion, the City Manager may furnish accounting, and 14 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 Subconsultants or vendors). 3.4 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 Administrator, shall give prompt written notice thereof to the Consultant. 3.5 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. 3.6 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: 3.6.1 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. 3.6.2 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. 3.6.3 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). 3.7 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. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 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. 3.7.3 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. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the 15 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. 3.7.5 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. 3.7.6 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). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 16 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project 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 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any 17 resulting, responsive and responsible bids within ten percent (10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget 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 Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services) without any further liability to the City. 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately 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. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (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 "B" 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 Administrator. 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 include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work 18 involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). 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." Reimbursable Expenses may include, but not be limited to, the following: 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 Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). 19 ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 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 Administrator. 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. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," 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 the Consultant Service Order 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: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 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 Administrator 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 Subconsultant 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 Administrator 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 20 Reimbursable Expenses (by category). 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 Subconsultants 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 its native electronic form, 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 Administrator in their native electronic form, as required in the Consultant Service Order 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. 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 Subconsultants to the Agreement requirements for re-use of plans and specifications. 21 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 Administrator 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 Administrator 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 22 • 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 Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). 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 Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (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. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator 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. 11.4 The insurance must be furnished by an insurance company rated A:V 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. 11.5 Consultant shall provide the Project Administrator 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. 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by 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 Subconsultants 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, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. 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 applicable Assistant City Manager. The Project Administrator'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 Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator 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. 24 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: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: CRAVEN, THOMPSON &ASSOCIATES, INC. 3563 NW 53 Street Ft Lauderdale, FL. 33309 Tele: (954) 739-6400 Fax: (954)739-6409 Email: jhandley a(�craventhompson.com Email: rprycecraventhompson.com Attn: Joseph D Handley, RLA (Landscape Architecture) Attn: Richard D. Pryce (Land Surveying) All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. 25 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 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 all Applicable Laws 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 26 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 Subconsultants 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 Subconsultants 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 Subconsultants. 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 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 Subconsultants, subject to the prior written approval of the City Manager. 16.8 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. 27 16.9 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, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other 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. 16.10.2 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. 16.10.3 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. 16.11 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. 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 espective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI r' � 11 4 1111, i CITY C =�'K •.......... .� y AYOR . • eAtte 1 Vapor-7%-y V T O SON &ASSOCIATES INC.: 0 -- P� D • ► ORPI ORATE Signatur- :e• etary �� .Signature,,'" - Jos- 8 D. :ndle y ti:' * , Thomas M. McDonald APPR�' �+ 9e.•••• P 'nt Na v- •- • ►es0�t�►�►� - • Print Name • . &FOR EXE V'lt!tirm_ 28 City Attorney 9404 Date SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CRAVEN, THOMPSON &ASSOCIATES, INC. CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: CRAVEN, THOMPSON &ASSOCIATES, INC 3563 NW 53 Street Ft Lauderdale, FL. 33309 Attn: Joseph D Handley, RLA Tel: (954) 739-6400 Email: ihandley ancraventhompson.com PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED" BASIS (RFQ 2014-146-YG) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date 29 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$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 Administrator. Unused portions will not be paid to the Consultant. 30 HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $116.15 Other) Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 Mechanical Engineer $116.15 GIS Specialist $ 86.25 Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer $ 94.30 Designer $ 95.45 Job Captain $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2w/GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4w/GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94.88 Construction) 31 SCHEDULE C APPROVED SUBCONSULTANTS Discipline: Landscape Architecture Discipline: Land Surveying • The Chappell Group, Inc. • No preapproved sub-consultants Role: Certified Arborist Services submitted with proposal. 32 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 33 RESOLUTION NO. 2015-29041 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 FOR GROUP 1 - LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING, AND GROUP 2 - TOWN PLANNING ARCHITECTURE, INTERIOR DESIGN & SPACE PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION ARCHITECTURE, AND GROUP 3 - CIVIL ENGINEERING AND LAND SURVEYING, AND GROUP 4 - STRUCTURAL ENGINEERING AND MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED BASIS (THE "RFQ"); AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KEITH AND SCHNARS, P.A., AECOM TECHNICAL SERVICES, INC., KIMLEY-HORN AND ASSOCIATES, INC., CRAVEN, THOMPSON & ASSOCIATES, INC., AND MILLER LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE;; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KOBI KARP ARCHITECTURE & INTERIOR DESIGN, INC., GLAVOVIC STUDIO, INC., M.C. HARRY & ASSOCIATES, INC., STANTEC CONSULTING SERVICES, INC., AND BEA ARCHITECTS, INC., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ZYSCOVICH, INC., AND THE CORRADINO GROUP, INC., FOR THE DISCIPLINE OF TOWN PLANNING ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH R. J. HEISENBOTTLE ARCHITECTS, P.A., WILLIAM B MEDELLIN ARCHITECT P.A., DOUGLAS WOOD ASSOCIATES, INC., BENDER & ASSOCIATES ARCHITECTS, P.A., FOR THE DISCIPLINE OF HISTORICAL PRESERVATION ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WADE TRIM, INC., STANTEC CONSULTING SERVICES, INC., KIMLEY-HORN AND ASSOCIATES, INC., PURE ENGINEERING SERVICES, INC., AND SCHWEBKE - SHISKIN & ASSOCIATES, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE - SHISKIN & ASSOCIATES, INC., TRIANGLE SURVEYING AND MAPPING, INC., KEITH AND SCHNARS, P.A., BISCAYNE ENGINEERING COMPANY, INC., AND CRAVEN THOMPSON AND ASSOCIATES, INC., FOR THE DISCIPLINE OF LAND SURVEYING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TLC ENGINEERING FOR ARCHITECTURE, INC., WOLFBERG ALVAREZ & PARTNERS, INC., AND RGD ASSOCIATES, INC. D/B/A RGD CONSULTING ENGINEERS FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; FURTHER, SHOULD THE ADMINISTRATION BE UNABLE TO NEGOTIATE AN AGREEMENT WITH ANY OF THE RECOMMENDED FIRMS, THE ADMINISTRATION IS AUTHORIZED TO NEGOTIATE WITH OTHER RANKED FIRMS IN ORDER OF RANK IN EACH CATEGORY; 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. 2014-346-YG (the RFQ) was issued on September 18, 2014, with an opening date of December 2, 2014; and WHEREAS, a voluntary pre-proposal meeting was held on October 1, 2014 and on October 13, 2014; and WHEREAS, the City received proposals from a total of fifty-one (51)firms; and WHEREAS, because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration will evaluate and make recommendations for award by category group; and WHEREAS, on February 5, 2015, the City Manager via Letter to Commission (LTC) No. 054-2015, appointed an Evaluation Committee (the "Committee"), which included evaluation committee members for each category group; and WHEREAS, the Evaluation Committee (the "Committee") for Groups 1, 2, 3, and 4 consisted of the following individuals: GROUP 1 — LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach; and GROUP 2—GENERAL ARCHITECTURE, INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE, TOWN PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach; and GROUP 3—CIVIL ENGINEERING, LAND SURVEYING SERVICES • Brian Bellino, City Surveyor, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach • Jose Rivas, Civil Engineer III, Public Works, City of Miami Beach; and GROUP 4— MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, AND STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach WHEREAS, the Committees convened to consider the proposals, as follows: the Committee for Group 1 convened on February 26, 2015; the Committee for Group 2 convened on March 19, 2015; the Committee for Group 3 convened on March 31, 2015; and the Committee for Group 4 convened on April 8, 2015; and WHEREAS, the Committees were 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 WHEREAS, the Committees were instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of Landscape Architecture was as follows: Keith and Schnars, P.A., top ranked; AECOM Technical Services, Inc., second highest ranked; Kimley-Horn and Associates, Inc., third highest ranked, Craven, Thompson & Associates, Inc., fourth highest ranked; Miller Legg & Associates, Inc., fifth highest ranked; Chen Moore and Associates, Inc., sixth highest ranked; and WHEREAS, the Committee's ranking for the discipline of General Architecture was as follows: Kobi Karp Architecture & Interior Design, Inc., top ranked; Glavovic Studio, Inc., M.C. Harry & Associates, Inc., and Stantec Consulting Services, Inc., all tied as the second highest ranked firms; BEA Architects, Inc., fifth highest ranked; Bermello, Ajamil, & Partners, Inc., as the sixth highest ranked; Edward Lewis Architects, Inc., as the seventh highest ranked; Wolfberg Alvarez and Partners, Inc., as the eight highest ranked, R. J. Heisenbottle Architects, P.A., as the ninth highest ranked, SBLM Architects, P.C., as the tenth highest ranked, Rodriguez Architects, Inc., as the eleventh highest ranked, CPH, Inc., as the twelfth.highest ranked; HAKS Engineers, Architects and Land Surveyors, P.C., as the thirteenth highest ranked; CIMA Engineering Corp., as the fourteenth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Town Planning Architecture was as follows: Zyscovich, Inc., top ranked; The Corradino Group, second highest ranked; and WHEREAS, the Committee's ranking for the discipline of Historical Preservation Architecture was as follows: R. J. Heisenbottle Architects, P.A., top ranked; William B. Medellin Architect, P.A., second highest ranked; Douglas Wood Associates, Inc., third highest ranked, Bender& Associates Architects, P.A., fourth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as follows: Wade Trim, Inc., top ranked; Stantec Consulting Services, Inc., second highest ranked; Kimley-Horn And Associates, Inc., third highest ranked, Pure Engineering Services, Inc., fourth highest ranked; Schwebke - Shiskin & Associates, Inc., fifth highest ranked; Stanley Consultants, Inc., as the sixth highest ranked; BCC Engineering, Inc., and R.J. Behar & Company, Inc., both tied as the seventh highest ranked firm, Craven Thompson And Associates, Inc., as the ninth highest ranked, Brindley Pieters & Associates, Inc., as the tenth highest ranked, Chen Moore And Associates, Inc., as the eleventh highest ranked, CPH, INC., as the twelfth highest ranked; Milian, Swain & Associates, Inc., as the thirteenth highest ranked; Coastal Systems International, Inc., as the fourteenth highest ranked; Keith And Schnars, P.A., as the fifteenth highest ranked; CB&I Environmental & Infrastructure, Inc., as the sixteenth highest ranked; CES Consultants, Inc., as the seventeenth highest ranked; Lockwood, Andrews & Newman, Inc., as the eighteenth highest ranked; HAKS Engineers Architects and Land Surveyors, P.C., as the nineteenth highest ranked; EAC Consulting, Inc., as the twentieth highest ranked; The Corradino Group as the twenty first highest ranked; Robayna and Associates, Inc., as the twenty second highest ranked; Biscayne Engineering Company, Inc., as the twenty third highest ranked; Miller Legg & Associates, Inc., as the twenty fourth highest ranked; Ross Engineering, Inc., as the twenty fifth highest ranked; Cummins Cederberg, Inc., as the twenty sixth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Land Surveying was as follows: Schwebke - Shiskin & Associates, Inc., top ranked; Triangle Surveying and Mapping, Inc., second highest ranked; Keith and Schnars, P.A., third highest ranked, Biscayne Engineering Company, Inc., fourth highest ranked; Craven Thompson And Associates, Inc, fifth highest ranked; Robayna And Associates, Inc., as the sixth highest ranked; Marlin Engineering, Inc., as the seventh highest ranked; CB&I Environmental & Infrastructure, Inc., as the eight highest ranked, Miller Legg & Associates, In., as the ninth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and Plumbing Engineering was as follows: TLC Engineering for Architecture, Inc. top ranked; Wolfberg Alvarez & Partners, Inc., second highest ranked, RGD Associates, Inc. DBA RGD Consulting Engineers, third highest ranked; and WHEREAS, the proposals received under the discipline of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ; and WHEREAS, once the review of the proposals received under the aforementioned disciplines is complete, an agenda item will be prepared and presented at the next available City Commission meeting; and WHEREAS, after reviewing all the submissions and the Evaluation Committee's rankings, the City Manager exercised his due diligence and concurs with the Committee's rankings. 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. 2014-346-YG, for Professional Architectural and Engineering Services in specialized categories on an as-needed basis (the "RFQ"); authorizing the Administration to enter into negotiations with Keith and Schnars, P.A., AECOM Technical Services, Inc., Kimley-Horn and Associates, Inc., Craven, Thompson & Associates, Inc., and Miller Legg & Associates, Inc., for the discipline of Landscape Architecture; authorizing the administration to enter into negotiations with Kobi Karp Architecture & Interior Design, Inc., Glavovic Studio, Inc., M.C. Harry & Associates, Inc., Stantec Consulting Services, Inc., and BEA Architects, Inc., for the discipline of General Architecture;authorizing the Administration to enter into negotiations with Zyscovich, Inc., The Corradino Group, Inc., for the discipline of Town Planning Architecture; authorizing the administration to enter into negotiations with R. J. Heisenbottle Architects, P.A., William B Medellin Architect P.A., Douglas Wood Associates, Inc., Bender & Associates Architects, P.A., for the discipline of Historical Preservation Architecture; authorizing the administration to enter into negotiations with Wade Trim, Inc., Stantec Consulting Services, Inc., Kimley-Horn and Associates, Inc., PURE Engineering Services, Inc., and Schwebke - Shiskin & Associates, Inc., for the discipline of Civil Engineering; authorizing the administration to enter into negotiations with Schwebke - Shiskin & Associates, Inc., Triangle Surveying and Mapping, Inc., Keith and Schnars, P.A., Biscayne Engineering Company, Inc., and Craven Thompson and Associates, Inc., for the discipline of Land Surveying; authorizing the administration to enter into negotiations with TLC Engineering for Architecture, Inc., Wolfberg Alvarez & Partners, Inc., and RGD Associates, Inc. d/b/a RGD Consulting Engineers for the discipline of Mechanical, Electrical, and Plumbing Engineering; further, should the Administration be unable to negotiate an agreement with any of the recommended firms, the Administration is authorized to negotiate with other ranked firms in order of rank in each category; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this_ /& day of 7ffl2O1 5. ATTEST: • /// Rafael E'ranado, City I c:•``�s%'‘IIIII'' �1�Philip Le V- W.. :o r 11 T:IAGENDA120151June1PR000R/ENT12014 ':--% !'•a•. fesgiona hite4,-I and Engineering Services-Reso.docx INCORP ORATED= .(t) 47 \.li N ' ••. s — 1111 cH APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION Y3 -15 City Attorney Date COMMISSION ITEM SUMMARY Condensed Title: 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 PROPOSALS (RFP) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF LANDSCAPE ARCHITECTURE, GENERAL ARCHITECTURE, TOWN PLANNING ARCHITECTURE, HISTORICAL PRESERVATION ARCHITECTURE, CIVIL ENGINEERING, LAND SURVEYING, AND MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING. Key Intended Outcome Supported: Streamline The Delivery Of Services Through All Departments Supporting Data(Surveys, Environmental Scan, etc: N/A Item Summary/Recommendation: The Administration issued RFQ 2014-346-YG to seek the proposals from consultants to provide Architectural and Engineering Services in Specialized Categories On An As-Needed-Basis, for projects in which construction costs do not exceed $2 Million or for study activities for which the fee does not exceed $200,000. The RFQ was approved for issuance by the City Commission on September 17, 2014. The RFQ was released on September 18, 2014. A pre-proposal conference to provide information to the proposers submitting a response was held on October 1, 2014. An additional pre-proposal conference was also held on October 13, 2014. On December 2, 2014, the City received proposals from fifty-one (51)firms. Because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration has evaluated and has herein made recommendations for award by category group. On February 26, 2015, March 19, 2015, March 31, 2015, and April 8, 2015, the Evaluation Committees appointed by the City Manager via LTC # 054-2015 convened to evaluate Groups 1, 2, 3, and 4, respectively, The Committees were 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. Because of the large number of response for certain disciplines and the projected volume of work, staff is recommending that no more than five (5) firms be awarded in each category. This agenda item addresses only an award recommendation for the following disciplines: Landscape Architecture, General Architecture, Town Planning Architecture, Historical Preservation Architecture, Civil Engineering, Land Surveying, and Mechanical, Electrical, and Plumbing Engineering. The proposals received under the discipline of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering are still being reviewed. Once the review of the proposals received under the aforementioned disciplines is complete, an agenda item will be prepared and presented at the next available City Commission meeting. 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. 2014-346-YG, for Architectural and Engineering Services in Specialized Categories On An-Needed-Basis, authorize the Administration to enter into negotiations with the Proposers recommended for each discipline as noted beginning on page 6 of the attached memorandum. In the event that the Administration is unable to negotiate a mutually agreeable with any of the recommended firms, the City Manager recommends that the Mayor and City Commission authorize the Administration to negotiate with other ranked firms, in order of rank, in each category. 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: N/A 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. OBPI City Clerk's Office Legislative Tracking:Alex Denis, Extension 6641 Sign-Offs: epartment Director Assi Manager City M. agerl-;,. A P fi r/ EC DM MT JLM T:\AGEND`9015\June\PROCUREMENT\2014-346-YG RFQ-Professional Architectural and Engineering Services-Summa •• x • C?S MIAMIBEACH 143 AGENDA V. M DATE 4-to-I�" MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov C MMISSI• MEMORANDUM TO: Mayor Philip Levine and Members o he City Co / ission FROM: Jimmy L. Morales, City Manager et. —or DATE: June 10, 2015 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEP NG THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF LANDSCAPE ARCHITECTURE, GENERAL ARCHITECTURE, TOWN PLANNING ARCHITECTURE, HISTORICAL PRESERVATION ARCHITECTURE, CIVIL ENGINEERING, LAND SURVEYING, AND MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Streamline The Delivery Of Services Through All Departments BACKGROUND Since June 9, 2010, the City has had contracts pursuant to Request for Qualifications (RFQ) 01-09/10 with various firms for professional architectural and engineering services in specialized categories on an "as-needed-basis". This contract provides access to architecture and engineering (A & E) firms in accordance with the requirements of the State of Florida, Consultant's Competitive Negotiation Act (CCNA). At its September 11, 2013 meeting, the Mayor and City Commission approved the recommendation of the Administration to exercise the last option for renewal of one (1) year, which extended the contract until September 29, 2014. Resolution 2014-28743, passed and adopted September 17, 2014, authorized the issuance of a new RFQ for professional architectural and engineering services in specialized categories on an "as-needed-basis". This resolution further authorized the Mayor and City Clerk to execute Amendment No. 1 to the Contracts executed pursuant to RFQ 01-09/10 to authorize month-to- month extensions until such time as a new RFQ process was completed and new contracts were executed. RFQ PROCESS On September 17, 2014, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2014-346-YG for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis". On September 18, 2014, the RFQ was issued. A pre-proposal conference to provide information to the proposers submitting a response was held on October 1, 2014. An additional pre-proposal conference was also held on October 13, 2014. RFQ responses were due and received on December 2, 2014. 144 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 2 The City received proposals in response to the RFQ from the following fifty-one (51)firms: AECOM Technical Services Marlin Engineering Barmello Ajamil & Partners, Inc. McHarry Associates BCC Engineering, Inc. Miller Legg BEA Architects MSA (Milian, Swain & Associates, Inc.) Bender& Associates Architects Pure Engineering Services Biscayne Engineering Company, Inc. R.J. Behar& Company, Inc. Brindley Pieters &Associates RAI CB&l Environmenatal & infrastructure Reines & Straz CES Consultants, Inc. RGD Chen Moore and Associates RJ Heisenbottle CIMA Robayna and Associates Coastal Systems International, Inc. Ross Engineering CPH, Inc. SBLM Architecs Craven Thompson and Associates Schwebke - Shiskin &Associates, Inc. Cummins Cederberg, Inc. Stanley Consultants Douglas Wood Stantec EAC Consulting, Inc. The Corradino Group ELA Architects Thorton Tomasetti E-Sciences TLC Engineering GFA International, Inc. Triangle Surveying Map Glavovic Studio URS Corporation HAKS Wade Trim Keith and Schnars, P.A. William B Medellin Architect P.A. Kimley Horn Wolfberg Alvarez and Partners Kobi Karp Zyscovich Architects Lockwood, Andrews & Newman, Inc. On February 5, 2015, the City Manager appointed the Evaluation Committee via LTC # 054- 2015, which included evaluation committee members for each category group. The Evaluation Committee (the "Committee")for these groups consisted of the following individuals: GROUP 1 — LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach GROUP 2 —GENERAL ARCHITECTURE, INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE, TOWN PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach 145 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals(RFP) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 3 GROUP 3— CIVIL ENGINEERING, LAND SURVEYING SERVICES • Brian Bellino, City Surveyor, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach • Jose Rivas, Civil Engineer III, Public Works, City of Miami Beach GROUP 4— MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, AND STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach Because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration has evaluated and has herein made recommendations for award by category group. For Group 1, the Committee convened on February 26, 2015 to consider proposals received for Landscape Architecture, Planning and Urban Design Architecture, and Environmental Engineering. 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 was also provided general information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for Group 1 resulted in the ranking of proposers as indicated below. The proposals received under the discipline of Planning and Urban Design Architecture and Environmental Engineering (Group 1) are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ. Once the review of the proposals is complete, an agenda item will be prepared and presented at the next available City Commission meeting. LANDSCAPE ARCHITECTURE r: 1 1...,:,:':Archfecturai.,iiii , Engieieering:Services LOW ;,;;''" :ANQ pE".•'*.;•, Margarita Rogelio Humberto AGGREGATE • AR ECTURE1-_;<, • Wells Ranking _ Madan Ranking Cabanas Ranking TOTALS Rank KEITH AND SCHNARS, P.A. 93 1 95 1 83 2 M 4 1 AECOM TECHNICAL e:. SERVICES,INC. 78 3 90 2 87 1 ::" 6 2 KIMLEY-HORN AND ASSOCIATES,INC. 81 2 78 3 83 2 7 3 CRAVEN,THOMPSON& ASSOCIATES.INC. 76 4 61 6 82 4 14 4 MILLER LEGG& ASSOCIATES,INC. 74 5 65 5 77 5 15 5 CHEN MOORE AND ASSOCIATES,INC. 70 6 69 4 70 6 16 6 146 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 4 For Group 2, the Committee convened on March 19, 2015 to consider proposals received for General Architecture, Interior Design and Space Planning Architecture, Town Planning Architecture, and Historical Preservation Architecture. 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 was also provided general information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for Group 2 resulted in the ranking of proposers as indicated below. The proposals received under the discipline of Interior Design and Space Planning (Group 2) are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ. Once the review of the proposals is complete, an agenda item will be prepared and presented at the next available City Commission meeting. GENERAL ARCHITECTURE REQ#2G14-346- $'> ' ProtessitinaIArchKen tralIancL L W ,i, '4.:'' '` Deborah Rogelio Valeria AGGREGATE ' (Grp R �: ,: �',7,. Tackett Ranking Madan Ranking Melia Ranking TOTALS Rank KOBI KARP ARCHITECTURE& INTERIOR DESIGN,INC. 95 1 92 3 90 4 8 1 GLAVOVIC STUDIO.INC. 88 3 85 8 98 1 12 2 M.C.HARRY&ASSOCIATES, INC. 94 2 89 7 93 3 12 2 STANTEC CONSULTING SERVICES.INC. 87 4 95 1 86 7 12 2 BEA ARCHITECTS,INC. 85 6 90 6 95 2 14 5 BERMELLO AJAMIL& PARTNERS,INC. 84 7 92 3 88 5 • 15 6 EDWARD LEWIS ARCHITECTS, INC. 80 10 93 2 88 5 17 7 WOLFBERG ALVAREZ AND PARTNERS.INC. 84 7 91 5 80' 8 20 8 R.J.HEISENBOTTLE U ARCHITECTS,P.A. 87 4 78 9 75 10 23 9 SBLM ARCHITECS,P.C. 84 7 74 11 80 8 • 26 10 RODRIGUEZ ARCHITECTS,INC. 71 11 69 13 75 10 34 11 CPH,INC. 57 12 75 10 65 13 35 12 HAKS ENGINEERS,ARCHITECTS AND LAND SURVEYORS,P.C. 57 12 70 12 55 14 38 13 CIMA ENGINEERING CORP. 56 14 66 14 70 12 40 14 TOWN PLANNING ARCHITECTURE L RFQ#2014-�346-YG PrafesSkIn ` •, `r ''"Architecturataand' LOW f n41neering Ser,does:: Deborah Rogelio Valeria AGGREGATE k'(TOWN PLANNING) Tackett Ranking Madan Ranking Mejia Ranking ;', TOTALS Rank ZYSCOVICH,INC. 97 1 84 1 100 1 `^ 3 1 THE CORRADINO GROUP 75 2 76 2 83 2 6 2 HISTORICAL PRESERVATION ARCHITECTURE sh 'I�Irofese1onat",' ;; p, �A ,P►c a ` ►, : ass LOW l3 �� I`.(ECA ,. Deborah Rogelio Valeria t a AGGREGATE •�' ESE `h4 ;';; " Tackett Ranking Madan Ranking Mejia Ranking TOTALS Rank R.J.HEISENBOTTLE ' ARCHITECTS,P.A. 100 1 99 1 90 1 3 1 WILLIAM B MEDELLIN ARCHITEC P.A. 93 3 97 2 90 1 ;,1 6 2 DOUGLAS WOOD ASSOCIATES,INC. 96 2 91 _ 3 75 4 '.' 9 3 BENDER&ASSOCIATES ARCHITECTS ARCHITECTS, P.A. 83 4 84 4 80 3 :>� 11 4 147 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 5 For Group 3, the Committee convened on March 31, 2015 to consider proposals received for Civil Engineering and Land Surveying. 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 was also provided general information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for Group 3 resulted in the ranking of proposers as indicated below. CIVIL ENGINEERING RFQiinn' €6-YG,Ptofese ai[: !': ";iArchItectu'ral and ErigIneering" ,- r5 ; Services:;; Brian Jose A. Pedro r AGGREGATE (CIVIL ENGINEERING) ;:,F, Bellino Ranking Perez Ranking Fuentes Ranking TOTALS Rank WADE TR. IM,INC. 95 2 97 1 81 8 11 1 STANTEC CONSULTING SERVICES. INC. 90 4 90 6 91 2 c:,` 12 2 ,x KIMLEY-HORN AND ASSOCIATES,INC. 83 10 90 6 96 1 ,1 17 3 PURE ENGINEERING SERVICES,INC. 86 8 89 8 89 3 19 4 SCHWEBKE-SHISKIN&ASSOCIATES, INC. 96 1 95 3 62 24 28 5 STANLEY CONSULTANTS,INC. 84 9 82 15 84 5 29 6 BCC ENGINEERING,INC. 75 17 93 4 79 9 30 7 R.J.BEHAR&COMPANY,INC. 88 6 83 14 77 10 30 7 CRAVEN THOMPSON AND ASSOCIATES.INC. 94 3 87 11 70 18 ?, 32 9 BRINDLEY PIETERS&ASSOCIATES, INC. 76 15 96 2 71 17 34 10 CHEN MOORE AND ASSOCIATES,INC. 76 15 80 17 86 4 r 36 11 CPH,INC. 78 13 86 12 74 11 z?, 36 11 MILIAN,SWAIN&ASSOCIATES,INC. 87 7 88 9 67 20 36 11 COASTAL SYSTEMS INTERNATIONAL, .,-,, INC. 75 17 88 9 74 11 :t 37 14 KEITH AND SCHNARS,P.A. 90 4 74 22 73 13 39 15 CB&I ENVIRONMENTAL& INFRASTRUCTURE,INC. 71 21 81 16 83 6 43 16 CES CONSULTANTS,INC. 72 20 91 5 69 19 44 17 LOCKWOOD,ANDREWS&NEWMAN, INC. 79 12 70 26 82 7 45 18 HAKS ENGINEERS ARCHITECTS AND { LAND SURVEYORS,P.C. 80 11 75 21 72 16 , 48 19 EAC CONSULTING,INC. 77 14 73 23 73 13 50 20 THE CORRADINO GROUP 71 21 78 18 73 13 52 21 ROBAYNA AND ASSOCIATES.INC. 74 19 84 13 65 22 i-•, 54 22 BISCAYNE ENGINEERING COMPANY, INC. 70 23 76 20 64 23 ,'p 66 23 MILLER LEGG&ASSOCIATES,INC. 69 24 72 25 66 21 70 24 ROSS ENGINEERING,INC. 68 25 _ 77 19 60 26 70 24 CUMMINS CEDERBERG,INC. 67 26 73 _ 23 61 25 74 26 • LAND SURVEYING ~•�:. .. .,�,�gig. RFQ#2O14-346 YC3 `Pr.'ofees`ivinat Architectural'and;, `-- Engine�i4Ser Fkces �� %: Brian Jose A. Pedro AGGREGATE ,77:77.777-'%777:77(tt+ IG1 ''_ Bellino Ranking Perez Ranking Fuentes Ranking , TOTALS Rank SCHWEBKE-SHISKIN& ASSOCIATES,INC. 100 1 96 1 80 2 4 1 TRIANGLE SURVEYING AND MAPPING,INC. 91 2 93 2 77 4 ';• 8 2 KEITH AND SCHNARS,P.A. 87 3 83 7 83 1 k.. 11 3 BISCAYNE ENGINEERING COMPANY,INC. 83 7 87 3 79 3 - 13 4 CRAVEN THOMPSON AND ASSOCIATES,INC. 86 4 84 6 69 5 15 5 ROBAYNA AND ASSOCIATES 85 5 85 5 68 6 ,.;•; 16 6 MARLIN ENGINEERING,INC. 84 6 86 4 63 8 18 7 Ce CB&I ENVIRONMENATAL& INFRASTRUCTURE 75 9 82 8 67 7 ti. 24 8 MILLER LEGG&ASSOCIATES, tA INC. 77 8 75 9 60 9 ,e _ 26 9 148 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 6 For Group 4, the Committee convened on April 8, 2015 to consider proposals received for Structural Engineering and Mechanical, Electrical, and Plumbing Engineering. 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 was also provided general information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for Group 4 resulted in the ranking of proposers as indicated below. The proposals received under the discipline of Structural Engineering (Group 4) are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ. Once the review of the proposals is complete, an agenda item will be prepared and presented at the next available City Commission meeting. MECHANICAL, ELECTRICAL, AND PLUMBING RHO 2014346-YG Professional Architectural and Low Eng eering Servk es.., ; � MEC AL,ELECTRICAL Oniel Jose A. Sabrina ,' AGGREGATE Toledo Ranking Perez Ranking Baglieri Ranking TOTALS Rank TLC Engineering for Architecture, Inc. 100 1 88 1 93 1 r:, 3 1 Wolfberg Alvarez&Partners,Inc. 86 2 85 3 90 2 ,.; 7 2 RGD Associates,Inc.DBA RGD Consulting Engineers 73 3 87 2 85 3 _ 8 3 Because of the large number of response for certain disciplines and the projected volume of work, staff is recommending that no more than five (5) firms be awarded in each category. This agenda item addresses only an award recommendation for the following disciplines: Landscape Architecture, General Architecture, Town Planning Architecture, Historical Preservation Architecture, Civil Engineering, Land Surveying, and Mechanical, Electrical, and Plumbing Engineering. The proposals received under the discipline of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ. Once the review of the proposals received under the aforementioned disciplines is complete, an agenda item will be prepared and presented at the next available City Commission meeting. MANAGER'S DUE DILIGENCE & RECOMMENDATION After reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: Keith and Schnars, P.A., AECOM Technical Services, Inc., Kimley-Horn and Associates, Inc., Craven, Thompson & Associates, Inc., and Miller Legg & Associates, Inc., for the discipline of Landscape Architecture. Kobi Karp Architecture & Interior Design, Inc., Glavovic Studio, Inc., M.C. Harry & Associates, Inc., Stantec Consulting Services, Inc., BEA Architects, Inc., for the discipline of General Architecture. Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Town Planning Architecture. 149 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals(RFP) No. 2014-346-YG,for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 7 R. J. Heisenbottle Architects, P.A., William B Medellin Architect P.A., Douglas Wood Associates, Inc., Bender & Associates Architects, P.A., for the discipline of Historical Preservation Architecture. Wade Trim, Inc., Stantec Consulting Services, Inc., Kimley-Horn and Associates, Inc., PURE Engineering Services, Inc., and Schwebke - Shiskin & Associates, Inc., for the discipline of Civil Engineering. Schwebke - Shiskin & Associates, Inc., Triangle Surveying and Mapping, Inc., Keith and Schnars, P.A., Biscayne Engineering Company, Inc., and Craven Thompson and Associates, Inc., for the discipline of Land Surveying. TLC Engineering For Architecture, Inc., Wolfberg Alvarez & Partners, Inc., and RGD Associates, Inc. d/b/a RGD Consulting Engineers for the discipline of Mechanical, Electrical, and Plumbing Engineering. In the event that the Administration is unable to negotiate a mutually agreeable with any of the recommended firms, the City Manager recommends that the Mayor and City Commission authorize the Administration to negotiate with other ranked firms, in order of rank, in each category. The City Manager further recommends that the Mayor and City Clerk be authorized to execute an agreement upon conclusion of successful negotiations by the Administration. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Proposals (RFP) 2014-346-YG for Professional Architectural and Engineering Services in Specialized, on an as needed basis. JLM/MT/AD/YG T:I AGENDA120151June 1PROCUREMENT12014-346-YG RFQ-Professional Architectural and Engineering Services-Memo(Revised 6.2.2015).docx 150 RESOLUTION NO. 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 FOR GROUP 1 - LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING, AND GROUP 2 - TOWN PLANNING ARCHITECTURE, INTERIOR DESIGN & SPACE PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION ARCHITECTURE, AND GROUP 3 - CIVIL ENGINEERING AND LAND SURVEYING, AND GROUP 4 - STRUCTURAL ENGINEERING AND MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED BASIS (THE "RFQ"); AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KEITH AND SCHNARS, P.A., AECOM TECHNICAL SERVICES, INC., KIMLEY-HORN AND ASSOCIATES, INC., CRAVEN, THOMPSON & ASSOCIATES, INC., AND MILLER LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE;; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KOBI KARP ARCHITECTURE & INTERIOR DESIGN, INC., GLAVOVIC STUDIO, INC., M.C. HARRY & ASSOCIATES, INC., STANTEC CONSULTING SERVICES, INC., AND BEA ARCHITECTS, INC., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ZYSCOVICH, INC., AND THE CORRADINO GROUP, INC., FOR THE DISCIPLINE OF TOWN PLANNING ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH R. J. HEISENBOTTLE ARCHITECTS, P.A., WILLIAM B MEDELLIN ARCHITECT P.A., DOUGLAS WOOD ASSOCIATES, INC., BENDER & ASSOCIATES ARCHITECTS, P.A., FOR THE DISCIPLINE OF HISTORICAL PRESERVATION ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WADE TRIM, INC., STANTEC CONSULTING SERVICES, INC., KIMLEY-HORN AND ASSOCIATES, INC., PURE ENGINEERING SERVICES, INC., AND SCHWEBKE - SHISKIN & ASSOCIATES, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE - SHISKIN & ASSOCIATES, INC., TRIANGLE SURVEYING AND MAPPING, INC., KEITH AND SCHNARS, P.A., BISCAYNE ENGINEERING COMPANY, INC., AND CRAVEN THOMPSON AND ASSOCIATES, INC., FOR THE DISCIPLINE OF LAND SURVEYING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TLC ENGINEERING FOR ARCHITECTURE, INC., WOLFBERG ALVAREZ & PARTNERS, INC., AND RGD ASSOCIATES, INC. D/B/A RGD CONSULTING ENGINEERS FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; FURTHER, SHOULD THE ADMINISTRATION BE UNABLE TO NEGOTIATE AN AGREEMENT WITH ANY OF THE RECOMMENDED FIRMS, THE ADMINISTRATION IS AUTHORIZED TO NEGOTIATE WITH OTHER RANKED FIRMS IN ORDER OF RANK IN EACH CATEGORY; AND FURTHER AUTHORIZING THE MAYOR 151 r AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, Request for Qualifications No. 2014-346-YG (the RFQ) was issued on September 18, 2014, with an opening date of December 2, 2014; and WHEREAS, a voluntary pre-proposal meeting was held on October 1, 2014 and on October 13, 2014; and WHEREAS, the City received proposals from a total of fifty-one (51)firms; and WHEREAS, because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration will evaluate and make recommendations for award by category group; and WHEREAS, on February 5, 2015, the City Manager via Letter to Commission (LTC) No. 054-2015, appointed an Evaluation Committee (the "Committee"), which included evaluation committee members for each category group; and WHEREAS, the Evaluation Committee (the "Committee") for Groups 1, 2, 3, and 4 consisted of the following individuals: GROUP 1 — LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach; and GROUP 2 —GENERAL ARCHITECTURE, INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE, TOWN PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach; and GROUP 3—CIVIL ENGINEERING, LAND SURVEYING SERVICES • Brian Be!lino, City Surveyor, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach • Jose Rivas, Civil Engineer III, Public Works, City of Miami Beach; and GROUP 4— MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, AND STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach 152 WHEREAS, the Committees convened to consider the proposals, as follows: the Committee for Group 1 convened on February 26, 2015; the Committee for Group 2 convened on March 19, 2015; the Committee for Group 3 convened on March 31, 2015; and the Committee for Group 4 convened on April 8, 2015; and WHEREAS, the Committees were 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 WHEREAS, the Committees were instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of Landscape Architecture was as follows: Keith and Schnars, P.A., top ranked; AECOM Technical Services, Inc., second highest ranked; Kimley-Horn and Associates, Inc., third highest ranked, Craven, Thompson & Associates, Inc., fourth highest ranked; Miller Legg & Associates, Inc., fifth highest ranked; Chen Moore and Associates, Inc., sixth highest ranked; and WHEREAS, the Committee's ranking for the discipline of General Architecture was as follows: Kobi Karp Architecture & Interior Design, Inc., top ranked; Glavovic Studio, Inc., M.C. Harry & Associates, Inc., and Stantec Consulting Services, Inc., all tied as the second highest ranked firms; BEA Architects, Inc., fifth highest ranked; Bermello, Ajamil, & Partners, Inc., as the sixth highest ranked; Edward Lewis Architects, Inc., as the seventh highest ranked; Wolfberg Alvarez and Partners, Inc., as the eight highest ranked, R. J. Heisenbottle Architects, P.A., as the ninth highest ranked, SBLM Architects, P.C., as the tenth highest ranked, Rodriguez Architects, Inc., as the eleventh highest ranked, CPH, Inc., as the twelfth highest ranked; HAKS Engineers, Architects and Land Surveyors, P.C., as the thirteenth highest ranked; CIMA Engineering Corp., as the fourteenth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Town Planning Architecture was as follows: Zyscovich, Inc., top ranked; The Corradino Group, second highest ranked; and WHEREAS, the Committee's ranking for the discipline of Historical Preservation Architecture was as follows: R. J. Heisenbottle Architects, P.A., top ranked; William B. Medellin Architect, P.A., second highest ranked; Douglas Wood Associates, Inc., third highest ranked, Bender&Associates Architects, P.A., fourth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as follows: Wade Trim, Inc., top ranked; Stantec Consulting Services, Inc., second highest ranked; Kimley-Horn And Associates, Inc., third highest ranked, Pure Engineering Services, Inc., fourth highest ranked; Schwebke - Shiskin & Associates, Inc., fifth highest ranked; Stanley Consultants, Inc., as the sixth highest ranked; BCC Engineering, Inc., and R.J. Behar & Company, Inc., both tied as the seventh highest ranked firm, Craven Thompson And Associates, Inc., as the ninth highest ranked, Brindley Pieters & Associates, Inc., as the tenth highest ranked, Chen Moore And Associates, Inc., as the eleventh highest ranked, CPH, INC., as the twelfth highest ranked; Milian, Swain & Associates, Inc., as the thirteenth highest ranked; Coastal Systems International, Inc., as the fourteenth highest ranked; Keith And Schnars, P.A., as the fifteenth highest ranked; CB&I Environmental & Infrastructure, Inc., as the sixteenth highest ranked; CES Consultants, Inc., as the seventeenth highest ranked; Lockwood, Andrews & Newman, Inc., as the eighteenth highest ranked; HAKS Engineers Architects and Land Surveyors, P.C., as the nineteenth highest ranked; EAC Consulting, Inc., as the twentieth 153 highest ranked; The Corradino Group as the twenty first highest ranked; Robayna and Associates, Inc., as the twenty second highest ranked; Biscayne Engineering Company, Inc., as the twenty third highest ranked; Miller Legg & Associates, Inc., as the twenty fourth highest ranked; Ross Engineering, Inc., as the twenty fifth highest ranked; Cummins Cederberg, Inc., as the twenty sixth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Land Surveying was as follows: Schwebke - Shiskin & Associates, Inc., top ranked; Triangle Surveying and Mapping, Inc., second highest ranked; Keith and Schnars, P.A., third highest ranked, Biscayne Engineering Company, Inc., fourth highest ranked; Craven Thompson And Associates, Inc, fifth highest ranked; Robayna And Associates, Inc., as the sixth highest ranked; Marlin Engineering, Inc., as the seventh highest ranked; CB&I Environmental & Infrastructure, Inc., as the eight highest ranked, Miller Legg &Associates, In., as the ninth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and Plumbing Engineering was as follows: TLC Engineering for Architecture, Inc. top ranked; Wolfberg Alvarez & Partners, Inc., second highest ranked, RGD Associates, Inc. DBA RGD Consulting Engineers, third highest ranked; and WHEREAS, the proposals received under the discipline of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ; and WHEREAS, once the review of the proposals received under the aforementioned disciplines is complete, an agenda item will be prepared and presented at the next available City Commission meeting; and WHEREAS, after reviewing all the submissions and the Evaluation Committee's rankings, the City Manager exercised his due diligence and concurs with the Committee's rankings. 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. 2014-346-YG, for Professional Architectural and Engineering Services in specialized categories on an as-needed basis (the "RFQ"); authorizing the Administration to enter into negotiations with Keith and Schnars, P.A., AECOM Technical Services, Inc., Kimley-Horn and Associates, Inc., Craven, Thompson & Associates, Inc., and Miller Legg & Associates, Inc., for the discipline of Landscape Architecture; authorizing the administration to enter into negotiations with Kobi Karp Architecture & Interior Design, Inc., Glavovic Studio, Inc., M.C. Harry & Associates, Inc., Stantec Consulting Services, Inc., and BEA Architects, Inc., for the discipline of General Architecture;authorizing the Administration to enter into negotiations with Zyscovich, Inc., The Corradino Group, Inc., for the discipline of Town Planning Architecture; authorizing the administration to enter into negotiations with R. J. Heisenbottle Architects, P.A., William B Medellin Architect P.A., Douglas Wood Associates, Inc., Bender & Associates Architects, P.A., for the discipline of Historical Preservation Architecture; authorizing the administration to enter into negotiations with Wade Trim, Inc., Stantec Consulting Services, Inc., Kimley-Horn and Associates, Inc., PURE Engineering Services, Inc., and Schwebke - Shiskin & Associates, Inc., for the discipline of Civil Engineering; authorizing the administration to enter into negotiations with Schwebke - Shiskin & 154 Associates, Inc., Triangle Surveying and Mapping, Inc., Keith and Schnars, P.A., Biscayne Engineering Company, Inc., and Craven Thompson and Associates, Inc., for the discipline of Land Surveying; authorizing the administration to enter into negotiations with TLC Engineering for Architecture, Inc., Wolfberg Alvarez & Partners, Inc., and RGD Associates, Inc. d/b/a RGD Consulting Engineers for the discipline of Mechanical, Electrical, and Plumbing Engineering; further, should the Administration be unable to negotiate an agreement with any of the recommended firms, the Administration is authorized to negotiate with other ranked firms in order of rank in each category; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this day of 2015. ATTEST: Rafael E. Granado, City Clerk Philip Levine, Mayor T:I AGENDA 120151June1PROCUREMENT12014-346-YG RFQ-Professional Architectural and Engineering Services-Reso.docx APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attorney Date 155 THIS PAGE INTENTIONALLY LEFT BLANK 156 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 34 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 8 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the "RFQ") NOVEMBER 24, 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 2, 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. ANSWERS TO ADDITIONAL QUESTIONS RECEIVED. • 2014. Proposer received Q1: Proposer dropped off two proposal packages on November 4, Addendum 7 and read that the due,date has been extended to December 2. Proposer would like to know if it is okay to leave ave the package in the Procurement office `til then. Proposer also wanted to know that since its packages were dropped off on November 4, 2014, if Proposer's signature on the addendums is not required for Addendums 4, 5 &6. Al: Proposers who have already submitted their Proposal package, prior to the release of Addendum No. 7, may leave their Proposal package in the Procurement Department. To acknowledge receipt of Addendums 4 through 8 (which includes 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. Q2: Some clarification is still needed on Question #71 in Addendum No. 7. If using a 330 form for TAB 2, Section 2.1 / 2.2 — Do we need to re-arrange the order of the 330 form to reflect the order requested? The answer provided in Addendum No. 7 does not clarify the way it should be arranged. Can a clause page be included before these sections that states: "Sections 2.1 and 2.2 are covered in the following 330 form" instead of re-arranging the order of the standard 330 form? A2: The order of Standard Form 330 should not be re-arranged. As indicated in Tab 2, Page 12 of the RFQ, "Proposers may submit the below requested information utilizing the enclosed Standard Form 330 — Architect-Engineer Qualifications". In its response, Proposer may include a page indicating that the information requested in Sections 2.1 and 2.2 of Tab 2 is shown in Standard Form 330 and immediately following include the completed form. Proposer shall indicate which sections of Standard Form 330 correspond to Section 2.1 and 2.2 of Tab 2. Page 1 of 2 2 I Miami Beach ADDENDUM NO.8 RFQ 2014-346-SR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Q3: Would you consider re-formulating this RFQ from scratch and putting out a new deadline? This might serve both the City's and the potential proposers' interests best. A3: No, the City will not consider this option. 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 pro.... . f -I/ „„ Le iiii, ..„,„„sof/a6 A 1.e,k17 Denis f Procurement Director MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeechfl.gov DEPARTMENT OF PROCUREMENT r Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 7 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the "RFQ") NOVEMBER 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. The deadline for the receipt of proposals is extended UNTIL 3:00 P.M., ON TUESDAY, DECEMBER 2. 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 specialized areas of the RFQ have been deleted: "Geotechnical", under Group B— Engineering, from Section 0200, Sub-Section 2. Purpose. "Acoustics, Noise Abatement"from Appendix C, Sub-Section C2., Scope of Work. "Storage Tank Repair and Monitoring"from Appendix C, Sub-Section C2., Scope of Work. 3. ADDITION. The following clause has been added to Appendix D—Special Conditions: 13. 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. ANSWERS TO QUESTIONS RECEIVED FROM PROSPECTIVE PROPOSERS: Q1: TAB 2 reads that proposers may submit the information requested under that.Tab utilizing the SF330. Then item 2.1 of said Tab asks for 5 projects performed by the firm in the last five years. The SF 330 instruction usually allows for users to provide 10 projects. Does this mean the City is asking for 10 projects, or is it limiting the projects to 5? Could you please clarify? Al: Per. Page 12 of the RFQ, Tab 2, Item 2.1, the Proposing Firm is only required to "submit five (5) relevant projects, performed in the last five (5) years as evidence of experience;" It is up to the Proposer's discretion should they want to list more than five relevant projects. 1 Q2: Section Cl. Minimum Requirements under Appendix C, the first bullet states "Proposer must have a minimum of five (5) years' experience and successfully completed at least five (5) projects for public sector agencies." Please clarify the City's definition of "successfully completed". Is this completion of the design or substantially completed in construction? A2: Successfully completed refers to successful completion of the project in the design phase. Q3: Are complete A/E teams, including sub-consultants, required for this RFQ submission? Due to the fact that the specific projects to be awarded under all categories are unknown at this time, as well as the fact that this is a minimum three-year contract term,we strongly feel it would be in the City's best interest to allow prime firms to submit without sub- consultants in order to allow future flexibility in selecting the best possible sub-consultant team for each specific task order's scope. A3: In accordance with Page 13 of the RFQ, Tab 3 —Approach and Methodology, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." After award of contract, the. prime Proposer would be allowed to add sub-consultants for each specific task as necessary and approved by the City through the City Manager. Q4: Do Form Based Code services fall under the Town Planning or Planning and Urban Design category.. A4: Form based code services are not being sought at this time. Should a need arise in the future, the City may consider all its options, including (but not limited to) selecting a consultant pursuant to this RFQ or releasing a separate solicitation. Q5: Please provide copies of all sign in sheets scanned and have them sent out as an addenda as soon as possible. A5: Sign-in sheets for both pre-proposal conferences are attached to this addendum. Q6: At the pre-proposal conference, several firms asking for a deadline extension, especially because there is still the lingering question about team and grouping within a category or in multiple categories. We certainly would like to be informed of a deadline extension, as it could possibly impact the decision of small firms to pursue this solicitation. A6: As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q7: If we submit for more than one category, are we going to have to prepare a proposal for each or can we submit together (one proposal for all applicable categories)? A7: Per RFQ Section 0300— Submittal Instructions and Format, sub-section 3: Proposals shall clearly indicate if qualifications are being sought under Group A — ( Architecture and/or Group B — Engineering. Furthermore, firms are required to submit separate proposals for each specialized category under the respective 2 group for which they seek qualifications. Example: a firm which provides landscape architecture and interior design/space planning, shall respond under Group A — Architecture and shall submit two (2) proposals under said group: a proposal seeking qualifications under landscape architecture and a proposal seeking qualifications under interior design/space planning.. ■ Q8: Can we use our SF-330 which has the colors of our firm but.is the exact same form? A8: Yes, that is allowed as long as the structure and contents of the form has not changed. Q9: We provide GIS services but have no Survey Department, can we submit a proposal or will 11 you create,a separate category for. GIS?. A9: Per this RFQ, the GIS services are limited to Survey and collecting GIS features. The. City anticipates creating a separate broader GIS RFQ in the future. Q10: Will the relevant experience still be completed projects or can ongoing projects be included (discrepancy between page 12 and Appendix C) A10: Per Appendix C, Section 0.1, Minimum. Requirements, the relevant project experience must be for successfully completed.projects. Q11: To follow up on the discussion at yesterday's Pre-Bid meeting, we would like to know if we can submit for Multiple Categories in one package. For example:. Civil and Environmental in Group B - Engineering. This would greatly reduce the work effort (not to mention excess paper!) for both the City and the consultants. If this is not possible, then we respectfully request that you consider a time extension to allow firms adequate time to prepare numerous submissions. Al 1: Please refer to the answer written for Question #7 in this Addendum. Q 12: Please indicate t eami n g restrictions, if any, on sub-consultants. Thank you. Al2: Per Page 13. of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To. evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted.". As indicated above, Proposers must clearly indicate in their proposal which sections of the scope will be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted. Q13: Section 0300 3. Statements of Qualifications Format. Tab 1 - Item 1.3 Minimum Qualification Requirements (a), Requires LEED, ULI, AICP,APA Certifications for Planning, Urban and Historical Preservation Architects. Please clarify why Historic Preservation architects require such certifications. A13: Please note that, pursuant to Appendix C, section Cl. Minimum Requirements, Planning, Urban, and Historical Preservation Architects certified by or members of LEED, ULI, AICP, APA is a preference and not a requirement. As such, firms that do not have architects certified by or members of LEED, ULI, AICP, APA will not be penalized. 3 Q14: Please clarify the ambiguity in the RFQ 2014-346-YG as to teaming: whether an architectural firm can submit as a lead firm with a roster of subconsultants who, together, cover specialties in both of the listed areas. Also, please clarify whether subconsultants can, in their turn, use specialty subconsultants to cover any gaps in their own team's expertise. • A14: While proposers are not precluded from including sub-consultants as part of its team, per Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." Q15: Regarding the RFQ for Professional Architectural and Engineering Services in Specialized Categories on an "As-Needed Basis", will there be an additional addendum published addressing the teaming clarification that was brought up during the first pre-proposal meeting? The second meeting is not until 10/13 and the RFQ packages are due on 10/23; this is a very small,time-frame to gather a team if need be. A15: Please refer to the answer written for Question #3 and #14 in this addendum. As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q16: For submission for Environmental Engineering, the City states per the RFQ that it is searching for submissions in the following sub-categories: general environmental services, environmental & coastal permitting, and contamination assessment. According • to your Environmental Department representative, the City prefers for a firm to do this in- house, correct? If we cannot do all.these 3 services in-house, can we submit just to the 1 service that we are able to do in-house, or does the City prefer that we team with sub- consultants to be able to submit for all 3 services under Environmental Engineering? A16: In accordance with RFQ Page 13, Tab 3 — Approach and Methodology, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." In accordance with the above language, the City prefers that Proposers perform services in- house (with its own forces); however should they be unable to, Proposers must indicate which sections of the scope will be subcontracted. Q17: Under section C2. Scope of Work required, does Coastal Engineering and Coastal Surveys fall under the Civil Engineering discipline? A17: Yes, Coastal Engineering and Coastal Surveys fall under Civil Engineering. Q18: Please confirm that if we are to submit to Civil and Environmental Engineering, that the City requires 2 separate proposals. • A18: Please refer to the answer written for Question # 7 in this Addendum. 4 Q19: The question is regarding whether the City expects a complete team to be put together for each of the categories depending on the types of projects. For example, if the City intends on doing a pump station project under the Civil Group, do we need to include electrical and mechanical resumes or firms on our team for that category? A19: As part of their submittal, a Civil Engineering firm may include in its proposal qualifications of mechanical and electrical engineers. Please note however, per Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted". Q20: Is a submittal required for each category a firm may be interested in under Groups A& B? A20: Please refer to the answer written for Question #7 in this Addendum. Q21: Are firms permitted to develop a comprehensive team for each.category. A21: Please refer to the answer written for Question #3 and #14 in this addendum. Q22: Are there teaming restrictions? Can a prime firm go as a subconsultant to a firm for any category'? A22: Please refer to the answer written for Question # 12 in this Addendum. Q23: I have an inquiry regarding what defines the "General" under the Group A - Architecture Category. Is there a list breakdown of services that can be provided to demonstrate/define "General"? A23: General Architecture is defined as the planning, programming, design, preparation of construction documents, permitting and construction supervision for single and multi-purpose facilities and their sites..These facilities may include, but may not be limited to: parking garages, park facilities, fleet maintenance and storage buildings,. etc. Q24: At the top of Page 13 of RFQ 201.4-346-YG it indicates that a copy of staff's accredited college diploma or bachelor's degree in Environmental Sciehces or related field should be provided for Environmental Engineering Firms. I have two questions: • Can a Florida licensed Professional Engineer's certificate satisfy this criteria as Florida licenses PEs only with degrees in engineering from accredited schools? Will an official transcript or other documentation from the school suffice in lieu of a copy of a diploma if that transcript/document clearly states that the individual received a bachelor's degree in an environmental science or related field? A24: Yes, a Florida licensed Professional Engineer's certificate may be provided. Environmental Engineering firms providing General Environmental Services, Environmental and Coastal Permitting, and Contamination Assessment, must provide copies of the following: Staff's accredited college diploma or Bachelor's degree in Environmental Sciences or related field. Q25: It is a burden on the firms to submit multiple proposals for one, the architecture and engineering categories and then also for the subcategories. It will also slow down the review process by the City. Will the city consider providing a check. list for areas of interest and in which the firms are qualified for and for it to be included in the proposal? 5 ............... .......... ........._.. if it A25: Please refer to the answer written for Question #7 in this Addendum. Q26: The RFQ states that Landscape Architects must be certified by the International Society of Arboriculture, Landscape Inspectors Association of Florida and FNGLA. These are not certifications normally held by Landscape Architects. Can an ISA certified Arborist be added as a sub consultant to satisfy this requirement? A26: Yes. Q27: If the submitting firm desires to submit proposals for multiple categories, would the City consider allowing the submitting firm to submit one proposal in which the firm describes what categories they may qualify for? It is not clear in the RFP if the City's intent is for submitting firms to form teams. For example, it is typical for a Civil engineering firm to submit as part of its team a surveyor and geotechnical firm that they have a working relationship with. Is it the City's intent to pair firms qualified under separate categories to complete a task order under this contract? Furthermore, the RFP encourages that the submitting firm should self-perform the work proposed under the desired category, however it goes on to encourage the use of DBE sub-consultants. This is somewhat contradictory, Please clarify? A27: Please refer to the answer written for Question #3, #7, and #14 in this Addendum. Q28: If the instructions in the RFQ prevail and proposers are to submit one individual proposal (1-original/11 copies) per discipline, would the City consider giving an extension of the current deadline or staggering the due dates for each the disciplines (e.g. civil, structural, environmental, mechanical etc)? A28: Please refer to the answer written for Question # 7 in this Addendum. As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q29: Will a State issued DBE certification suffice as "verifiable evidence" of Proposer's intent to use DBEs on this contract? A29: Yes. Per Page 13 of the RFQ, Tab 3 — Approach and Methodology,."Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade County." Q30: Do the 5 projects being requested as "Qualifications of Proposing Firm", Tab 2-Section 2.1, need to be completed? A30: Yes. Per Appendix C, Section C.1, Minimum Requirements, the relevant project experience must be for successfully completed projects. Q31: Do the 5 projects being requested as "Qualifications of the Proposer Team (Architects and Engineers) Tab 2-Section 2.2, need to be completed? A31: Yes. Per Appendix C, Section C.1, Minimum Requirements, the relevant project experience must be for successfully completed projects. Q32: Is it the intent of the RFQ that submitting firms only show 5 relevant projects in the SF 330, as requested in Tab 2-Section 2.1? 6 A32: Please refer to the answer written for Question # 1 in this Addendum. Q33: In speaking to D & B they say an SQR is not something most people are subscribed, but a Comprehensive Report can substitute in many cases since they are similar. Is the SQR mandatory or is there an alternative? A33: The submittal of the SQR is mandatory. Per Page 12 of the RFQ, Tab 2, Item # 2.3, "Each proposer shall arrange for D un & 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 the SQR directly from Dun & Bradstreet." Q34: Is the 2"d underlined area a repetitive requirement of theist underlined area? Or are you requesting 2 different sets of five (5) relevant projects? RFQ Page 1.2 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. A34: The requirements indicated in Page 12 of the RFQ, Tab 2, Item # 2.1 are applicable to the "Proposing Firm". The requirements indicated in Page 12 of the RFQ., Tab 2, Item # 2.2 are applicable to the "Architect and Engineer"in each firm / team. Q35: If we are to have D&B send the SQR directly to the City what information should we include in this tab for our submittal? 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 the SQR directly from Dun & Bradstreet. A35: Given that the SQR must be submitted directly to the Procurement Contact named in the RFQ, Proposers are not required to include information in their proposal under Item # 2.3 of Tab 2, Page 12 of the RFQ. Q36: Do relevant projects have to be completed projects or can they be currently in progress? A36: Please refer to the answer written for Question # 10 in this Addendum. 7 Q37: Under Section C1. MINIMUM REQUIREMENTS: Planning, Urban, and Historical Preservation Architects certified or members of LEED, ULI, AICP, APA is preferred. However, since this is the City's preference and not a minimum requirement, if the firm does not hold any of these certifications will the proposal be deemed non-responsive and not be considered? A37: No, this is a preference and not a requirement. Q38: Given that many firms will be able to. Prime various disciplines in Group A and Group B, would the City consider changing the requirements in the current RFQ and requesting that one proposal address all the disciplines for which the firm is able to Prime? A38: Please refer to the answer written for Question #7 in this Addendum. Q39: Our firm is submitting proposals in four disciplines and our corporate offices are questioning the need for 4 separate Dun & Bradstreet SQR Reports. Can we submit one for the firm since they are costly, and the information will be the same on all four? A39: Yes. Q40: If the City intends to select twelve separate firms, then will the City be providing the coordination between disciplines or will one of the twelve firms be required to provide the overall coordination? A40: The City is not limited to awarding only one Proposer per specialized category. The City may award more than one Proposer per specialized category. When professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected by the City from the appropriate specialization list. The prime proposer will be responsible to hire the applicable or required sub-consultants and coordinate the work. Q41: If the City intends to select twelve separate firms, then why does the sample contract call for written approval of all sub-consultants? A41: Please note that the City does no_t intend to select only twelve separate firms (firm per specialized area). Multiple firms may be qualified per category. Proposers are not precluded from including sub-consultants as part of its team. Per Page 13 of the RFQ, Tab 3, `It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." As indicated in the last part of the above cited language, Proposers shall indicate the sections of the services the Proposer intends to sub-contract. Q42: If the City intends to select A/E Teams already put together by the Consultant, then why does the RFQ require each discipline to submit separate proposals? This would result in twelve (12) original proposals and one hundred and twenty (120) copies be submitted for one full A/E Team of all disciplines. A42: Please refer to the answer written for Question # 7 in this Addendum. � I 8 V • Q43: Is it the City's intent to select Architecture/ Engineering Teams for this contract or to make twelve (12) separate selections of firms, one for each discipline listed on page 3 of the RFQ and require these twelve firms to work together as a team? Of course a firm could be selected for more than one discipline... A43: The City is not limited to awarding only one Proposer per specialized category. The City may award more than one Proposer per specialized category. Q44: Is it possible to get a copy of the attendee list for both pre-proposal meetings or will they be posted online? A44: Copies of the sign-in sheets for both pre-proposal meetings are attached to this Addendum. Q45: If a firm was interested in pursuing Park work, which category should they submit under, "Landscape" or "Planning and Urban Design"? A45: A firm may submit under both categories. A firm designing a Park, will need to have planners/urban designers. If the firm is only interested in doing the landscaping for the Park, then they may submit under Landscape only. Q46: We will be submitting for the Civil category with subs that will be needed to carry out the task. How will our proposal be evaluated in relation to the proposal submitted by an architectural team who will have sub-consultants which may also include civil? A46: All proposals will be evaluated in accordance with the evaluation criteria stipulated in Section 0400— Statements of Qualifications Evaluation, Page 14 of the RFQ. Q47: Tab 2 (Section. 2.2- Qualifications of Proposer Team) — Do we have to provide 5 relevant projects for each of the sub-consultants on our team? A47: Section 2.2 of Tab 2 indicates: "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." If the sub- consultant team includes architects and engineers, then Proposer shall also list five (5) relevant projects in the last five (5) years for public sector clients. Q48: Minimum Qualifications Requirements, C1 Minimum Requirements. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. -Landscape Architects must be certified by International Society of Arboriculture Certification, Landscape Inspectors Association of Florida Certification, FNGLA Certification. 1 . Are Landscape Architects are specifically required to have all three additional certifications? Typically the Florida Department of Business Landscape Architecture Professional Regulation License will suffice in lieu of these requirements. A48: The Florida Department of Business Landscape Architecture Professional Regulation License is acceptable. 9 Q49: We will be submitting for Mechanical, Electrical, and Plumbing — You stated that you all prefer that each discipline be submitted separately; When I submit my staff and firms qualifications for each discipline, how exactly to you all want that formatted? A49: Please refer to the "Clarification" provided in Page 1 of this Addendum. Also, please refer to RFQ Page 11, Section 0300—Submittal Instructions and Format. Q50: City mentioned at the second pre-proposal conference that the deadline may be pushed back — can you please tell me where I can find the answers to my questions and also see the answers to the other attendees questions? A50: This addendum contains responses to all questions received prior to the deadline for receipt of questions and clarifications. Proposer must be registered with Public Purchase to ensure receipt of this addendum. Q51: Can you tell us who will be on the selection committee? A51: This information is unknown at this moment. Q52: Page 12, Tab 1, 1.3 item d) a — it will be very difficult to obtain copies of our environmental staffs diplomas in a timely manner. Will copies of their licenses and certifications suffice? A52: Please refer to the answer provided for question #24 in this Addendum. Q53: Page 12, Tab 2, 2.1 — For each project we have to provide the "year(s) and term of engagement." What exactly are you looking for w/regards to "term of engagement"? A53: Term of engagement refers to the. term (number of months or years) the firm was engaged in a particular project or assigned task. Q54: Page 12, Tab 2, 2.3 - Our accounting staff attempted to arrange for Dunn & Bradstreet to submit a SQR to you; however, the D&B site requires your "user name." Can you please provide us w/this as soon as possible? A54: The "user name" is the same as the "email address": yusbelgonzalez anmiamibeachfl.gov Q55: Appendix C, C.2 Scope of Work Required — In addition to environmental and geotechnical services, our firm provides the following services that are listed in your scope of work: lab testing services as well as testing and inspection services. Typically the lab testing can fall under geotechnical and construction materials testing (CMT) whereas testing and inspections would fall under CMT. CMT is not listed in your RFQ. Some public entities tend to lump geotechnical and CMT together. Should we highlight these services in under geotechnical? A55: As indicated in Page 1 of this addendum, "Geotechnical" has been removed from Group B — Engineering of this RFQ. Q56: The scope also says "Any other professional services..." Our firm also offers facilities services (i.e. building envelope, roofing, waterproofing). Should we highlight this in the submittal? If so, where should we address it? Or should we just stick to the services that are under Group A& Group B? 10 A56: As indicated in Appendix C, the scope of this RFQ will include Any other professional service pursuant to Section 2.87:055, Florida. Statutes, commonly known as the Consultants'Competitive Negotiation Act (CCNA)." Proposers may highlight in their response any other professional services that falls under Section 287.055, Florida. Proposers may list this information under Tab 3 —Approach and Methodology as indicated in Page 13 of the RFQ. Q57: Submitting separate books for each specialized area that apply to our firm will be not only be costly, but time consuming. Please consider allowing us to submit one book & distinguish the specialized area in each section with a sub tab labeled with that specialized area or simply by using a page break in our documents. A57: Please refer to the answer written for Question #7 in this Addendum. Q58: Can you please provide a list of the firms that are the incumbents for this contract? A58: The incumbents under the City's current agreement for these services are: AECOM USA, INC. I HADONNE CORP ARCHITEKNICS KOBI KARP ARCHITECTS& ATKINS NORTH AMERICA, INC.. I LIVS ASSOCIATES AVINO &ASSOCIATES, INC. LOCKWOOD,ANDREWS& NEWMAN.INC BCC ENGINEERING, INC MC HARRY& ASSOCIATES INC BEA ARCHITECTS, INC I MILIAN SWAIN &,ASSOCIATES BENDER &ASSOCIATES ARCHITECTS MILLER LEGG BERMELLO, AJAMIL&PARTNERS O'LEARY RICHARDS DESIGN BISCAYNE ENGINEERING COMPANY PILLAR CONSULTANTS, INC. BORRELLI &PARTNERS, INC. I RED DESIGN GROUP BRINDLEY PIETERS &ASSOCIATES ROBAYNA AND ASSOCIATES, INC.. BRUCE HOWARD &ASSOCIATES_ ROSENBERG DESIGN GROUP, INC. CALVIN, GIORDANO&ASSOCIATES ( SAVINO MILLER DESIGN STUDIO CASHIN ASSOCIATES PC SBLM ARCHITECTS PC CDM SMITH INC SCHWEBKE-SHISKIN &ASSOC INC CES CONSULTANTS, INC. SHULMAN &ASSOCIATES DOUGLAS.WOOD&ASSOCIATES, INC I TERRA.CIVIL ENGINEERING • E SCIENCES INCORPORATED THE RUSSELL PARTNERSHIP, INC EASTERN ENGINEERING GROUP COMP TLC ENGINEERING FOR EDSA, INC. WILLIAM LANE ARCHITECTS FORBES ARCHITECTS ZYSCOVICH, INC. Q59: Is Mechanical, Electrical, and Plumbing considered one specialized category or three separate specialized categories? A59: Mechanical, Electrical, and Plumping Engineering are considered one specialized category. Q60: Please clarify which of the bulleted items described in the Scope of Work fall under each specialized category. A60: The architectural and engineering services listed in Appendix C, Section C2. Scope of Work are only a representative list of the various services the City may utilize throughout the term of the contract. After award, when professional services are required, a proposed project will be 11 11 analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. Q61: Due to the inadvertent error with the time of the original pre-proposal meeting, several firms have a nearly a two-week advantage with information received at the original pre- proposal meeting that many did not receive until the second pre-proposal meeting. For this reason, we are requesting a time extension for the Statement of Qualifications. A61: As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q62: We understand that consultants are not allowed to cite City Employees as references in the proposal response for the above reference RFQ. We would like to receive clarification on this because based on Tab 2.1 and the SF-330 Section F, when showing project examples, we must list the. Project Owner and Contact Person/Phone/E-mail. Please advise how we should address this section while still complying with the City's submittal requirements? A62: Please note that Proposers are not prohibited from citing City Employees as a contact in their proposal response for a particular project. Q63: The package stated we need to have 5 relevant project examples, can we have more than 5 project sheets, or only 5 is permitted? A63: Please refer to answer written for Question # 1 in this Addendum. Q64: In regard to RFQ 2014-346-YG Professional Architectural & Engineering Services, the RFQ states on page 1.2 that you request 5 relevant projects performed in the last 5 years.. However, on the SF330 form, it allows up to. 10 projects to be shown. Do you wish to have a maximum.of 5 projects or can we include more on the SF330 form? A64: Please refer to answer written for Question # 1 in this Addendum. Q65: Can we submit more than 5 project examples? A65: Please refer to answer written for Question # 1 in this Addendum. Q66: Can we suggest that a single proposal be required to cover multiple specialties but still require separate proposals for either Group A or Group B. In the cover letter we could then highlight which specialties that we are referring to Within the remainder of the document. Should this be acceptable, can we increase the number of projects provided to `. 10 to cover the wider scope? l ' A66: Please refer to the answer written for Question # 7 in this Addendum. Q67: We understand that the City may have projects related to neighborhood improvements and possibly pump stations which would require multiple disciplines. If this type of project were to fall in the civil engineering category, would we need to include mechanical and electrical personnel in our submittal as that may be required for this type of project? A67: Please refer to the answer written for Question # 19 in this Addendum. 12 i it II Q68: Our firm and staff are fully licensed in landscape architecture and we have certified arborists on staff so we believe we are fully qualified to meet the RFQ requirements for landscape architecture services. With these qualifications, is it still necessary to include certifications from the Landscape Inspectors Association of Florida and the FNGLA in the RFQ response? These two certifications are not typical for landscape architects to have. Can those requirements be dropped or if they can't be dropped, can they be provided through a horticultural sub consultant. A68: International Society of Arboriculture Certification is acceptable. Q69: How should we document the consultants involved in the projects presented (TAB 2.1 Page 12)? (what portions of the SF 330 should be used?) A69: Proposers shall utilize the corresponding sections of SF3330 to document the information requested under RFQ Tab 2, #2.1 - Qualifications of Proposing Firm. Q70: Does Appendix E (Insurance Requirements) and F (sample contract) have to be included in the submittal? A70: No. Only the information requested under Section 0300 — Sub mittal Instructions and Format needs to be included in the.response. Q71: Under Section 0300— Submittal Instructions and Format- TAB 2 - Experience & Qualifications, we are required to submit Standard Form 330 to complete the following items: 2.1 Qualifications of Proposing Firm 2.2 Qualifications of Proposer Team Should we divide the SF330 in the following order to provide our responses? To respond item 2.1 — should we include Part I - Sections, A-C; and sections.F - Example Projects; G - Key Personnel Participation in Example Projects; H - Additional Information, and Part II— General Qualifications To respond item 2.2, should we include sections D-Organizational Chart and E Resumes of Key Personnel, to provide relevant project experience of each key staff personnel. Please clarify the proper distribution of the SF 330 Sections to provide our responses. A71: Proposers shall utilize the corresponding sections of SF3330 to document the information requested under RFQ Tab 2, #2.1 - Qualifications of Proposing Firm. • Q72: Under "specialized areas: GROUP A ENGINEERING General Environmental Interior Design / Space Planning Civil" ....do you mean General Environmental and Interior...? And can we submit under Category A for just General Environmental? A72: The column titled "Group A —Architecture", has the following specialized areas: General, Interior Design/Space Planning, Landscape, Planning and Urban Design, Town Planning, Historical Preservation. The column titled "Group B — Engineering", as amended, has the following specialized areas: Environmental, Civil, Mechanical, Electrical, and Plumbing, Structural, and Land Surveying Services. Please also refer to the answer written for Question # 7 in this Addendum. 13 Q73: Is it the intent of the City that if a civil engineering task arises that requires geotechnical services, the prime firm use the services of the Geotechnical firm selected as part of this procurement? A73: Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). After award, when professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. Q74: The RFQ identifies two groups (A & B) which are further broken down into 16 specialized categories (by type of service). Instructions require that respondent submit separately for each category. Our questions are as follows: a. Is the intent to award for each specialized category (minimum of 16 rewards)? b. Is the intent to award to multiple firms within a category? c. Given that each discipline must submit separately, unless providing the same specialized services, how can there be sub-consultant's under this format? A74: The City is not limited to awarding only one Proposer per specialized category. The City may award more than one Proposer per specialized category. The City will evaluate each Proposal in accordance with the evaluation criteria indicated in Page 14 of the RFQ, Section 0400. Furthermore, as indicated Page 13 of the RFQ, Tab 3, "It is the objective of the City that the • majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted". Q75: Group A & B defines the 16 specialty categories. Appendix `C', section C2, identifies the types of services required. There is no correlation of services to specialties. This leaves it up to each consultant to determine which services are to be provided under the category they're submitting on This interpretation could result in an incomplete submittal and/or gaps in services provided. Is it the intent to let the consultants determine which services should be address in the specialty they are submitting for? A75: Yes. The services identified in Appendix C, sub-section C2 lists general descriptions of services that the City may need throughout the term of the awarded contract. As indicated in Page 13, Tab • 3, of the RFQ, each proposer shall submit information on how it plans to accomplish the proposed scope of services. 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: I 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 propos. `� � L � lex� r enis Procurement Director 14 • PRE-PROPOSAL MEEETING SIGN-IN SHEET OCTOBER 1 2014 1 15 'AA* MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: October 1, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES N SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRLNT) E=MAIL ADDRESS Yusbel Gonzalez Procurement- OMB 305-673-7000 786-394-4073 vusbe1 onzalez( -miamibeachfl.,ov ext. 6230 ` ,A1UL S. MASTRA?A .oS5 -t' ZAN tMI 3DS S 613 v"I9s'1∎1412c e vo55bAv' cow) -P-1i t i.. io r`-261) NG. . -236- / 5I- 4 `ao ra rieZr1 .tern€ J. Milt- 1702, yas-gl0 3760 re€16 berreteliotboit i. 44w 1 Gv�r C.�1f ��� tlS Cl t &vv\\ ei c v SC 101 CW 3 ► 65-NW 3c5- rg - P 345. G/ 1. 3 c S. G13 . # ". 'CC t�. 7x-7 3 7 0 -i IMPA.k7rbk-4.c, Q IAA Lw -%I364t C,vu 7411c6 I( DA('IJ/kI /2-7-7/v, a i pug e(ix. fielir/ 41/ -PIC• ?--C9 95(i- 6or ( beD- 7 7d Ac-iltZ �� id,64 le 2.4 rdearazoza d ehart curl tti4 VEAturi 44t44-04.1\112.111 11 r 3br ' U 0144 orb V-4040461.11)14.)6--4 Lc, .Z 3- CiLp d,c0a-rd Lk ffo,.Y , � f t-1 3 �. ��.�'c �� • cam. _ ... „ , M !AMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN-ITT SHEET NAME • - COMPANY NAME (PLEASE PRlivI) PHONE# FAX# E-MAIL ADDRESS 60;'41 � ' CikL Sv ,e_74:--f-1 2 3 ME mm-E--?&m- covIr c.c./if\ .;0S--130D-SS00 -S212-LL--11 S���,q 5�t 3��t 5 I • e4 7-5 ef 6-0Joi) 1110e1501,1 ri II AI -36/ 5111-/-7 56) s9/ a,16 ®ra04 0 II 0 6'a 0 y011 MIAMIBEACH CITE' OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: October 1, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAXt (PLEASE PRLhT) E-MAIL ADDRESS Yusbel Gonzalez Procurement - CMB 305-673-7000 786-394-4073 � vusbel�,onzalez; ! MI'AMIBEACH BEAC H CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: October 1, 2014 TITLE: RFQ 2014-346-YG-PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY-NAME PHONE# FAX# (PLEASE PRhNT) E-y[AIL ADDRESS Yusbel Gonzalez Procurement- CVIB 305-673-7000 786-394-4073 vusbelgonzalez Omiarnibeachfl.g.ov ext. 6230 O r i 54-i e 66c- r) i r; acs-I-? utino Soy-c,:20-a3s) a�uiAO e.beLe-.1a,fort'7 (7-i-eve NIA W r6 fQ /k-09, _ ;. 4 ec/6 Oc-)2 Z3/ ;5 14/ Oifrit fi(A u(4‘7,60717 tril,e1 I ACil‘COt; frA eTA DO ILO AI"I" 1 ()9g/ -�tl/ ;os Sri ) lono 1)� eahmke accovesd/-4 Cow iiiedis(i -pc:44,v, 3 Lt oar BaVo d.LiA. e.frfove24.1 wahle J4orM 3o5-69z-496a 4,2szas' ( _ ti-Y-:" vt%.L.. V tiV-C-dZ•S �}-s(,�a s L:. 3o5•Z eq= a 24`t• sq 2-V1u.J -0,0rtev s 4rnst NCr.G 1j ft 1/(1'161 r �j)-- x-/77) C � .� -. e-I ,I w 4-4-4&44 C°/ i3. - (IC .4 tc-S _306�/ 2--r/ l 0� -�� - /ri�i MAIV1BEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET - NAME COMPANY N AME (PLEASE PRINT) :PHONE# FAX# E-MAIL ADDRESS - Th s fps per I 10,1 rS 5-o, -t ,/� sper I.S�► .Q.�s. Lay) id"i- � _)re. IA f IY C\ir C-•-�:, MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) DATE: October 1, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement- CMB 305-673-7000 786-394-4073 vusbeluonzalez( :miamibeachfl.uov° ext. 62,30 Ken Boyer Douglass Wood Associates Jose Lopez Schwebke-Shiskin & Associates, Inc. (954) 435-7010 Sandra Castillo Milian, Swain &Associates (305) 441-0123 Stephanie Theard BCC Engineering (305) 670-2350 Kathia Dash R.J. Heisenbottle Architects,P.A. (305) 446-7799 Ileana Gonzalez Robayna& Associates (305) 823-9316 Natalie Lockwood, Andrews &Newman (305) 444-6454 Tom Decker Wolfberg Alvarez &Partners 305) 666-5474 Victor Herrera NV5 (954) 495-2112 Douglass Man CB&I 561.361.3148 (;) ti Y1" MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAT, MEETING SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) NAME COMPANY NAME (PLEASE PRINT) PHONE# • FAX# E-MAIL ADDRESS Marrie Bennetham Jennifer Creed GOE Associates Daniel Goodman DEA Architects Sherry Miller Legg (305) 599-6381 Cathy O'Leary O'LearyRichards Design Associates . (305) 596-6628 Stephanie Marlin Engineering (305) 477-7575 Antonio Garate ALVAREZ-DIAZ &VIL.LALON 786.497.1906 Jake Ozvman Haks Engineers, Architects and Land (212) 747-1997 Surveyors, P.C. Michael EAC Consulting (305) 265-5400 Shawn Stanley Consultants 786.762.4115 Mark URS Corporation (305) 2.62-7466 i - PRE-PROPOSAL MEEETING SIGN-IN SHEET OCTOBER 13, 2014 16 MAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET DATE: October 13, 2014 TITLE: RFQ 2014-346-YG-PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME . COMPANY NAME PHONE# FAX# (PLEASE PRLNT) -E-MAIL ADDRESS Yusbel Gonzalez Procurement- CMB 305-673-7000 786-394-4073 ext. 6230 yusbel2onzaleza.miamibeacIal.2ov C) MA —r 24- OS 5'ci • (305 ) 149 N-2.:ALE.Z.e. 67;cr_ k 4`1S41 1 /L ozc778Md 15\5cAt L /kit?. F-7461/4 cr:2 G 0 . 3z L1, 767( 57,74, 0go? ve-F4-b 9/3/5ccikihe e LOLQ..h/ Alef 1-1PkS (3z) ErnE-S /./P11-= . NE7.- 67-g-39f/ 'PI 9 uoik,L3,_ Col S-tr-LiE-v-47- 1 0 0 tLo e v4At • 1 _0 (.... c..c wj-,31L-161‘ V-3kii- VIL6 Gwom tz. c.,q(-,4,1 (a,(4sDi$O-CG -Ohlag- GO 1\ S4otrOe..._(_ \of 00V-, 1.4ociCe--e COM tzei(LA-7- fAcri=r-- '%6--Icl7-15-6 11C- ±- t _ MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET DATE: October 13, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES N SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement_- CMB 305-673-7000 786-394-4073 vusbelUonzalezamiamibeachfl.Uov ext. 6230 . 5Ac � sr a 4 - c/' zioAiti,: g, 3o 5. 7�- A N� aro123 - C t p 305_ 7 3 viCtccrv��w►��a�1r ��cl- f °v -107 VanesscL--.. . ILL t-t3c1 r r k115 30 73e1,7'1CJd !Z; 1/G1MeSSe. £eirnv 7 1/1/c-ekj•corer -� s5 1oki Aar � P li Og INI\ruot:tpvt et4Ae2.1-01A 4 kliliaktftj. cleyv 1°1° g.-Fitvipm pt44.— - 3.5 G 7.5 J ( ) 'L"*-4 MIAMIBEACH CITY OF MIAMI. BEACH PRE- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET (PARTICIPI-ANTS ON THE PHONE) DATE: October 13, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement - CMB 305-673-7000 786-394-4073 vusbelconzalez, tmiamibeachfl.Et.ov ext. 6230 Lance Olsen Innovtec 352-459-1974 lance @innovtec.com James Kahn Keith and Schnars,.PA 954-776-1616 jkahn(.ksfl-a.com. Sharman Ciddi EAC Consulting 305-264-2557 Tom Brzezinski WadeTrim 813-882-4373 tbrzezinkski@wadetrim.com Jenny Alonso TX. Lin International • 305-567-1888 Jennv.alonso tvlin.com Ext. 40 34 Z. Staci L. Bolinger Dunkelberger Engineering&Testing 661-494-7006 slbol.i n-eaterracon.com William Craven Pure Technologies 407-408-7631 William.craven(puretechltd.corn Jennifer Priem GLE Associates 813-241-8360 j priemasf.leasso.ciates.com Judith A. Kemp Brindley Dieters.&Associates 407-830-8700 .ikemp a:bpa-engineers.com Helmut J. Mueller Mueller& Associates. LLC 305-600-9070 muellerandassociatesc? nail.com � � I 11:* MIAMIBEACH CITY OF MIAMI BEACH • PRE-PROPOSAL MEETING (ADDITIONAL) SIG-IN SHEET (PARTICIPANTS ON THE PHONE) NAME COMPANY NAME (PLEASE PRINT) PHONE# FAX# E-MAIL ADDRESS Ilker Uzun. CPH Corp 305-274-4805 iuzun@cphcopr.com Brenda Kimley-Hom 407-898-1511 Iraldy Martin LIVS Associates 305-443-2933 imartin @livs.net Nadia E-Sciences (786) 517-2632 Rothie Franko OCI Associates (561) 688-6575 Steve Pines Bermello Ajamil& Partners (305) 859-2050 Dina CSA Group (305) 461-5484 Eric Propes EDSA 954..524.3330 Jose Lopez Schwebke-Shiskin& Associates, Inc. (954) 43 -7010 / i 1 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 6 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the "RFQ") NOVEMBER 12, 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. The deadline for the receipt of proposals is extended UNTIL 3:00 P.M., ON TUESDAY, NOVEMBER 25, 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. A FORTHCOMING ADDENDUM WILL CONTAIN ANSWERS TO THE QUESTIONS RECEIVED. 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 proposal. Sincerely, Alex Denis Procurement Director Pane 1 of 1 MIAMI. BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 5 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the "RFQ") OCTOBER 31, 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. The deadline for the receipt of proposals is extended UNTIL 3:00 P.M., ON TUESDAY, NOVEMBER 18, 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. A FORTHCOMING ADDENDUM WILL CONTAIN ANSWERS TO THE QUESTIONS RECEIVED. 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: I, Telephone: Email: Yusbel Gonzalez I 305-673-7000, ext. 6230 YusbelGonzalez @rniamibeachfl.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. cerel P1 . en s °rocurement Director Pape 1 of 1 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachll.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 4 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the "RFQ") OCTOBER 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. DEADLINE FOR RECEIPT OF QUESTIONS. The deadline for receipt of questions for this RFQ was October 14, 2014 at 5:00 PM. No more further questions will be allowed. 2. RFQ DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 p.m., on Monday, November 3, 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. A forthcoming addendum will contain answers to the questions received. • 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 proposal. Sincerely, N Alex Denis Procurement Director Page 1 of 1 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139, www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the "RFQ") OCTOBER 7, 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 SOLICITATION DOCUMENT. It has been brought to our attention that some proposers are receiving an error message when attempting to download the RFQ solicitation document. Via this Addendum, the RFQ solicitation document has been re-loaded to the solicitation page in 'rnww.publicourchase.com. No changes have been made to the RFQ solicitation document since it was initially published on September 18, 2014. 2. ADDITIONAL PRE-PROPOSAL CONFERENCE. Due to an inadvertent error with the time indicated for the pre-proposal conference held on October 1, 2014, an additional pre-proposal conference has been scheduled for the date, time, and location indicated below. Proposers that attended the pre- proposal conference held on October 1, 2014 are not required to attend this second pre-proposal conference. Date: October 13, 2014 at 2:00 PM Location: City of Miami Beach City Hall - 4th Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 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. 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 proposal. Sincerely, Alex Denis Procurement Director Page 1 of 1 MIAMIBEACH AM City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139, www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the "RFQ") SEPTEMBER 30, 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. CLARIFICATION # 1: The RFQ solicitation file published on September 18, 2014 was corrupt. As such, many proposers were unable to download the RFQ document. On September 19, 2014, at approximately 8:25 AM, an updated RFQ was uploaded to the solicitation page in Public Purchase, which created "Addendum No. 1" in Public Purchase. CLARIFICATION # 2: Although indicated in the RFQ solicitation document, the pre-proposal conference date, time, and location was inadvertently left out from the solicitation page in Public Purchase. This information has now been added. As a reminder to all proposers, the pre-proposal conference will take place on October 1, 2014 at 10:00 AM at the following location: City of Miami Beach City Hall -4th Floor City Manager's Large 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. 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 RFP No. 10-08/09 Building Development Process Fee Study Addendum#1 1 nil/9n14 Pane 1 of 1 I 2 I Miami Beach j RFQ 2014-346-SR I PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS' I and return the '`Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposa _^_t SinceeV Viii 41 , i fi4' i- ' _ _ iti......j...._.i._______---, Procurement Director • . REQUEST- FOR QUALIFICATO\ S ( RFQ PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" RFQ 2014-346-YG RFQ ISSUANCE DATE: SEPTEMBER 19, 2014 STATEMENTS OF QUALIFICATIONS DUE: OCTOBER 23, 2014 @ 3:00 PM ISSUED BY: YUSBEL GONZALEZ, CPPB I Alex Denis, Director DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.74901 adenis @miamibeachfl.gov www.miamibeachfl.gov IMAAtil s.v 3 3_. TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 11 0400 EVALUATION PROCESS 13 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 16 APPENDIX B "NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS V 29 APPENDIX E INSURANCE REQUIREMENTS 31 APPENDIX F SAMPLE CONTRACT 33 RFQ 2014-346-YG 2 A 1 _ . i r A t f 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 (w'ivN.publicourchase.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 City of Miami Beach is accepting qualifications for Architectural and Engineering Services in various professional categories on an "as-needed basis. Each proposed contract shall be for a three (3) year contract term, with two (2) one year renewal options at the City's option. It is the intent of the Administration to use the RFQ process to select firms who are qualified to provide services in each of the categories of professional specialization. When professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. In accordance with Section 287.055, Florida Statutes, known as the "Consultants' Competitive Negotiation Act", the City may enter into a "continuing contract" for professional architectural and engineering services for projects in which construction costs do not exceed $2 Million or for study activities for which the fee does not exceed $200,000. The City may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations, which will take place after the selection of the firms deemed to be the most qualified to perform the required services. If the City is not able to negotiate a mutually satisfactory compensation schedule with the top-ranked firms which is determined to be fair, competitive and reasonable, additional firms in the order of their competence and qualifications may be selected, and negotiations may continue until an agreement is reached. The RFQ seeks proposals from firms with strong qualifications in the following specialized areas: GROUP A—ARCHITECTURE GROUP B—ENGINEERING General Environmental Interior Design/Space Planning Civil Landscape Geotechnical Planning and Urban Design Mechanical, Electrical, and Plumbing Town Planning Structural Historical Preservation Land Surveying Services RFQ 2014-346-YG 3 MIAMI BEACH The price and terms for the contracts will be negotiated after City Commission approves authorization to negotiate. Under these Agreements, study activities are quoted as a lump sum based on the estimated hours to complete the project. Detailed hourly rates will be negotiated for all personnel classifications for the firms. It is the intent of this RFQ to evaluate and recommend award for each specialized category based on specific category qualifications. Firm's proposal shall clearly indicate if qualifications are being sought under Group A — Architecture and/or Group B — Engineering. Furthermore, firms are required to submit separate proposals for each specialized category under the respective group for which they seek qualifications. Example: a firm which provides landscape architecture and interior design/space planning, shall respond under Group A — Architecture and shall submit two (2) proposals under said group; a proposal seeking qualifications under landscape architecture and a proposal seeking qualifications under interior design/space planning. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, Consultants Competitive Negotiations Act (CCNA). 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued September 19, 2014 Pre-Submittal Meeting October 1, 2014 @ 10:00 AM Deadline for Receipt of Questions October 14, 2014 @ 5:00 PM Responses Due October 23, 2014 @ 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: RafaelGranadona 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 Proposer in the form of an addendum. Procurement Contact: Telephone: Email: Yusbel Gonzalez, CPPB 305.673.7000 Ext.6230 yusbelgonzalez @miamibeachfl.gov RFQ 2014-346-SR 4 I I\II`i'' 3F, 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 Large 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 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.asox?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 RFQ 2014-346-SR 5 /\,1I AM! BEACH • 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. Pursuant to City of Miami Beach Ordinance No. 2011-3747, a five (5) point preference will be given to a responsive and responsible Miami Beach-based proposer. 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. 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 proposer can 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 RFQ 2014-346-SR 6 '\',! A! BEACH 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 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 contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or RFQ 2014-346-SR 7 /V\IA 1BEAC services as a result of any contract resulting from this solicitation, the contractor 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 contractor 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 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 CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. 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 RFQ 2014-346-SR 8 F\\ AAA 1'I�1al�1`i i! BEArH 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 contractor 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 contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor 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 contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor 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 Contractor 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 contractor. 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. Additionally, Contractor 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 contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 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. RFQ 2014-346-SR 9 i\'\IAA A BEACH 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. RFQ 2014-346-SR 10 f�.A;A AA B EAC H. 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 PROPOSALS. Statements of Qualifications are to be received on or before the due date established herein for the receipt of proposals. Any proposal 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. Proposals shall clearly indicate if qualifications are being sought under Group A — Architecture and/or Group B — Engineering. Furthermore, firms are required to submit separate proposals for each specialized category under the respective group for which they seek qualifications. Example: a firm which provides landscape architecture and interior design/space planning, shall respond under Group A — Architecture and shall • submit two (2) proposals under said group; a proposal seeking qualifications under landscape architecture and a proposal seeking qualifications under interior design/space planning. Cover Letter& Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer, Proposer Primary Contact, Qualification Group (A and/or B), area of specialization, a summary of the Proposer's qualifications, experience, and services to be provided. 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. a) For each architect and engineer, provide copies of all applicable licenses and certifications. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. b) For Landscape Architects, provide copies of the following certifications: a. International Society of Arboriculture Certification, Landscape Inspectors Association of Florida Certification, FNGLA Certification c) For Planning, Urban, and Historical Preservation Architects, provide copies of the following certifications or memberships: a. LEED, ULI,AICP,APA. RFQ 2014-346-YG 11 NAIAM!BEATH d) Environmental Engineering firms providing General Environmental Services, Environmental and Coastal Permitting, and Contamination Assessment, provide copies of the following: a. Staffs accredited college diploma or Bachelor's degree in Environmental Sciences or related field. •.'.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 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: httas://supolieroortal.dnb.comiwebaoo/wcs/stores/sender/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. 77271-4M6-SR 6-SR 12 '\ \I'\i\:i i I BEACH :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. It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted. 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 2014-346-SR 13 MIA/MI BFACH 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? f Q:9 .t a r t < ri 'E f4t�i!+st'l iS 1 4 . ' a C rr "•ae„ Proposing Firm — Experience and Qualifications, including Financial 40 Capability Proposing Team (Architects and Engineers) — Experience and 40 Qualifications Approach and Methodology, including Self-Performance of Work and 15 utilization of Disadvantaged Business Enterprise DBE firms. S: n `f 34 TOTAL`AVAILABLE STEP 1 POINTS ;}f 95 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. :4?, 'J, i vby7 tq+.y {%i M ; F f• y --r' ;i' h'.;E 'ti r ` Step Quantitative Cntenar" ri �l� ,M �;�,� _ U \I ry. ', 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. r _ 41TOTAL:'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 2014-346-YG 14 "' `, E i i B F C H 1�� l�i �1 1 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 22 15 12 Committee Total 104 91 92 Member 1 Rank 1 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Committee Total 101 100 84 Member 2 Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Committee Total 102 89 78 Member 2 Rank :1 2 3 Low Aggregate Score • 3 7 8 ;,.•Final Ranking* . . t 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 2014-346-SR 15 APPENDIX A Ak. AM 1 BFACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 700 Convention Center Drive Miami Beach, Florida 33139 Solicitation No: Solicitation Title: RFQ 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Procurement Contact Tel: Email: Yusbel Gonzalez 305.673.7000, Ext. 6230 vusbelaonzalez at miamibeachfl.aov 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 Years in Business: No of Years in Business Locally: No of Employees: 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 2014-346-YG Appendix A— Page 1 1. Veteran Owned Business.Is proposer 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 souse parent,sibling, child)who is also an employee of the City of Miami Beach. Proposals must also disclose the name of (spouse, 9. ) Y 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. Suspension,Debarment or Contract Cancellation.Has proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? YES _I NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 4. 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. 5. 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/procurementl. 6. - ' .. . -. ..• - — - - '!- - • ••• :---• _. • --- - . . :.• •.. _ •.. --- • • .- e.• _ .. . came(in a particular year). RFQ 2014-346-YG Appendix A — Page 2 • e •=..=• "••.• . -• ! .■ - .•. • ■ . .O •-• . e!e - ! -- 7. 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/procurementl. 8. 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. • RFQ 2014-346-YG Appendix A— Page 3 9. 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 2014-346-YG Appendix A — Page 4 • _ L:. .° •::,' .DISCLOSUREAND.DISCLAIMERSECTION • 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 2014-346-YG Appendix A— Page 5 PROPOSERICERTIFICATION 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 Res 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 2014-346-YG Appendix A — Page 6 APPENDIX B /v\ AiV\ J B E AC H " No Bid " F RFQ N 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS " DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Note: t is important for those vendors who have received.notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid." The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified ,of future solicitations by the City. 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) r._•r.�•C'fA.aa..i._' .2/".cJ>_i _ , ::•,.A,. .r•/'4=.-f•.'.ah't•.l a.:. ..rr'av-. -:•:r s. '.if. . :I:.r',-•!`n;•t'(•..-J_:W-�-.a cIt--4l..wrra::.-i Lv,r_r, ...s .?L.Y:, T'':,f 1.Y..}r-:t. .. _-.s "le' 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: 5x,.•:^�'., i :.:;,t... :: :_%a.w.+;.:i:•,! •-r.:.:s_y a. ya.,.,.,a.•.. ;=r_s. .r-„.::._,. yr>.h: -rr •-r...+-rr� w,<:.a.s: a._;�:. .::M:, .- �_...,,•n...t.x:-ti,: .. ,c:_ 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 PROCUREMENT DEPARTMENT ATTN: Yusbel Gonzalez STATEMENTS OF QUALIFICATIONS #2014-346-YG 1700 Convention Center Drive MIAMI BEACH, FL 33139 RFQ 2014-346-YG Appendix B — Page 1 APPENDIX C AvAj AN\ 1 B E Minimum Requirements & Specifications RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS " DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Cl. MINIMUM REQUIREMENTS: The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall clearly indicate if qualifications are being sought under Group A — Architecture and/or Group B — Engineering. 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. • Proposer must have a minimum of five (5) years' experience and successfully completed at least five(5) projects for public sector agencies. • Architects and Engineers must have a minimum of five (5) years' experience and successfully completed at least five (5) projects in their designated professional specialization for public sector agencies. • Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. o Landscape Architects must be certified by International Society of Arboriculture Certification, Landscape Inspectors Association of Florida Certification, FNGLA Certification. o Planning, Urban, and Historical Preservation Architects certified or members of LEED, ULI,AICP,APA is preferred. o Environmental Engineering firms providing General Environmental Services, Environmental and Coastal Permitting, and Contamination Assessment, must have staffs with accredited college diploma or Bachelor's degree in Environmental Sciences or related field. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). C2. SCOPE OF WORK REQUIRED. It is the intent of the City of Miami Beach to select several firms which will be contacted on an "as- needed basis" during the term of the contract. This contract will include, but not be limited to the following architectural or engineering services: Description • Acoustics, Noise Abatement • Air Pollution Control • Auditoriums and Theaters • Automation; Controls; Instrumentation • Boundary Survey • Bridges • Codes; Standards; Ordinances • Coastal Engineering (Seawall Design and Repair) • Coastal Surveys • Communications Systems; TV; Microwave RFQ 2014-346-YG Appendix C • Construction Management • Cost Estimating • Dune Planting and Management • Energy Conservation; New Energy Sources • General Environmental Services: o Environmental Assessments o Air and Water quality testing and monitoring o Environmental sustainability planning services o Environmental support services to achieve and maintain regulatory compliance • Environmental and Coastal Permitting: o Prepare and submit applications for and lead agency coordination in obtaining environmental and coastal permits; and, o Prepare supporting documentation required for environmental and coastal permits including but not limited to biological reports, flora and fauna surveys, and other environmental assessments. o Work with Federal, State, County, and other local environmental permitting agencies, including but not limited to the U.S. Army Corps of Engineers, the South Florida Water Management District, the Florida Department of Environmental Protection, and Miami-Dade County's Division of Environmental Resources Management. • Contamination Assessment: o Environmental Site Assessments o Oversee and coordinate remediation project o Preparation of sampling and remediation plans and other related documents o Other associated tasks related to regulatory compliance o Work on contamination projects in South Florida • Fire Protection • Garages; Vehicle Maintenance Facilities; Parking Decks • Heating; Ventilating; Air Conditioning • Highways; Streets; Airfield Paving; Parking Lots • Interior Design; Space Planning • Irrigation; Drainage • Lab Testing Services • Landscape Architecture • Lighting (Interior, Display, Theater, etc.) • Lighting (Exterior, Streets, Memorials, Athletic Fields, etc.) • Planning (Community, Regional, Area-wide and State) • Plumbing and Piping Design • Recreation Facilities(Parks, Marinas, etc.) • Rehabilitation (Buildings, Structures, Facilities, etc.) • Right-of-Way Survey • Safety Engineering;Accident Studies; OSHA Studies • Security Systems; Intruder& Smoke Detection • Sewage Collection, Treatment and Disposal • Soils&Geologic Studies; Foundations • Storage Tank Repair and Monitoring • Structural Design; Special Structures RFQ 2014-346-YG Appendix C • Surveying, Mapping, GIS, and other services: O High Definition Services (HDS) O Light Detection and Ranging (LIDAR) O Global Navigation Satellite Systems(GNSS) O Ground Penetration Radar(GPR) o Subsurface Utility Engineering (SUE) and Underground Utility Services o These specialized services may be utilized for surveys to include but not limited to Specific or Special Purpose, Topographic (surveys for engineering design), As- Built/Record, Boundary, Condominium, Construction Layout, Control, Hydrographic, Mean High Water, Quantity, Submerged/Filled Lands as well as GIS feature creation • Control and Data Services: o Establishing vertical and horizontal control o Researching and utilizing record documents for right-of-ways etc. Locations of all improvements, features as required in the City of Miami Beach Public Works Department Manual and/or as designated for a specific project. All field data is to be collected in digital form Point Clouds (Text XYZ Coordinate files, etc.) with horizontal and vertical control points identified and recorded in field books.ooks. The digital data shall be post processed and delivered to the City as specified herein. Survey control for Vertical Control shall be referenced to the North American Vertical Datum of 1988 (NAVD1988) and the Horizontal Control shall be referenced to Florida State Plane Coordinates, East Zone, North American Datum of 1983/1990 (NAD83/90) supplemented with digital data files including but not limited to processed HDS and LiDAR Point Clouds with Photographics, ESRI File Geodatabases, ESRI Shapefiles (.SHP), and .DWG format drawings of the Surveys, Maps, GIS Data Sets etc. • Platting; Mapping; Flood Plain Studies • Swimming Pools • Storm Water Handling & Facilities • Testing & Inspection Services • Topo Survey • Urban Renewals; Community Development • Value Analysis; Life-Cycling Costing • Water Supply, Treatment and Distribution • Zoning; Land Use Studies • Any other professional service pursuant to Section 287.055, Florida Statutes, commonly known as the Consultants' Competitive Negotiation Act(CCNA). The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach DSM and Florida Status (particularly surveys). The selected firms will be responsible for obtaining all State, Federal and local permits and approvals necessary for the construction of all projects, and may be required to provide consulting services to the City on various matters which do not result in drawings or specifications. RFQ 2014 346-YG Appendix C APPENDIX D A A 1 A j A r v I Special Conditions RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS " DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 • ,, , • .. . • RFQ 2014-346-YG Appendix C 1. TERM OF CONTRACT. Three (3) years. 2. OPTIONS TO RENEW. Two (2) additional one (1) year options 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. ADDITIONAL TERMS OR CONDITIONS. This RFQ, including the attached Sample Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal, consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement or purchase order. RFQ 2014-346-YG Appendix D — Page 1 APPENDIX E M )4,./"V"\ B E AC H Insurance Requirements RFQ No . 201 4-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS " DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 A (--------4 L j 1\ A 1 A 1\ 1 1 c*: r ira LfrAt/ \ i 5 ' C ' 1/4/z04/ r 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. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. 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. XXX 3. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. XXX 4. Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating "A"as to management and "Class V" as to financial strength or better, latest edition. XXX 9. The certificate must state the proposal number and title. 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. 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. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH, FL 33139 RFQ 2014-346-YG Appendix E — Page 1 APPENDIX F A /4, D, C: A ,(7H A.1 v Ltr- i, Sample Contract RFQ No . 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXX)OCXXXXXXX)OOCXX)OtxxxX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE )OOOOOOOOOCXXX)OCXXX O(XX OO XXX XXX Resolution No. TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 9 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 XXXXXXXXXXXXXXXXXXXXXXX XXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING (NE) SERVICES FOR THE XXXXXXXXXXXXXXXX)0(XXXXXXXX)0( 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 XX, a Florida XXXXXXXXXXX having its principal office at XX)<XXXXX)UU<XXXXX)UU<XXXXXXXXX (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. 1.2 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. XXXXXXXXXXX, entitled "XXXXXXXX XXXXXX)UUUUUUUU<XXXXXXXXXXXXXXXXXXX" 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: X)O X�JCXX ( • )00000000000000(X)0000C 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 P 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 su p for 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 (5) sect 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- 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 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 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 XXXXXXXX, with a Reimbursable Expenses allowance of XX)UOCXXX. 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. 9) g) 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9) 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. 9) 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. 9) 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: XXXXX)X XXXXXXX All written notices given to the Consultant from the City shall be addressed to: XXXXX XX00000000000X XXXXXX)(XXXXXXXX XXXXX (X)O(XXXXXX Attn: XXXXXXXXXXX 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 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 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. 9) 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:\atto\AGUR\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: XXXX Attest Signature/Secretary Signature/President Print Name Print Name SCHEDULE A SCOPE OF SERVICES SCHEDULE B CONSULTANT COMPENSATION • Schedule of Payments Planning Services* $ 0.00 Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXX)O(X 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 $XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Coordinator. Unused portions will not be paid to the Consultant. SCHEDULE C HOURLY BILLING RATE SCHEDULE SCHEDULE D COSTRUCTION COST BUDGET r SCHEDULE E PROJECT SCHEDULE SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT T SCHEDULE G INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS. SCHEDULE H BEST VALUE AMENDMENT, The Consultant agrees to abide by all the required documentation of the City's Performance Information Procurement System and submit the weekly reports. ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 35 '-.7''. : ,... <s ,.. ?_ z�a�.t 4- '1'1'4'4 am h i$ i ;_ . �$:'w7v 'x�_'w F,yam= i _ 3 .:'� t 7 � x t os I� n y �p q � z! _ _ /�1 I :..! � r � 4`.�_.. A, e s r * �_ _ �W r?d rr :3°" Z: r.t f ,._:. J-.,t<-.':'`-3'__ a-..•..-.«. ..__.:.:.-,y, . • aF �XR 1 k"; „"�r } p ms . l ;:l E k -t !.c # > xa_c:,5, -*.:.._._.�_ _± .-tom. IT TAR I-COVER LETTER&MINIMUM QUALIFICATIONS REQUIREMENTS REQUEST FOR QUALIFICATIONS NO. 2014-346-YG CRAVEN•h,wrna+&Aa oaA1 PC. Eineers.Plann.rs•sprvkyt+ri.tar.6sCir.Aldd4cb December 2, 2014 Attn: Yusbel Gonzalez, CPPB City of Miami Beach Department of Procurement 1700 Convention Center Drive Miami Beach, Florida 33139 RE: PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS NEEDED BASIS" GROUP A-ARCHITECTURE: LANDSCAPE REQUEST FOR QUALIFICATIONS NO. 2014-346-YG Dear Selection Committee Members: In response to the City of Miami Beach's request for qualifications seeking Professional Architectural and Engineering Services in Specialized Categories on an "As Needed Basis", Craven Thompson and Associates, Inc. (CTA) is pleased to submit this Statement of Qualifications for your consideration. We are seeking to be selected for Group A - Architecture: Landscape. CTA is extremely well qualified to provide consulting services in this field having provided these services since 1988. We have provided similar services to those requested in your RFQ to many municipalities throughout South Florida. CTA is a Fort Lauderdale based corporation that has rendered consulting services throughout Dade, Broward and Palm Beach Counties from its inception. We have been providing surveying, civil engineering, landscape architecture and land planning to South Florida public and private clients for over fifty two (52) years. CTA has an experienced and qualified staff of fifty-eight employees, which includes eighteen Civil Engineers, four Landscape Architects, one Land Planner, six Registered Surveyors, four AutoCAD Technicians, eight Field Representatives and other support staff, ready to assist the City of Miami Beach. Proposer Craven Thompson &Associates, Inc. Proposer Primary Contact for these Services Joseph D. Handley, R.L.A.., Vice President, Planning& Landscape Architecture Craven Thompson &Associates, Inc. 3563 NW 53rd Street Fort Lauderdale, Florida 33309 Phone: (954) 739-6400 Email:jhandley @craventhompson.com We understand the services under this RFQ to consist of design services within the practice of landscape architecture to provide preliminary design, construction documents, and cost estimates; permitting services consisting of assistance to the City with acquiring necessary CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 1 I Page 1 ry TAB I-COVER LETTER&MINIMUM QUALIFICATIONS REQUIREMENTS REQUEST FOR QUALIFICATIONS NO.2014-346-YG f......•Nam.,•Surq,or,....pa,MchRaccs approvals from local, state and federal agencies having jurisdiction, and finally, providing construction administrative services involving on-site observation sufficient to allow certifications as required by the regulatory agencies and to ensure that the designed improvements are installed in general conformance with the plans and specifications. Based on the scope of services set forth in the Request for Qualifications, CTA has assembled a team of professionals well-suited to provide the City with the best possible service that will I strive for a finished product that we can all be proud of. The experienced CTA team will ti emphasize creativity, management and scheduling techniques which will result in performance y which will well exceed the City's expectation. CIA has a design staff that is extremely creative and always willing to explore new and innovative design solutions. Our Landscape Architecture Department has completed a multitude of very successful parks and I. recreation, streetscape and hardscape projects, many in conjunction with our roadway designs. Over the years, we have planned and designed public projects of all types; including regional, community, neighborhood and even dog parks, public plazas & promenades, streetscapes, landscape, irrigation, and hardscape for both large and small public improvement projects. Through that experience, CTA has developed the knowledge and expertise necessary to identify potential problem areas during the conceptual and planning phase(s), an extremely valuable tool in any project. Early identification and resolution of these problem areas has proven to help eliminate delays and expenses often encountered during the construction phase. Even though all of these facilities are varied in nature, they all share the same fundamental planting concept of utilizing a primarily native plant palate that require less water and maintenance without sacrificing design. • We strive to design an ever-changing environment which constantly brings a variety of colors and textures to the users, businesses, and landowners. We sincerely appreciate the opportunity of providing this response to the City of Miami Beach and hope to have the opportunity to demonstrate our capabilities to City Staff. Sincerely, i CRAVEN THOMPSON &ASSOCIATES, INC. I JOSEPH-CI: AN DLEY, R.L.A. Vice Presidentl Planning& Landscape Architecture • H/tg I 7 i g 0 i 7 • CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53'd STREET,FORT LAUDERDALE,FL 33309 I P 954.739.6400 1 Rage 2 I TAR I-COVER LETTER&MINIMUM QUALIFICATIONS REQUIREMENTS CRAW:*.110.11410MAIMOCIAIER Mt REQUEST FOR QUALIFICATIONS NO. 2014-346-YG TAB CONTENTS PAGE NO. COVER LETTER&MINIMUM QUALIFICATIONS REQUIREMENTS 1-1 1.1 Cover Letter and Table of Contents • Cover Letter 1-1 • Table of Contents 1-3 1.2 Response Certification, Questionnaire& Requirements Affidavit(Appendix A) ▪ Appendix A 1-4 • Attachment to Appendix A 1-11 1.3 Minimum Qualifications Requirements • Applicable Licenses and Certifications 1-12 2 EXPERIENCE&QUALIFICATIONS 2-1 2.1 Qualifications of Proposing Firm • Standard Form 33o 2-1 2.2 Qualifications of Proposer Team • Organizational Chart 2-41 • Professional Resumes 2-42 2.3 Financial Capacity • Dun & Bradstreet Report 2-52 3 APPROACH AND METHODOLOGY 3-1 • Approach and Methodology 3-1 • Prime to Provide Majority of the Work 3-9 ■ Current Workload 3-9 • Disadvantaged Business Enterprise 3-9 CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 1I Page 3 APPENDIX A AA AAA I BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 it Page 4 Solicitation No: Solicitation Title: RFQ 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Procurement Contact: Tel: Email: Yusbel Gonzalez _ 305.673.7000, Ext.6230 _ yusbelgonzalez a4.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: Craven Thompson &Associates, Inc. No of Years in Business:53 No of Years in Business Locally:53 No of Employees: 58 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:None FIRM PRIMARY ADDRESS(HEADQUARTERS):3563 NW 53rd Street CITY:Fort Lauderdale STATE:Florida ZIP CODE:33309 TELEPHONE NO.:(954) 739-6400 TOLL FREE NO.:None • FAX NO.:(954) 739-6409 FIRM LOCAL ADDRESS:same CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Joseph D. Handley, R.L.A. ACCOUNT REP TELEPHONE NO.:(954) 739-6400 ACCOUNT REP TOLL FREE NO.:None ACCOUNT REP EMAIL.Jhandley @craventhompson.com FEDERAL TAX IDENTIFICATION NO.: 59-0948029 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. 1 I Page 5 1. Veteran Owned Business.Is proposer claiming a veteran owned business status? 1 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 None 3. 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). 4. 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. None 5. 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!. See Attachment to Appendix A 6. •. ...• . ... ,.. . •_ .. .••• -_.. _.. .. -- - ••- - .• ._. •.•• . • ••• - .. ••• a $... ! e j. • . .. • i_ • i • .• ,. .. ..•.. ... 0 •. •■ •. • • . . .. 1 1 Page 6 7. 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/. 8. 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. 1I Page 7 9. 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 Initia •Confirm Initial to Confirm Recei't -'s t Receipt Addendum 1 Addendum 6 Addendum 11 i► Addendum 2 Addendum 7 Addendum 12 Addendum 3 t;. Addendum 8 Addendum 13 Addendum 4 s Aggif Addendum 9 Addendum 14 ►� Addendum 5 vir Addendum 10 Addendum 15 If ad•�'711gr•nfirmation of addendum is aired,submit under separate cover. 1 I Page 8 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 applicants affiliates,officers,directors,shareholders,partners and employees,as requested by the City ty 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 recipients 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. 1 f Page 9 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 Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Joseph • Handley, R.L.A. Vice President, Planning & Landscape Architecture Signature of Propo- '. • ►-•Representative: Date: December 2, 2014 7 State -FLORIDA ) On this 2nd day of December,2014 personally appeared before me Joseph Handley who County of Broward ) stated that (s)he is the V.P, Planning&Landscape Architecture of Craven Thompson, a corporation, and that the instrument was signed in behalf of rP 9 the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Befor me: f 1 JOY lll Notary blic for the State; • da��D. G\A,,,...•eF My Co fission Expires. V?4!y ���.• gS10NF,hA�•. 20, 9�;• ? v `�'•* � .►•40 st �c' •:4.4,4 /�r 11{11�p j °�`` 1 I Page 10 a 1.2 APPENDIX A REQUEST FOR QUALIFICATIONS NO. 2014346-YG COWAIWINCWIONSWECOATES.NC. ATTACHMENT TO APPENDIX A: 2. CONFLICT OF INTEREST None 4. VENDOR CAMPAIGN CONTRIBUTIONS None 5. CODE OF BUSINESS ETHICS Craven Thompson shall adopt, as required in the ordinance, the City of Miami Beach Code of Ethics. CRAVEN THOMPSON&ASSOCIATES,INC, 1 3563 NW 53rd STREET,FORT LAUDERDALE,FL 33309 1 P 954.739.6400 1 I Page 11 giTAB I-CO .--R LErrER a MINIMUM QUALIFIC---A11°NS REQUIREMENTS CRA■434.1HOIMION&AMICCIATES.IC. . . rnistape Arthiterts REQUEST FOR QUALIFICATIONS NO. 2014-346-YG EAgmeefs•Ptronen•s La 1.3 Minimum Qualifications Requirements 1. Applicable Licenses and Certifications _ :,-;-.--_-:-,----_--;,------:71---,---,-------,==a-,-,--------..---,-----;:,- -. , . - . _..... ..„.... ..,,.--,,;.•. .----,..i-- , :--_„.=_-------;,.-;--,;:::-,....:,.pro,41.6100! ,,,,,,-,.....-,-7. -1:- .........„: or au,p,„%raTE OAFNDFLARIDO4SSIONAL REGULATION a I . :CI =:"7----.---------------,2--":------1::::: ----.------t-s;-----> -,z--"„'' , --..---._- , 7,144.....41 DEPARTMENT Oir LANDSCAPE ARCHITECTURE 4- ?.._....,-;...7,„2,k-------:-:-`•.7.4:,--"..---- „,, ',..„17,-,----,---7, \ ri :.',..11., ‘, . Wiroll---- %------,,,--- -ZZ---..,--. *:-.-Z,Z.:":',.--:\`‘‘"::\s,\ — ,,,C.. , - -4,-,.' ----,7,-„,_,__---_, ,,,--,-,- .„,,..„--:::,--s, ,L • - , • ,,,,'..;,----Z-4---,-- ----'''''.----' z,.....7 .0:::---,,..:•--:',.LNV'',..S.:: '''• I LigiFicco;211014 0•,••• -.1 --e-.......-•i,..1--.._ ---,..,-----z------"--0. Z.„'-‘1,,,z,..:-,\-\\\----.'7,,,, re LANDSCAPE ARCHITECT .-...,4 ''W' ''44' ----7:---: --;;-f' --- *-..--:''''-''S`-,:.::::,‘:,\\,...`"--N\ Nomed New RAS REINSTERED._..._ , --- r:',----.:.„'- ---:>-.7; thidir MO WM.=0,Ch a Tir".'I' Eva**dal KW 3a .'-- ‘‘. -- ,,,,... —, ABBODB NC - ' ' ---.. '-**- -.-;; .. _ ... '",,,..4:,li:")t*:, prie&uow,w_tlfssatfr „,,,,, ,,,,„, gni LAMM ace IMMIWIRMINI SeallETAIRY 1101,scarr 'NM Y AS REQUIRED BY LAW 00YERNOR MCKBOYERNORSC°” 4"*D#SPLAW"WY AS 40£0441MED.LiaV LAW SECARITIRY ---azotaftigina--- ----,' ,1-`z-Z:"--..--":"ZZ.,, „,,, -zi_ .'"' apavaitiet,,,,,' ,„,,,,---,----,--.-;_----------"-"-',,, -,--`,-'- ---- ;------- ------: ' ,:.,._ ' *t.-----—. -. ARCHITECTURE ,1/4.: .5 ,,-„,--,,,,z„,--;,;--7----------7----;taftek-:----...:::',,---z---•17------z-~-- --' -;=-------=---,-------- . inimmweim,,,,, . ....:).:,..: .,, , ...._,..„......„...--N, --•:,-z„\ E]. .- • .,,,, -,==-----,,----:----;-,--:,-_,==--:;:,--------- • "''-.4=IESISEEMSONNIONSIMIS:-',,, ',?..,.:,,,, , !,....,1,4„.„....,......„,_.,_.....=-T.. _-„,--„-:,.. -;, - -- - ------„--,:\,,,,, F. smegtermgametsmarr, , ,.., ., ._- ..,.....„.. ...:-; ,,,_,...,./....r..._,...._.....,„,,,,....,,,,,....., _ ,,,,.„„,„: 4-,.....--..,-.„--„,-----... .,_----z,-„,,,,,-.,,,.....„..--,-„ '.,,' ,'----;_.• ,,,,,,,,--;,„-...-----',..---,'------_,..„.-------__,,,,, ,,„,-, --,,... --- -'-'''''' --,L,...--1:::'-:\.-:::----,:,-zz.::>\-.\'''':-''''': ''''''''''':*\\\\ ,.....---...---F-----c--- ---:,-„,-------- -, :=.-:-. II a usioneoesno eacitermv ../-1, arum acre* wv,,,,,v Aile.tv ,. 6 46. ••A _„,,, *N., 2,,__.-• RIck SCOTT 00,...-..scow.' .....Th' -AtoutauviemeD0 LeyreeeseeetAN secnitwir. -e----ft t BD+C GREEN BUILDING CERTIFICATION INSTITUTE HEREBY CERTIFIES THAT Douglas Schultz HAS ATTAINED THE DESIGNATION OF LEED AP BUILDING DESIGN 4-CO!4,,S.,,,TuiP:DUPOC*TION ST DEMONSTRATING KNOW:EDGE Of GREEN 111.1:.1H.NZynkr. Nvii..,,,,,,,,,,,A,.... SUCCESSFUL IMPLEMENTATION Of TIDE LEADERSHIP A RATING sy,.. (LEM,GREEN BUILDING EA 1,3[ZI CI p _ 4tr______ A ,. --: r.JCI L ' .ufa oci ra w WOW &OM it 2615_v._ _ftuust 11,2013_ kir....wava. to..1 GBci.. ge 12 CRAVEN THOMPSON&ASSOCIATES, INC. I 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.1 1 13 6400a gas TAB I-COVER LETTER MINIMUM QUALIFICATIONS REQUIREMENTS . REQUEST FOR QUALIFICATIONS NO.2014-346-YG NoMom•n.msn•s •WRAN reRwe DUB L10CI uu0 GBCI GREEN BUILDING CERTIFICATION INSTITUTE HEREBY CERTIFIES THAT Caleb Rothenberger HAS ACHIEVED THE DESIGNATION OF LEED® ACCREDITED PROFESSIONAL DT DEMONSTRATING THE KNOWLEDGE OF GREEN BUILDING PRACTICE R REQUIRED FOR SUCCESSFUL IMPLEMENTATION OF THE LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN(LEEDt?GREEN BUILDING RATING SYSTEM*'". 1-ED AP JZ tv% June 14 2009 attilittit 0,,$‘11- tot 1 It 1 Prow:Mrrio o .. Certificate of 2ctjcebt ent Vrestottb to Joseph Handley 330 SW IR CAtA FORT LAUDERDALE.FL 33315(954)739.20O2- for suutssfut tong trtion of Crime Prevention Through Environmental Design 8116-21199,28.5 CEUs,AR 06.588 Fttstmtb fhjS 21" Dap of dug#. 1999 leas Opm >' .. t.(M 1 - } •6I"' .) orogrsm armor 190.1• CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE,FL 33309 I P 954.739.6400 1 I Page 13 TAB I_COVER LETTER 1 MINIMUM QUALIFICATIONS REQUIREMENTS ,. REQUEST FOR QUALIFICATIONS NO.2014 346-YG ems,..,..rr.n.A•Ilmov.,,•,..r,a,,.mare,«, State of Florida Department of State the records of this office that CRAVEN,certify from th ,THOMPSON& ASSOCIATES,INC.is a corporation organized under the laws of the State of Florida,filed on January 1, 1962. The document number of this corporation is 254407. I further certify that said corporation has paid all fees due this office through December 31,2014,that its most recent annual report/uniform business report was filed on January 10, 2014,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&c State of Florida atTalkrhasree,the Capital,his the Tenth dap of January,2 014 I6e% ()4%1A i ty Q �� r r Secretary of State Authentication ID:CC0005227772 To authenticate this certificate,visit the following site,enter this ID,and then follow the instructions displayed https://efile.sturbiz.orgicertauthver.html CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE,FL 33309 I P 954.739.6400 1 I Page 14 0.6 --- -TAB 1,-COQ LEM&MINIMUM QUALIFICATIONS REQUIREMENTS COMEN1)101080N&AISOCIA1194 Ne. REQUEST FOR QUALIFICATIONS NO.2014-346-YG 6,t •n.Planers•l a,M,w„•IrMana.e A daH cta The Chappell Group, Inc.-Arborist Services s, XXX K. .4 . 41110_, ><; 'x. 3cnttrnationat botiet of arboriculture -- QCi rtifieb Ztrbort t X. A _.._ &twin. 5. Lr elm: eit ><,' "'t babing succetsfatttr cotnpteteb the requirements MAMMA eb by the Certification l'l oarb of the.international$ocutls of i rbortcutture-, 1 the abobt nameb is betebp cecogntneb as an 38 t 6ertitteb arborist 1 ti't d Ctruttuttau llteeti.Chou ads tlbt .: " li.rntrr "(_ int/reanonal aortae at nrboritrttrtt laureaionat*anti?at arbantaattrt 1 FL.8213A Aug 9,2010 Doc 31,2010 A eradiate fleets, errata dam exandaa bar' ' .-:�� i , , , , , , - . ') , X (- t / 1 __ _ _ „...,.. ......„ ___, ,...\:.__.... ...-„.., .„,--„,..., ..,__.x...„..„,.„. ..„5..... _„.-7..-...k ,:::=,,,... /4'''--,---:X-X--kxx--.. t'\--;:--...•.--v.-:';.--'-.:,••xx. - - - . ,- .;.41 • ,,,? '_.1 3iuternationat botittp of rbotitutture 1 --'). ,.4 (ertifieb Ztrbori t- r, kaidieWG 1 ow .:: 44 ':411i *abing successiuilp compteteb the requirements estabtioheb bp the Certification (, iloarb of the international$orietr of arboriculture-, the abobe nameb is hereby retognifeb as an VA Certifirb arborist' * (, 00 Crmf wnnt il eart.(her Jim Sdntra. - Mattor._. 3ntrrninontl martin at 2derkaturt 3ttetrttatiaaal*warp at"setbatftalaue 1= FL-8220A Od 18.2010 Dec 31,2018 >4‹.? txdiwe Amber tmdta Saar twaotR woe t �. * _ „ , ,; \ 't R A CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE,FL 33309 I P 954.739.6400 1 I Page 15 TAB I-COVER LETTER&MINIMUM QUALIFICATIONS REQUIREMENTS mom. NC. REQUEST FOR QUALIFICATIONS NO. 2014-346-YG Entsncen•Wam+en•swsaw.$•tsedaeap.*demo 1 ?S I! 3nternationai 6otiet of Stboritufture 1 ,, ,, , ‘ fx Certifieb rboritt I __....__ 7lQurpIi rck G y >( ,� jabiss inccrft�utfp completes the nsjuimRmrnta tOtahlisheb In.*Certification oboist nrm of the erth!nattonal n3ocirtn of,rhorictttturr, " the abobe nameb is berth,rerogntles as an 3$ Certifitb rboritit r i S�o f `corntu ..; i;cbar �1.sue;,II lite Wimul*suss at 0rbarmtio Ct Suttnt ttsut*wets et ationtult,K ( FL-43225A Nov 17,2010 Dec 31,2016 C:+afia+r.ftatdtr Cash*dew ewes**Ai ')5(, 1 (',,, YYYYY Y, ' State of Florida Department of State I certify from the records of this office that THE CHAPPELL GROUP,INC.is a corporation organized under the laws of the State of Florida,filed on April 14, 2005. The document number of this corporation is P05000055901. I further certify that said corporation has paid all fees due this office through December 31,2014,that its most recent annual reportlunifotm business report was filed on February 1 I,2014,and its status is active. I further certify that said corporation has not filed Articles of Dissolution. Give"to der alp hated and the Gnat Seel tithe State of Florida et Tallahassee,the Capihrl.this the Ekreath day of February, 2014 lv!r!K Secretary of State wetbe.a>aiiaa m:CCSesmOtm To aatheezieen Wit arts ieate.Wdt the foilownes ri►,moter this ID,sit*them Wiwi die inv.aixe deplayed. bitpritenic-suabilawricertastliva.lasi CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE,FL 33309 I P 954.739.6400 1I Page 16 1 D vo N • ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) Professional Architectural and Engineering Services in Specialized Categories on an "As Needed Basis", Miami Beach, Florida 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER September 19,2014 RFQ#2014-346-YG B.ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Joseph D. Handley, R.L.A.,Vice President Landscape Architecture& Planning 5.NAME OF FIRM Craven Thompson &Associates, Inc. 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (954)739-6400 (954) 739-6409 jhandley @craventhompson.com C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) W z 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT 2 m U Q a )a co Craven Thompson & 3563 NW 53rd Street Landscape Architecture a X Associates, Inc. Fort Lauderdale, Florida,33309 ❑ CHECK IF BRANCH OFFICE The Chappell Group, Inc. 714 East McNab Road Certified Arborist Services b. X Pompano Beach, Florida 33060 ❑ CHECK IF BRANCH OFFICE C. ❑ CHECK IF BRANCH OFFICE d. ❑CHECK IF BRANCH OFFICE e. ❑ CHECK IF BRANCH OFFICE ❑ CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM ® (Attached) STANDARD FORM 330(6/2004) 2I Page 1 PART I - CONTRACT-SPECIFIC QUALIFICATIONS D. Organizational Chart of Proposed Team M lAt\Al B E AC H Craven Thompson &Associates,Inc. Douglas R.Taylor, P.E. CLIENT LIAISON Craven Thompson&Associates,Inc. Joseph D. Handley, R.L.A. LANDSCAPE ARCHITECTURE PRINCIPAL-IN-CHARGE Craven Thompson Sr Associates,Inc. LANDSCAPE ARCHITECTURE Douglas Schultz,R.L.A.,LEED AP Scott Peavler,R.L.A. Caleb Rothenberger,LEED AP ChappeII; ARDORIST SERVICES Tyler Chappell Matthew Mitchell Patrick Murphy STANDARD FORM 330(6/2004) 2 I Page 2 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 Joseph D. Handley, R.L.A. Landscape Architect/Principal-In-Charge a.TOTAL b.WITH CURRENT FIRM 30 25 15.FIRM NAME AND LOCATION(City and State) Craven Thompson &Associates, Inc.,3563 N.W. 53rd Street, Fort Lauderdale, Florida 33309 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Clemson University, B.S. in Ornamental Horticulture(1980); Professional Registered Landscape Architect University of Georgia &Louisiana St. University, Master in Florida Registration No. 1368 (1990) Landscape Architecture Studies(1984) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) -American Society of Landscape Architects -CPTED Certification (August 1999) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bicycle/Pedestrian Greenway&Trails Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2014 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm a. Mr. Handley was the CTA principal in charge for the preparation of the Bicycle / Pedestrian Greenways & Trails Master Plan. The Plan defines a system of sidewalks, bike lanes, paths, greenways and trails within the City of Sunrise that provides integrated and continuous corridors for non-motorized transportation and recreation throughout the city in a manner that is sensitive to the needs of various user groups, the natural and built environment, the management and maintenance, and potential funding capabilities of local government. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Central County Neighborhood Improvements Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 1999-2006 (Phased) 2006-2012 (Phased) b - (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm Principal Landscape Architect for the preparation of Basis of Design Report, Contract Documents, Permitting and Construction Management for 980-acre retrofit infrastructure and landscape improvements within unincorporated Broward County. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 34th Court Reconstruction (from NE 2nd Avenue to Dixie PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Highway), Oakland Park, Florida 2012 -2013 2014-2015 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Principal Landscape Architect for the landscape, streetscape and irrigation design for the roadway reconstruction design of approximately 0.60 miles. Estimated Construction Cost:$2.2 Million. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 5th Avenue Reconstruction (from Oakland Park Blvd to NE 38th PROFESSIONAL SERVICES CONSTRUCTION(If applicable) d Street), Oakland Park, Florida 2010 2011 . (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Principal Landscape Architect for the landscape, streetscape and irrigation design for the roadway reconstruction design of approximately 0.60 miles. Construction Cost:$1,658,000.00. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 38th Street(from Andrews Avenue to NE 11th Avenue) PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2011 2012 -2013 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Principal Landscape Architect for the landscape,streetscape and irrigation design for the roadway reconstruction design of approximately 0.90 miles of roadway improvements. Estimated Construction Cost: $2.6 Million. STANDARD FORM 330(6/2004) 2 I Page 3 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 Douglas J. Schultz, R.L.A., LEED AP LA Project Manager a.TOTAL b.WITH CURRENT FIRM 12 3 15.FIRM NAME AND LOCATION(City and State) Craven Thompson &Associates, Inc.,3563 N.W. 53rd Street, Fort Lauderdale, Florida 33309 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) University of Kentucky, Kentucky, USA Professional Registered Landscape Architect Bachelor in Landscape Architecture(2002) Florida Registration No. LA6666937 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) -LEED Accredited Professional, United States Greenbuild Council (2009) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Northeast 34th Court Urban Art Park and Streetscape Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2011-2012 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm a. Mr.Schultz is the project manager and landscape architect for the Urban Art Park located at Northeast 34th Court and integrated into the streetscape improvements project. The project consists of a park that will utilize retrofitted cargo shipping containers as pavilions, a graffiti wall and podiums/seat blocks that will serve art displays during art installations and exhibits. On-street parking, widened pedestrian walkways,enhanced crosswalks and streetscape planting upgrades were included in the scope of the park. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Dania Beach Municipal Marina PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Dania Beach, Florida 2011 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Mr.Schultz is the project manager and landscape architect for the site planning, hardscape&landscape design for the redesign of the b' existing marina. The new design increases the number of slips for rent and also provides for public access no-pay day slips. A new dock-master building, gateway kiosks, open air pavilion, restrooms & waterfront promenade are all components of the renovations. The promenade walkway integrates a wide public water walkway and landscaping to buffer the adjacent road and parking. Dania Beach is currently planning on doing a beach master plan and this project will be the catalyst for what happens along the beach in the future. Project is currently finishing up construction. (1)TITLE AND LOCATION(City and State) (2)YEAR C OMPLETED Sunrise-Nob Hill Passive Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2013 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm c. Mr. Schultz is the project manager and landscape architect for the 4 acre park that was designed using amenities such as a meditation labyrinth, amphitheater type staging with performance pavilion, tot-lot playground, and other passive activities to fall within the Broward County Land Preservation Program. To help soften costs the design is participating in the US Communities grants to reduce the prices of site furnishings and equipment. The design also incorporates environmental principles to be able to acquire the BC Land Preservation Grant and other resources for funding. The project is currently finishing up construction documents in preparation of bidding. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sense of Place Signage PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2012 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm d. Mr. Schultz was the project manager and landscape architect for this project. The purpose of this project was to create a "Sense of Place" feature that the residents would promote the idea of ownership to the community CTA was invited to become involved, we immediately began developing ideas and preparing Photoshop renderings of those ideas to present to the City Commission and the Community. The above design was enthusiastically accepted,designed and put out for public bid. The bids came in under budget and the project was completed on schedule. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bicycle/Pedestrian,Greenways&Trails Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e. Mr.Schultz is the Project Manager and Landscape Architect for the preparation of this important master plan for the City of Sunrise.Together with Alta Planning and Design,the Plan will define a system of sidewalks, bike lanes, paths, greenways and trails within the City of Sunrise to provide integrated and continuous corridors for non-motorized transportation and recreation throughout the city in a manner that is sensitive to the needs of various user groups,the natural and built environment,the management and maintenance,and potential funding capabilities of local government.The public input phase is complete and the master plan is in the preliminary plan development phase. STANDARD FORM 330(6/2004) FIT 2 I Page 4 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 Scott W. Peavler, R.L.A. Landscape Architect a.TOTAL b.WITH CURRENT FIRM 9 5 15.FIRM NAME AND LOCATION(City and State) Craven Thompson &Associates, Inc.,3563 N.W. 53rd Street, Fort Lauderdale, Florida 33309 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Kansas State University Professional Registered Landscape Architect Bachelor in Landscape Architecture(2005) Florida Registration No. LA6666976(2008) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member of American Society of Landscape Architects 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 34th Court Streetscape Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2012 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm a. A continuation of the street improvements on NE 5th Avenue that intersect 34th Court. Provide landscape designs for streets improvements along NE 34th Court between NE 2nd Avenue and Dixie Highway. The project consists of improving the streetscape by implementing additional street trees, shrub beds along new sidewalks, and parallel parking. Landscape Architect. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Landscape Enhancement at North Perry Airport PROFESSIONAL SERVICES CONSTRUCTION(If applicable) _ Pembroke Pines, Florida 2010 2012 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Provided landscaping, layouts, and grading for the entrance features at the airport. The entrance features include designed beds of recycled glass with palm trees to accent them. Additional landscaping was provided on the perimeter of the airport property. Landscape Architect. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 38th Street Streetscape Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2011 2013-2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm c' This project involved the provision of professional landscape architecture and engineering services for the design and permitting of approximately 0.90 miles of roadway improvements. The engineering services included streetscape enhancement, a complete storm drainage system, a roundabout to replace an existing traffic signal, traffic calming devices, landscape, utility coordination and relocation,and full roadway reconstruction. Landscape Architect. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sunrise Passive Parks PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2010 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm d. The two parks were designed using amenities such as a Disc Golf Course, Splash Pad, Playground, and other passive activities to fall within the Broward County Land Preservation Program. The design participated in the US Communities grants to reduce the prices of site furnishings and equipment. The design also incorporated environmental principles to be able to acquire the Broward County Land Preservation Grant and other resources for funding. Landscape Architect. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ravenswood Bus Maintenance Facility PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Dania Beach, Florida 2011 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm e. Provided landscape services for the 8.94 Acre site which included a parking garage for employees, bus wash, administration buildings, and bus maintenance facilities. The goal for the facility is to provide a functional space by expanding and improving the existing space for the County. In addition to improving the facility, the design team developed the site to minimize the visual impact to the surrounding properties as well as pursue LEED accreditation. Landscape Architect. STANDARD FORM 330(6/2004) 2 I Page 5 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 Caleb Rothenberger Landscape Designer a.TOTAL b.WITH CURRENT FIRM 6 1 15.FIRM NAME AND LOCATION(City and State) Craven Thompson &Associates, Inc., 3563 N.W. 53rd Street, Fort Lauderdale, Florida 33309 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelors of Landscape Architecture, Ball State University, College of Architecture and Planning, Muncie, Indiana 1 2007 Minor in Digital Publishing and Graphic Design 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) LEED Accredited Professional, United States Green Building Council,2009 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bicycle/Pedestrian Greenway&Trails Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2014 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm a. Mr. Rothenberger assisted with the planning and exhibit creation for the preparation of the Bicycle / Pedestrian Greenways &Trails Master Plan. The Plan defines a system of sidewalks, bike lanes, paths, greenways and trails within the City of Sunrise that provides integrated and continuous corridors for non-motorized transportation and recreation throughout the city in a manner that is sensitive to the needs of various user groups. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Welleby Park, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2014 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm b Mr. Rothenberger contributed to the design of recent renovations which included redesign of the entire pedestrian system including state-of-the-art fitness stations, distance markers and the widening of the path for a multi-purpose trail. In keeping with the City's and CTA's sustainability values, the multi-purpose trail was constructed using a material fabricated with recycled tires. This path is comfortable for the users with low impact to joints, pervious to allow water to recharge the aquifer and also eliminates an impact on the adjacent, mature tree canopy. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED W South Beach PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach. Florida 2008 2009 C. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Mr. Rothenberger participated in the planning, detailed design, and construction documentation for the outdoor amenity package including pools and gardens, main arrival, prominent urban streetscapes, and rooftop gardens. He completed his work with this project while working at EDSA. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Oakland Park Boulevard Passive Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2010 2014 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm As Landscape Designer, Mr. Rothenberger was responsible for aspects of the park design as well as the preparation of the Open space Park management Plan, the design workshops, conceptual site design, Construction Documents and Construction Management for the City of Sunrise. Currently the project is under construction. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Nob Hill Passive Park, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2010 2014 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm Mr. Rothenberger was responsible for assisting in the park design, preparation of the Open space Park management Plan, the design workshops, conceptual site design, Construction Documents and Construction Management for the City of Sunrise. Currently the project is under construction. STANDARD FORM 330(6/2004) 2 I Page 6 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 Vice President a.TOTAL b.WITH CURRENT FIRM Tyler Chat:me11 14 8 15.FIRM NAME AND LOCATION(City and State) The Chappell Group, Inc. Pompano Beach, FL 16.EDUCATION (DEGREE AND SPECIALIZATION! 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPUNE) Bachelor of Science, Texas Christian University, August 1997, Environmental Science 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) • South Florida Association of Environmental Professionals, Past President • Florida Association of Environmental Professionals, Past Board Member • Florida Inland Navigation District, Broward Commissioner 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Deerfield Beach Pier Deerfield Beach, PROFESSIONAL SERVICES CONSTRUCTION Of applicable) FL 2010 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 12LI Check if project performed with current firm a. ($5,000,000) The proposed project consisted of the renovation of the existing pier, structure, and the construction of a mixed use development which includes restaurant, retail shops, bait shop, and office for the City of Deerfield Beach. TCG provided all environmental services including a Marine Turtle Lighting Review and CCCL Permitting. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Port Everglades Turning Notch and Port Everglades, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Wetland Enhancement FL (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE l`J Check if project performed with current firm b. ($150,000,000)TCG is the lead environmental consulting firm for the design, permitting, monitoring, and construction inspection for the Port Everglades Turning Notch and Wetland Enhancement project. Environmental services provided by TCG included benthic surveys, sediment & water quality analysis, mitigation design, and env. permitting. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SBBC Phase I ESAs Broward County, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) FL 2008 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm c. ($25,000) TCG provided all services related to Environmental Site Assessments for various schools throughout Broward County. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED School Board of Broward County Broward County, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Biological Assets FL 2009 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm d. ($75,000) The project consisted of a pilot project for the review, assessment and quantification of biological assets associated with existing school sites within Broward County. TCG provided biological assessment and data analysis for the project, along with site inspection and environmental survey services with the survyor of record. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Alsdorf Park Pompano Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(lf applicable) 2014 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm e. () TCG was subcontracted by Corzo Castella Carballo Thompson Salman (C3TS) for the City of Pompano Beach to prepare conceptual designs for improvements to the existing boat ramp. TCG was not only responsible for a bathymetric survey, benthic survey and Environmental Assessment, but is responsible for permitting of the boat ramp. Chappel I STANDARD FORM 330(6/2004) 2 I Page 7 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 Project Manager a.TOTAL b.WITH CURRENT FIRM Matthew Mitchell 10 7 15.FIRM NAME AND LOCATION(City and State) The Chappell Group, Inc. Pompano Beach, FL 16.EDUCATION (DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science, Florida State University Tallahassee, August 2000, Environmental Science Master of Science, Nova Southeastern University Fort Lauderdale, October 2006, Marine Biology 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) • South Florida Association of Environmental Professionals, Director • International Society of Arboriculture, Certified Arborist 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Dania Beach Waterfront Dania Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Revitalization 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm a. The Chappell Group provided environmental assessment, design and feasibility analysis for a proposed waterfront reviatlization plan for the City of Dania Beach. Scope incuded environmental site assessment for the identification of regulatory permitting constraints, along with feasibility analysis of potential project components. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Port Everglades Environmental Hollywood, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Inventory (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I� U Check if project performed with current firm a. (200,000,000) Services provided for the Broward County Seaport Engineering and Construction division included a complete review of past, current and potential operations and projects associated with sustainability and designed to aid in the implementation of an Environmental Management System (EMS.) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Sunrise Passive Parks Sunrise, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm c. ($250,000) The Chappell Group was the lead environmental consulting firm for the preliminary environmenal assessment, design and permitting of proposed passive park improvements. The scope included wetland jurisdictional determinations, mitigation design, permitting and monitoring. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cooper City Soccer Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE tJ Check if project performed with current firm d. The Chappell Group was the lead environmental consulting firm for the preliminary environmenal assessment, design and permitting of a proposed recreational facility and passive park. The project scope included the assistance in securing of grant funding, along with the design, permitting and construction observation of onsite mitigation. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miramar Regional Park Miramar, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm e. The Chappell Group, Inc. designed, permitted, and conducted construction observation and monitoring of the wetland mitigation area. TCG was also a fundamental contributor to the design of the Art in the Park Kiosk that preserved a portion of the wetlands that existed prior to the park construction for public viewing. :Chappell= STANDARD FORM 330(6/2004) 2 I Page 8 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 Senior Project Biologist a.TOTAL b.WITH CURRENT FIRM patrick Murphy 5 5 15.FIRM NAME AND LOCATION(City and State/ The Chappell Group, Inc. Pompano Beach, FL 16.EDUCATION (DEGREE AND SPECIAUZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND D/SCIPUNEI Bachelor of Science, Nova Southeastern University, June 2004, Environmental Science 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) • South Florida Association of Environmental Professionals, Member • International Society of Arboriculture, Certified Arborist • Certified Sea Turtle Lighting - NESTS - Neighbors Ensuring Sea Turtle Survival 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Dania Beach Marina Dania Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm a. ($5,000,000) The proposed project consists of the redesign of the existing municipal marina facility. TCG provided all applicable environmental services for the marina, including preliminary environmental assessments, required water and sediment analysis, complete regulatory permitting services, and construction observation. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ravenswood Bus Shelter Dania Beach, FL PROFESSIONAL SERVICES CONSTRUCTION Of applicable) 2012 2014 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm b. ()TCG was subcontracted by ACAI Associates, Inc. to perform a tree survey and tree appraisals for the existing Broward County Transit (BCT) Ravenswood Bus Maintenance Facility. TCG assisted the civil engineer with preparation and submittal of the environmental resource and surface water permits and water use permits. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SBBC Phase I ESAs Broward County, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) FL 2008 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE tJ Check if project performed with current firm c. ($25,000) TCG provided all services related to Environmental Site Assessments for various schools throughout Broward County. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sunrise Passive Parks Sunrise, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm d. ($5,000,000)The Chappell Group has been contracted by the City of Sunrise to design and permit three (3) passive parks.TCG is responsible for all due diligence wetland mitigation design, and environmental permitting in association with the creation of the passive parks. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ash Monofill-FPL Relocation Davie, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1-1 Check if project performed with current firm e. ($50,000,000)The project was to relocate the existing FPL poles and lines due to the expansion of the Broward County Ash Monofill facility. TCG conducted weekly construction inspections of the relocation construction and coordinate with the FPL contractors to ensure all construction was performed in compliance with the environmental permits. chappel I STANDARD FORM 330(6/2004) 2 I Page 9 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects,if not specified. 1 Complete one Section F for each project.) 1.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Bicycle/Pedestrian Greenway&Trails Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2014 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Ms. Beth Zickar (954)747-4600 City of Sunrise Leisure Services Director Email: bzickar @sunrisefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson & Associates, Inc. along with Alta Planning + Design, was hired by the City of Sunrise to prepare a Citywide Bicycle / Pedestrian Greenways & Trails Master Plan. The Plan defines a system of sidewalks, bike lanes, paths, greenways and trails within the City of Sunrise that provides integrated and continuous corridors for non- motorized transportation and recreation throughout the city in a manner that is sensitive to the needs of various user groups, the natural and built environment, the management and maintenance, and potential funding capabilities of local government. 'f 4 1 \ 46,4 ii*:04400. . .. 1, / 404,1r)440.... reorotik. .4 -,„- / 4111; '4114441111011 rf, , Iv iiir 4,0 - P ',3--' , _,._ `. R t 4 , F k l % s �yyX t.sr °w�'�is iww,/ i,i- % y��j -i< " , e /l / � 5 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime—Master Planning Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. STANDARD FORM 330(6/2004) 4-7 2 I Page 10 1 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects,if not specified. 2 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED North County Neighborhood Improvements,NW Quadrant PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 2004-2011 2010-2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Broward County Water& Mr.Alan Garcia, P.E., Director, Water& (954) 831-0747 Wastewater Services Wastewater Services Email: agarcia @broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) 1 4. • The area was developed with limited sanitary sewer system, no drainage and an inadequate water distribution system. As a result of aging and inadequate infrastructure, Broward County selected Craven Thompson & Associates, Inc. to design landscaping and infrastructure improvements needed in the area. Construction cost for these improvements was over 40 million dollars. Craven Thompson designed and permitted storm water treatment facilities, water distribution, sanitary sewer collection systems storm sewer systems, and roadway improvements for the entire 650 acres. The sanitary sewer collection system consisted of 22,047 L.F. -8"gravity main, and 34 L.F. - 10" gravity main. The sanitary force main system consisted of 295 L.F. - 8" main, 2,235 L.F. - 10" main, 3,790 L.F. 12" main, 4,300 L.F. - 16" main, and 4,205 L.F. - 20" main. There were ninety three (93) new sanitary manholes added to the area. The water distribution system additions included 17,900 L.F. - 6" D.I.P. main, 5,100 L.F. -8" D.I.P. main and 1,850 L.F. - 12" D.I.P. main. All construction on the project is complete. This project required coordination with several different municipalities and agencies. An Inter-local Agreement was entered into with the City of Deerfield Beach. Right-of-ways and easements were established throughout the neighborhood. The entry road to Deerfield Beach High School was improved at the request of the City of Deerfield Beach. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Surveying,Civil-Engineering, Planning, a. Fort Lauderdale, Florida 33309 Landscape Architecture,and Construction Managements (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) 2 Page 11 F EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested 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 Welleby Park, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2014 June 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Sunrise Community (954) 572-2264 Development Department Mr. Dave Abderhalden Email: dabderhalden @sunrisefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Welleby Park currently consists of a meeting hall, rental pavilions, passive open space, a walking trail, exercise stations and a multi-use sports field. As part of the Parks Capital Improvement Program, the City of Sunrise is proposing to purchase 4 acres to the west to expand the park and construct a dog park to be divided for small and large dog sections. The existing meeting room will be expanded by 800 sf, a "Safety Town" component will be added to the playground experience and canoe/kayak launch will be added with a waterfront boardwalk. Craven Thompson provided site plan design and illustrative renderings with character imagery. The provided graphics were utilized by the City to help pass the bond needed to provide funding for the renovations. Approximate Construction Cost: $4.5 Million. Rib _t f3 N. R�, o o -; TMa:x s4 texts s wttt xr ss#a[ .f 10';:1.11:,;i 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Surveying, Landscape Architecture Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. STANDARD FORM 330(6/2004) 2 I Page 12 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (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 Don Shoffer Trail Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Aventura, Florida 2009 2010 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Aventura Mr.Tony Tomei (954) 630-4477 Capital Projects Manager Email: tomeit @cityofaventura.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Don Shoffer Trail Project included the design, permitting, coordination with FDOT for LAP Funding and construction of improvements to upgrade the City of Aventura's exercise path which extends along the entire length of Country Club Drive, located east of Biscayne Boulevard and north of the William Lehman Causeway. The project improvements included the reconstruction of the exercise path and asphalt pavement overlay; construction of accessible ramps and detectable warning surfaces; grading & drainage improvements; installation of root barriers; guardrail repair; landscaping; and installation of street furniture. The exercise trail is 10-feet in width and extends approximately 2.85 miles. TOTAL CONSTRUCTION COST WAS$452,788.00. digi 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime:Surveying,Civil Engineering, Landscape Fort Lauderdale, Florida 33309 Architecture, and Construction Mgt. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) 2 Page 13 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects,if not specified. 5 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Sense of Place Signage PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2012 2012 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Oakland Park Mr. Harris Hamid, P.E., Director Engineering (954) 630-4477 &Community Development Email: harrish @oaklandparkfl.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Sense of Place project began with a neighborhood and City Commission that wanted to apply CPTED (Crime Prevention Through Environmental Design) principals to an Oakland Park neighborhood by creating a "Sense of Place" feature that the residents would promote the idea of ownership to the community. The City had gone through a variety of "Sense of Place" ideas but the project was not progressing. When Craven Thompson & Associates, Inc. was invited to become involved, we immediately began developing ideas and preparing Photoshop renderings of those ideas to present to the City Commission and the Community. The above design was enthusiastically accepted, designed and put out for public bid. The bids came in under budget and the project was Y p completed on schedule. • �._.._. viii Existing Proposed 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Streetscape,Landscape Architecture Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) rla 2 I Page 14 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects 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 Miramar Regional Park, Phases I thru III PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Phase I -2004 Phase I -2005 Miramar, Florida Phase II -2008 Phase II -2009 Phase III-Ongoing Phase Ill 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miramar Mr. Luis Lopez, PE (954) 602-3316, City Engineer lalopez @ci.miramar.fl.us Craven Thompson and Associates designed the park, landscape, hardscape and infrastructure improvements for the Miramar Regional Park as an active regional park. The park is located on 200 acres in western Miramar. The park's facilities include a 35-acre wetland conservation area a 28-acre lake system with beach and boat rental facilities; picnic areas and shelters, softball fields, soccer/cricket fields, tennis and basketball courts, a water playground facility, and a swimming pool. Craven Thompson and Associates, Inc. performed all surveying services, designed and permitted dredge and fill plans for the parks water management system, wetland mitigation area and infrastructure facilities 6- . ui which included a water distribution and fire rotection system; a sanitary Y ry sewer collection system with two lift stations and transmission force main;a drainage system of swales, inlets and culverts to direct runoff to the on-site lake system; and the backbone roadway system and adjacent paved parking areas. Also included were off-site roadway improvements to SW 172nd Avenue and Miramar Parkway to satisfy plat approved turn lane requirements. Estimated Construction Cost: $24,000,000.00. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Surveying,Civil Engineering, Landscape Fort Lauderdale, Florida 33309 Architecture,and Construction Management (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. STANDARD FORM 330(6/2004) Ocif 2 1 Page 15 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects.if not specified. 7 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Livable Neighborhoods Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Gardens, Florida 2009-Ongoing (Phased) 2013 -Ongoing(Phased) 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Mr. Tom Ruiz (305) 622-8000, ext. 3110 City of Miami Gardens Public Works Director Email: truiz @miamigardens-fl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson & Associates, Inc. is the Design Engineer for this project. The Livable Neighborhoods Improvement Project includes approximately 222 total acres of land subdivided among four separate sites; namely Garden Circle, Kings Garden I& II, Kings Garden III and Vista Verde. The various project sites are all located within the confines of NW 183rd Street (Miami Gardens Drive), NW 215th Street (County Line Road), NW 47th Avenue, and NW 37th Avenue in the City of Miami Gardens, Florida. Significant amounts of the existing roadway and utility infrastructure within these neighborhoods are in a dilapidated state, which warranted immediate attention to alleviate the adverse conditions and conform to current standards. No storm water quality treatment or quantity attenuation facilities were included in the initial developments, which are apparent through the numerous drainage issues observed. In order to address the infrastructure needs, the City of Miami Gardens selected Craven Thompson & Associates, Inc. to analyze the drainage system and roadway corridors within the project areas. Craven Thompson prepared a Basis of Design Report (BODR) for the all the neighborhoods (Garden Circle, Kings Garden I & II, and Kings Garden Ill, and Vista Verde) -,•. which identified major deficiencies and provided recommendations for improvements. Recommendations included roadway rehabilitation, streetscape, new storm sewer system and storm water quality treatment, street lighting and landscaping improvements to select roadway corridors along with =ORE comprehensive storm water management systems for sue; each neighborhood, which included potential outfall options into nearby canal systems. To date, Kings Garden I & II has been fully designed and constructed, Vista Verde Phase IA is currently in construction, and Vista Verde Phase 1B is about to commence construction. Craven Thompson is also assisting the City in sourcing funding and easement / right-of-way acquisitions to facilitate the design and construction of the remaining neighborhoods. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Surveying,Civil Engineering, Landscape Fort Lauderdale, Florida 33309 Architecture,Construction Services (1)FIRM NAME ▪ (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME • (2)FIRM LOCATION(City and State) (3)Role d. • STANDARD FORM 330(6/2004) 2 Page 16 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency.or 10 projects.if not specified. 8 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Nob Hill Passive Park, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2012 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Sunrise Community Dave Abderhalden (954) 572-2264 Development Department Capital Projects Email: dabderhalden @sunrisefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Nob Hill Passive Park is a 4.69-acre vacant site located on the east side of Nob Hill Road, approximately 1,250 feet south of Commercial Boulevard. ,* Located adjacent to single-family homes on the east and south; and next to os church to the north, this site will provide residents with open park space that is currently not available in this area. This park is designed to be a passive �_ � � � g. Y p g p memorial park where the City can hold honorary events and parades for such `, F holidays as Memorial and Labor Day. The park is designed along an ascending :- elevated lineal access walk that leads up to the central node of the park from ' - west to east. The highest elevation of the walk has flag poles and to the south is ' = { a mounded tree of life exhibiting a massive Banyan tree. A large play field and walking loop anchor the south side of the central walk while a tot lot is located ,' ou along the northern edge. The central walk terminates at a sloped amphitheater ' = � and stage with bermed grass seating around the perimeter. This will be a great venue for honorary events as well as performances and civic events. A restroom -f / 3 facility and parking lot anchor the northeast corner of the site The strong :74 central access and the elevation changes give this park a dynamic design edge ;�• � and will provide added interest for the end user. Craven Thompson and Associates, Inc. was the prime consultant responsible for the park design as well 14 '•a # as the survey, preparation of the Open space Park management Plan, the design . yD 1 workshops, conceptual site design, Construction Documents and Construction � `a.^ R�ar Management for the City of Sunrise. Currently the project is under construction. ' , 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson &Associates, Inc. 3563 N.W.53rd Street Prime-Surveying Landscape Architecture, Planning Fort Lauderdale, Florida 33309 Civil 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. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) 2 I Page 17 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (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 LOCATION(CITY AND STATE) 22.YEAR COMPLETED North County Neighborhood Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) NE Quadrant, Pompano Beach, Florida 2007 -2011 (Phased) 2010-2014 (Phased) 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Broward County Water and Mr.Alan Garcia, P.E., Director, Water& (954) 831-0747 Wastewater Services Wastewater Services Email: agarcia @broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The North County Neighborhood Improvement Project (NCNIP) -�: =in r 41:i Northeast Quadrant includes approximately 720 acres of land between -- `_ o Dixie Highway and Federal Highway, North of Sample Road in Pompano{, Beach. The area was developed with a severely limited sanitary sewer system, no storm sewer nor any storm water quality treatment, and an j • ; � o4t inadequate water distribution system. As a result of this aging and q Y g g 7; I inadequate infrastructure, Broward County selected Craven Thompson '. °"•` , �"- I and Associates, Inc. to landscape design infrastructure and --=-4--- g p � fit r� D 4 improvements to upgrade service in the area and as the Resident • r ,�, Project Representative during construction. The infrastructure `� .�.� , improvements to the existing neighborhood included a major '�R-= p ;f ir t 311F., . ,, drainage basin study, roadway rehabilitation, new water distribution systems, new sanitary sewer collection systems, new storm sewer, r ,> new storm water quality treatment, landscaping, si na a, and . Ir! sidewalk systems. The sanitary sewer collection system consisted of d! 1 11 ,I ) 1 , r 69,550 L.F. - 8" gravity main, 807 L.F. - 10" gravity main, 129 L.F. - 12" �� gravity main, and 144 L.F. - 16" gravity main. The sanitary force main system consisted of 540 L.F. - 8" main, and 1,540 L.F. 12" main. The water distribution system additions included 35,626 L.F. - 6" main, 10,161 L.F. - 8" main, 841 L.F. - 12" main, 1,306 L.F. - 20" main, and 1,023 L.F. - 24" main. Construction cost for these improvements were over 40 million dollars. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Civil Engineering,Surveying, Planning, Fort Lauderdale, Florida 33309 Landscape Architecture,Construction Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) gla 2 I Page 18 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects.if not specified. 10 Complete one Section F for each project. 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Sunrise 44th Street Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2011 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Sunrise Community Mr. Dave Abderhalden (954) 572-2264 Development Department Capital Projects Email: dabderhalden @sunrisefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Sunrise Passive Park known as the N.W. {n r ` ; 44th Street Passive Park Site (OS-58) is an 44'_, 11.17 acre vacant site located on the south =- ' � side of NW 44th Street approximately 1,500 feet west of Pine Island Road. Funding for � �'"� the acquisition of this site was provided d through the Broward County Land Preservation Bond Program. Located adjacent to a canal opposite single-family homes and next to commercial t-4 development, this park site is a perfect natural buffer between the two uses. The location of this park next to a canal - ��~ provided a wonderful opportunity to bring the water element into the park setting with a canoe trail encircling a "bird island". A proposed meandering boardwalk through the newly constructed wetlands will be a serene and educational experience for all of the park's visitors. The site plan was designed to preserve and enhance all of the existing natural upland resources while providing a beautiful, safe and functional passive park for the residents..The park is envisioned to contain a walking/jogging trail with exercise stations, shaded tot lot, dual small parking area, expansive open play areas, picnic pavilion and restroom facility as well as environmental educational materials. .Craven Thompson and Associates, Inc. and our sub-consultant, The Chappell Group, were responsible for the survey, conceptual site design and preparation of the Open Space Park Management Plan for the City of Sunrise. Construction Cost is estimated at$4,000,000.00. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson &Associates, Inc. 3563 N.W.53rd Street Prime-Surveying Services, Landscape Fort Lauderdale, Florida 33309 Architecture,Civil 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. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) 2 I Page 19 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 11 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N.E.5th Avenue Corridor Streetscape&Drainage Improvements,Oakland Park, Florida March 2011 2012 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Oakland Park Mr. Harris Hamid, Director-Engineering (954) 630-4477 &Community Development Email: harrish @oaklandparkfl.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The City of Oakland Park awarded Craven Thompson & Associates s � s the design contract for the landscape architecture and streetscape, and drainage, improvements to the N.E. 5th Avenue y Corridor from Oakland Park Blvd. to N.E. 38th Street; approximately 0.60 miles. The services included: full roadway reconstruction design, landscape, hardscape, storm water management ICPR " "5" modeling and design, utility coordination and relocation, and all associated jurisdictional permitting. This project utilized federal grant funding for construction; specifically a Community Development Block Grant - Recovery Project Fund (CDBG-R) for which Craven Thompson and Associates played a vital role in helping the City of Oakland Park procure. CONSTRUCTION COST: Engineer's Estimate: $2 Million Final Cost: $1.8 Million a► 53 / 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Civil Engineering,Surveying,Landscape Fort Lauderdale, Florida 33309 Architecture,and Construction Mgt. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) 2 I Page 20 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects,if not specified. 12 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) NW 21st Avenue Improvements, Broward County, Florida 2009 2011 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Broward County Highway Construction Mr. Richard Tornese, P.E. (954) 577-4579 and Engineering Division County Engineer Email: rtornese @broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson surveyed, designed, permitted and provided construction engineering inspection services of Roadway, Regional Outfall, Storm Sewer, Signalization and landscape architectural Improvements to an existing two lane roadway through heavy commercial and residential area from north of Oakland Park Boulevard to NW 19th Street. Roadway was re-aligned to provide for an additional landscaped buffer area between the commercial and residential property. This regional outfall will serve approximately 400 acres of existing residential developments in Fort Lauderdale and Oakland Park, Oakland Park Boulevard drainage relief and NW 21st Avenue. The storm sewer outfall will be jacked under the CSX Railroad into the Interstate 95 Right-of-Way then north to the C-13 Canal.Along with the roadway realignment, new storm sewer was designed and constructed and exfiltration trench added for water quality treatment to offset the effect of the additional pavement. This Project entailed significant coordination between numerous agencies of the State, County and Federal Governments. Signal replacements are proposed at Oakland Park Boulevard and NW 26th Avenue as part of this Project. mo =' t Construction Cost: $8,100,000.00 '-':- f-*(fl, ,;--- --Z -- ,ii,-- _;'A 5- a '` yip - --- --� j�i,-_, �i i ' i y iii=�-' ;/ . 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Surveying,Streetscape,Landscape a. Fort Lauderdale, Florida 33309 Architecture,Civil Engineering,Construction Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) (57. 2 I Page 21 1 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects.if not specified. 13 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) NE 34th Court Streetscape& Reconstruction, Oakland Park, Florida 2012-2013 2014-2015 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Oakland Park Mr. Harris Hamid, P.E., Director (954) 630-4477 Engineering&Community Development Email: harrish @oaklandparkfl.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) This project involves full consulting „�,,,rw, services for the design and permitting of To r approximately 0.70 miles of streetscape 7 mow,.mom j; ,. roadway improvements on N.E. 34th Court • r 11S maw WO11.VAL PPM*(1/1,--.. from N.E. 2nd Avenue to Dixie Highway. :r , „ '�` ,,,�MOM SP ANO Ml1IWM The consulting services include landscape --- '0L”' and streetscape enhancement, full i roadway reconstruction design, storm �� dIL t ''water management ICPR i—...� .ice-�;, „ design, storm sewer design, utility � ry'' u coordination and relocation and all sovutit OAP OLR TO GO Al associated jurisdictional permitting. This 718f,' IW . ATQ `. Al r ; tsa ; F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER i Present as many projects as requested by the agency. or 10 projects.if not specified. 14 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED NE/NW 6th Street(Sistrunk Boulevard)streetscape& PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Enhancement Project 2010-2012 2012 Fort Lauderdale, Florida 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Fort Lauderdale Mr. Mark S. Friedman,AIA, NCARB (954)828-5962 Project Manager II Email:mfriedman @fortlauderdale.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson and Associates represented the City of Fort Lauderdale as the Resident Project Representative for the Sistrunk Boulevard Streetscape and Enhancement Project. While the design of this project was managed by the City's Community Redevelopment Agency (CRA) the construction portion is administered by the City of Fort Lauderdale's Public Works Department. . The project area encompasses 2.5 miles of Sistrunk Boulevard (NE / NW 6th Street) from Federal Highway to NW 24th Avenue and includes streetscape and infrastructure improvements consisting of landscaped medians, paver sidewalks, decorative street lighting, traffic signal mast arm installations, undergrounding of overhead utilities, drainage improvements, new water mains and the relocation of various sanitary sewer lines. Construction cost was approximately 14 million dollars. Work included on-site resolution of construction conflicts and design changes, construction inspection services for quality control and project certification, coordination with FPL, AT&T and Comcast for utility conversions from overhead to underground, close coordination with existing businesses during construction, public relations to keep all parties informed of the ongoing improvements, maintenance of traffic coordination to ensure continuous access to all affected properties, monthly Pay Application reviews, Change Order reviews and various other construction management duties. This project was partially,federally funded through FDOT LAP funding. vx y, ys ;- . �. r ; 4 -a -- / 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Landscape and hardscape a. Fort Lauderdale, Florida 33309 construction management and construction inspection. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. STANDARD FORM 330(6/2004) rs7 2 I Page 23 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 15 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED NE 38th Street Streetscape& Roadway Reconstruction PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2011 2013-2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Oakland Park Mr. Harris Hamid, P.E., Director (954) 630-4477 Engineering&Community Development Email: harrish @oaklandparkfl.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) This project involved the provision of professional engineering services for the design and permitting of approximately '' . 0.90 miles of roadway improvements. The consulting services included a complete storm drainage system, a roundabout to • replace an existing traffic signal, traffic = . , = - _ : NE 311TH MEET/PM*LAW EA$T calming devices, landscape andosion streetscape enhancement, utility .� "" coordination and relocation, and full ff - 1 i 1 roadway reconstruction. The main Project ! j objective was to discourage truck traffic .�, � , ��� . ammo ma and redirect cut-through traffic from NE M PRO DIEM 38th Street to alternate routes between sow —�- 11th �y 80'RIGHT OF WAY • Andrews Avenue and NE 11 Avenue. This FE 38TH STREET TYPICAL project required permit approvals from Broward County Environmental Protection Department (EPD), and the City of Oakland Park Public Works and Engineering and Community Development Departments. This project will utilize FDOT LAP funding for construction. Craven Thompson and Associates is currently assisting the City of Oakland Park with the funding procurement process. ESTIMATED CONSTRUCTION COST:$2.6 Million 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Streetscape,Civil Engineering,Landscape Fort Lauderdale, Florida 33309 Architecture and Surveying Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) fir 2i Page 24 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by agency,or 10 projects,if not specified. 16 the Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Art Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2012 2013 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Oakland Park Mr. Harris Hamid, P.E. Director (954) 630-4477 Engineering&Community Development Email: harrish @oaklandparkfl.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Urban Art Park is a 1/4 acre space in the downtown core of Oakland Park. , The park is designed to serve as a venue for art and sculpture installations, but also as a passive relaxing urban park space during times when no art is being - displayed. The project consists of retrofitted cargo shipping containers that will serve as pavilions/art gallery spaces, a graffiti wall for ever-changing and evolving public art and podiums/seat blocks that will serve as art displays . y ,,,,, . during art installations and exhibits. On street parking, widened pedestrian �� walkways, enhanced crosswalks and streetscape planting upgrades were included in the scope of the park. The project is currently under construction. y Craven Thompson provided surveying, landscape architecture and civil y�� engineering services. ,�// % % ' b y�i j".- ... - -* , 1 �'� yam/ � � - � %ice ��; .as ,,,:t7=1,' y uryum- " +..,."' -% r taro t ;-.r '3 ' Vi*. jai 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson&Associates, Inc. 3563 NW 53 d Street Prime-Surveying,Landscape Architecture&Civil Fort Lauderdale, Florida 33309 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. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) if2( Page 25 r F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 17 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Dania Beach Public Services Administration Landscaping PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Dania Beach, Florida 2010 2010 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Dania Beach Mr.John Chandler (954)776-1731 Project Manager, Camp Dresser McKee Email: chandlerjs @cdm.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson & Associates (CTA) provided landscape and irrigation services for the new Public Works Facility. Due to the expansive amount of parking area needed for the City's utility vehicles, CTA had to design the site with an abundance of landscape around the perimeters. This provided ample amount of screening for the single family neighborhood that is adjacent to the property. It also helps screen the vehicles from the future community center to the east. To compensate for the high levels of hardscape surface, CTA utilized 100% native species for the trees and shrubs. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Landscape Architecture Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. - (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME 1 (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) 47. 2 I Page 26 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 18 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Parkland Fire Station No.42 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Parkland, Florida 2009 2010 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER ACAI Associates, Inc. Mr. Adolfo Cotilla, R.L.A. (954)484-4000 Principal Email: adolfo @aecmworld.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson & Associates, Inc. (CTA) was the civil engineer and landscape architect for the Parkland Fire Station No. 42 in the City of Parkland. The state of the art Fire Station was situated on 3.0 acres included a 7,500 square foot fire station along with extensive native landscaping, solar lighting and associated parking. CTA's responsibilities included all Civil & Landscape Architecture, including tree protection & relocation as well as irrigation plans for the project. y s i+ NW I W. '14 ,1 1 : - Lgs..r...:f,i t i I fit 1 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson&Associates, Inc. 3563 NW 53rd Street Sub-Consultant-Civil Engineering,Surveying, a. Fort Lauderdale, Florida 33309 Landscape Architecture,and Construction Management (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) ry2( Page 27 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 19 Complete one Section F for each project 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED City of Aventura-General Consulting Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Aventura, Florida 2001 - Present Varies 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Aventura Mr. Antonio Tomei (305)466-8923 Capital Projects Manager Email: tomeit @cityofaventura.com Craven Thompson &Associates, Inc. (CTA) has served as the General Consultant for the City of Aventura since 2001. In this role we have completed numerous capital improvement projects including: planning, landscape architecture, surveying; engineering studies and reports; project management; roadway and drainage improvements; infrastructure improvements; permitting; park projects; street resurfacing; traffic improvement projects; roadway lighting; bulkhead studies; plan reviews; permitting; bidding assistance; and construction administration services. I< . y.< 111411,! t f - Waterways Park Yacht Club Way Bridge Repair Country Club Dr.Exercise Trail Improvements 25. FIRMS FROM SECTION C INVOLVED WITH THUS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson&Associates, Inc. 3563 N.W.53rd Street Prime-Surveying, Planning,Civil Engineering, a. Fort Lauderdale, Florida 33309 Landscape Architecture,and Construction Management (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) 2 Page 28 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 20 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED City of Miami Gardens General Consulting Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Gardens, Florida 2007 - Present 2007- Present 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Gardens Mr. Tom Ruiz (305) 622-8000 x 3110 Director of Public Works Email:truiz @miamigardens-fl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson &Associates, Inc. has served as the General Consultant for the City of Miami Gardens since 2007. In this role we have completed numerous capital improvement projects including: surveying; planning, engineering studies and reports; project management; roadway and drainage improvements; infrastructure improvements; permitting; park projects; streetscape, resurfacing; traffic improvement projects; roadway lighting; landscape architecture permitting; bidding assistance; and construction administration services. Total value of contract to date approximately$1 Million. 11 j lax 111111111, ;an 9102 st 11111111111.6 m"4'41 _441 4 * ._ :O wR 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Civil Engineering,Surveying, Landscape Fort Lauderdale, Florida 33309 Architecture,and Construction Management (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) 2 I Page 29 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects if not specified. 21 Complete one Section F for each project. 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Jaco Pastorius Park-North Expansion PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2013 May 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Oakland Park Mr. Harris Hamid, P.E., Director (954) 630-4477 Engineering&Community Development Email: harrish @oaklandparkfl.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) This project involves the expansion of parking and infrastructure upgrades for a community garden and City festivals. The expansion included the implementation of a grass parking lot that will be used for overflow parking during the Cities annual festivals that are held at Jaco Pastorius Park. Along with the parking, fencing, sidewalk connections, and park signage were provided for the community garden/ farming facilities located at the park. Construction cost: $325,000.00. t- IC4titA -4"7 I j ,Cil�earwnaaw ,. ± 1,. 11 ww.r �swnnaneawwr 41 fA{T 111111F110R/M tT"" catl - arr-�-� 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Landscape Architecture Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) 2 I Page 30 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects,if not specified. 22 Complete one Section F for each project) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Oscar Wind Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida December 2014 2015 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Ms. Beth Zickar (954) 747-4600 City of Sunrise Leisure Services Director Email: bzickar @sunrisefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Oscar Wind Park currently consists of athletic fields, playground and lakefront walking trail. As part of the Parks Capital Improvement Program, the City of Sunrise purchased property north of the park that will expand the park and connect it to Sawgrass Sanctuary Park (designed by CTA). The improvements include 100 new parking spaces, 150 stabilized grass parking spaces,construction of a new 15,000 sf multi-purpose building, new covered basketball courts, new playground, new restroom building, boardwalk at lake and a canoe/kayak launch. Craven Thompson provided site plan design and illustrative renderings with character imagery. The provided graphics were utilized by the City to help pass the bond needed to provide funding for the renovations. Approximate Construction Cost: $14.5 Million. - -;',..--?- _ - „:, , \ ' ' : ‘,. :0:-: g ''''-110.r17:11*:' ',411-$;::1:::;;;;A(44i,It:::?'}p:::,italj„,i::r:\ i=z,....:52:Zz.::::: i? } . 3 0 - �<''' t _.R f a.,emu 0 fi ' , »-', � f } 1111111 - MEM 0 wont Sj CkSf.Vl77: 1. _.:3 t ., t, 4 k 1 v � i�L"ve>fS 25: FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Landscape Architecture Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) r7a 2 I Page 31 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects.if not specified. 23 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Flamingo Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2014 2016 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Ms. Beth Zickar (954)747-4600 City of Sunrise Leisure Services Director Email: bzickar @sunrisefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Flamingo Park currently consists of athletic fields and a meeting hall. Per the Parks Capital Improvement Program, the City of Sunrise is adding covered basketball courts, installing a rubberized multi-use path, relocating the tennis courts and constructing a new 4,200 sf meeting hall. Craven Thompson provided site plan design and illustrative renderings with character imagery. The provided graphics were utilized by the City to help pass the bond needed to provide funding for the renovations. Approximate Construction Cost: $4.3 Million. -, lig -. *- ''' 't I I _ ' w-f 1 ■ . ' 4 c;fici. ..:, -4... _ ,, . . 71 _ __.,,, -,, , ,, - , .. _ ... -, ..../. z 4-. < - :‘%.--. _ ,,,‘ , 0 : , a ,0,, , -- , it-:-., ) - I , , -, -- - ____. - :=7_,::::— 44, . ..---- , -, ...,.....--- WI , . 4 * ' IIMI 4 1,888...t.1.1 OR MAN P.M t fW�.A( %rF v ir#A1 M 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Landscape Architecture Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) 4.-1- 2 I Page 32 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project. 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED SBBC Biological Assets Broward County, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) FL 2009 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Craven Thompson & Associates, Mr. Richard D. Pryce (954) 739-6400 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Chappell Group, Inc. (TCG) was the lead environmental consulting firm conducting the review of biological assets in forty-eight (48) School Board of Broward County (SBBC) schools. The purpose of the review was to develop a monetary and ecological value associated with existing biological assets for the forty-eight (48)schools. TCG was responsible for the review of twenty-four (24) schools in the SBBC's North and North Central Areas. Specifically, TCG conducted an inventory, utilizing ITREE and UFORE software, of the existing canopy/trees, confirmed the sodded areas, and constructed wetlands. TCG performed these tasks for Craven Thompson & Associates, Inc. and the School Board of Broward County from 2008 to 2009. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. The Chappell Group, Inc. Pompano Beach, FL Environmental Permitting Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. Craven Thompson and Fort Lauderdale, FL Civil Engineering Associates, Inc. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. ®Chappell, STANDARD FORM 330(6/2004) 2 I Page 33 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.)_ 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Ravenswood Bus Shelter Dania Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2011 2012 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER ACAI Associates, Inc. Mr. Donald Wilkin (954) 917-3636 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) This project is located along Ravenswood Road and Tigertail Road in the City of Dania Beach. The proposed project is the redevelopment of an existing Broward County Bus Maintenance Facility to accommodate a new bus maintenance facility, parking garage, operations building, and fueling facility. This project is proposed to be a LEED certified building. The Chappell Group, Inc. conducted tree appraisals of all on-site specimen trees/palms (trees s18" at DBH and palm trees with 6' of clear wood and a DBH of s12") , assisted with the Tree Disposition Plan, and storm water permitting for the proposed project. The Chappell Group, Inc. will perform these tasks for ACAI Associates, Inc. through October 2012. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. The Chappell Group, Inc. Pompano Beach, FL Environmental Permitting Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. ACAI Associates, Inc. Fort Lauderdale, FL Civil Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. ®Chappell:= STANDARD FORM 330(6/2004) 2 I Page 34 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Pompano Creek Pompano Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER DIX.LATHROP and ASSOCIATES,Inc Mr. Jason Holden (407) 667-1777 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Chappell Group, Inc. was contracted by DIX.LATHROP and ASSOCIATES, Inc. for the Jefferson Apartment Group to conduct a tree survey and tree appraisals of the project site for City of Pompano Beach permitting. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. The Chappell Group, Inc. Pompano Beach, FL Environmental Permitting Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. Craven Thompson and Fort Lauderdale, FL Civil Engineering Associates, Inc. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. ®Chappell STANDARD FORM 330(6/2004) 2 I Page 35 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F tor each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED BC North Regional Wastewater Treatment Pompano Beach, FL PROFESSIONAL SERVICES CONSTRUCTION of applicable) 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME e.POINT OF CONTACT TELEPHONE NUMBER Craven Thompson and Associates Mr. Richard D. Pryce (954) 739-6400 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Chappell Group, Inc. was subcontracted by Craven Thompson and Associates, Inc. for the Chevron Energy Solutions Company to conduct tree appraisals at the Broward County North Regional Wastewater Treatment Plant. The Chappell Group, Inc. conducted tree appraisals of several specific trees as required by the City of Pompano Beach for the construction of a new biogas refinery. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. The Chappell Group, Inc. Pompano Beach, FL Environmental Permitting Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. Craven Thompson and West Palm Beach, FL Civil Engineering Assocaites, Inc. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. ®Chappell STANDARD FORM 330(6/2004) 2 I Page 36 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Alsdorf Park Pompano Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Stantec Mr. Jeff Crews, P.E (561) 487-3379 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Chappell Group, Inc. was subcontracted by Corzo Castella Carballo Thompson Salman (now Stantec) for the City of Pompano Beach to prepare conceptual designs for improvements to the existing boat ramp and parking lot on-site. TCG was responsible for a bathymetric survey, benthic survey, environmental permitting, environmental assessment, and tree appraisals. In addition, TCG provided input to Stantec on the feasibility and operation constraints of the proposed park improvements to assist in the development of the conceptual designs and boat ramp improvements. The Chappell Group, Inc. performed these tasks for Stantec and the City of Pompano Beach from April 2011 to August 2014. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 11)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. The Chappell Group, Inc. Pompano Beach, FL Environmental Permitting Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. Stantec Boca Raton, FL Civil Engineering (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME 12)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. ®Chappell STANDARD FORM 330(6/2004) 2 I Page 37 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27 ROLE IN 28. EXAMPLE PROJECTS LISTED IN PERSONNEL THIS (Fill in"Example Projects Key"section below before completing (From Section E, CONTRACT table. Place"X"under project key number for Block 12) (From Section E, participation in same or similar role.) Block 13) ri N M CT �A 1.0 N 00 01 C ri N m 1f1 1.0 N 00 01 0 �-4 N m 1.N 1.0 N 00 ri ri ri rl •l N N N N N N N N N Joseph Handley,R.L.A. Landscape Architect X X X X X X X X X X X X X X X X X X X X X X X X X Doug Schultz,RLA,LEED AP Landscape Architect X X X X X X X X X X X X X X X X Scott Peavler,RLA Landscape Architect X X X X X X X X X X X X X X X X Caleb Rothenberger Landscape Designer X X X X The Chappell Group Arborist X X X X X X X X X NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Bicycle/Pedestrian Greenway&Trails Master Plan 15 NE 38th Street Streetscape&Roadway Reconstruction Sunrise, Florida Oakland Park, Florida 2 North County Neighborhood Imp. Project, NW Quadrant, 16 Urban Art Park Broward County, Florida Oakland Park, Florida 3 Welleby Park 17 Dania Beach Public Services Administration Landscaping Sunrise, Florida Dania Beach, Florida Don Shoffer Trail Improvements Parkland Fire Station No.42 4 18 Aventura, Florida Parkland, Florida 5 Sense of Place 19 City of Aventura General Consulting Services Oakland Park, Florida Aventura, Florida Miramar Regional Park, Phases I-Ill City of Miami Gardens General Consulting Services 6 20 Miramar, Florida Miami Gardens, Florida Livable Neighborhoods Improvement Project 21 Jaco Pastorius Park-North Expansion Miami Gardens, Florida Oakland Park, Florida Nob Hill Passive Park Oscar Wind Park 8 22 Sunrise, Florida Sunrise, Florida 9 North County Neighborhood Imp. Project, NE Quadrant, 23 Flamingo Park Broward County, Florida Sunrise, Florida 10 N.W.44th Street Passive Park 24 School Board of Broward County-Biological Assets Sunrise, Florida N.E.5th Avenue Corridor Streetscape& Drainage 11 Improvements,Oakland Park, Florida 25 Ravenswood Bus Shelter, Dania Beach, Florida 12 NW 21St Avenue Improvements 26 Pompano Creek, Pompano Beach, Florida Broward County, Florida 13 NE 34th Court Streetscape and Reconstruction 27 Broward County Regional Wastewater Treatment, Pompano Oakland Park, Florida Beach, Florida 14 NE/NW 6th Street(Sistrunk Blvd.)Streetscape& 28 Alsdorf Park, Pompano Beach, Florida Enhancement Project, Fort Lauderdale, Florida STANDARD FORM 330(6/2004) 2 I Page 38 H.ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED. Craven Thompson & Associates, Inc. (CTA) has been a consulting industry leader in the South Florida area since our inception in 1962. With our office located in South Florida, we have established a high-profile presence through the years with a reputation of excellent service to many varied clients, performing the full range of professional services. We have worked closely with many governmental agencies to provide services such as landscape and hardscape design, streetscape, complete streets, redevelopment, neighborhood improvements, park design, bicycle/trail/greenways design, roadway design, landscape architecture, water and wastewater design, GIS/Mapping„ surveying, planning, storm water management, roadway beautification and construction management. CTA has been providing professional services to the Tri-County area since the formation of the firm. CTA has been involved in the planning, design, permitting, surveying, contract administration and construction management of numerous Capital Improvement Projects, including redevelopment, parks, roadway beautification, streetscape, trails, roadway design, the replacement and upgrade of water and sewer lines, new infrastructure, sewage pump stations, storm water drainage projects, and waterway projects. Our experience includes the design and construction of over 6,000 acres of neighborhood improvements in Broward County, including the South County Neighborhood Improvement Project (1,400 acres), Central County Neighborhood Improvement Project (1,800 acres), North Central County Neighborhood Improvement Project (950 acres) and the North County Neighborhood Improvement Projects (1,660 acres) as well as Utility Analysis Zones (895 acres). All of these projects included surveying, studies, modeling, cost estimating, design drawings, technical specifications and construction management for the replacement/rehabilitation of existing roadways and infrastructure and the construction of new drainage facilities, pavement and landscaping. These projects started with a Basis of Design Report that addressed the infrastructure needs of the community and this report was then used as a guideline for future design and construction activities. CTA presents many distinct and unique advantages which will assure timely and cost effective completion of projects. These advantages include the following: • An experienced team: CTA staff has extensive experience with various types of unusual and difficult designs with innovative and aesthetically pleasing improvements. • Full service firm: CTA can provide all of the landscape architecture, planning, civil engineering, surveying, GIS and construction support services needed in-house. • Project management: Organization lines and responsibilities are clearly defined for each project, ensuring that the best qualified individual is matched to a particular assignment. • Familiarity with native and Xeriscape hardscaping, landscaping, horticulture, and redevelopment projects. • Continuity: The Resources and staff available at CT&A ensure responsive service and continuity throughout all phases of projects. I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts 31.SIGNATUR - 32.DATE December 2,2014 33 AM 011E- 7" Joseph QOHandle ,R.L.A., Vice President,Planning&Landscape Architecture STANDARD FORM 330(6/2004) 2 I Page 39 1.SOLICITATION NUMBER(If anyl ARCHITECT ENGINEER QUALIFICATIONS RFQ No.2014-346-VG PART H - GENERAL QUALIFICATIONS 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABUSHED 4.DUNS NUMBER Craven Thompson &Associates, Inc. 1962 06-362-4910 2b.STREET 5.OWNERSHIP 3563 N.W.53rd Street a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE Corporation Fort Lauderdale Florida 33309 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE ' N/A Joseph D. Handley, R.L.A..,Vice President, Landscape Architecture&Planning 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS Same (954)739-6400 jhandley @craventhompson.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER Davis and Craven, Inc./Davis,Craven,Thompson, Inc./Craven Thompson, Inc. 1961/1973/1975 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c.Revenue c.Revenue a. a.Function b.Discipline 2 a.Profile b.Experience Index Profile b.Experience Index Code (1)FIRM BRANCH Cade Number Code Number (see below) (see below) 02 Administrative 11 A06 Airports;Term.&Hangars 6 101 Lab.;Med.Research Facilities 3 08 AutoCAD Technicians 4 A08 Animal Facilities 1 L02 Land Surveying 1 12 Civil Engineers 15 1 All Auditoriums&Theaters 1 L04 Libraries;Museums;Galleries 2 15 Construction Inspectors 8 801 B• arracks;Dormitories 1 001 Office Bldgs.;Industrial Parks 5 16 Const.Management 1 B02 Bridges 1 P05 Planning(Comm.,Regional) 1 38 Land Surveyor 16 CO6 Churches;Chapels 1 P06 Planning(Site,Installation) 2 39 Landscape Architect 3 C10 Commercial Bldg.;Shopping 6 P13 Public Safety Facilities 3 47 Planners;Urban/Regional 1 C11 Community Facilities 4 R03 Railroad;Rapid Transit 3 D07 Dining Halls;Clubs;Rest. 1 R04 Rec.Fac.(Parks,Marinas) 6 E02 Educational Facilities 6 RO6 Rehabilitation(Buildings) 2 E09 Environmental Impact Studies 1 R09 Resources Recov.;Recycling 1 Eli Environmental Planning 1 R11 Rivers;Canals;Waterways 2 F02 Field Houses;Gyms;Stadiums 1 SO4 Sewage Collection,Treatment 5 GO1 Garages;Vehicle Maint.Fac. 4 SO7 Solid Wastes;Incin.;Landfill 5 H01 H• arbors;Ship Terminal Fac. 7 S10 Surveying;Platting;Mapping 1 H06 High-rise 1 S13 Storm Water Handling&Fac. 6 H07 Hwys.;Streets;Parking Lots 7 T02 Testing and Inspection Serv. 1 H09 H• ospital&Medical Facilities S T03 Traffic&Trans.Engineer 4 H10 Hotels;Motels 4 104 Topo.Survey&Mapping 1 H11 H• ousing(Res.,Apts.,Condo) 7 UO2 Urban Renewals;Comm.Dev. 9 101 Industrial Buildings 5 WO1 Warehouses&Depots 1 Other Employees 106 Irrigation;Drainage 3 W02 Water Resources;Hydrology 2 Total 59 1 JO1 Judicial&Courtroom Fac. 3 W03 Water Supply;Treatment 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 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 W. k 8 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 8 _ 5. $1 million to less than$2 million 10. $50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATU b.DATE December 2,2014 c.NAME AND LE Joseph D. Handley '. .A.Vice President, Planning&Landscape Architecture STANDARD FORM 330(6/2004) 0 2 I Page 40 TAB 2- EXPERIENCE&QUALIFICATIONS CRAMI•THOIAIVON&AINOCATB3. REQUEST FOR QUALIFICATIONS NO. 2014-346-YG Emmett,•Mermen•Surveyors•teoessape architects 2.2 Qualifications of Proposer Team 1. Organizational Chart-Group A-Architecture- Landscape lowarsammilionamay Craven Thompson &Associates,Inc. Douglas R.Taylor, P.E. CLIENT LIAISON a Craven Thompson&Associates,Inc. Joseph D.Handley,R.L.A. PRINCIPAL-IN-CHARGE r Craven Thompson pson&Associates,Inc. LANDSCAPE ARCHITECTURE Douglas Schultz,R.L.A.,LEED AP PROJECT MANAGER Scott W.Peavler,R.L.A. LANDSCAPE ARCHITECT Caleb Rothenberger LANDSCAPE DESIGNER Chappelb U P ARBORIST SERVICES Tyler Chappell Matthew Mitchell Patrick Murphy CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 41 Vi%ii e h D. Ha dtey, KUL CONOMICIFICOMMIOPAIM PROJECT ROLE I Principal I Vice President, Planning&Landscape Architecture .0.—•rr.w,•sr..rm.•t stator Arde , B.S. in Ornamental Horticulture Clemson University I 1976- 1980 EDUCATION ,= Attended Masters in Landscape Architecture Program University of Georgia and Louisiana State University 1 1981- 1984 - ftEGismivrioNs Professional Registered Landscape Architect-Florida No 1368(1990) YEAIIS OF EXPERIENCE 26 Years w/CTA, 5 Years w/Other Firms SUMMARY OF EXPERIBICE Mr. Handley has been involved in a broad range of land planning projects in South Florida for the past thirty one years. Having worked in both the public and private sectors, Mr. Handley is widely familiar with client needs and project requirements and processes. He is responsible for overseeing the preparation and processing of plats, site, landscape, hardscape, streetscape and irrigation plans; utilizing his knowledge of local, state and federal regulations involved in land development. He has direct client "If contact to obtain project input and approvals, responsible for completion of projects on time and within budget. CRAVEN THOMPSON&ASSOCIATES,INC., Fort Lauderdale, Florida September 1993- Present I Vice President, Planning and Landscape WORK NIMORY; Architecture February 1988-September 1993 I Senior Land Planner Sunrise Bicycle/Pedestrian, Greenways and Trails Master Plan ( Sunrise, Florida I Principal Landscape Architect Craven Thompson & Associates, Inc. along with Alta Planning + Design was hired by the City of Sunrise to prepare a Bicycle / Pedestrian Greenways & Trails Master Plan. The Plan defines a system of sidewalks, bike lanes, paths, greenways and trails within the City of Sunrise that provides integrated and continuous corridors for non-motorized transportation and recreation throughout the city in a manner that is sensitive to the needs of various user groups, the natural and built environment, the management and maintenance, and potential funding capabilities of local government. NW 44th Street Passive Park and Oakland Park Boulevard Passive Park I Sunrise, Florida I Principal Landscape Architect - Construction Cost: $8 Million. These 2 passive parks developed under the Broward County Parks Bond Program include upland and wetland restoration, a splash pad, a nature-themed playground, restroom and storage buildings,jogging paths, picnic shelters and canal boardwalk. Dania Beach Municipal Marina I Dania Beach, Florida I Principal Landscape Architect CTA provided the professional services to rehabilitate and redesign the existing Dania Beach Marina including site planning, hardscape improvement plans and landscape plans. The marina will have a completely new layout to maximize space and revenue including a new docks and dockmasters' building. Coconut Creek Community Center I Coconut Creek, Florida I Principal Landscape Architect Cost: $5.3 Million. 8.2-acre community center. Master plan included sports courts, amphitheater, play areas, boardwalks&jogging paths. Site is extensively landscaped with buffer planting& berming on all sides. Design includes 2 interpretive areas with butterfly gardens. Miramar Regional Park, Phase lthru III I Miramar, Florida I Principal Landscape Architect Construction Cost: $24 Million. This 200-ac. park includes a 35-acre wetland conservation area, 28-acre lake system with beach & boat rental facilities; picnic areas & shelters, softball fields, soccer/cricket fields, tennis & basketball courts. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 42 „„„.. Joseph D 4 Handley, R41�w.a 4 CR094.114 ,E PROJECT ROLE I Principal I Vice President, Planning&Landscape Architecture Engineers.Prromers Surveyors.tMdstape Architects Sawgrass Sanctuary Park I Sunrise, Florida I Project Manager and Principal Landscape Architect CTA was the prime consultant for the design and construction of this 21-acre environmental interpretive passive park located at the Southwest corner of Interstate 75 and State Road 84 within the City of Sunrise. This exciting park includes a number of innovative and educational experiences designed towards the adjacent elementary school students as well as the creation of an enormous wetland, picnic pavilions, interpretive stations, animal footprint teaching pads, boardwalk with porthole viewing terminals, observation platform,fishing pier, canoe trails and even a concert platform. Craven Thompson and Associates, Inc. and its subconsultant, Jeff Falkanger and Associates were responsible for the survey, design and permitting of all aspects of construction of this unique park for the City of Sunrise. Cost: $2 Million. Saba! Pines Park I Coconut Creek, Florida I Project Manager and Principal Landscape Architect CTA was prime consultant for the full range of landscape architectural/engineering services required for this $5.5 million dollars, 53-acre sports facility for the City of Coconut Creek. This unique facility provides a wide variety of active and passive recreation opportunities for the residents. The amenities include two soccer fields, four baseball/softball fields, two tennis courts, two in-line hockey rinks, two unique tot lots, a nature trail through a preserved conservation area, a jogging path, a recreated wetland, a lakefront boardwalk, a group picnic shelter, two family picnic shelters, a restroom/picnic shelter, a concession/restroom/ administration building, a maintenance building with compound and numerous parking areas. NE 38th Street Streetscape (Andrews Avenue to NE 11th Avenue) I Oakland Park, Florida I Principal Landscape Architect - Landscape, streetscape and irrigation design for the roadway reconstruction design of approximately 0.90 miles of roadway improvements including neighborhood traffic calming. Features to Enhance Neighborhood Integrity I Oakland Park, Florida I Principal Landscape Architect Redesign of the entry features for the Royal Palm Isles and South Royal Palm Acres. NE 34th Court Streetscape/Reconstruction (NE 2nd Avenue to Dixie Highway) I Oakland Park, Florida Principal Landscape Architect - Landscape, streetscape and irrigation design for the roadway reconstruction design of approximately 0.60 miles. NE 5th Avenue Streetscape/Reconstruction (Oakland Park Blvd to NE 38th Street) I Oakland Park, Florida Principal Landscape Architect - Landscape, streetscape and irrigation design for the roadway reconstruction design of approximately 0.60 miles. Broward Boulevard (Pine Island Road to University Drive) I Plantation, Florida I Principal Landscape Architect Landscape, streetscape and irrigation design for the roadway reconstruction design of approximately 0.80 miles. Sistrunk Boulevard Streetscape (NW 24th Avenue to South Federal Highway) I Fort Lauderdale, Florida Principal Landscape Architect - Landscape, streetscape and irrigation CEI for the roadway reconstruction design of approximately 2.3 miles. NW 21st Avenue (Oakland Park Boulevard to NW 19th Street) I Oakland Park & Fort Lauderdale I Principal Landscape Architect - Landscape, streetscape and irrigation design for the roadway reconstruction design of approximately 1 mile. Pine Island Road (Commercial Boulevard to Oakland Park Boulevard) I Sunrise and Tamarac, Florida Principal Landscape Architect - Landscape, streetscape and irrigation design for the roadway reconstruction design of approximately 1 mile. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 43 fin Joseph D. Handley, R.LA. CRAVEN.TM ,et PROJECT ROLE I Principal I Vice President, Planning&Landscape Architecture fnrt++etrs•INam+crx•Sufv4lgls• Northwest 125th Street(SR7 to NW 17th Avenue) I North Miami, Florida I Principal Landscape Architect Landscape,streetscape and irrigation design for the roadway reconstruction design of approximately 1 mile. North Central County Neighborhood Improvements Project I Broward County, Florida I Principal Landscape Architect Preparation of Basis of Design Report, Contract Documents, Permitting and Construction Management for 980-acre retrofit infrastructure and landscape improvements within unincorporated Broward County. Central County Neighborhood Improvements Project I Broward County, Florida I Principal Landscape Architect - Preparation of Basis of Design Report, Construction Documents, Permitting and Construction Management for 1,800 acre retrofit infrastructure and landscape improvements within unincorporated Broward County. South County Neighborhood Improvements Project I Broward County, Florida I Principal Landscape Architect Preparation of Basis of Design Report, Construction Documents, Permitting and Construction Management for 1,400 acre retrofit infrastructure and landscape improvements within unincorporated Broward County. Client: Broward County Office of Environmental Services. Sawgrass Mills Mall I Sunrise, Florida I Principal Landscape Architect Principal Landscape Architect since 1995 for the Sawgrass Mills regional mall including the landscape, irrigation, hardscape and amenity design for the Oasis, Oasis Parking Garage, Anchor D re-tenanting and Colonnade Shoppes Phases 1, 2 &3. Strada Streetscape I Coconut Creek, Florida I Principal Landscape Architect - This project is an 8.3 acre commercial development in Coconut Creek, located on the corner of Coconut Creek Parkway and Lyons Road. Strada was planned, and is being developed, as a commercial village with retailers, professional and medical offices, two financial institutions and a hotel. A Site Plan was developed that integrates the needs of the community, the City requirements and the Developer's vision. A unique feature of the plan is the "pedestrian spine" that connects the various uses together and culminates in plazas on both Coconut Creek Parkway and Lyons Road. CTA was also responsible for the Hardscape as well as the Landscape design. New River Trading Post ( Fort Lauderdale, Florida I Principal Landscape Architect and Land Planner Landscape, streetscape, irrigation and site plan approval for the New River Trading Post re-development project situated on the New River adjacent to the Performing Arts Center. Comprised of townhomes, retail space and office space, New River Trading Post was the first development to bring a residential opportunity to the Himmarshee Village area in downtown Fort Lauderdale. Avenue Lofts I Fort Lauderdale, Florida ( Principal Landscape Architect and Land Planner Landscape, streetscape, irrigation and site plan approval for the Avenue Lofts re-development project. Avenue Lofts was the first residential development within the FAT (Fashion-Arts-Technology) Village on the north edge of downtown Fort Lauderdale. Developed by the visionary, Alan Hooper of The Hooper Company, the area has been transformed from a decaying and vacant warehouse area, to the vibrant FAT Village. This mixed-use loft development set a high standard for the numerous developments that followed this trendsetter. City of Dania Beach Public Services Administration Building I Dania Beach, Florida I Principal Landscape Architect - The Public Services building was a complicated project due to the expansive area of parking for the utility vehicles. The perimeter had to be heavily landscaped to compensate for the paving area and to help screen the facility from the neighboring residential properties. The landscape materials utilized were 100% native to provide a positive example to the community on how the City has taken an effort to design with the environment in mind. CRAVEN THOMPSON&ASSOCIATES, INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 44 Douglas hult, R.L.A., LEED • ' CRAVEN•h+oMPsoN&aeoaA,Ea NC. PROJECT ROLE I Landscape Architecture Project Manager I Sr. Landscape Architect Fist •Winners•Surveyors•landscape Architects Bachelors of Landscape Architecture EDUCATION , University of Kentucky 1 2002 Professional Registered Landscape Architect-Florida No. 6666937 (2006) REGISTRATIONS LEED Accredited Professional, United States Green Building Council, 2009 YEARS OF EXPERIENCE 3 Years w/CTA, 9 Years w/Other Firms SUMMARY OF EXPERIENCE Mr. Schultz has been actively involved in the planning and design for a variety of projects ranging from large scale community planning to detailed resort design. He is LEED Accredited and is a licensed Landscape Architect in the State of Florida. He is responsible for seeing projects from concept to detailed design and through construction. Mr. Schultz has acted as the primary project manager on several public and private sector construction projects. He is very knowledgeable in the design f ,_ process and has an extensive construction background understanding. CRAVEN THOMPSON&ASSOCIATES,INC., Fort Lauderdale, Florida July 2011 to Present I Landscape Architect WORK HISTORY EDSA, Fort Lauderdale, Florida - June 2002 to July 2011 Landscape Architect Sunrise Bicycle/Pedestrian,Greenways and Trails Master Plan I Sunrise, Florida I Project Manager Craven Thompson & Associates, Inc. along with Alta Planning + Design was hired by the City of Sunrise to prepare a Bicycle/ Pedestrian Greenways &Trails Master Plan. The Plan defines a system of sidewalks, bike lanes, paths, greenways and trails within the City of Sunrise that provides integrated and continuous corridors for non-motorized transportation and recreation throughout the city in a manner that is sensitive to the needs of various user groups, the natural and built environment, the management and maintenance, and potential funding capabilities of local government. Community Parks I Sunrise, Florida I Landscape Architect The City of Sunrise acquired three tracts of land that they have decided to make into community parks. Each park will have their own specific amenity that will make it unique, but the hardscape components such as paving, lighting, benches, walking surfaces, fences and restroom facilities will all have the same character which will relate the three parks together. The 44th Street Park will have a splash pad water feature for kids while the 38th Street Park will have a disc golf course and Nob Hill Road Park will have a labyrinth and amphitheater Mr. Schultz is project manager for the construction administration of the three parks and recently completed the design of the Nob Hill Road Park. Dania Beach Municipal Marina I Dania Beach I Landscape Architect The existing Dania Beach Marina has been redesigned to include a new marina, dockmaster building, public promenade along the seawall and an open air pavilion with grill and fish cleaning stations. The marina will have a new configuration to maximize space and revenue. The new public promenade will provide the general public access to the water's edge and will provide a connection from the marina to the new dockmaster building and open air pavilion. Mr. Schultz is the project manager responsible for the design of the site layout, public promenade and associated landscape enhancements. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 45 Douglas Sl hlu tz R.L.A LEED AP CROOMICIAPIONtriABOCIAlat tc PROJECT ROLE I Landscape Architecture Project Manager I Sr. Landscape Architect b,r..a. a.nu..sw..ru:.undum+P a shieen. Downtown Fort Lauderdale Prototype Streetscapes I Fort Lauderdale, Florida I Landscape Architect The Fort Lauderdale Downtown Development Authority envisioned a demonstration project that would establish a design vocabulary for the redevelopment of streetscapes for downtown Fort Lauderdale. These design criteria were applied and resulted in a restoration project that spans 4000 feet and 8 city blocks, addressing walking surfaces, interfaces with operating buildings, limited Right of Way space, future utilities, street tree planting, street lighting and furnishings. Neighborhood Improvement Project, Bid Pack 11 ( Deerfield Beach, Florida I Landscape Architect Provided landscape design for the streets improvements north of Sample and west of Federal Highway. The project consists of improving the streetscape by providing additional street trees, shrub beds along new sidewalks, and parallel parking. Landscape Architectural services will include construction observation once the project goes under construction. Miami Beachwalk I Miami Beach, Florida I Landscape Architect The beachwalk provides a social gathering experience offering amazing views along the Atlantic Ocean and of the numerous new and historical hotels that line the walk. Mr. Schultz's involvement as project manager has included the redesign of the existing raised beachwalk behind the W Hotel and the Eden Roc Hotel to produce an at grade pathway experience that meanders along the dune and local hotels. Mr. Schultz also oversaw the installation. Hard Rock Hotel and Casino I Tampa, Florida ( Landscape Architect The Tampa Hard Rock expanded their casino in 2007 and Mr. Schultz provided the design for the grounds surrounding the new building and learned extensive knowledge into how casinos function and how spaces/circulation relate with those functions. Mr. Schultz also conducted the construction observation and administration for the project. Broward College Health Science Simulation Laboratory I Davie, Florida I Landscape Architect Broward College developed their new Health Science Simulation Laboratory as part of their campus expansion. The new facility utilizes contemporary styling that will provide a separation from the existing campus, but will blend within the overall fabric. Mr. Schultz served as the landscape architect on the project working with the architect to provide a Site plan that provides interest and functionality. The planting and irrigation were developed with attention to water efficiency and utilizing native plantings. Nova Southeastern University,The Center for Collaborative Research I Davie, Florida I Landscape Architect - As part of NSU's continual expansion and Masterplan implementation, they have developed their Center for Collaborative Research which will be located on the main loop road of the campus. This building will be the front door to the campus and therefore continues the architectural aesthetic that is consistent across the campus. Mr. Schultz served as the landscape architect for the project providing planting and irrigation services for the project. The planting was designed to integrate within the overall campus seamlessly but with special attention paid to water efficiency and aesthetics. Smothers Park I Owensboro, Kentucky I Landscape Architect Through the installation of a major bank stabilization effort in the heart of downtown Owensboro and the relocation of the boat ramp, the City has assembled more than 4 acres of Riverfront property that stretches 1500' along the Ohio River. The park project will be the showcase of downtown Owensboro and will connect two previously completed Riverfront Development projects; The River Park Center Plaza and The Mitch McConnell Riverwalk and Plaza. The Smother's Park Improvements project is divided into 3 distinct areas; a Signature Fountain area, a Themed Playground, and a Memorial Park. Mr. Schultz provided landscape architectural services as the project manager overseeing construction administration for the new park and final design. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 46 Douglas S hute,R.L.A., LEED AP CRAVEN•,1 , ,133,NC. PROJECT ROLE I Landscape Architecture Project Manager I Sr. Landscape Architect lighleetS•Planner.•surveyors•Lann.eape Arrretert. Al Ain Wildlife Park&Resort I Al Ain, United Arab Emirates I Landscape Architect The client charged the designer to create a vision for a world class leisure, learning and living destination by developing an integrated, environmentally and commercially sustainable, "desert of the world" themed resort and community. Once completed, the 2,100 acre Al Ain Wildlife Park & Resort is slated to include a mix of resort, residential, commercial, retail, educational and entertainment elements all surrounded by the natural beauty of Al Ain and the created desert landscapes of Arabia, Africa, and Asia. Mr. Schultz was the project manager for the design of the North Kenya Safari, the Residential clusters and the Arrival Village for the new Wildlife Park. Davie Collegiate Housing I Davie, Florida I Landscape Architect Supervising Landscape Architect for an 8 acre site that will provide student housing for the multiple colleges and universities in the area. The apartments are set up with a common living room shared by two or four bedrooms that each have their own restroom. There are 147 two bedroom units and 72 four bedroom units in the development with a maximum height of 5 stories and consisting of 4 buildings. Craven Thompson is responsible for the development of the site plan, hardscape elements and landscape for the project which includes a pool amenity area,sand volleyball,two pedestrian plazas and decorative signage and fencing. W Hotel South Beach I Miami Beach, Florida I Landscape Architect The W Hotel South Beach is located on approximately 7 acres on Collins Avenue and has 400 feet of ocean frontage along the Boardwalk and includes a 19-story hotel tower, retail, spa, ballrooms, and beachfront pool amenity area. The pool area and amenity zone consists of a 4,000 square foot irregular shaped knife edge infinity pool done in black granite. The main pool area has an amphitheater feel with its raised decks and sun lawns that surround the pool. The pool bar is raised to capture views of the ocean as well as serving as a focal point for the amenity area. Mr.Schultz was the project manager and designer. Eden Roc Resort&Spa I Miami, Florida I Landscape Architect This historic landmark, designed by Morris Lapidus is located along Collins Avenue on Miami's South Beach and is considered one of the f nest Art Deco buildings ever constructed. Maintaining the historical integrity of the structure, Mr. Schultz served as the project manager and designer for this project and was involved with the renovation of the hotel main entry, beach redevelopment, and pool amenity decks consisting of a private ballroom terrace, an outdoor spa/meditation garden,three swimming pools, and multiple water features. Bahia Mar Beach Resort&Yachting Center I Fort Lauderdale, Florida I Landscape Architect The Bahia Mar represents the heart of the yachting world in South Florida and is home to the world's largest boat show, the Fort Lauderdale International Boat Show. The entire marina and upland promenade were renovated making the marina one the largest mega yacht marinas south of Virginia. Mr. Schultz collaborated in a total reconstruction of the marina and designed the land side promenade. RiverCamps at Sandy Creek I Franklin County, Florida I Landscape Architect RiverCamps provides second home buyers the enjoyment of thousands of acres of preserved and enhanced pineland forest, national wildlife refuges, tidal rivers, inland bays, and some of Florida's most spectacular natural scenery. Mr. Schultz worked with the client to produce a vision, master plan, place-making and to develop advanced forest management practices with goal of restoring planted pinelands. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 47 Scatt W. Pear ,a r, R.L. . CROSPINOMPOON&AMOCATEfi«G PROJECT ROLE I Landscape Architect w..r..frirpen•landscape AtdslIKti Bachelors of Landscape Architecture EDUCATION Kansas State University 1 2005 fjEGts Professional Registered Landscape Architect- Florida No. 6666976 (2008) YEARSOEEXP 5 Years w/CTA, 4 Years w/Other Firms SUMMARY OF EXPERIENCE Mr. Peavler's responsibilities include site planning, landscape and hardscape design, tree removal and relocation plans in AutoCAD and presentation graphics, utilizing knowledge of local and state regulations involved in land development on a range of -� projects. Coordinating with Clients, City officials, and other consultants to obtain project input and approvals. Has direct client contact. Preparation of color renderings of landscape plans for presentation. f /, � � _ �,,, � CRAVEN THOMPSON&ASSOCIATES,INC., Fort Lauderdale, Florida June 2009 to Present I Landscape Architect ORK HISTORY • EDSA, Fort Lauderdale, Florida June 2005 to June 2009 I Landscape Architect Landscape Peer Plan Review I Coconut Creek, Florida I Landscape Architect Serve as reviewer of all DRC submittals on behalf of the City which include landscape and hardscape elements. Sunrise Passive Parks I Sunrise, Florida I Landscape Architect The two parks were designed using amenities such as a Disc Golf Course, Splash Pad, Playground, and other passive activities to fall within the Broward County Land Preservation Program. To help soften costs the design participated in the US Communities grants to reduce the prices of site furnishings and equipment. The design also incorporated environmental principles to be able to acquire the Broward County Land Preservation Grant and other resources for funding. Cost: $7 Million. NE 5th Avenue Streetscape Improvements I Oakland Park, Florida I Landscape Architect Provided landscape design and construction observations for the streets improvements along NE 5th Avenue between Oakland Park Boulevard and NE 38th Street. The project consisted of improving the streetscape by providing additional street trees, shrub beds along new sidewalks, and parallel parking. North County Neighborhood Improvement Projects, Bid Packs 9, 10, & 11 ( Broward County, Florida Landscape Architect - Preparation of Construction Documents, Permitting and Construction Management for retrofit infrastructure and landscape improvements within unincorporated Broward County. NE 34th Court Streetscape Improvements I Oakland Park, Florida I Landscape Architect A continuation of the street improvements on NE 5th Avenue that intersect 34th Court. Provide landscape designs for streets improvements along NE 34th Court between NE 2nd Avenue and Dixie Highway. The project consists of improving the streetscape by implementing additional street trees, shrub beds along new sidewalks, and parallel parking. CRAVEN THOMPSON&ASSOCIATES, INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 48 611 Scott-W. Peavier, R.L,A. CRAVE34.142111011.1489CCLAT83.NC. PROJECT ROLE I Landscape Architect Engineers•P.r.ers•SuersvQ[S•Lartlicipe Architects Ravenswood Bus Maintenance Facility I Dania Beach, Florida I Landscape Architect Provided landscape services for the 8.94 Acre site which included a parking garage for employees, bus wash, administration buildings, and bus maintenance facilities. The goal for the facility is to provide a functional space by expanding and improving the existing space for the County. In addition to improving the facility, the design team developed the site to minimize the visual impact to the surrounding properties as well as pursue LEED accreditation. Nano Filtration Water Treatment Plant I City of Dania Beach, Florida I Landscape Architect Provided a landscape design for the 2.8 acre site. The limits of the site kept the landscaping to the perimeter of the site, which helped screen the site from the surrounding residential areas. Existing trees were preserved on site and relocated if needed. 100% native plants were used on the site to reduce the use of irrigation on the site, allowing for LEED credits. Pump Station 310 I Broward County, Florida I Landscape Architect Provided site plans and landscape plans for pump station. Landscaping was laid out to provide screening for the pump station, as well as meet county codes. All existing trees were preserved, and relocated if required. Davie CRA Westside Drainage/Park Improvements I Davie, Florida ( Landscape Architect A designed passive park to incorporate amenities such as, a playground, a walking/jogging trail, and connection points for a greenway trail system. The site is 3.9 acres and will also incorporate retention areas for the surrounding developments. Davie CRA SW 41st Place Parking Lot Improvements I Davie, Florida I Landscape Architect Provided landscape services which included landscape design, and preparation of construction documents for the CRA Parking Lot located behind the businesses on Davie Road, including landscaping, irrigation, and pervious pavement improvements. North Perry Airport Beautification-Entrance and Buffer I Pembroke Pines I Landscape Architect With limited funds available, the Broward County Aviation Department was desirous in beautifying the roadways within the North Perry Airport. Through the prime consultant, EAC, CTA developed conceptual sketches and cost estimates of possible entrance features and landscape design. The design that was chosen was to repeat the "swoosh"that appears within the Broward County logo as a ground-level focal point made of blue recycled glass. Complete construction documents including landscaping, layout, and grading plans for the airport entrance features were provided as well as construction observation through the construction process. Sheltair Westside Jet Center Renovations I Fort Lauderdale/Hollywood International Airport I Landscape Architect - Provided landscape and irrigation design services for the development of a 47-Acre Sheltair Westside Jet Center facilities located at the Fort Lauderdale/Hollywood International Airport. Prepared construction documents, construction administration services, and permitting through Broward County. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 49 Caleb Rothenberger, LEED AP CRAVEN efICUPION&ABECOAT81,INC PROJECT ROLE I Landscape Designer ensPern•wanfters•Swv yors.ta+sAxcaRe pr ninxts Bachelors of Landscape Architecture, Ball State University, EDUCATION College of Architecture and Planning, Muncie, Indiana 1 2007 Minor in Digital Publishing and Graphic Design REGISTRATIONS LEED Accredited Professional, United States Greenbuild Council, 2009 AREAS OF EXPERTME Landscape Architecture YEARS OF EXPERIENCE < 1 Years w/CTA, 6 Years w/Other Firms SUMMARY OF EXPERIENCE Mr. Rothenberger's experience includes managing multiple projects from conceptual through detailed design and final construction. He has worked as part of a team in the concept and design development stages and acted as project manager through approvals and construction phases. He is responsible for day-to- day client contact, attending team meetings, and coordinating team work efforts. His knowledge in overall master planning and coordination of the approval process in addition to his expertise in understanding and working with regulatory requirements enables him to provide innovative and workable design solutions. CRAVEN THOMPSON&ASSOCIATES,INC., Fort Lauderdale, Florida March 2014 to Present I Project Landscape Architect WORK HISTORY EDSA, Fort Lauderdale, Florida January 2008 to March 2014 I Project Landscape Architect Artesia I Sunrise, Florida I Landscape Architect - This 101-acre residential community includes over 1,200 units, a 6.5-acre central lake, and a large amenity area featuring two pools, tennis courts, and a clubhouse. Mr. Rothenberger participated in the planning, detailed design, and construction administration/observation of this new community. Seminole Casino I Coconut Creek, Florida I Landscape Architect - EDSA participated in the master planned expansion of the Seminole Casino in line with the PMUDD for the City of Coconut Creek. Part of EDSA's focus was towards environmental art and LEED certification, exploring imaginative means to demonstrate management of water, power, and landscape elements within a powerful visual framework appropriate to a gaming environment. These ideals were implemented in the recent casino expansion and transportation structure. Mr. Rothenberger participated in the planning, detailed design, and construction documentation, and administration/observation. W South Beach I Miami Beach, Florida I Landscape Architect - Opened in 2009, the W South Beach commands an oceanfront site in the heart of Miami Beach. The site includes a 500 condo hotel units, beachside bungalows, and eclectic oceanfront pool environs heavily oriented towards entertainment. Mr. Rothenberger participated in the planning, detailed design, and construction documentation for the outdoor amenity package including pools and gardens, main arrival, prominent urban streetscapes, and rooftop gardens. He completed his work with this project while working at EDSA. Post Card Inn I Islamorada, Florida Keys I Landscape Architect - Starwood Hotels renovated and rebranded the land mark hotel site comprised of 5 buildings, a marina, and an Oceanside café and tiki lounge. Mr. Rothenberger participated in the planning, detailed design, and construction documentation for all of the exterior planning, and site landscape and hardscape. He completed his work with this project while working at EDSA. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 50 Caleb Rothenberger, LEES}AP au►I4N-THOMP9ON&S OC2ATEs;NC. PROJECT ROLE I Landscape Designer byirws•Phrmerx•Survtynrs-tindssapr...cis Horseshoe Casino & Event Lawn I Cincinnati, OH I Landscape Architect - Horseshoe Casino, a brand under Caesars Entertainment, opened up a new casino and event center in Cincinnati in 2012. Landscape and hardscape was designed for the 14 acre site. The casino also includes a large outdoor event lawn that hosts large concerts or events. The outdoors space is a showcase for bridging technology with the landscape through in-grade color changing lights, multi event compatibility, and engineered lawn to sustain thousands of patrons through an event. Mr. Rothenberger participated in the planning, detailed design, and construction documentation for all of the exterior planning, and site landscape and hardscape. He completed his work with this project while working at EDSA. CRAVEN THOMPSON&ASSOCIATES,INC. I 3563 NW 53rd STREET,FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 51 TAB 2 - EXPERIENCE&QUALIFICATIONS CRAMP REQUEST FOR QUALIFICATIONS NO.2014-346-YG Et1[fncets•MAINS•1WMPN{•IIwlsLyEbdlllllttl 2.3 Financial Capacity As instructed in the Request for Qualifications, Craven Thompson &Associates, Inc. ordered a Dun & Bradstsreet Supplier Qualification Report to be directly emailed to the City of Miami Beach. For you convenience, a duplicate copy of the report is included in our response. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 52 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 1 of 7 • Decide with Confidence Supplier Qualifier Report To save report(s) to your PC, click here for instructions. a Print this Report Copyright 2014 Dun &Bradstreet- Provided under contract for the exclusive use of subscriber 100150009 ATTN: CRAVEN,THOMPSON &ASSOCIATES,INC. Report Printed: OCT 10 2014 In Date BUSINESS INFORMATION CRAVEN, THOMPSON &ASSOCIATES, INC. 3563 Nw 53rd St Fort Lauderdale, FL 33309 Rating Change This is a headquarters location. D-U-N-S® Number: 06-362-4910 Branch(es) or division(s) exist. Telephone: 954 739-6400 D&B Rating: 1R2 Formerly Fax: 954 739-6409 1R3 Number of employees: 1R is 10 or more Chief executive: TOM MCDONALD, PRES employees. Composite credit Year started: 1960 appraisal: 2 is good. D&B Supplier Risk: 1 Employs: 78 (74 here) SUPPLIER EVALUATION RISK(SER) RATING FOR All amounts are displayed in local currency. THIS FIRM : 1 V Financial statement date: DEC 31 2008 9 8 7 6 5 4 3 2 Sales: 8,995,128 Hicffi Medium Low Net worth F: 140,756 History: CLEAR D&B PAYDEX® D&B PAYDEX: 80 When weighted by dollar amount, payments to suppliers average generally within terms. 0 100 120 days slow 30 days slow Prompt Anticipates Based on up to 24 months of trade. SUMMARY ANALYSIS D&B Rating: 1R2 Number of employees: 1R indicates 10 or more employees. 2 I Page 53 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 2 of 7 Composite credit appraisal: 2 is good. The 1R and 2R ratings categories reflect company size based on the total number of employees for the business.They are assigned to business files that do not contain a current financial statement. In 1R and 2R Ratings,the 2, 3, or 4 credit worthiness indicator is based on analysis by D&B of public filings, trade payments, business age and other important factors. 2 is the highest Composite Credit Appraisal a company not supplying D&B with current financial information can receive. For more information, see the D&B Rating Key. Below is an overview of the company's rating history since 01/01/91: D&B Rating Date Applied 1R2 12/14/10 1R3 10/18/10 CB4 05/14/10 1R2 07/21/95 -- 01/01/91 The Summary Analysis section reflects information in D&B's file as of October 6, 2014. RISK SCORE ANALYSIS SER COMMENTARY: - Higher risk industry based on inactive rate for this industry. PROBABILITY OF CEASED OPERATIONS/BECOMING INACTIVE SUPPLIER EVALUATION RISK RATING: 1 The probability of ceased operations/becoming inactive indicates what percent of U.S. businesses is expected to cease operations or become inactive over next 12 months. Probability of Supplier Ceased 1.3% (130 PER 10,000) Operations/Becoming Inactive : Percentage of US business with same SER 13% (1,300 PER 10,000) score : Average Probability of Supplier Ceased 5.60% (560 PER 10,000) Operations/Becoming Inactive : -Average of Businesses in D&B's Supplier Database CREDIT DELINQUENCY SCORE: 606 DIVERSITY Minority-Owned Business: N/A Historically Underutilized Business: N/A Women-Owned Business: N/A Veteran-Owned Business: N/A Disadvantaged Business Enterprise: N/A Vietnam Veteran Business: N/A Small Disadvantaged Business: N/A Disabled-Owned Business: N/A HUB-Zoned Certified Business: N/A Historical College Classification: N/A SBA 8(a) Certified: N/A Labor surplus area: YES (2014) Small Business: N/A SPECIAL EVENTS 12/13/2010 A Rating change has occurred on this company. 10/18/2010 A Rating change has occurred on this company. 2 I Page 54 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 3 of 7 CUSTOMER SERVICE If you have questions about this report, please call our Customer Resource Center at 1.800.234.3867 from anywhere within the U.S. If you are outside the U.S. contact your local D&B office. *** Additional Decision Support Available *** Additional D&B products, monitoring services and specialized investigations are available to help you evaluate this company or its industry. Call Dun &Bradstreet's Customer Resource Center at 1.800.234.3867 from anywhere within the U.S. or visit our website at www.dnb.com. HISTORY The following information was reported 09/27/2014: Officer(s): TOM MCDONALD, PRES ROBERT D COLE, EXEC V PRES DIRECTOR(S): THE OFFICER(S) This is a corporation formed in Florida on January 1, 1962. Business started 1960. 100% of capital stock is owned by officers. TOM MCDONALD. Work history unknown. ROBERT D COLE. 1987 - present active here. BUSINESS REGISTRATION CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF SEP 24 2014: Registered Name: CRAVEN,THOMPSON &ASSOCIATES, INC. Business type: DOMESTIC CORPORATION Corporation type: PROFIT Date incorporated: JAN 01 1962 State of incorporation: FLORIDA Filing date: JAN 01 1962 Registration ID: 254407 Federal ID: 590948029 Status: ACTIVE Where filed: STATE DEPARTMENT/CORPORATION DIVISION,TALLAHASSEE, FL Registered agent: THOMAS M MCDONALD, 3563 NW 53RD ST, FT LAUDERDALE, FL, 333090000 Principals: THOMAS MCDONALD, DPT, 7630 MARBLEHEAD LANE, PARKLAND, FL, 330670000 ROBERT COLE,VS, 1629 SE 2ND COURT, FT. LAUDERDALE, FL, 333010000 JOSEPH D HANDLEY, VICE PRESIDENT, 3470 NE 17TH TERRACE, OAKLAND PARK, FL, 333340000 RICHARD PRYCE, VICE PRESIDENT, 13901 SW 26TH STREET, DAVIE, FL, 333260000 OPERATIONS 09/27/2014 Description: Provides surveying (70%)and civil engineering services (30%). 2 I Page 55 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 4 of 7 ADDITIONAL TELEPHONE NUMBER(S): Facsimile(Fax) 954 739-6409. Has 240 account (s). Terms are on a contractual basis and net 30 days. Sells to commercial concerns Y and government. Territory : Local. Nonseasonal. Employees: 78 which includes officer(s). 74 employed here. Facilities: Rents 20,000 sq. ft. on 2nd floor of a two story concrete block building. Branches: This business has additional branches; detailed branch information is available in D&B's linkage or family tree products. FAMILY LINKAGE This business is at the head of its corporate family tree. It is not a subsidiary of any other business. P Y rY Y UNSPSC UNSPSC (United Nations Standard Product and Services Code) is a globally accepted commodity (Product and Services) classification system. CRAVEN,THOMPSON &ASSOCIATES, INC. offers the following product(s) and service (s): 81101500 Civil engineering 81151604 Land surveying NAICS Beginning in 1997, the Standard Industrial Classification (SIC) was replaced by the North American Industry Classification System (NAICS).This six digit code is a major revision that not only provides for newer industries, but also reorganizes the categories on a production/process-oriented basis. This new, uniform, industry-wide classification system has been designed as the index for statistical reporting of all economic activities of the U.S., Canada, and Mexico. 541370 Surveying and Mapping (except Geophysical) Services 541330 Engineering Services SIC Based on information in our file, D&B has assigned this company an extended 8-digit SIC. D&B's use of 8-digit SICs enables us to be more specific to a company's operations than if we use the standard 4-digit code. 87130000 Surveying services 87110402 Civil engineering D&B PAYDEX The D&B PAYDEX is a unique, dollar weighted indicator of payment performance based on up to 23 payment experiences as reported to D&B by trade references. 3-Month D&B PAYDEX: 80 D&B PAYDEX: 80 When weighted by dollar amount, payments to When weighted by dollar amount, payments to suppliers average within terms. suppliers average generally within terms. too 0 too in days slew 30 days slow Prompt Andotpates 120 days stow 30 days slow Prompt Anticipates Based on trade collected over last 3 months. Based on up to 24 months of trade. When dollar amounts are not considered, then approximately 100%of the company's payments are 2 I Page 56 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 5 of 7 within terms. PAYMENT SUMMARY The Payment Summary section reflects payment information in D&B's file as of the date of this report. Below is an overview of the company's dollar-weighted payments, segmented by its suppliers' primary industries: Total Total Dollar Largest High Within Days Slow Rcv'd Amts Credit Terms <31 31-60 61-90 90> ° (#� Top industries: Short-trm busn credit 4 = 23,000 7,500 � 100 - - I - - Electric services 2 3,250 : 2,500 I 100 I - I - I - I - Mfg photograph equip 2 350 I 2501 100 I - - - - 1 1 i Public finance 1 5,000 3 5,000 I 100 i - - - - Telephone communictns I 1 2,5001 2,500 I 100 I - - - - Misc business service 1 2,500 I 2,500 I 100 I - - 1 - i - Reg misc coml sector 1 1,000 ` 1,000 100 I - I - i - I - Radiotelephone commun I 1 250 1 250 I 100 I - I - I - - Nondeposit trust 1 50 50 I 100 I - I - I - - Whol electrical equip 1 0 1 0 - - - _ - - Other payment categories: Cash experiences 8 ' 500 ' 100 1 Payment record unknown I 0 0 0 E Unfavorable comments 1 0 ! 0 0 Placed for collections: With D&B 0 0 Other 0 N/A Total in D&B's file 23 38,400 7,500 The highest Now Owes on file is $7,500 The highest Past Due on file is $0 D&B receives over 600 million payment experiences each year. We enter these new and updated experiences into D&B Reports as this information is received. PAYMENT DETAILS Detailed payment history Date Reported Paying Record High Credit Now Owes,Past Due Selling Terms = Last Sale (mm/YY) 1 (5) (5) 1 (5) ' Within (months) 09/14 Ppt 7,500 : 7,500 i 0 1 mo Ppt 7,500 7,5001 0 1 mo Ppt 7,500 7,500 I i 0 1 mo Ppt 2,500 2,500 I 0 i 1 mo Ppt 250 0 = I 1 mo Ppt 100 0 I 2-3 mos 08/14 Ppt 2,500 2,500 I 1 mo Ppt = 2,500 0 I 0 ' 6-12 mos Ppt 750 750 I 1 mo 07/14 (010) 100 i Cash account 6-12 mos 2 I Page 57 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 6 of 7 06/14 (011) 50 ` 50 Cash account 1 mo (012) 50 Cash account 1 mo 05/14 Ppt 5,000 1 mo (014) 50 Cash account 1 mo 04/14 (015) 100 Cash account 1 mo (016) 50 Cash account 1 mo 12/13 Ppt 0 0 0 N30 6-12 mos 11/13 Ppt 500 ` 0 0 i 6-12 mos 05/13 (019) 1,000 1 mo ®OAA • Satisfactory. (020) 50 Cash account 2-3 mos (021) 50 Cash account 1 mo 02/13 Ppt 250 0 0 6-12 mos Ppt 50 0 ' 0 6-12 mos Each experience shown is from a separate supplier. Updated trade experiences replace those previously reported. PAYMENT TRENDS SUPPLIER VERSUS INDUSTRY PAYDEX -> PRIOR 4 QTRS CURRENT 12 MONTH TREND 2012 2013 --- --- ' --- --- 20141 --- --- --- -- --- --- --- --- --- DEC MAR JUN SEP NOV DEC' JAN ' FEB MAR', APR MAY JUN JUL AUG SEP OCT Supplier 80 80 80 80 80 80 80 80 ! 80 80 80 80 80 80 80 80 PAYDEX Industry PAYDEX(Based on 56 establishments in SIC 8713) UP QRT 80 80 80 = 80 80 � 80 80 80 MEDIAN 80 80 80 80 i 80 = 80 80 80 LO QRT 73 74 74 ' 75 76 ' ' 76 76 76 PAYDEX scores are updated daily and are based on upto 13 months of trade experiences from the Dun&Bradstreet trade file. All amounts displayed within this report are in local currency. STATEMENT UPDATE 05/13/2010 Fiscal statement dated DEC 31 2008: Assets Liabilities Investments-Other 112,275 NET ASSETS 140,756 Other Assets 28,481 Total Assets 140,756 Total 140,756 Extent of audit, if any, not indicated. FINANCE 09/27/2014 The name and address of this business have been confirmed by D&B using available sources. KEY BUSINESS RATIOS 2 I Page 58 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 7 of 7 Statement date: DEC 31 2008 Based on this number of establishments: 56 Firm Industry Median Quartile Rank (Supplier) Return of Sales: UN Return of Sales: 1.4 N/A Current Ratio: UN Current Ratio: 2.0 N/A Quick Ratio: UN Quick Ratio: 1.8 N/A Assets/Sales: UN Assets/ Sales: 41.6 N/A Total Liability/ Net Worth: 0.0 Total Liability/ Net Worth: 83.6 1 UN = Unavailable PUBLIC FILINGS A check of D&B's public records database indicates that no filings were found for CRAVEN,THOMPSON &ASSOCIATES, INC. at 3563 Nw 53rd St, Fort Lauderdale FL. D&B's extensive database of public record information is updated daily to ensure timely reporting of changes and additions. It includes business-related suits, liens,judgments, bankruptcies, UCC financing statements and business registrations from every state and the District of Columbia, as well as select filing types from Puerto Rico and the U.S. Virgin Islands. D&B collects public records through a combination of court reporters,third parties and direct electronic links with federal and local authorities. Its database of U.S. business-related filings is now the largest of its kind. GOVERNMENT ACTIVITY Activity summary Congressional District: 21 The details provided in the Government Activity section are as reported to Dun &Bradstreet by the federal government and other sources. Copyright 2014 Dun &Bradstreet- Provided under contract for the exclusive use of subscriber 100150009 2 I Page 59 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 -I a CO w 01.1. y , T H 3 -APPROACH AND METHODOLOGY REQUEST FOR QUALIFICATIONS NO. 2014-346-YG CRAVEN•TH2firt4:s oc Tea,INC tngttna•,,•Piannen.SurvaYnrs.Landscape Arcftittcts APPROACH AND METHODOLOGY LANDSCAPE ARCHITECTURE Since 1985, Craven Thompson and Associates, Inc. (CTA) has successfully designed and managed hundreds of South Florida landscape architectural projects for a variety of different clients. -. These projects have ranged in size and complexity from small, , ,� g; single-task assignments, such as the landscape beautification of a single median to large, multi-scaled projects involving numerous sub-consultants and/or specialized services, suc h as Miramar Regional Park. The timeframes for our projects also vary from g p J Y -� project-to-project, depending on the size and specific nature of each project. For example, certain projects of an emergency type basis will require immediate turnaround, while other, multi •hase �� projects may extend over a period„,,, - , - t --, - ' ,ve ��� i 1, � I ranged in size and complexity. : ` ntry _ ,--;_ , , ->-2_, sign to 6,000 acres of redev f. 3� -, , -- cases, CTA strives to pr•, e hi•hest 4u• 14� architectural competence , - ;3' = ° ' continuance of high qualitsvice , ,i, �r ectural Consult Our understanding ofy s •-� � 'andscape T Consultant that will develop creative and cost-efff i •e �, o1utio y projec Tether big or small. That consultant will be expected to •3 • _1 •e variety •) _ . •e- . itectural tasks including master bike Ian update, urban • �� � � � � �f �� p p tscape, pa , , _ . d •e & hardscape, median landscape & hardscape, permit ass : ,•�' � - • - hhit:t :co ul t services to many other government entities. C `A .- -core ently util; e• --a • edominantly native plant palate and , Xeriscape principles thus re." ,1maintena. #- d water requirements while still providing a variety of colors and textures to the user. • _ L team will emphasize creativity, cost-effective design, management and schedulin 0nr01*--r -- ch will result in a beautiful, on-time and within budget, final product that will continue to implement the City's vision for many years to come. Although every project is unique in its scope and detail, CTA implements a similar management approach for all projects. For any given project or task, CTA will institute the following typical project approach: • Meet with City to Review Project Scope, Objectives and Budget • Prepare Project Schedule • Perform Preliminary Site Investigation of Existing Conditions • Prepare Design Alternatives with Cost Opinions • Review with City Staff • Solicit Input from Public and Affected Parties through the Appropriate City Staff, as Necessary • Prepare Preliminary Design Plans CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 3 I Page 1 WO' A ,=-° - � i %,,TAB 3 -APPROACH AND METHODOLOGY TM�i.lc REQUEST FOR QUALIFICATIONS NO. 2014-346-YG CRAVEN• rMtm..r,•ow,.u.,•s.neror,•t,.....p.4.,,t,,,. • Prepare Preliminary Construction Cost Opinion with Each Plans Production Phase • Review Preliminary Plans with City Staff • Modify Preliminary Design Plans and Budget as Necessary • Provide Updates to Public/Affected Parties as the City Deems Necessary y • Prepare Final Construction Documents • Submit and Support Applications for Required Government Approvals and Permits • Prepare Bid Documents • Update Construction Cost Opinion • Prepare Contract Documents • Provide Construction Services — Shop Drawing Review — Construction Observatio — Contract Administratia° ~~ — Review Contractor'sv� — Certifications/Pro se The Project Manager, O.af.4s Sc , i °: ED AP, wi -'-- A'� ate direct) with City staff on an on-going basis to upd� em i3�i °4 °14 the projectrovide the work product that is �4 1 %' " ail, telephone, cell phone, and requested or required. Can �_ � :� � .�. will inclu�� � p p face-to-face meetings and ll , =; tired t• 4 project rte. : -ger s style. CTA will integrate sub-cons _1 C- , on an a , ed basis, depending on the scope and complexity of any giv *, ,� eal to Irrr• . 4 on. CTA s approach to problem ' g and solutic one of inclusiveness and a thorough evaluation of options. We will often •e e op numero , h alternatives (or solutions) and discuss each alternative in detail with the City and any a - parties. Very often these same individuals will also be involved in brainstorming and sharing ideas for a given solution. At the end of the process, CTA will provide a recommendation that will include cost estimates and time lines, if applicable. Overall, CTA will work to achieve the following goals as the Miami Beach's Landscape Architecture Consultant: • Same day response to inquiries • Schedule with milestone dates — Recovery schedule • Explore alternatives during design phase • Verify cost opinions with other sources • Keep the City of Miami Beach's Project Manager informed of critical elements — Monthly updates • Direct contact with our Project Manager CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 3 I Page 2 / �, TAB -APPROACH AND METHODOLOGY a , __ REQUEST FOR QUALIFICATIONS NO. 2014-346-YG mama•ncireormAssoctAms,nc. The following are the generalized approaches for these tasks: Preparation of bid documents for construction and landscape projects including detailed scale drawings: The CTA approach will utilize the latest AutoCAD software includin g Land F/X, to prepare accurate, easily readable and, :. understood construction documents including plans and -- specifications. All projects, no matter what size, require .• accurate co n tract documents in order to greatly r educe the possibility of misunderstandings, which could result in a change '/ order. We strive to prepare all construction plans at the same - N scale for ease in relating the plans to one another. We overlay information, such as existing utilities onto the landscape plans, to identify any conflicting issues. '" °% �, off y%i/ All of our plans go through as Quality Control procedure t• '; w errors, additional revisio s ruct o;� maximum extent posse ' -j '�°�' Schultz, R.L.A., LEED "�� p ,. all of the Miami Beac i� ape ar« ro�ec All of the landscape a tur -- ; accordance with theSvr , X `y F is our intent to design ' ' `ach • %��i i� �'� Vii' North Beach Dominoes' = , i12 r ,iii y / / j/9� Biscayne Pointe Island i n =:moo � . ,,I ice - NatureScape and Xerisc.� . :E = reScape ! , have been utilized by these Architeca -nt .2 at CTA for the last twenty (20 .�� • us. / ��/ �//��/ ii/ice In summary, these • principals •include: • Planning and design • Limited turf areas • Efficient irrigation • Soil Improvements • Use of mulches • Use of low-water demand plants • Appropriate maintenance CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE, FL 33309 I P 954.739.6400 3 I Page 3 Y"''' 0- ii, .,c , --,- j TAB 3 -APPROACH AND METHODOLOGY, REQUEST FOR QUALIFICATIONS NO. 2014-346-YG Iorate.s•Kamm•Surveyors•tend...ye A.tfi:tetts The landscape design philosophy of CTA is to bring creative, timeless and innovative landscape design , .N, . _- -. solutions to every project. We always take into consideration the maintenance requirements and design for the long-term as well as CPTED (Crime Prevention ,...,,,, through Environmental Design) principles to ensure the ,z ` safety of the public. Our designs always include colorful, ' I .., texture-rich plantings using a predominantly native plant 4.7" 1 _ s palate. C fit CTA will work closely with City staff to prepare landscape � ` _ ' designs that are exciting for both the observer and the City. Following the initial data collection phase, CTA will -- prepare conceptual landscape plans for review by the City. These conceptual plans will be detailed to a 30% level • Once comments are received, the p1. , - sed to become the Final Construction D• re.4;7441111 ay or may not include subsequ - i ; submittals, dependent on t ,�-•' of th a l;'e= If required, the plans wt a l ( �.•rocess ?�� a-. - City's site p - %- ; p rocess and then bidding n g documents, includin g, s ecif 7 i •e P reP ared to be P Faced out to bid by the City of Miami Beach. Atlantic Greenway N-,A4 G • Master Plan Update !,445:;,- % %•-t''' -- Like every person, e 1 - 3i-ii jam ; Each City has a person. whet—,� _ - outwardly apparent or = �dly h , "'" �� • the personality needs to`•- define• d • nurtured. In order to accomplish t e � y goal, the master plan update needs • • ° H _ �_ a �` modified in an integrated, step-by-step k- „ process. This process will insure that the V -,.. all of the opportunities will be utilized to the fullest potential. • Meet with Miami Beach City staff to gain initial input to update the goals and objectives of the Plan. • Visit the area to begin the site analysis phase. • Photograph the site locations from both along the pathways as well as the views toward the pathways from the adjacent roadways. • Determine the detailed requirements for the survey update and begin survey (as necessary). • Review the City Zoning Code and other regulation to determine constraints. • Verify existing and proposed utilities. • Develop bubble diagrams for identifying the relationships between all plan components. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE, FL 33309 I P 954.739.6400 3 I Page 4 ' f TAD 3 -APPROACH AND METHODOLOGY ►ey•TM��. - REQUEST FOR QUALIFICATIONS NO. 2014-346-YG fegbKtfS .WL}tl.�.StlfY�yQ!S.lAf1t1YCJOr AtChtptis • Develop updated Concept plans. • Meet with the City Staff and other stakeholders to review the updated concept plans. • Re-evaluate the conceptual plans and revise to accommodate concerns and comments. • Prepare Preliminary Plans. • Review with Staff. • Finalize Plans. • Present to City Commission. • Revise as necessary. Urban Design Plans Over the past several years, urban design in South Florida has gone through a drastic change. With the introduction of, 7, - `modern urbanism' the language changed forever. Suburban � � mass transit is being taken oasis are becoming moon oce -� iii sustainability and grc ; • requirements from many cities and The CTA approach to Urba De � �- � o principles. ' • Build on Your Strengt 1 • Create Great Pla • Activate the Street With every urban design P : e vii theset ree key principles to determine how th = .I1 be met. All three are , . incredibly important in an urban e ' ment. By building on the �,, ` strength that is already present in the City, site or area, by creating a great space that pays attention to the details and by activating the street which provides an undeniable energy, - change will be achieved quicker and will be more successful. In outlining an applicable approach, it is assumed that the task """" a would be to develop general urban design plans for a specific area within the City of Miami Beach. The final deliverable could x possibly be a set of design guidelines for the redevelopment of an area For this task, the CTA approach will generally follow these steps: CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 3 I Page 5 a w =,=': = %�/ ,,TAB 3 -APPROACH AND METHODOLOGY REQUEST FOR QUALIFICATIONS NO. 2014-346-YG t,ymre.s.omn,xn.swvev«s,gods 9 A hitects • Meet with City staff to gain initial input on the task at hand and brainstorm first ideas. • Perform research to determine the strengths present. This will include several site visits and informal discussions with the existing businesses and users. • Review existing development regulations and programs. • Develop conceptual ideas for the plan. ■ Meet with the City Staff and other stakeholders to review concept plans. • Re-evaluate and refine the conceptual plans and revise to accommodate concerns and comments. • Prepare Urban design plan. ■ Review with Staff. • Finalize Urban design plan. • Present to City Commission. ■ Revise as necessary. • Present Final Urban Design,'h - Streetscapes & Median • Streetscapes and medi extr lest:n ="' A of any City, especially- as suc` l rA 0 • art Town Center, Bisca '1 me l , , and 1 jiet ' �� �� North. They often s: l i/ain,� � - � ;° - 11 ly passing through the • • The streetscape prof 11ee ave inv °� aq di a with residents, staff, en ineeran• • ! ,, g' -. orin-bout the projects success. there ; -- oonI compone is wit h the project requiring coordination ALA community/stakeholder input that must be carefully coordina *9 progr- ed into the design and project schedule to meet e j itions � edition, we design the streetscape elements in harmo '--'� ° h th' -'ing neighborhood architecture and accentuate the positive themes of the area. Often overlooked or downplayed, medians actually provide an amazing opportunity to compliment the image and beautification of the municipality while strengthening the branding that City is nurturing. Our approach begins with creativity in design. We strive to design a median that would excite and entice each passerby. Even though there are many regulations that govern the design of the median for safety concerns, such as FDOT Index No. 546, there are numerous streetscape enhancements, both softscape and hardscape, which are permitted to be placed within the median given conformance to the safety regulations. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 3 I Page 6 I a ,#. , `AB 3 -APPROACH AND METHODOLOGY_. «4, •,►, �'" ►,ES.IC REQUEST FOR QUALIFICATIONS NO. 2014-346-YG f fY1PfIS•WB.....,•.{.1,,,6=(Cµ)•t ante am ArtNEM* .01111k ' i !E / /•J�S*-west 61'n/ 4r 1:411"61‘ f 4tw.-- �w;,�- ,.,...,,._ --;--_: __...,._.- ,v,w , ,-,=r,..-... --_:_,cy/ / 1Gam - %/ . "o//— x--. — '- tea' / - -_v, t = :0, „, „ „ ' '_ / a, - i y tet The CTA approach would generally follow these steps: • Meet with Miami Beach City staff toal '.I L • ■ Perform site visits to determinf • -� � ALL • �� eying the roadway. fy / • Identify current and futur -� � �� � •� ,y ��/1�,�� � v •la underway. A • Apply FDOT sight lines - j/ -� • er sad • • Investigate existing and propo° i1J,1 ti±. • Prepare Design Alter es WI t e ■ Review with City-' - /f= / ■ Solicit Input Fro p is am � �. �'' • Prepare Prelimin n • • Present to City C• ) - ccre -w++.rrunsw ,4� �/ y .at o'wratjrie/,' rn ' ./, r=71:7-----,' } ` �' 'mo !-.7 * _; �- G ,... -y - - e ' ---f -,-:,--%.4%,:f, -.�, ,... - „ ,s .s, ate- ,'•� , .; �ww.r. ... ._.,.. 2 A If the project is ready to move ahead to the construction plan phase, the following steps would generally be followed: • Modify Preliminary Design Plans and Budget as Necessary. • Provide Updates to Public/Affected Parties as the City Deems Necessary. • Prepare Final Construction Documents. • Submit and Support Applications for Required Government Approvals and Permits. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 3 I Page 7 r al :-.--, TAB 3 -APPROACH AND METHODOLOGY REQUEST FOR QUALIFICATIONS NO. 2014-346-YG cxaAVEN•1100110MASSOCIATE*,c. legatees•Planners•Surveyor.•Lem:Ke Pa Arcl ite<ts Park Design: When CTA is tasked to design a park, .- lI 3 v+ W the principal goal is to create a place =°4 that attracts a wide variety of people :, - . �41' � r - and an experience that makes them _.;;, � �..f) - -,. iteimmownsimim return again and again throughout the , zt� year. Often, parks are treated as aesthetic objects only, which result in a �- �:may .r t �4..,- g:, /I., ...--,__ - space that is pleasant to look at, but ,, ; that few people use Contrastingly, , some parks are treated in a purely ; #° SIR functional manner which provides a space that serves the designated . .... function, but are not exciting to look at - nor do they attract new users t• facility. may. J ^� ul pa The CTA approach begins � � that p where many functions of y the community take pla0,-� he --,)•let 4 , �., 4, hip. At CTA, we believe that arks should hav s . ten ° ,�° .-. _ --4 'and a variety of ways to use each destination. We fY'to creat j at people 'e in. Creating a park th. '-s criteria begins at t ,-, e°, planning stages a �, t° - -� throughout the parks . 1 . Park design is a fluid • .: a. the park's ultimate design - is - - 4 not only the facilities t dictated by the users but s o 4= - include many other functions that ; ,- - 4 the user may not have even , 'yam s'�� r thought of. These activities should r be clustered so that they each build J. r off of each other to create the >n°°' * r 4 ' vibrant destination that we all want. -i # ," ,,, . # -- — r e Rit it' r The CTA approach would generally follow these steps: ■ Meet with City staff to gain initial input& review master plan. ■ Perform Preliminary Site Investigation of Existing Conditions including a survey. ■ Prepare Preliminary Design Alternatives with Cost Opinions & Image boards. ■ Review with City Staff and/or parks advisory board. ■ Solicit Input From Public. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 3 I Page 8 r • TAB 3 -APPROACH AND METHODOLOGY REQUEST FOR QUALIFICATIONS NO. 2014-346-YG CIVaelltIONIVIN&A.9900.4TES,NC. •sIM.,•Wawa.srrero.s la++vxape A MFrct4 • Prepare Final Plan with Cost Opinions. • Present to City Commission. If the park is ready to move ahead to the construction plan phase, the following steps would generally be followed: • Modify Design Plans and Budget as Necessary. • Provide Updates to Public/Affected Parties as the City Deems Necessary. • Prepare Final Construction Documents. • Submit and Support Applications for Required Government Approvals and Permits. Prime to Provide Majority of the Work Craven Thompson & Associates, Inc. (CTA) will perform the majority of the work under this contract. CTA will hire The Chappell Group, In + form Arb ,services. In addition, should Geotechnical services be necess. a -- a South Florida, Inc. Prime's Current Workload CTA currently has an ove 'zatr• �=a ;= e argetoed utilization rate (the rate at which we are cred to b -, _ o = I ea � � _ ly 80%. Therefore we have significant capacity a - to of Miami B , , nder this proposed contract. Disadvantaged Busin:,--- = •. CTA intends to use a ' 1 7 fr The Chappell Group, Inc., to perform Arborist services. CTA 3 any offer necessary sub-consultant work. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 3 I Page 9 ....., .. A, • .' 14. ......:„ ,0 :,...... ...,..i.... ,,„ • ,., 1 '''‘ i ,-..c ' e I' , ik____\.t - t- ;7.-', ),. --,-- -- ,. . % .1 ,, „e"-. If 4 '' 'S :44,..d,, ., , „., - -- , -*IH61:':::ii.: :,‘: '''' ii IIIIIfti t _., '4.`• '-iz• .., 4.--t *c;, 't4.3;,:,,`,:.,:,.. tk, -.. ..--1/4.;,-- 18, 4.1 ,.,.- r "---'--'7,;;4. ,i ,,,,,.' it( ei.,.% ; .., * -'- .--",,,'"V,"P---;--.."..',-''--'•&- 1:, ,,,. ------.':-'----7:,% 7, ...t - :,,,ii)".,,,,,*Or 4,:,„- "- ',"k.,... -; --- --,41, 7:;«,1‘40.*: .,. *',: 4- 7 ., a ..r.z:,,1/4..,...-.C. Y. ,.. ,I ,,f-7:.,„.;::17,-;,,;--„, -- . ,-- y, - ...- ' ,-: -----,4; ,•'.,,,,. ......it L ,,,„,1 ---e.7f.--' - 114.,,v - ,,.4 '• ' —J: ''----- 1.,,,:#,..4- -.--- - _ ;,, "'-- * ' , Itt*;, -';':*) k, .Strs'w.== .,\14- t Ni■, ,,,,.. ,e, -= -,7,441).'-=,...i. );,,,.=).,,,st,t , )' '''' %.* ' 11,:-)' '''''' r`lr'.".1). V-"': t,,,,..1 4 AY". , - "a, ' ' .-**..„'‘‘t t,,,* ‘..4'*-*Zc,-* * *.,t1N, * ,-,— 'V 8 .$!;A<'../1* ' 'IP **:A ,,---''''' ' ' L ' '.-., k e \ t•ff.,),,,, 4,,, 'i t. . '. ;_.., , c.,, 4- ,4* 4.',,---- , 1 00 tty- 4,k,‘,‘,. .,,,_-AA L,„„, ..,,,, , • ,,„-f-1....''' --' • kt, * i,„,t,pk,t o..'c L - , ' -.. ,.. - •.-- ) , .. . 4.,C,i71:,,,'i:.,' '•,.‘"t- -* / %ti ' —'4t.,,":, littl iat ,, 0 ,- -4 kt,...,,1,2v-, ;.„,-----.. ---, , --- . t tt...,,•.s. 4,. '''', " • REQUEST FOR QUALIFICATIONS • NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" GROUP B • ENGINEERING : LAND SURVEYING , el CI T\( 0 F Craven Thompson 43;r0Aiescstolliantae:,Iirelict. Engineering '''' b A 1 EACH MIAMI BEACH Landscape Architecture Surveying CONTINUING PROFESSIONAL SERVICES Planning PREPARED FOR 156'..1,1,F,1.1 St!,r .ott,.1,1ot-dale Ft 3109 hone -.',..) 19-,4GC DECEMBER 2,2014 PDF FORMAT D CO N -' TAB 1-COVER LE TER&MINIMUM QUALIFICATIONS REQUIREMENTS REQUEST FOR QUALIFICATIONS NO. 2014-346-YG cw►va,•nioi0990,44aeeoca 'C December 2, 2014 Attn: Yusbel Gonzalez, CPPB City of Miami Beach Department of Procurement 1700 Convention Center Drive Miami Beach, Florida 33139 RE: PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS NEEDED BASIS" GROUP B-ENGINEERING: LAND SURVEYING SERVICES REQUEST FOR QUALIFICATIONS NO. 2014-346-YG Dear Selection Committee Members: In response to the City of Miami Beach's request for qualifications seeking Professional Architectural and Engineering Services in Specialized Categories on an "As Needed Basis", Craven Thompson and Associates, Inc. (CTA) is pleased to submit this Statement of Qualifications for your consideration. We are seeking to be selected for Group B- Engineering, Land Surveying Services. CTA is well qualified to provide consulting services in this field. We have provided similar services to those requested in your RFQ to many municipalities throughout South Florida. CTA is a Fort Lauderdale based corporation that has rendered consulting services throughout Broward County from its inception. We have been providing surveying, civil engineering, landscape architecture and land planning to South Florida public and private clients for over fifty two (52) years. CTA has an experienced and qualified staff of fifty-eight employees, which includes six Registered Surveyors, eighteen Civil Engineers, four Landscape Architects, one Land Planner, four AutoCAD Technicians, eight Field Representatives and other support staff, ready to assist the City of Miami Beach. Proposer Craven Thompson &Associates, Inc Proposer Primary Contact for these Services Richard D. Pryce, P.S.M.,Vice President, Surveying& G.I.S. Craven Thompson &Associates, Inc. 3563 NW 53rd Street Fort Lauderdale, Florida 33309 Phone: (954) 739-6400 Email: rpryce @craventhompson.com We understand the surveying and G.I.S. services under this RFQ to consist of boundary surveys, coastal surveys, right-of-way surveys, high definition services, LIDAR, establishment of horizontal and vertical control, and G.I.S. services CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 1 I Page 1 411.17. TAB 1-COVER LETTER&MINIMUM QUALIFICATIONS REQUIREMENTS REQUEST FOR QUALIFICATIONS NO.2014-346 YG c, ,,•nowsors.wove,,,,•u, ,,, , Based on the scope of services set forth in the Request for Qualifications, CTA has assembled a team of professionals well-suited to provide the City with the best possible service that will strive for a finished product that we can all be proud of. The CTA team will emphasize creativity, management and scheduling techniques which will result in performance which will well exceed the City's expectation. CTA has a survey/G.I.S. staff that is extremely creative and always willing to explore new and innovative design solutions. Our Survey/G.I.S. Department has completed a multitude of boundary, design, and right-of-way projects as well as having developed or improved G.I.S.systems for a number of communities. Through our experience, CTA has developed the knowledge and expertise necessary to identify potential problem areas during the conceptual and planning phase(s), an extremely valuable tool in any project. Early identification and resolution of these problem areas has proven to help eliminate delays and expenses often encountered during the construction phase. We sincerely appreciate the opportunity of providing this response to the City of Miami Beach and hope to have the opportunity to demonstrate our capabilities to City Staff. Sincerely, CRAVEN THOMPSON&ASSOCIATES, INC. @Av. RICHARD D. PRYCE, . .M. Vice President, Surveying& GIS R D P/tg CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE,FL 33309 I P 954.739.6400 1( Page 2 TAR I-COVER LETTER&MINIMUM QUALIFICATIONS REQUIREMENTS C,,,,B,.,, ,,,, „� REQUEST FOR QUALIFICATIONS NO.2014-346-YG �iwetrs.M►mxrs SurveTOrx•lamAxape AKt.t<ttf TAB CONTENTS PAGE NO. COVER LETTER&MINIMUM QUALIFICATIONS REQUIREMENTS 1-1 1.1 Cover Letter and Table of Contents • Cover Letter 1-1 • Table of Contents 1-3 1.2 Response Certification,Questionnaire& Requirements Affidavit(Appendix A) • Appendix A 1-4 • Attachment to Appendix A 1-11 1.3 Minimum Qualifications Requirements • Applicable Licenses and Certifications 1-12 2 EXPERIENCE&QUALIFICATIONS 2-1 2.1 Qualifications of Proposing Firm • Standard Form 33o 2-1 2.2 Qualifications of Proposer Team • Organizational Chart 2-34 • Professional Resumes 2-35 2.3 Financial Capacity • Dun & Bradstreet Report 2-42 3 APPROACH AND METHODOLOGY 3-1 • Approach and Methodology 3-1 • Prime to Provide Majority of the Work 3-3 • Current Workload 3-3 • Disadvantaged Business Enterprise 3-3 CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE,FL 33309 I P 954739.6400 1 I Page 3 APPENDIX A MIAMI BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Solicitation No: Solicitation Title: RFQ 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Procurement Contact: Tel: Email: Yusbel Gonzalez 305.673.7000,Ext.6230 yusbeigonzaiezmiamibeachfl.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:Craven Thompson &Associates, Inc. No of Years in Business:53 No of Years in Business Locally:53 No of Employees: 58 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:None FIRM PRIMARY ADDRESS(HEADQUARTERS):3563 NW 53rd Street CITY Fort Lauderdale STATE:Florida ZIP CODE:33309 TELEPHONE NO.:(954) 739-6400 TOLL FREE NO.:None FAX No.:(954) 739-6409 FIRM LOCAL ADDRESS: same CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Richard D. Pryce, P.S.M. ACCOUNT REP TELEPHONE NO.:(954) 739-6400 ACCOUNT REP TOLL FREE NO.:None ACCOUNT REP EMAIL.rpryce @craventhompson.com FEDERAL TAX IDENTIFICATION NO.: 59-0948029 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 2014-34&-YG Appendix A 1 Page 1 I 1. Veteran Owned Business.Is ro ser 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 None 3, 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). 4. 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. None 5. 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 proposaVresponse 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/procurementf. See Attachment to Appendix A. 6. .I•. - , • _... _.. .. .. _ .• _ ... •• . . • ... .. * e . • - • . . RFQ 2014-346-YG Appendix A- Page 2 1 I Page 6 • • . • • , . ' ... ... • ... .. •. 7. 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.miamibeachtl.gov/procurementl. 8. 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. • RFQ 2014-346-Ye Appendix A- Page 33 1 Page 7 9. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation d9 ty Y 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 R t Receipt Recect Addendum 1 1 $ ) Addendum 6 Addendum 11 Addendum 2 t I I Addendum 7 Addendum 12 &cif Addendum 3 11 f 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. • IFQ 2014-346-Ye Appendix A- Pa de 4 1IPage8 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 applicants 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. kFQ 2014-346-YG Appendix A—Pa e 5 1 I Page 9 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 Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative Title of Proposer's Authorized Representative: Richard D. Pryce, P.S.M. Vice President, Surveying & GIS Si re of Propose ' •Representative: Date: 7 December 2, 2014 acAst,Q State of FLORIDA On this 2nd day of December,2014 personally appeared before me Richard Pryce who County of Broward stated that (s)he is the V.P..Surveying&GIS of Craven Thompson, 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. Bel,- me: .,ottifitsrsoo, / • A.,,,t.,...Aktiatt. ‘T9Ac1A D.Jo Note *ublic for the Stet;Flf.a ni ***.c1<' My Cat. ission Expires: .93 •6) cx,23, :4 •CD•lcz =*: #F F 073030 '.468efide4 tra",9* iiibic •*<, Ar,h_•.......ic:)‘ /C SINN k0 RFC) 2014-346-YG Appendix A— Page 6 1 I Page 10 1.2 APPENDIX A REQUEST FOR QUALIFICATIONS NO.2014-346-YG CSMOKNOMMICIMAINOCIMIL c •own.%•%w,ee.e...u io amodi#ra ATTACHMENT TO APPENDIX A: 2. CONFLICT OF INTEREST None 4. VENDOR CAMPAIGN CONTRIBUTIONS None 5. CODE OF BUSINESS ETHICS Craven Thompson shall adopt, as required in the ordinance, the City of Miami Beach Code of Ethics. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE,FL 33309 I P 954.739.6400 1 I Page 11 rpm T �LEFT-- MINIMUM QUALIFICATIONS REQUIREMENTS �,�,.TM,p,. &, , REQUEST FOR QUALIFICATIONS NO. 2014-346-YG t.3 Minimum Qualifications Requirements 1. Applicable Licenses and Certifications AMi}11yr4RRNJ ` j�fy `-*,',,,,,,===/' _ „,:t -, 't Y s.,}�-, lak � -,- - f yip . t 3`=i , "5 s Professional.-- ' . I � ^ U�ks� afCY�Mt' �. � �y �s, �/' � � /- �� �j s C7GwiN-17/0:Nt3ON �1- i i'� � - '� ` �j. III .-.. .- :.. .. ..°. 3W NW 53RD ST '+�'�'"' y�y _,,..„-N-77;17-13,--7-Ti:c1:-.77:7-7771:47,11; PT 1 AUDPItD x F t s am - IX%I�SA Ol'A .71;RL ���'/ � / tag ,:,„,9--',.:'-;,-;;== 's�"/x .v3+. }�'�' +wir.as++MME•..�iri*....+ rd�r�r...ri.Mlf...e.wM+t4tr�M*ai:,......a ...rte �£s-- sue��;a `, y �; sus � 3" �✓]MIA.MJ.eIlFry-1Riirn4�.1i Riyr�pasOMC Fsk y*2015 "?? �� �IgMa. o.ad.'*,-7t.F.iiaSi,' j %/ ' ' : DOUGLAS M DAVI<E y-'- - �j�s s / s .y .., I 0I IY3RD FRLl1 / %% ' SOCA RATON,Fb 3.1M6>W! s : - .! y �. 9�y / - .�Y9wtimM.Wr.r -...-T YfiMlf iIL1�f�.9.1Yti�.a ix ,- 'n-,;4.:,-.,-,:- 7-,-:;-„.;.1,;,-'-..:-- y` / .y i .. , s n.r7-- a ,Du..":'+-.rte .r / ft.g ":, // f_ a �� / �tJ�iJFMd�it�ri�i�irRwrt Z y�/ • s I11WI1iA71t. -r t '-� ����/ � -r /.:-,,'*-A-mow, . %., •�M.7',-.-,---fn �.Y�asi�7�rY�M�+ Mp�IYY ;. /� �� is A: � CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 P 954.739.6400 1 I Page 12 TAB I-COVER LEFTER&MINIMUM QUALIFICATIONS REQUIREMENTS 0114101,01101AMICIIMMOCKIVR NC. REQUEST FOR QUALIFICATIONS NO.2014-346-YG eKir.r•w.r..•Sarr.,.n•U..iW.bsMiaa. State of Florida Department of State I certify from the records of this office that CRAVEN,THOMPSON& ASSOCIATES,INC.is a corporation organized under the laws of the State of Florida,filed on January 1, 1962. The document number of this corporation is 254407. I further certify that said corporation has paid all fees due this office through December 31, 2014,that its most recent annual report/uniform business report was filed on January 10,2014, 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((the State of Florida at Tallahassee,the Capina4 this the Tenth day offanuary,2 014 J VitA% 04■AA Secretary of State Authentication ID:CC0005227772 To authenticate this certificate,visit the following site,enter this ID,and then follow the instructions displayed https:/efile.sunbiz.org/certauthver.html CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE,FL 33309 I P 954.739.6400 1 I Page 13 00 N ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) Professional Architectural and Engineering Services in Specialized Categories on an "As Needed Basis", Miami Beach, Florida 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER September 19, 2014 RFQ#2014-346-YG B.ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Richard D. Pryce, P.S.M.,Vice President,Surveying&G.I.S. 5.NAME OF FIRM Craven Thompson &Associates, Inc. 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (954)739-6400 (954)739-6409 rpryce @craventhompson.com C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) Z W 9. FIRM NAME 10.ADDRESS 11. ROLE IN THIS CONTRACT - m U < d O. Cn Craven Thompson & 3563 NW 53rd Street Land Surveying(Mapping/GIS) a X Associates, Inc. Fort Lauderdale, Florida, 33309 ❑ CHECK IF BRANCH OFFICE b. ❑ CHECK IF BRANCH OFFICE c. ❑ CHECK IF BRANCH OFFICE d. ❑CHECK IF BRANCH OFFICE e. ❑ CHECK IF BRANCH OFFICE ❑ CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM ® (Attached) STANDARD FORM 330(6/2004) 2 I Page 1 PART I - CONTRACT-SPECIFIC QUALIFICATIONS D. Organizational Chart of Proposed Team AA I /...\\, IBEAcH r._ Craven Thompson Sr Associates,Inc. Douglas R.Taylor, P.E. CLIENT LIAISON Craven Thompson &Associates,Inc. Richard D. Pryce, P.S.M. SURVEY PRINCIPAL-IN-CHARGE Craven Thompson &Associates,Inc. LAND SURVEYING Richard D. Pryce, P.S.M. Douglas M. Davie, P.S.M. Nicholas Messina,Jr., P.S.M. Thomas C.Shahan, P.S.M. STANDARD FORM 330(6/2004) 2 I Page 2 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 Richard Pryce, P.S.M. Surveying/G.I.S Principal-In-Charge a.TOTAL b.WITH CURRENT FIRM 42 8 15.FIRM NAME AND LOCATION(City and State) Craven Thompson &Associates, Inc., 3563 NW 53rd Street, Fort Lauderdale, Florida 33309 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Associates of Science in Criminal Justice, BCC(1978) Professional Surveyor and Mapper Certificate in advanced GIS& Remote Sensing, BCC(2002) Florida No.4038 (1983) Advanced ESRI ARCINFO&ARCIMS Training(ESRI,Charlotte, NC) 2004 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) -Current Director, Broward County Chapter of Florida Surveying Mapping Society -Chairman FSMS GIS Committee -State&County Chapters, Florida surveying& Mapping Society - National Society of Professional Surveyors -Geographic Land Information Society-Chairman FSMS Anti-theft Committee -American Congress on Surveying Mapping 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Port Everglades Utility GIS PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 2009-Ongoing Not Applicable a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm Created and regularly updated a Utility Atlas in ESRI GIS format from GPS utility locations and as-built surveys for the entire jurisdictional area of Port Everglades, including water, sewer, storm sewer, electric, telecommunications and fuel lines. Cost: $190,000. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 38th Street Streetscape/Reconstruction Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2011 2012-2013 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Project Survey Manager, Right-of-way surveys covering from Dixie Highway west to NW 10th Avenue, then North to Prospect Road (2.5 miles). Boundary and topographic elevations for the existing right-of-way for reconstruction design. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED GIS For Maintenance &Testing of Fire Hydrants For Pressure Fire PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Flow and Flow Monitoring,Sunrise Florida 2012-2013 Not Applicable (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm C. Mr. Pryce took the City's existing Hydrant data and created maps and forms for the field monitoring by City Employees. The maps and forms are to be used for the maintenance and testing of the fire hydrants throughout the city for pressure, fire flow, and overall flow monitoring and keeping track of it in their existing GIS System. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Gardens General Consulting(Surveying)Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Gardens, Florida 2007-Present Not Applicable d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Mr. Pryce has managed all survey activities which are part of our general consulting for the City of Miami Gardens on capital improvement projects including roadway and drainage improvements; infrastructure improvements; park projects;street resurfacing;traffic improvement projects;and roadway lighting. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Miami Beach Water and Sewer GIS Pilot Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) North Miami Beach, Florida 2014 2014 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Z Check if project performed with current firm The purpose of the Pilot Project is to provide the City with the complete GIS product of their water and sanitary system, within a square mile of the City services area. STANDARD FORM 330(6/2004) �T 2 I Page 3 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 Douglas M. Davie, P.S.M. Surveyor a.TOTAL b.WITH CURRENT FIRM 40 21 15.FIRM NAME AND LOCATION(City and State) Craven Thompson &Associates, Inc.,3563 NW 53rd Street, Fort Lauderdale, Florida 33309 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Professional Surveyor and Mapper Florida No.4343 (1987) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) Florida Society of Professional Surveyors and Mappers 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central County Neighborhood Improvement Project(CCNIP) PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 1996-2003 (Phased) 1999-2006(Phased) a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager-for design and as-built surveys. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South County Neighborhood Improvement Project(SCNIP) PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 1993-2006(Phased) 1999-2006(Phased) b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Prepared Design and As-built Surveys (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Tri-Rail Authority Double Tracking and New River Bridge PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Dade, Broward and Palm Beach Counties 2006 2006 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager. GPS control, Construction Monitoring, Mean High Water Survey, design and as-built survey. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North County Neighborhood Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 2004-2011 (Phased) 2010-2014(Phased) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm d. Prepared Design and as-built surveys. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Broadview Estates PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 2005 2007-2011 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Survey Project Manager. Design and as-built surveys. STANDARD FORM 330(6/2004) 4.7 2 I Page 4 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 Thomas C. Shahan, P.S.M. Surveyor a.TOTAL b.WITH CURRENT FIRM 40 30 15.FIRM NAME AND LOCATION(City and State) Craven Thompson &Associates, Inc.,3563 NW 53rd Street, Fort Lauderdale, Florida 33309 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND Two year Vocational Drafting Degree DISCIPLINE) ICS Mail Correspondence Course for Surveying and Drafting Professional Surveyor and Mapper Florida No.4387 (1987) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Florida Society of Professional Surveyors and Mappers 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Twin Lakes South Subdivision Survey PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2012 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE . ® Check if project performed with current firm a. Prepare a Design Survey for neighborhood improvement project and engineering design purposes. The scope of work included recovery and location of existing boundary corners and preparation of a horizontal control plan, verification of vertical control, location of aboveground visible improvements within the right-of-way including invert elevations of all drainage structures and outfalls,signage and pavement markings. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Eastside Neighborhood Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Davie, Florida 2012-Present Anticipated 2014 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm Horizontal & vertical control verification for a Design Survey for neighborhood improvement project including as-built location of existing utilities and roadways. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED N.W.44th Street PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2012 2012 C. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Preparation of a design survey along the South side of N.W.44th Street from N.W. 31st Avenue West,approximately 2,500 lineal feet for the purpose of preparing photo metric plans. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sleepy River PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2010-2011 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm d. Prepare Topographic survey for engineering purposes of NW 33rd Street from NW 3rd Avenue to the western terminus in the Sleepy River Area. The survey included recovery of sufficient right-of-way boundary monumentation to determine right-of-way limits; location of the aboveground visible improvements within the right-of-way limits and preparation of survey in AutoCAD Version 2006 drawing file format. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Central County Neighborhood Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward county, Florida 2002-2009 (Phases 2004-2012 (Phases) e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Project Survey Manager responsible for managing the Topographic Survey of the existing conditions survey for large neighborhood redevelopment project. STANDARD FORM 330(6/2004) T 2 I Page 5 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 Nicholas Messina,Jr., P.S.M. Project Surveyor/Mapping/GIS a.TOTAL b.WITH CURRENT FIRM 24 15 15.FIRM NAME AND LOCATION(City and State) Craven Thompson &Associates, Inc.,3563 NW 53rd Street, Fort Lauderdale, Florida 33309 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Associates of Science-Surveying and Mapping(1999) Professional Surveyor and Mapper University of Alaska,Anchorage Alaska Florida No. 5799(1998) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Florida Society of Professional Surveyors and Mappers 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Interim,Central and Wheelabrator Landfill PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Fort Lauderdale, Florida 2000-Current N/A a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Prepared Topographic and Quantity Calculations for annual updates and quantity fill calculations. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED GIS for Broward County Water Reuse Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 2012-2013 N/A b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Z Check if project performed with current firm Performed the geospatial analysis, database management, and GIS mapping of all existing, planned, and proposed reuse waterlines in Broward County. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Central County Neighborhood Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward county, Florida 2002 -2009 (Phases) 2004-2012 (Phases) c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Project Surveyor responsible preparing the Topographic Survey of the existing conditions survey for large neighborhood redevelopment project. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED GIS Port Everglades Utility Atlas PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Fort Lauderdale, Florida 2011 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm d. Prepared a Port-wide GIS mapping of all drainage, sanitary sewer and water distribution facilities as well as other utilities. The purpose of the project was to provide the Port with a functional Utility GIS in ESRI ArcGIS format for all underground water, sanitary and storm sewer, electric, and telecommunication utilities along with all aboveground appurtances (i.e.:fire hydrants,valves, utility covers, etc.) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED GIS Retroactive Commercial Stormwater Assessment PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2009 Not Applicable (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm e. He assisted in converting the City's existing storm water assessment system on commercial property owners within the City to an ESRI GIS format. He analyzed the City's current database having a customer name and address along with a fee associated with an unclear process to determine Pervious vs. Impervious surfaces which were not mapped and could not be verified. STANDARD FORM 330(6/2004) 2 I Page 6 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 1 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED GIS Utility Atlas Port Everglades PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Broward County 2012 2012 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Port Everglades-Seaport Engineering and Const. Mr.John Foglesong (954) 523-3404 Division, Public Works &Transportation Dept. Division Director Email:jfoglesong @broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) As the General Consultant for the Port Everglades, Craven Thompson & Associates, Inc. (CTA) assisted the Port . . `- • - ......eta.* V... . 0 in preparing a Port-wide GIS mapping °_ -- - - - . ..� s of all drainage, sanitary sewer and „ 7/.''t ii: �� "wxrc rrarrw�ac}r � water distribution facilities as well as ,- .p .� I ' •# •,-Y. ._ ....3.• .°" wiz. . other utilities. The purpose of the •° t = 3" • .. project was to provide the Port with a I e 4,-�- ' '' ,.--�.,�� '�1 ;. �.,•...I.r.» functional Utility GIS in ESRI ArcGIS .e _. t I format for all underground water, 1 sanitary and storm sewer electric, and I telecommunication utilities along with '` ', . all aboveground appurtances (i.e.: fire I i ..-hydrants, valves, utility covers, etc.). - I """"" This allows the Port to better manage, 4917,..M-:;_-=‘--2 PORT EVERGLADES- GIS UTILITY ATLAS operate and maintain their facilities and also assists in improving operations and response by fire rescue. CTA also provided the following services as part of this project: research of Port records and conversion of As-built Utilities files, as well as field surveys to verify locations; coordination with Port staff; GIS mapping of all of the Ports utilities; and presentations to the Port staff. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson &Associates, Inc. 3563 N.W. 53rd Street Prime—Surveying/GIS Services Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) �T 2 I Page 7 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by tine agency. or 10 projects,if not specified. 2 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED North County Neighborhood Improvements, NW Quadrant PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 2004-2011 2010-2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Broward County Water& Mr.Alan Garcia, P.E., Director, Water& (954) 831-0747 Wastewater Services Wastewater Services Email: agarcia @broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) y �. '+ • #F The area was developed with limited sanitary sewer system, no drainage and an inadequate water distribution system. As a result of aging and inadequate infrastructure, Broward County selected Craven Thompson & Associates, Inc. to design infrastructure improvements needed in the area. Construction cost for these improvements was over 40 million dollars. Craven Thompson surveyed, designed and permitted storm water treatment facilities, water distribution, sanitary sewer collection systems storm sewer systems, and roadway improvements for the entire 650 acres. The sanitary sewer collection system consisted of 22,047 L.F. - 8" gravity main, and 34 L.F. - 10" gravity main. The sanitary force main system consisted of 295 L.F. - 8" main, 2,235 L.F. - 10" main, 3,790 L.F. 12" main,4,300 L.F. - 16" main, and 4,205 L.F. -20" main. There were ninety three (93) new sanitary manholes added to the area. The water distribution system additions included 17,900 L.F. - 6" D.I.P. main, 5,100 L.F. - 8" D.I.P. main and 1,850 L.F. - 12" D.I.P. main. All construction on the project is complete. This project required coordination with several different municipalities and agencies. An Inter-local Agreement was entered into with the City of Deerfield Beach. Right-of-ways and easements were established throughout the neighborhood. The entry road to Deerfield Beach High School was improved at the request of the City of Deerfield Beach. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Surveying,Civil-Engineering, Planning, a. Fort Lauderdale, Florida 33309 Landscape Architecture,and Construction Managements (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) ers 2 I Page 8 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested 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 Utility Analysis Zone Improvement Program (UAZ) 124 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 2007-2009 2012 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Broward County Mr. Patrick MacGregor (954) 831-0904 Water and Wastewater Services Expansion Administrator Email: pamacgregor @broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope,size,and cost) The UAZ 124 project is located between Florida Turnpike, State Road 7, Commercial Rakes ; i Boulevard and NW 39th Street. The . ; ....,... i.,., infrastructure improvements to the existing ( ,, ,;,, " neighborhood included new water, sanitary �- ) i r"`'; sewer systems. This area is primarily 1•1 4 i residential, built in the 1950's and early 1960's. w $ >r' The area was developed with sanitary sewer ' -- _ - 1 4� system, and an inadequate water distribution I �""'"' `„ ".' t system. As a result of the aging sanitary ,f �-_ t system and inadequate water distribution ; '�" "' :' infrastructure, Broward County selected II `. ,,,. .- ~"`_; `,►�, Craven Thompson and Associates, Inc. to ,� — , i i i ysN design infrastructure improvements needed in - F_ • : a+a the area. Craven Thompson & Associates, Inc. ,��_ ,,,.vf surveyed, designed, permitted, and provided , _ c construction services for the construction of :; I ._-�- __ --- I roadways, a sanitary sewer collection system consisting of 25,446 L.F. - 8" gravity main, 302 L.F. - 10" gravity main, 2,003 L.F. - 12" gravity main, and 46 L.F. - 16" gravity main. The sanitary force main system consisted of 2,350 L.F. - 8" main, and 3,790 L.F. 12" main. The water distribution system additions included 28,810 L.F. -6" main,4,440 L.F. -8" main and 5,380 L.F. - 10" main. This project required coordination with the City of Lauderdale Lakes. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates,Inc. 3563 NW 53rd Street Prime-Surveying,Civil Engineering,and Fort Lauderdale, Florida 33309 Construction Management (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) �T 21 Page 9 I F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (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 Streetscape Design Surveys for NE 4th, NE 5th,SE 6th,and PROFESSIONAL SERVICES CONSTRUCTION(If applicable) SE/SW 7th Streets—Fort Lauderdale Downtown 2009 2009 Development Authority, Fort Lauderdale, Florida i 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Fort Lauderdale Downtown Development Authority Mr. Chris Wren, Executive Director (954)463-6574 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Project consisted of complete Topographic Design Surveys of the M.� --,' - -_ full right-of-ways of NE 4th Street, NE /If t4 — L= --sr-- I � " 14 5th Street, SE 6th Street, and SE / SW ` —: m • ` e . -- _ "_'ti} ,. 1' 7th Street from Andrews Avenue to " . "-•" ' s f I Federal Highway, approximately 3 i�`� �� — .°- `Y_`��_ ���i' Mil miles for Engineering and Streetscape _ *- '; s ;�Er=nt. -- lit . g 11 ' 311,,i r.ra.- o 1 E g 1 Design. This survey included ' : -- - "" I ,,,,_�,� I Ili - i establishing the rights of way, " + `' , E °= "= _--1,,,..-rem,= �ii j - r location of all visible fixed i !Q! `•* i lI� on improvements, as-builts of utilities "'==�' '_�" "�" ` `'1111 J` 1 -A . _.mss...-, "xi i --' _... and preparation of survey base map / , . . -_,-7.... for landscape and civil engineering . •`, .,.. .'_.,r_ - 1 i 1 ! 111 I um , 3,- •4° , - 1 `-•-••—. r 'Xi „.,_ Ohl E 1 5.1a Eç f i li ��wy.r.ura.�a�"iss i 'f EE ' �' M O 3 \E� Y a.wY R t! E I lil':4, ...� } . �� t-.� 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson &Associates, Inc. 3563 N.W. 53rd Street Prime-Surveying Services Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) ry 2 I Page 10 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 5 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Transfer of Drainage Reservations and GIS Mapping in PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunshine Ranches,Central Broward Water Control District 2008- Present Not Applicable 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Central Broward Water Control Mr. Michael Crowley (954)432-5110 District (CBWCD) District Engineer districtmanager @centralbrowardwcd.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) As District Engineer for the Central Broward Water Control District (CBWCD), '. .may,, 4 3 - .„,,, .a=te '• WATER CONTROL DISTRICT Craven Thompson & Associates, Inc. (CTA) a morn touitmearnmenra is assisting the District in transferring a "�"' � ���� '� SECTION 3S-S044 .. series of drainage reservations within the N/-;1" — all. A Sunshine Ranches section of the Town of � Southwest Ranches to CBWCD. Currently, I there is a substantial number of underlying , drainage reservations that the District 's "' would like transferred to their name. �-� „-,» - Those reservations that are no longer v needed will be released. CTA is providing j _ ,...,..,., "'" the following services as part of this ' ,��, ,,,..,�,,„,,,... project: research of public records and - '~'~'� files, preparation of legal descriptions; preparation of applications for transfer of reservations; coordination with SFWMD on the proper release and transfer of reservations; GIS mapping of all sections showing existing and proposed drainage easements and/or reservations; and presentations to the CBWCD Board. The GIS mapping will provide the District with accurate information pertaining to their records and the surrounding properties in an electronic mapping format that can be accessed readily from any computer on the District's network. Computer access to the maps and the related documents will go far in streamlining the planning and maintenance process for the District in the future. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson &Associates, Inc. 3563 N.W. 53`d Street Prime-Surveying Services Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) ry 2 I Page 11 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects 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 GIS for Broward County Regional Water Reuse Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 2012 -2013 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Ms.Janeen Wietgrefe, P.E. (954) 987-0066 Hazen and Sawyer, PC. Project Manager Email:jwietgrefe @hazenandsawyer.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson & Associates, Inc. was BROWAROCOUNTY hired as a sub-consultant to perform the REGIONAL REUSE MASTER PLAN PROJECT p EXISTING d PLANNED REUSE LINES �l AND geospatial analysis, database L� EXISTING.PLANNED.S POTENTIAL REUSE PARCELS management, and GIS mapping of all 7 �. existing, planned, and proposed reuse � LLG ND 4 a t I # Aae?ff,"tVFSYJ!`LhYE}ff H:W"5 waterlines in Broward County. Hazen and , i . K..Nd)1L«�N.ADlMN1,,+IhWbl..M6t, e Sawyer are working under contract with 'V' a ' su = the Broward County Environmental , q,A,A , 1 ......Mal PARMA Protection and Growth Management Department to prepare a Regional i,- - i Master Plan for future of the Reuse _ y ,.,...., Waterlines in Broward. This includes °-g�°"'° documenting and mapping all of the y � r �, .<,� ,.14i44 Parcels that are currently using or f li planning on using Reuse water for ,, l , � � irrigation and also analyzing all of the .4--' - � -° -- parcels that have the potential to use Reuse water in the future out to year 2035 and beyond. All GIS work was prepared and maintained in an ESRI Geo- database format. The Project includes looking also at future FDOT, MPO, City and County Projects for potential construction and distribution of Reuse water. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson &Associates, Inc. 3563 NW 53rd Street Sub-Consultant-Surveying, Mapping/GIS Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME ' (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME s (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) ff- 2 1 Page 12 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 7 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED North County Neighborhood Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) NE Quadrant, Pompano Beach, Florida 2007 -2011 (Phased) 2010-2014 (Phased) 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Broward County Water and Mr. Alan Garcia, P.E., Director, Water& (954) 831-0747 Wastewater Services Wastewater Services Email: agarcia @broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The North County Neighborhood Improvement Project (NCNIP) n � Northeast Quadrant includes approximately 720 acres of land between r ( r tJ Dixie Highway and Federal Highway, North of Sample Road in Pompano r °' Beach. The area was developed with a severely limited sanitary sewer g ,. ,r t system, no storm sewer nor any storm water quality treatment, and an ' •- y Yfj ,� . .. inadequate water distribution system. As a result of this aging and inadequate infrastructure, Broward County selected Craven Thompson wflyit i and Associates, Inc. to establish the n,ri hts-of-wa perform design (--=- -• T 7,1 • -' ' rights-of-way, P g surveys, establish horizontal and vertical control, design infrastructure . "dB Improvements to upgrade service in the area and as the Resident Project Representative during construction. The infrastructure Alai; improvements to the existing neighborhood included a major drainage basin study, roadway rehabilitation, new water distribution systems, 'r 1, ' ' } new sanitary sewer collection systems, new storm sewer, new storm water quality treatment, landscaping, signage, and sidewalk systems. ' The sanitary sewer collection system consisted of 69,550 L.F. - 8" I I !r gravity main, 807 L.F. - 10" gravity main, 129 L.F. - 12" gravity main, and 144 L.F. - 16" gravity main. The sanitary force main system consisted of 540 L.F. - 8" main, and 1,540 L.F. 12" main. The water distribution system additions included 35,626 L.F. - 6" main, 10,161 L.F. - 8" main, 841 L.F. - 12" main, 1,306 L.F. - 20" main, and 1,023 L.F. - 24" main. Construction cost for these improvements were over 40 million dollars. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime—Surveying,Civil Engineering, Planning, Fort Lauderdale, Florida 33309 Landscape Architecture,Construction Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) 2 I Page 13 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 8 Complete one Section F for each project. 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED North Miami Beach Water&Sewer GIS Pilot Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) North Miami Beach, Florida 2014 Not Applicable 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of North Miami Beach Mr. Karim Rossy, P.E. (305) 948-2980, ext. 7962 Utilities Engineering Manager Email: karim.rossy @citynmb.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The project involved the conversion of the City's existing water and sanitary sewer infrastructure within one (1) tile sheet (one-square mile) of the City's Utility Atlas, from an AutoCAD drawing file format, to the industry standard, Environmental Systems Research Institute (ESRI) Geographic Information System (GIS) format. The Pilot Project includes the service area within Section 17, Township 52 South/Range 42 East. The process includes conversion of existing AutoCAD files, into the same coordinate system as the GIS, so that future updates will be more easily transferred between the two systems, for updates and maintenance. The project involves setting up a GIS Network file structure for the City to insert existing and future documentation into, as well as, adding GIS database information in the future. s i,;,:: .... --,-i �. s ,j ��4,4 i/yam: i �,,, j i i ii i0`i� /j _, ,,e ;,,. . i - // 'ivy :, -4;/ -- , f is •! 44X# , ;.€ 01Yg110R1:iryi 3 g '� :. ! % / 0 � i �A�i i fr i / /o n l ce ji s „3 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime—GIS/Mapping/Surveying, Fort Lauderdale, Florida 33309 ' (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) ry 2 I Page 14 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (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 LOCATION(CITY AND STATE) 22.YEAR COMPLETED Oakland Park Boulevard Passive Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunrise, Florida 2011-2013 Current 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Sunrise Community (954) 572-2264 Development Department Mr. Dave Abderhalden Email: dabderhalden @sunrisefl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Sunrise Passive Park known as the Oakland Park Boulevard Site (GS-370) is a 7.93 acre vacant site located on the east side of NW 90th Terrace between Oakland Park Boulevard and NW 38th Street. Funding for the acquisition of this site was provided through the Broward County Land Preservation Bond Program. Existing on this site is a small Cypress Stand and wetland, as well as several large specimen Live Oak trees. The site plan was designed to preserve and enhance all of the existing natural resources while providing a beautiful, safe and functional passive park for the residents. The park will contain a walking/jogging trail with exercise stations, an elaborately themed Splash Pad/ "Sprayground", pervious parking area, a nine hole disc golf course, multiple custom picnic pavilions and a custom restroom facility as well as environmental educational materials. Craven Thompson and Associates, Inc. is the prime consultant responsible for the park design as well as all of the survey (design survey, topographical and boundary survey), preparation of the Open space Park management Plan, the design workshops, conceptual site design, Construction Documents and Construction Management. 1 • 9/1 a s T�t�ST` 4, �i/ / l►.. WETLA10 7; TRANSITION e _ •pia BUFFER 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson &Associates, Inc. 3563 N.W. 53rd Street Sub-Consultant-Surveying,Civil Engineering, a. Fort Lauderdale, Florida 33309 Landscape Architecture, and Construction Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. STANDARD FORM 330(6/2004) r 2 I Page 15 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects,if not specified. 10 Complete one Section F for each project. 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Miami-Dade College,Collapsed Parking Garage Survey PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, Florida January 2013 Not Applicable 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER ProNet Group, Inc. Mr. Luis M. Ulloa, P.E. (954) 334-1401 Email: Iulloa @pronetgroup.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Using high-definition laser scanning, Craven Thompson and Associates performed 3D laser scans of structural columns and debris piles as they were being removed over a 2 month long process for Structural Engineers doing Forensic work on the collapsed area. Scans of bolt patterns and footer pads as well as plumbness of remaining walls and columns for structural engineer for Insurance Companies were provided. via rip* - sr air •NO,14.1106 4t: N 4 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson &Associates, Inc. 3563 N.W. 53rd Street Prime-Surveying Services Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. STANDARD FORM 330(6/2004) 2 I Page 16 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 11 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Dania Beach Marina Survey PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Dania Beach, Florida 2011 Not Applicable 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Mr. Colin Donnelly (954) 924-6800 City of Dania Beach Assistant City Manager Email: cdonnelly @ci.dania-beach.fl.us 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson and Associates, Inc. performed a Topographic & Hydrographic survey on the Dania Beach Marina and parking for the City of Dania Beach for design purposes. The survey included hydrographic surveying of the Marina area for proposed dredging and bulkhead replacement. We also included a 3-D High Definition Survey of the existing bridge over New River Sound so that they obtain clearances under the bridge. at 14 DANIA BEACH MARINA New River Sound 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson &Associates, Inc. 3563 NW 53rd Street Prime-Surveying Services Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) r 2 I Page 17 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 12 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Utility Analysis Zone Improvement Program(UAZ) 308 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 2010 2012 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Broward County Mr. Alan Garcia, P.E., Director, Water& (954) 831-0747 Water and Wastewater Services Wastewater Services Email: agarcia @broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The UAZ 308 project encompasses approximately 125 acres in the City of Dania Beach and is located south of Griffin Road, west of Anglers Avenue east of SW 30th Avenue and north of SW 53rd Court. The infrastructure improvements to the existing neighborhood included new water and sanitary sewer systems. This area is primarily residential, built in the 1950's and early 1960's. The area was developed without a sanitary sewer collection system and had an inadequate water distribution system. As a result of inadequate infrastructure, Broward County selected Craven Thompson and Associates, Inc. to design infrastructure improvements needed in the area. Craven Thompson designed, permitted, and provided construction services for the construction of a sanitary sewer collection system consisting of 19,253 L.F. - 8" gravity main. The sanitary force main system consisted of 1,215 L.F. - 6" main. The water distribution system additions included 18,281 L.F. - 6" main, and 575 L.F. -8" main. This project required coordination with the City of Dania Beach and included a lift station. I, r,"rut ow 4 a #-Rr t-44. ' +1+1114% 3 that �a tt r; » -u 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson &Associates, 3563 NW 53rd Street Prime-Surveying, Civil Engineering, Inc. Fort Lauderdale, Florida 33309 Construction Management (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) 4-7 2 I Page 18 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 13 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED City of Aventura-General Consulting Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Aventura, Florida 2001 - Present Varies 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Aventura Mr.Antonio Tomei (305)466-8923 Capital Projects Manager Email: tomeit @cityofaventura.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson & Associates, Inc. (CTA) has served as the General Consultant for the City of Aventura since 2001. In this role we have completed numerous capital improvement projects including: surveying; engineering studies and reports; project management; roadway and drainage improvements; infrastructure improvements; permitting; park projects; street resurfacing;traffic improvement projects; roadway lighting; bulkhead studies; plan reviews; permitting; bidding assistance; and construction administration services. Total Value of contract to date: $4.5 million. .r '''' °1 sue - - 1 ,.---, ..4,"' _ - i E j ilfill- 11111111[11. 4 �,,, sy ,= 53 Waterways Park Yacht Club Way Bridge Repair Country Club Dr.Exercise Trail Improvements 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson &Associates, Inc. 3563 N.W. 53rd Street Prime-Surveying,Civil Engineering, a. Fort Lauderdale, Florida 33309 Landscape Architecture, and Construction Management (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) (6-71 2 I Page 19 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects,if not specified. 14 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED GIS For Maintenance&Testing of Fire Hydrants For Pressure PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Fire Flow and Flow Monitoring,Sunrise Florida 2012-2013 Not Applicable 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Ms. Caitlin T. Klug, PE (954) 987-0066 City of Sunrise Hazen and Sawyer, PC cklug @hazenandsawyer.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) As the GIS Sub-consultant for Hazen and Sawyer for the City of Sunrise - Water Model, we took the City's existing Hydrant data and created maps and forms for the field monitoring by City Employees. The maps and forms are to be used for the maintenance and testing of the fire hydrants throughout the city for pressure,fire flow, and overall flow monitoring and keeping track of it in their existing GIS System. FIRE FLOW HYDRANT-WH0252 324 Indian Trace Road,Weston,FL 33326 40 . f tale ass Mr nem 410. * j r. - v.* • a. Itr 0 HAEN OD SAWYER 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson &Associates, Inc. 3563 NW 53rd Street Sub-Consultant-GIS Services Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) T 2 I Page 20 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 15 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Westside Town Hall Drainage Study& Implementation PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Davie, Florida 2011 Current 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Davie Community Redevelopment Mr. Will Allen, Former (954)797-2093 Agency Redevelopment Administrator Email: will_allen @davie-fl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson & Associates, Inc. (CTA) I has completed the Westside Town Hall ;�' �"'S t :*1 1: --'6I'L=-y' 1� 1" 1 I 11 Drainage Study for the CRA, west of Davie . 1-� 4:110.7:-7, f1 c:-"'`aiiiiii �-- Road and north of Orange Drive. The site is .� ; �,_! ! t' _ lali +-- I approximately thirty-four (33.79) acres and a -, - i k -, I` , I—'' 3 is bounded by SW 41st Court on the south, a = , .1 1 so 1 „1 SW 67th Avenue on the west, SW 39th Street , f , �, S 4/4111 #. Mar on the north, and Davie Road on the east. -- ,' � ' ',� =' �' .t 4 ,` "I* 1 -, i (_ "' :;dill ,3,. � . The Drainage Study incorporated a 5-acre _ i, , 1,. �� i } �� parcel of Town owned land adjacent to the . � ' �F" `` 4I Ind ' '2 I 1 p J Central Broward Water Control District �� ��' � �f �' �,3 Canal, west of Town Hall as a passive -1 , , ! C , park/retention area to attenuate the storm j `►-- ; ,14: Aril. . w ate r. C TA prepared design su ry ey s for the ,, - 1 L L t -Y,t- .-x -�,,,.,.�, ,,;a w, project and a route design survey for the i main trunk line for the storm sewer system. ` ' -- "" -. „- The trunk line has been design and permitted by CTA and will begin construction shortly. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson &Associates, Inc. 3563 N.W. 53`d Street Prime-Surveying,Civil Engineering and Fort Lauderdale, Florida 33309 Landscape Architectural Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) �T 2 I Page 21 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 16 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED North Beach Neighborhood Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Town of Lauderdale-by-the-Sea, Florida 2003 -2009 2005-2009 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Town of Lauderdale-by-the-Sea Mr. Don Prince (954) 640-4232 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The North Beach Improvement Project included sanitary sewer and storm water improvements within two existing residential neighborhoods in the Town of Lauderdale-by-the-Sea. The two neighborhoods, known as Terra Mar Island and Bel Air were annexed into the Town in 2000 and include 407 residential units. The single family homes in these neighborhoods were all on septic tanks and the residential areas had limited drainage facilities. Craven Thompson and Associates, Inc. performed an infrastructure study to assess the needs and estimated costs for p p Y improving the Town's North Beach area including an evaluation of burying the overhead utility lines on A1A and providing public sewer to the single family neighborhoods. In 2003, the Town contracted with Craven Thompson to implement our study recommendations and provide design and construction services for neighborhood improvements in the North Beach area. Phase I 7, improvements (Terra Mar Island) were completed in •� > September 2006 at a cost of $4.2 million and included I 2LA 111 both drainage and sanitary sewer improvements. Phase II _ improvements (Bel Air) were completed in 2008 at a cost : of $5.5 million. Services provided by Craven Thompson agg gi included surveying, photogrammetry, drainage design, }{, O► sanitary sewer design, storm water modeling, lift station ; lea gig design, specifications, permitting, bidding assistance, Es, r ' : p 75 airm 4m2A1. public outreach programming, contract administration, .&gulJ Qatar 411M.11101 SW IigNa. -N and construction management. £ • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson &Associates, 3563 NW 53rd Street Prime-Surveying,Civil Engineering, & a' Inc. Fort Lauderdale, Florida 33309 Construction Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) �T 2 I Page 22 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 17 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) NW 21St Avenue Improvements Broward County, Florida 2009 2011 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Broward County Highway Construction Mr. Richard Tornese, P.E. (954) 577-4579 and Engineering Division County Engineer Email: rtornese @broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) NW 21st Avenue Project consisted of surveying, design and construction engineering inspection services of Roadway, Regional Outfall, Storm Sewer, Signalization and Landscaping Improvements to an existing two lane roadway through heavy commercial and residential area from north of Oakland Park Boulevard to NW 19th Street. Roadway was re-aligned to provide for an additional landscaped buffer area between the commercial and residential property. This regional outfall will serve approximately 400 acres of existing residential developments in Fort Lauderdale and Oakland Park, Oakland Park Boulevard drainage relief and NW 21 st Avenue. The storm sewer outfall will be jacked under the CSX Railroad into the Interstate 95 Right-of-Way then north to the C-13 Canal. Along with the roadway realignment, new storm sewer was designed and constructed and exfiltration trench added for water quality treatment to offset the effect of the additional pavement. This Project entailed significant coordination between numerous agencies of the State, County and Federal Governments. Signal replacements are proposed at Oakland Park Boulevard and NW 26th Avenue as part of this Project. Construction Cost: $8,100,000.00 ;" 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Surveying,Streetscape, Landscape a. Fort Lauderdale, Florida 33309 Architecture,Civil Engineering,Construction Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) 2 I Page 23 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 18 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED NE 34th Court Reconstruction (from N.E.2nd Avenue to Dixie PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Highway), Oakland Park, Florida 2012-2013 2014-2015 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Oakland Park Mr. Harris Hamid, P.E., Director (954) 630-4477 Engineering &Community Development Email: harrish @oaklandparkfl.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) This project involves full consulting 00.40u.,-M,,,O"M: 1c11:111 NUORALALMAili services for the design and permitting of n,,, e1K CLAIM CP AO approximately 0.70 miles of streetscape 7 Kn roadway improvements on N.E. 34th Court a MOMS NWm SO 110,011111.>llri 11411 MLL POOQl1+b CM--, from N.E. 2nd Avenue to Dixie Highway. ' InilLa0� 1.111 Pyre TO WA IP The consulting services include surveying, -- MUM °' landscape and streetscape enhancement, , ��� full roadway reconstruction design, % 1 , , -,� e stormwater management ADICPR -1�� y �, modeling and design, storm sewer design —%-%- ° utility coordination and relocation, and all ,, _ AT associated jurisdictional permitting. This "� C N1�nc1� , � . project requires permit approvals from `` - _ Broward County Environmental Protection VW hh M .OM aas RAMO. 3: NO«or w oac ne Department (EPD), Broward County ,. 47,---) _ ' x Health Department, and the City of Oakland Park Public Works and Engineering and Community Development Departments. This project utilizes FDOT LAP funding for construction. ENGINEER'S ESTIMATE:$2.20 Million 25, FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime—Surveying,Streetscape, Landscape a. Fort Lauderdale, Florida 33309 Architecture,Civil Engineering,Traffic, Drainage (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) (r7- 2 I Page 24 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 F'<A:IPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT ER (Present as many projects as requested by the agency,or 10 projects,if not specified. 19 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED SW 41St Place Roadway&Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Davie, Florida 2008-2009 2010 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Town of Davie CRA Mr. Will Allen (954) 797-2093 Redevelopment Administrator Email: will_allen @davie-fl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Donle Mewl � . Craven Thompson completed the SW 41 st Place Infrastructure Improvements ; i -,. , design and permitting in 2009 and the project was constructed in 2010. This i i.... project included the demolition of existing utilities, installation of large ,.,,�,�. ir.x: diameter storm drain, water main, sanitary sewer and roadway/sidewalk as , .0■ part of Phase I of the Eastside Master Drainage Study and Eastside water and 4 p S sanitary sewer improvements. Craven Thompson & Associates, Inc. ;; provided surveying, design, and permitting as well as Resident Project , 0 ;.___ . Representative services including, shop drawing review, meeting ':t. coordination, field observation, review and coordination of pay requests, , change orders and Requests for Information. Services also included Project y .f close-out, Substantial and Final Completion, review of Record Drawings and Certification of Permits to applicable agencies. P o={p 4 s p � 41. ti g yy y i % ax s ewar 1.4 ,,rs vanosem f 1' A ; i #° i. /ii -; 4 + 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime—Surveying, Roadway Design,Civil a. Fort Lauderdale, Florida 33309 Engineering, Landscape Architecture, and Construction Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) r 2 I Page 25 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 20 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED NE 38th Street Roadwa Reconstruction PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Y Oakland Park, Florida 2011 2013-2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Oakland Park Mr. Harris Hamid, P.E., Director (954) 630-4477 Engineering&Community Development Email: harrish @oaklandparkfl.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) This project involved the provision of professional engineering services for the I design and permitting of approximately 0.90 miles of roadway improvements. The engineering services included a complete `- storm drainage system, a roundabout to s. y y , replace an existing traffic signal, traffic � NE MON STREET/PA LAIC EAST calming devices, landscape and streetscape PRoPosim imiconamws enhancement, utility coordination and Ark . A 1 relocation, and full roadway reconstruction. �,.. ' The main Project objective was to i I discourage truck traffic and redirect cut- ., t: I through traffic from NE 38th Street to ES,s,a „a, PROPOSED IMPROVEMENTS plamears alternate routes between Andrews Avenue MOM- - ~-n- and NE 11th Avenue. This project required ` !E 38TH STREET TYPICAL 80•RIGHT OF WAY FE 5TH AVE TO NE 3RD AVE permit approvals from Broward County Environmental Protection Department (EPD), and the City of Oakland Park Public Works and Engineering and Community Development Departments. This project will utilize FDOT LAP funding for construction. Craven Thompson and Associates is currently assisting the City of Oakland Park with the funding procurement process. ESTIMATED CONSTRUCTION COST:$2.6 Million 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Streetscape,Civil Engineering, Landscape Fort Lauderdale, Florida 33309 Architecture and Surveying Services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role f. STANDARD FORM 330(6/2004) r 2 I Page 26 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 21 Complete one Section F for each project.) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED North Central County Neighborhood Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County, Florida 1999-2006 2006-2012 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Broward County Mr. Alan Garcia, P.E., Director, Water& (954)831-0747 Water and Wastewater Services Wastewater Services Email: agarcia @broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) North Central County Neighborhood Improvement Project includes approximately 945 acres of land Rockc pa ock island li wr�r Wi1:.LT 3 located generally between Sunrise Boulevard, N.W. '" 26th Street, Interstate 95 and the Wingate Canal in �I' West Ken---Lark I Broward County, Florida. The project area consists , primarily of residential land uses, with commercial , ;7 development located along the major roadways. - °' '.�; ;=� Gcdn Heignts i K i Schools, community centers, and parks are located -- � � fx jam.; within the residential neighborhoods. Storm sewer systems, storm water quality treatment and �' , Roosevelt Gardens attenuation were not considered in the initial Viµ.- , aeon es`- development of the residential neighborhoods, and ; as a result drainage problems were evident. In order to address the utility infrastructure needs of this area, Broward County selected Craven Thompson &Associates, Inc. to study the drainage, water distribution system, sanitary sewer system, and roadway networks within the project area. Craven Thompson and Associates, Inc. prepared a Basis of Design Report (BODR), which identified major deficiencies and provided recommendations for improvements. Craven Thompson designed, permitted, bid and provided the Resident Project Representative Services for the entire NCCNIP consisting of six (6) Bid Packages. Craven Thompson designed and permitted the, storm water treatment facilities, storm sewer systems, the water distribution systems,the sanitary sewer systems and the roadway modifications for the entire 945 acres. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Surveying, Planning,Civil Engineering, a. Fort Lauderdale, Florida 33309 Landscape Architecture,Construction Management (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role e. STANDARD FORM 330(6/2004) �T 2 I Page 27 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 22 Complete one Section F for each project I 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED Eastside Drainage Infrastructure Improvements, Phases I-III PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Davie, Florida 2008-Current 2008-Current 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Town of Davie-CRA Mr. Will Allen (954) 797-2093 Redevelopment Administrator Email: will_allen @davie-fl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson & Associates, Inc. has completed the --w°- Eastside Master Drainage Study for approximately 340 , if acres within the CRA east of Davie Road, north of Orange Drive and south of SW 36th Court and west of SW 53rd Avenue. The Master Drainage Study provided �-� - --- the basis for infrastructure improvements within the " fr ,,; CRA Eastside. Phase 1 involved the installation of , 4 drainage infrastructure within SW 41St Place, SW 61st "`" ' 1 � = l Avenue and SW 41st Street to a point of connection into /ll/MIIIRI �3f f.ic an existing lake. These improvements were designed 42441. ►� along with sewer and roadway improvements for SW r' 41st Place. This Phase allows for the redevelopment of SW 41St Place and also provides drainage for parcels 41st along Davie Road as well as an outfall for SW 41 Street: Phases 2 & 3 are currently under design. Phase 2 g Y g involves the installation of drainage infrastructure within SW 38th Court and SW 60th Terrace to a point of connection with Lake 3. Also required would be the interconnection between Lake 3 and Lake 2 in SW 58th Terrace and the connection from Lake 3 to Central Broward Water Control District Canal N-5 via SW 39th Court to SW 56th Avenue to SW 39th Street and SW 55th Avenue to the outfall. These connections would be required in order to allow the bleed down of the lake system after a storm event. The installation of this infrastructure would provide the drainage backbone for a large portion of future redevelopment. Phase 3 involves the installation of drainage infrastructure within SW 63rd Avenue, SW 42nd Street, SW 41St Court and SW 61St Avenue to a point of connection with the drainage infrastructure installed in Phase I. All surveying for the stormwater modeling and final drainage design &permitting on the project was performed by Craven Thompson. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime-Surveying,Storm Water Planning and Fort Lauderdale, Florida 33309 Civil 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. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. STANDARD FORM 330(6/2004) 2 I Page 28 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 23 Complete one Section F for each project) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED City of Miami Gardens General Consulting Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Gardens, Florida 2007- Present 2007- Present 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Mr.Tom Ruiz (305) 622-8000 x 3110 City of Miami Gardens Director of Public Works Email:truiz @miamigardens-fl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Craven Thompson & Associates, Inc. has served as the General Consultant for the City of Miami Gardens since 2007. In this role we have completed numerous capital improvement projects including: surveying; planning, engineering studies and reports; project management; roadway and drainage improvements; infrastructure improvements; permitting; park projects; street resurfacing; traffic improvement projects; roadway lighting; permitting; bidding assistance; and construction administration services. Total value of contract to date approximately$1 Million. twa7 aft sot _ y '_ l r 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates,Inc. 3563 NW 53rd Street Civil Engineering,Surveying, Landscape Fort Lauderdale, Florida 33309 Architecture,and Construction Management (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. STANDARD FORM 330(6/2004) 2 I Page 29 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency;or 10 projects,if not specified. 24 Complete one Section F for each project) 21.TITLE AND LOCATION(CITY AND STATE) 22.YEAR COMPLETED GIS Retroactive Storm Water Assessment PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park, Florida 2009 Not Applicable 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Harris Hamid, P.E., (954) 630-4477 City of Oakland Park City Engineer Email: harrish @oaklandparkfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) As the General Engineering Consultant for the City of Oakland Park, Craven Thompson & Associates, Inc. (CTA) assisted in converting the City's existing storm water assessment system on commercial property owners within the City to a ESRI GIS format. We analyzed the City's current database having a customer name and address along with a fee associated with an unclear process to determine Pervious versus Impervious surfaces which were not mapped and could not be verified. We geocoded their database and joined the address table to the Broward County Property Appraiser's Office GIS Parcel database address table in order to map it to a specific parcel folio number. We then digitized the pervious surfaces from a Geo-referenced aerial on each Commercial parcel to get an area. Once everything was mapped and digitized we were able to also verify that the City had several parcels that the Property Appraiser's Office considered Commercial that were not being charged, thus providing additional funding source to the City. City of Oakland Park iimmtr K€;€Stnrmwattt Assessment Parc.€f t Rt 4 3: 4n lt( ' #4axs$ g3inDY: _ - flne1U).4Y.�✓�scu ; 7QfAtMA=Mf-c`3f i8ld f HNw.i MfiAFl4M3Y3 ' 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role a. Craven Thompson&Associates, Inc. 3563 NW 53rd Street Prime—Surveying/Mapping/G.I.S. Fort Lauderdale, Florida 33309 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role b (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)Role d. STANDARD FORM 330(6/2004) �T 2 I Page 30 KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26 NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing (From Section E. (From Section E, table. Place"X" under project key number for Block 12) Block 13) participation in same or similar role.) O 7: N M '4 '4 t0 12 00 Q1 O t71 N M g rl N M V. L11 lD 1� 00 Cl r-1 ri rl rl e� e-1 ei ei r-1 r-1 N N N N N Richard D. Pryce, P.S.M. Surveyor/GIS X X X X X X X X X X X X X X X X X X , X X X Douglas M. Davie, P.S.M. Surveyor X X X X X X X X X X X Nicholas Messina, P.S.M. Surveyor/GIS X X X X X X X X X X X X X X X X X Thomas C. Shahan, P.S.M. Surveyor X X X X X X X X X X X X X • NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 GIS Utility Atlas Port Everglades 13 City of Aventura-General Consulting Services Aventura, Florida 2 North County Neighborhood Imp. Project, NW Quadrant, 14 GIS For Maintenance&Testing of Fire Hydrants For Broward County, Florida Pressure Fire Flow and Flow Monitoring,Sunrise Florida 3 Utility Analysis Zone Improvement Program(UAZ)124, 15 Westside Town Hall Drainage Broward County, Florida Davie, Florida 4 Streetscape Design Surveys for NE 4th, NE 5th,SE 6th,and 16 North Beach Neighborhood Improvement Project SE/SW 7th Streets-Fort Lauderdale DDA Lauderdale-by-the-Sea, Florida 5 Transfer of Drainage Reservations and GIS Mapping in 17 NW 21st Avenue Improvements Sunshine Ranches,Central Broward Water Control District Broward County, Florida 6 GIS for Broward County Regional Water Reuse Master Plan, 18 NE 34th Court Reconstruction Broward County, Florida Oakland Park,Florida North County Neighborhood Imp. Project, NE Quadrant, 19 SW 41st Place Roadway&Infrastructure Improvements Broward County, Florida Davie, Florida 8 North Miami Beach Sewer and Water GIS Pilot Project 20 NE 38th Street Roadway Reconstruction North Miami Beach, Florida Oakland Park, Florida 9 Oakland Park Boulevard Passive Park Survey 21 North Central County Neighborhood Improvement Project Sunrise, Florida Broward County, Florida 10 Miami-Dade College,Collapsed Parking Garage Survey 22 Eastside Master Infrastructure Improvements, Phases I-Ill Miami, Florida Davie, Florida Dania Beach Marina Survey City of Miami Gardens General Consulting Services ii 23 Dania Beach, Florida Miami Gardens, Florida 12 Utility Analysis Zone Improvement Program(UAZ)308, 24 GIS Retroactive Storm Water Assessment Broward County, Florida Oakland Park, Florida STANDARD FORM 330(6/2004) 4.-1- 2 I Page 31 N. ADDITIONAL INFORr OATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED. Craven Thompson & Associates, Inc. (CTA) has been a consulting industry leader in the South Florida area since our inception in 1962. With our office located in South Florida, we have established a high-profile presence through the years with a reputation of excellent service to many varied clients, performing the full range of professional services. We have worked closely with many municipalities to provide services such as survey (platting, right-of-way surveys, special purpose and topographical surveys, easements, sketch & legal descriptions, hydrographical surveys, high definition laser scanning, Lidar, As-builts, and establishment of horizontal & vertical control), G.I.S. Geo-S atial Services (for water, sewer, storm, plats, etc.), roadway design, landscape architecture, neighborhood improvements, water and wastewater design, GIS/Mapping, surveying, planning, storm water management, streetscape, roadway beautification and construction management. CTA has been providing professional services to the Tri-County area since the formation of the firm. CTA has been involved in the surveying, G.I.S. mapping, design, permitting,contract administration and construction management of numerous Capital Improvement Projects, including roadway design, the replacement and upgrade of water and sewer lines, new infrastructure, sewage pump stations, establishment of G.1.5. atlases, storm water drainage projects, and waterway projects. Our experience includes the design and construction of over 6,000 acres of neighborhood improvements in Broward County, including the South County Neighborhood Improvement Project (1,400 acres), Central County Neighborhood Improvement Project (1,800 acres), North Central County Neighborhood Improvement Project (950 acres) and the North County Neighborhood Improvement Projects (1,660 acres) as well as Utility Analysis Zones (895 acres). These projects included surveying, studies, modelin g, cost estimating, design drawings, technical specifications and construction management for the replacement/rehabilitation of existing roadways and infrastructure and the construction of new drainage facilities, pavement and landscaping. These projects started with a Basis of Design Report that addressed the infrastructure needs of the community and this report was then used as a guideline for future design and construction activities. CTA presents many distinct and unique advantages which will assure timely and cost effective completion of projects. These advantages include the following: • An experienced team: CTA staff has extensive experience with various types of unusual and difficult surveying and G.I.S.tasks • Full service firm: CTA can provide all of the surveying, G.I.S., civil engineering landscape architecture, planning, and construction support services needed in-house. • Project management: Organization lines and responsibilities are clearly defined for each project, ensuring that the best qualified individual is matched to a particular assignment. • Familiarity with the latest surveying and G.I.S.technology and trends. • Continuity: The Resources and staff available at CTA ensure responsive service and continuity throughout the entire project. I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts .SI NATURE 32.DATE December 2, 2014 VeAlt44A4c `.3. NAME AND TITLE Richard D. Pryce, P.S.M.,Vice President,Surveying&G.I.S. 41117 STANDARD FORM 330(6/2004) 2 I Page 32 ����� I rAT ARCHITECT ENGINEER QUALIFICATIONS �� "'��������`���� �'�'� RFQ No.2014-346-YG PART II - GENERAL QUALIFICATIONS 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER Craven Thompson&Associates, Inc. 1962 06-362-4910 2b.STREET 5.OWNERSHIP 3563 N.W.53rd Street a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE Corporation Fort Lauderdale Florida 33309 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE N/A Richard D. Pryce, P.S.M.,Vice President,Surveying&G.I.S. 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS Same (954)739-6400 rpryce @craventhompson.com 8a.FORMER FIRM NAME(S)(if any) Sb.YR.ESTABLISHED 8c.DUNS NUMBER Davis and Craven, Inc./Davis,Craven,Thompson, Inc./Craven Thompson, Inc. 1961/1973/1975 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c.Revenue c.Revenue a.Function a.Profile Index a' Index Code b.Discipline (1) (2) Code b.Experience Number Profile b.Experience Number 1)FIRM BRANCH (see below) (see below) 02 Administrative 11 A06 Airports;Term.&Hangars 6 101 Lab.;Med.Research Facilities 3 08 AutoCAD Technicians 4 A08 Animal Facilities 1 102 Land Surveying 1 12 Civil Engineers 15 1 All Auditoriums&Theaters 1 104 Libraries;Museums;Galleries 2 15 Construction Inspectors 8 801 Barracks;Dormitories 1 001 Office Bldgs.;Industrial Parks 5 16 Const.Management 1 B02 Bridges 1 P05 Planning(Comm.,Regional) 1 38 Land Surveyor 16 C06 Churches;Chapels 1 P06 Planning(Site,Installation) 2 39 Landscape Architect 3 C10 Commercial Bldg.;Shopping 6 P13 Public Safety Facilities 3 47 Planners;Urban/Regional 1 C11 Community Facilities 4 R03 Railroad;Rapid Transit 3 D07 Dining Halls;Clubs;Rest. 1 R04 Rec.Fac.(Parks,Marinas) 6 E02 Educational Facilities 6 R06 Rehabilitation(Buildings) 2 E09 Environmental Impact Studies 1 R09 Resources Recov.;Recycling 1 Ell Environmental Planning 1 R11 Rivers;Canals;Waterways 2 F02 Field Houses;Gyms;Stadiums 1 SO4 Sewage Collection,Treatment 5 GO1 Garages;Vehicle Maint.Fac. 4 S07 Solid Wastes;Incin.;Landfill 5 HOl Harbors;Ship Terminal Fac. 7 S10 Surveying;Platting;Mapping 1 H06 High-rise 1 S13 Storm Water Handling&Fac. 6 H07 Hwys.;Streets;Parking Lots 7 T02 Testing and Inspection Serv. 1 H09 Hospital&Medical Facilities 5 T03 Traffic&Trans.Engineer 4 H10 Hotels;Motels 4 T04 Topo.Survey&Mapping 1 H11 Housing(Res.,Apts.,Condo) 7 UO2 Urban Renewals;Comm.Dev. 9 101 Industrial Buildings 5 WO1 Warehouses&Depots 1 Other Employees 106 Irrigation;Drainage 3 W02 Water Resources;Hydrology 2 Total 59 1 101 Judicial&Courtroom Fac. 3 W03 Water Supply;Treatment 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 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 8 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 8 _ 5. $1 million to less than$2 million 10. $50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. fir.SIG cl::: b.DATE yG4.c4A _ December 2,2014 c. AME AND TITLE Richard D. Pryce, P.S.M.,Vice President,Surveying&G.I.S. 6.1 STANDARD FORM M 330(6/2004) 2 Page %s TAB 2 - EXPERIENCE&QUALIFICATIONS ci,,,,34.1t0,e011 NC. REQUEST FOR QUALIFICATIONS NO.2014-346-YG Egtne.n•P+artnen•Survrpis•taNiaraecxs 2.2 Qualifications of Proposer Team 1. Organizational Chart-Group B- Engineering-Land Surveying Services Noma Craven Thompson &Associates,Inc. Douglas R.Taylor, P.E. CLIENT LIAISON Craven T o►+npsoh&Associates,Inc. Richard D. Pryce,P.S.M. PROJECT MANAGER PRINCIPAL-IN-CHARGE Craven Thompson&Associates,Inc. LAND SURVEYING SERVICES Douglas M. Davie,P.S.M. LAND SURVEYOR Thomas C.Shahan,P.S.M. LAND SURVEYOR Nicholas Messina,Jr.,P.S.M. LAND SURVEYOR CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE, FL 33309 I P 954.739.6400 TAO 2 - EXPERIENCE&QUALIFICATIONS C,,,,13,4.11401P &„ ,ATEI3. REQUEST FOR QUALIFICATIONS NO. 2014-346-YG 2.2 Qualifications of Proposer Team 1. Organizational Chart-Group B-Engineering- Land Surveying Services Craven Thompson &Associates,Inc. Douglas R.Taylor,P.E. CLIENT LIAISON Craver.Thompson&Associates,Inc. Richard D. Pryce,P.S.M. PROJECT MANAGER PRINCIPAL-IN-CHARGE flf Craven Thompson&Associates,Inc. LAND SURVEYING SERVICES Douglas M. Davie,P.S.M. LAND SURVEYOR Thomas C.Shahan,P.S.M. LAND SURVEYOR Nicholas Messina,Jr.,P.S.M. LAND SURVEYOR CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 34 i Richard D. Pryce, P. .M. Iii t i CINVINIMPIKSINSIOCIM PROJECT ROLE Vice President, Surveying& GIS I Manager er Associate of Science-Criminal Justice Enema Broward Community College 1 1978 REGISTRATIONS Professional Surveyor and Mapper-Florida No. 4038(1983) PUBLICATIONS Co-author POB Magazine-"22,000 Acres and Counting" November 1998 Co-author POB Magazine-"The CAD Revolution",Sept. 1999 AREAS OF EXPERTIS Surveying YEARS OFEXPERIENCE 8 Years w/CTA 34 Years w/Other Firms .................................................................................................................................................................................................................................................................................... Current Director- Broward County Chapter of FL Surveying& Mapping Society State &County Chapters, FL Surveying& Mapping Society American Congress on Surveying and Mapping National Society of Professional Surveyors Geographic Land Information Society SUMMARY OF EXPERIENCE Mr. Pryce has over forty-two years of experience surveying in South Florida. He has specialized in all aspects of the land surveying & mapping profession and has also specialized in developing GIS/Survey applications using ESRI ArcGIS software since 1990. Mr. Pryce has specialized training in BLM PLSS retracement surveys, legal research and resolving boundary disputes. Mr. Pryce has been fully trained on Leica 3D Laser Scanners and 3D Modeling for use in High Density Surveying of Commercial, Historical and Utility Sites. He has also been developing ways to analyze Lidar data for City-wide Storm water and Drainage studies. CRAVEN THOMPSON&ASSOCIATES,INC., Fort Lauderdale, Florida April 2006 to Present I Vice President, Surveying&GIS MILLER LEGG&ASSOCIATES,INC., Pembroke Pines, Florida WORK HISTO October 1997 to April 2006 I GIS Coordinator/Service Manager/PSM R.D.PRYCE&ASSOCIATES,INC., Davie, Florida October 1992 to October 1997 I President/Owner Sunrise NW 44th Street, Oakland Park Boulevard, and Nob Hill Road Passive Parks, Sunrise, Florida Project Manager. Boundary and topographic surveys of the three (3) Passive Park Projects for design purposes, including an extensive tree survey and the review of title documents and encumbrances. 3D Laser Scan Sawgrass Water-Waste Water Plant Project, City of Sunrise - Project Manager and Technical Director of 3D Leica Scan Station design survey of aerial pipes, roadways and buildings between the Blower building and Aeriation tanks for redesign purposes. Ongoing 3D laser scanning of additional areas in progress for Hazen &Sawyer. 3D Laser Survey Collapsed Parking Garage Miami Dade College for Forensic Structural Engineer- Perform 3D laser scans of structural columns and debris piles as they were being removed over a month long process. Scans of bolt patterns and footer pads as well as plumbness of remaining walls and columns for structural engineer for Insurance Company. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 35 Richard D.Pace, P.S.M. CRAVEN• PROJECT ROLE I Vice President, Surveying& GIS I Project Manager fnaineen.Planners.Surveyors 3D Laser Scanning portion of Interstate 95 Topographic Design Project - Project Manager and Technical Director of 3D Laser Scan Survey of a portion of Interstate 95 for Broward County Engineering to get topographic elevations across 6 lanes of highway to centerline median wall for design of temporary roadway for construction traffic to offload storm drainage pipes. Oakland Park - Harlem McBride Project- Project Survey Manager, Right-of-way surveys covering NE 5th Ave from Oakland Park Blvd to NE 38 St, and NE 34 St from NE 5th Avenue to Dixie Highway(1.5 miles) Boundary and topographic elevations for the existing right-of-way for street scape designs and 3D laser scanning of roadways to acquire detailed elevation data for drainage Oakland Park - NE 38th Street Project - Project Survey Manager, Right-of-way surveys covering from Dixie Hwy. west to NW 10th Ave, then North to Prospect Road (2.5 miles) Boundary and topographic elevations for the existing right-of-way for reconstruction design. Town of Davie-GIS Conversion and Website- GIS Coordinator & Project Manager, Conversion of Town's CAD and hardcopy maps to ESRI GIS format and create Town's GIS website and hosted it for 2 years. Cost: $250,000.00. Ravenswood Transit Facility, Dania Beach- Project Manager. Boundary and topographic survey overall Project for design purposes including review of title documents and encumbrances. Preparation of Plat for recording. Right-of-Way Control Survey for Broward County, Sample Road (State Road 834) Perform a Control Survey and set baseline with stations every 500 feet with x-y-z coordinates for 8-1/2 miles of Sample Road - State Road 834. Determine rights-of-way together with section and quarter section lines, run 3-wire level loops thru 10 County benchmarks. Cost: $25,000. 3D Laser Scanning Roadway Topographic Design Project - Project Manager and Technical Director of 3D Leica Scan Station Survey for Chen &Associates of(1-1/2 miles of State Road 7 from Peters Road to NW 5th Street for Design & Topographic Survey for 20" Water Main), scan full right-of-way 24 merged scan positions 66 million x-y-z points with 0.03'accuracy. $34,000. Seville Hotel, Miami Beach 3D High Definition Survey - Project Manager. Interior 3D laser scan 12 separate floors of the historic hotel that had been gutted. We used a Leica C10 Laser scanner in the field to scan each floor for the purpose of capturing exact dimensions of the floor, columns, and ceiling joists to create a 3D Asbuilt plan for design purposes in an AutoCAD format. We were asked to come back and laser scan the bar area within the historic hotel and capture 3D details of the domed ceiling for preservation during the reconstruction process. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 36 �% /��� Davie, - CINNIN•lHOINIONNANIOCIANIN NC. PROJECT ROLE I Director of Surveyor ewe—•Maw.L..qu,.,.,bv..McMinn REGISTRATIONS Professional Surveyor and Mapper-Florida No. 4343 (1987) AREAS OF EXPERTISE Surveying YEARS OF EXPERIENCE 21 Years w/CTA 19 Years w/Other Firms SUMMARY OF EXPERIENCE Mr. Davie has over thirty-nine years of experience surveying in South Florida. He has been the Project Manager in numerous large-scale projects such as right of way surveys, preparation of City and County maps and large scale developments. Mr. Davie has performed both field and office work of all types of surveys; expert witness, boundary, topographic, design, route surveys, Mean High Water, as-built, control, hydrographic and location surveys. Mr. Davie is a resident of Boca Raton, Florida. CRAVEN THOMPSON&ASSOCIATES,INC., Fort Lauderdale, Florio-2,-- July 1993 to Present I Director,Surveying CARNAHAN,PROCTOR&ASSOCIATES, Margate, Florida November 1992 to July 1993 I Senior Field Crew Representative DARBY AND WAY,INC., Fort Lauderdale, Florida WORK HISTORY February 1983- November 1992 I Director of Surveying MID-SOUTH ENGINEERING,INC., Fort Lauderdale, Florida January 1978- February 1983 I Survey Party Chief DADE COUNTY PARKS AND RECREATION DEPT., Miami, Florida January 1974 to January 1978 I Survey Party Chief South County Neighborhood Improvement Project, Broward County - Project Manager - Design and As-built Surveys. Central County Neighborhood Improvement Project, Broward County- Project Manager - Design and As-built Surveys. North County Neighborhood Improvement Project, Broward County - Project Manager - Design and As-built Surveys. City Fort Lauderdale - Downtown Development Authority (DDA) - Steetscape Projects - Project Manager - Oversaw all aspects of preparation of topographic and right of way surveys for over four miles of urban roadways for the purposes of drainage, landscaping and beautification. These surveys included the establishment of rights of way, location of all existing improvements and depiction of elevations for design purposes. Additionally, Mr. Davie reviewed the legal description of the DDA boundary, edited the legal description and prepared a map depicting the boundaries. Town of Davie-Westside Town Hall Drainage Study- Project Surveyor- Prepare drainage route design survey. Prepare 5 Acre survey for retention area. Town of Davie - Oakes Fire Station - Project Surveyor - Prepare various sketch and legal descriptions for creation and vacation of easements. Broward County Courthouse, Fort Lauderdale, Florida - Surveying Project Manager currently performing surveying services for the construction of the new courthouse and parking garage including layout, as-builts and monitoring services of the buildings. Lauderhill Performing Arts Center and Library, Lauderhill, Florida - Surveying Project Manager currently performing surveying services for the construction of the new municipal facility including layout, as-builts and monitoring services of the new building. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 37 i emia Thomas C.Shahan, P.$.M «�►YEN-1HOWSIONIMECOATI33.PC. PROJECT ROLE I Site Surveyor E,'v'•••x.wine„.,wr„n„.tmmcap€..+t Two Year Vocational Drafting Degree : : : ICS Mail Correspondence Course for Surveying and Drafting REGistunopis Professional Surveyor and Mapper-Florida No. 4387 (1987) AREAS O EX E Surveying E (*Emma 29 Years w/CTA 10 Years w/Other Firms ADO, Florida Society of Professional Surveyors and Mappers SUMMARY OF EXPERIENCE Mr. Shahan is an experienced surveyor and has performed many different aspects of his profession, including Project Surveyor, Field Crew Supervisor, Computer Draftsman and Crew Chief. He has been responsible for many different types of surveys including hydrographic, boundary, topographical and construction layout of various subdivisions and geodetic control projects. He has supervised many Florida Department of Transportation projects, both coordination of field crews and supervision of right-of-way preparation. � ..._ ..._......_._.._.._.. CRAVEN THOMPSON&ASSOCIATES INC. Fort Lauderdale, Ron, June 1997 to Present I Project Surveyor April 1992 to June 1993 I Field Crew Supervisor May 1989 to April 1992 I Director of Survey Office Department April 1987 to May 1989 I Director of Surveying December 1983 to April 1987 I Senior Computer Draftsman 'ORKH� R` October 1979 to December 1983 I Crew Chief CARNAHAN,PROCTOR&ASSOCIATES., Margate, Florida June 1993 to June 1997 I Field Supervisor-FDOT Crews WINNINGHAM AND LIVELY,INC., Oakland Park, Florida r1 77 to October 7 r October 9 t Oc obe 9 9 I Crew Chief July 1973 to October 1977 I Apprentice Eastside Neighborhood Improvement Program, Davie Horizontal & vertical control verification for a Design Survey for neighborhood improvement project including as-built location of existing utilities and roadways. S.R.#7 and Sheridan Street, Hollywood Preparation of right-of-way maps for intersection expansion including preparation of sketch and descriptions for right-of-way acquisition. Port Everglades Plats, Fort Lauderdale Preparation of four (4) plats for the Port Everglades Authority. Supervision of field crews for boundary surveys to determine plat limits. Coordinate with the Port's Planning Department to plat all remaining parcels within the Port's limits. Supervision of calculations and submittal of plat to County and City agencies. Sleepy River,City of Oakland Park Prepare Topographic survey for engineering purposes of NW 33rd Street from NW 3rd Avenue to the western terminus in the Sleepy River Area. The survey included recovery of sufficient right-of-way boundary monumentation to determine right-of-way limits; location of the aboveground visible improvements within the CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 38 Thomas C.Shahan, P.S.M• gU►MEN11401PIKINdrAHBOCIAMNC. PROJECT ROLE I Site Surveyor Engeneers•Manners•Surveyors•la�wlPeAra+rets right-of-way limits and preparation of survey in AutoCAD Version 2006 drawing file format. In addition, we obtained cross-section elevations at 100 foot intervals on the full right-of-way. We obtained rim and invert elevations on all storm water catch basins and manholes, sanitary manholes, water main gate valve boxes, and any visible above ground feature which was susceptible to changes. N.W.44th Street,City of Oakland Park Preparation of a design survey along the South side of N.W. 44th Street from N.W. 31st Avenue West approximately 2500 lineal feet for the purpose of preparing photo metric plans. Eastside Drainage Infrastructure Improvement Program,Town of Davie Horizontal & vertical control verification for a Design Survey for neighborhood improvement project including as-built location of existing utilities and roadways. Royal Palm Park,City of Oakland Park Prepare a topographic survey for design purposes of a sidewalk connection from N.W. 16th Avenue to Royal Palm Park. The survey included recovery of right-of-way boundary and control sufficient to determine right-of- way limits; location of the aboveground visible improvements S.R.#7 and Sheridan Street, Hollywood Preparation of right-of-way maps for intersection expansion including preparation of sketch and descriptions for right-of-way acquisition. Congress Avenue,West Palm Beach Preparation of right-of-way maps for Palm Beach County, including preparation of sketch and descriptions for right-of-way acquisition and expert witness testimony. Oakland Lakes,Oakland Park Calculations and preparation of sketch and descriptions for right-of-way vacation and right-of-way dedication along Oakland Park Boulevard, including vacation and rededication of non-vehicular access lines. Lake Worth Drainage Improvements Project, Lake Worth Supervision of field crews for utilities and roadway layout, as-built of utilities and providing certified as-built drawings to client. S.R.5(Broadway)D.O.T.Design Survey,West Palm Beach Survey project manager for 2.3 mile design survey for D.O.T. In charge of establishing price and scheduling meetings with D.O.T. survey right-of-way personnel. Supervision of field crews for establishing horizontal and vertical control, topography, cross-sections and utility locations. S.R. 706(Indiantown Road)Design Survey,Jupiter Survey project manager for 2.5 mile design survey for Palm Beach County Engineering Department. Supervision of field crews for verification of sectional data, establish and tie-in baseline including aerial control points. Supervision of title search calculations and preparation of right-of-way maps. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 39 / Nicholas Messina,Jr., .S M. Y91•, ,I PROJECT ROLE 1 Site Surveyor E*utters•Planners•yt»„.yprs•Landscape A th*.M Associate of Science-Surveying and Mapping EDUCATION- University of Alaska,Anchorage 1 1999 REGISTRATKINS Professional Surveyor and Mapper-Florida No. 6559 (2006) Trained NGS OPUS Projects Manager Trimble ..............................................................._....._._..............................................................._............................................ Tunis Trimble Business Center AREASOF EXPERTISE Surveying yE RSOFup E 15 Years w/CTA 9 Years w/Other Firms ff AujAmois- Florida Society of Professional Surveyors and Mappers SUMMARY O E X P E R I E N E Mr. Messina is an experienced surveyor with over 21 years surveying, including 15 years of private sector experience surveying in South Florida. He has been the Project Surveyor/Manager for variety of surveys such as ALTA/ACSM Land Title, As- Built, Boundary and Topographic, Control and Quantity Surveys. He has 10 years of public sector experience in civil service employee with 6 years working in remote Alaskan communities as an Engineering/ Surveying Technician working both in the field and office preparing a variety of survey projects and drawings. CRAVEN THOMPSON&ASSOCIATES,INC., Fort Lauderdale, Florida July 2006 to Present 1 Project Surveyor May 2001 to July 20061 Senior Survey Technician May 1999 to May 20011 Survey Technician WORK S U.S.PUBLIC HEALTH SERVICE,Anchorage,Alaska 1993- May 1999 1 Survey Technician CML ENGINEERING SUPPORT AGENCY,USAF, Panama City 1990-May 1993 1 Engineering Aide Nova Southeastern University Center of Excellence For Coral Reef Ecosystem Sciences, Davie, Florida Performed the various tasks including preparing sketch & legal description and other survey tasks for the new facility. Nova Southeastern University-SW 36th Street, Davie, Florida Prepared sketch and legal descriptions and provided miscellaneous survey services including preparing base maps for engineering design and permitting. NW 7th Avenue&NW 9th Avenue Connector Conducted a horizontal control GPS static survey utilizing Florida Department of Transportation field and post processing procedures using Hector Vector software. North Central County Neighborhood Improvement Project Project Manager responsible preparing the Topographic Survey of the existing conditions survey for engineering design purposes. Treasure Cove Villas, Dania Beach Project manager responsible for subdividing, lot layout, construction stakeout and prepared Final survey. CRAVEN THOMPSON&ASSOCIATES, INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 40 gags Nicholas Messina,Jr., RSA. CAWEIMICIAPIEMAINIOCIUMI PROJECT ROLE I Site Surveyor Eeumeen•Manners•Suneyon•tinimpoSirdibeets State Road A1A-Port St. Lucie and Delray Beach Responsible for training the field crew in Florida Department of Transportation (FDOT) field procedures and FDOT Electronic Field Book (EFB)data collection software. Fort Lauderdale/Hollywood International Airport Wastewater Master Plan Prepared as-built survey of the wastewater utilities for a GIS master plan. Fort Lauderdale/Hollywood International Airport Terminal 4-Hydrant Fueling Staked out proposed terminal 4 hydrant fueling and obtained test hole location. Port Everglades Utility GIS GPS utility locations and as-built surveys for the entire jurisdictional area of Port Everglades, including water, sewer, storm sewer, electric,telecommunications and fuel lines. South County Neighborhood Improvement Project Project Surveyor responsible preparing the Topographic Survey of the existing conditions survey for engineering design purposes. West Ken Lark Neighborhood Improvement Project Project Surveyor responsible preparing the Topographic Survey of the existing conditions survey for engineering design purposes. Broadview Park Neighborhood Improvement Project Project Surveyor responsible preparing the Topographic Survey of the existing conditions survey for engineering design purposes. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 41 TAB 2 EXPERIENCE&QUALIFICATIONS «C REQUEST FOR QUALIFICATIONS NO.2014-346-YG 2.3 Financial Capacity As instructed in the Request for Qualifications, Craven Thompson &Associates, Inc. ordered a Dun & Bradstreet Supplier Qualification Report to be directly emailed to the City of Miami Beach. For you convenience, a duplicate copy of the report is included in our response. CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 2 I Page 42 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 1 of 7 D &B Decide with Confidence Supplier Qualifier Report To save report(s) to your PC, click here for instructions. El Print this Report Copyright 2014 Dun &Bradstreet- Provided under contract for the exclusive use of subscriber 100150009 ATTN: CRAVEN,THOMPSON &ASSOCIATES,INC. Report Printed: OCT 10 2014 In Date BUSINESS INFORMATION 4 CRAVEN, THOMPSON &ASSOCIATES, INC. 3563 Nw 53rd St Fort Lauderdale, FL 33309 Rating Change This is a headquarters location. D-U-N-S® Number: 06-362-4910 Branch(es) or division(s) exist. Telephone: 954 739-6400 D&B Rating: 1R2 Formerly Fax: 954 739-6409 1R3 Number of employees: 1R is 10 or more Chief executive: TOM MCDONALD, PRES employees. Composite credit Year started: 1960 appraisal: 2 is good. D&B Supplier Risk: 1 Employs: 78 (74 here) . SUPPLIER EVALUATION RISK(SER) RATING FOR All amounts are displayed in local currency. THIS FIRM : 1 V Financial statement date: DEC 31 2008 9 8 7 6 5 4 3 2 1 Sales: 8,995,128 # Medium Low Net worth F: 140,756 History: CLEAR D&B PAYDEX® D&B PAYDEX: SO When weighted by dollar amount, payments to suppliers average generally within terms. o too 120 days slow 30 days slaw Prompt Andcipates Based on up to 24 months of trade. SUMMARY ANALYSIS D&B Rating: 1R2 Number of employees: 1R indicates 10 or more employees. 2 I Page 43 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 2 of 7 Composite credit appraisal: 2 is good. The 1R and 2R ratings categories reflect company size based on the total number of employees for the business. They are assigned to business files that do not contain a current financial statement. In 1R and 2R Ratings, the 2, 3, or 4 credit worthiness indicator is based on analysis by D&B of public filings,trade payments, business age and other important factors. 2 is the highest Composite Credit Appraisal a company not supplying D&B with current financial information can receive. For more information,see the D&B Rating Key. Below is an overview of the company's rating history since 01/01/91: D&B Rating Date Applied 1R2 12/14/10 1R3 10/18/10 CB4 05/14/10 1R2 07/21/95 -- 01/01/91 The Summary Analysis section reflects information in D&B's file as of October 6, 2014. RISK SCORE ANALYSIS SER COMMENTARY: - Higher risk industry based on inactive rate for this industry. PROBABILITY OF CEASED OPERATIONS/BECOMING INACTIVE SUPPLIER EVALUATION RISK RATING: 1 The probability of ceased operations/becoming inactive indicates what percent of U.S. businesses is expected to cease operations or become inactive over next 12 months. Probability of Supplier Ceased 1.3% (130 PER 10,000) Operations/Becoming Inactive : Percentage of US business with same SER 13% (1,300 PER 10,000) score : Average Probability of Supplier Ceased 5.60% (560 PER 10,000) Operations/Becoming Inactive : -Average of Businesses in D&B's Supplier Database CREDIT DELINQUENCY SCORE: 606 DIVERSITY Minority-Owned Business: N/A Historically Underutilized Business: N/A Women-Owned Business: N/A Veteran-Owned Business: N/A Disadvantaged Business Enterprise: N/A Vietnam Veteran Business: N/A Small Disadvantaged Business: N/A Disabled-Owned Business: N/A HUB-Zoned Certified Business: N/A Historical College Classification: N/A SBA 8(a) Certified: N/A Labor surplus area: YES (2014) Small Business: N/A SPECIAL EVENTS 12/13/2010 A Rating change has occurred on this company. 10/18/2010 A Rating change has occurred on this company. 2 I Page 44 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON & ASSOCIATES, INC. Page 3 of 7 CUSTOMER SERVICE If you have questions about this report, please call our Customer Resource Center at 1.800.234.3867 from anywhere within the U.S. If you are outside the U.S. contact your local D&B office. *** Additional Decision Support Available *** Additional D&B products, monitoring services and specialized investigations are available to help you evaluate this company or its industry. Call Dun &Bradstreet's Customer Resource Center at 1.800.234.3867 from anywhere within the U.S. or visit our website at www.dnb.com. HISTORY The following information was reported 09/27/2014: Officer(s): TOM MCDONALD, PRES ROBERT D COLE, EXEC V PRES DIRECTOR(S): THE OFFICER(S) This is a corporation formed in Florida on January 1, 1962. Business started 1960. 100% of capital stock is owned by officers. TOM MCDONALD. Work history unknown. ROBERT D COLE. 1987 - present active here. BUSINESS REGISTRATION CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF SEP 24 2014: Registered Name: CRAVEN, THOMPSON &ASSOCIATES, INC. Business type: DOMESTIC CORPORATION Corporation type: PROFIT Date incorporated: JAN 01 1962 State of incorporation: FLORIDA Filing date: JAN 01 1962 Registration ID: 254407 Federal ID: 590948029 Status: ACTIVE Where filed: STATE DEPARTMENT/CORPORATION DIVISION, TALLAHASSEE, FL Registered agent: THOMAS M MCDONALD, 3563 NW 53RD ST, FT LAUDERDALE, FL, 333090000 Principals: THOMAS MCDONALD, DPT, 7630 MARBLEHEAD LANE, PARKLAND, FL, 330670000 ROBERT COLE, VS, 1629 SE 2ND COURT, FT. LAUDERDALE, FL, 333010000 JOSEPH D HANDLEY, VICE PRESIDENT, 3470 NE 17TH TERRACE, OAKLAND PARK, FL, 333340000 RICHARD PRYCE, VICE PRESIDENT, 13901 SW 26TH STREET, DAVIE, FL, 333260000 OPERATIONS 09/27/2014 Description: Provides surveying (70%)and civil engineering services (30%). 2 I Page 45 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 4 of 7 ADDITIONAL TELEPHONE NUMBER(S): Facsimile (Fax) 954 739-6409. Has 240 account(s). Terms are on a contractual basis and net 30 days. Sells to commercial concerns and government.Territory : Local. Nonseasonal. Employees: 78 which includes officer(s). 74 employed here. Facilities: Rents 20,000 sq. ft. on 2nd floor of a two story concrete block building. Branches: This business has additional branches; detailed branch information is available in D&B's linkage or family tree products. FAMILY LINKAGE This business is at the head of its corporate family tree. It is not a subsidiary of any other business. UNSPSC UNSPSC (United Nations Standard Product and Services Code) is a globally accepted commodity (Product and Services) classification system. CRAVEN,THOMPSON &ASSOCIATES, INC. offers the following product(s) and service (s): 81101500 Civil engineering 81151604 Land surveying NAICS Beginning in 1997, the Standard Industrial Classification (SIC) was replaced by the North American Industry Classification System (NAICS). This six digit code is a major revision that not only provides for newer industries, but also reorganizes the categories on a production/process-oriented basis.This new, uniform, industry-wide classification system has been designed as the index for statistical reporting of all economic activities of the U.S., Canada, and Mexico. 541370 Surveying and Mapping (except Geophysical) Services 541330 Engineering Services SIC Based on information in our file, D&B has assigned this company an extended 8-digit SIC. D&B's use of 8-digit SICs enables us to be more specific to a company's operations than if we use the standard 4-digit code. 87130000 Surveying services 87110402 Civil engineering D&B PAYDEX The D&B PAYDEX is a unique, dollar weighted indicator of payment performance based on up to 23 payment experiences as reported to D&B by trade references. 3-Month D&B PAYDEX: 80 D&B PAYDEX: 80 When weighted by dollar amount, payments to When weighted by dollar amount, payments to suppliers average within terms. suppliers average generally within terms. 0 400 0 100 120 days slow 30 days slow Prompt Anticipates = 120 days slow 30 days slow Prompt Anticipates Based on trade collected over last 3 months. Based on up to 24 months of trade. When dollar amounts are not considered,then approximately 100% of the company's payments are 2 I Page 46 https://supplierportal.dnb.com/webapp/wcs/stores/servletlSQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 5 of 7 within terms. PAYMENT SUMMARY The Payment Summary section reflects payment information in D&B's file as of the date of this report. Below is an overview of the company's dollar-weighted payments, segmented by its suppliers' primary industries: Total Total Dollar Largest High Within Days Slow Rcv'd Amts Credit 1 Terms <31 31-60 61-90 90> (#) (5)_.. (5) 1 (%) _ (0/0) Top industries: Short-trm busn credit 4 ` 23,000 = 7,500 I 100 ' - I - i - E - Electric services 2 3,250 : 2,500 I 100 - - - - Mfg photograph equip 2 3501 250 I 100 - I - I - E - Public finance 1 5,000 i 5,000: 100 - - i - - 1 Telephone communictns 1 2,500 I 2,500 = 100 - Misc business service 1 2,500 I 2,500 I 100 - - i - - Reg misc coml sector 1 1,000 1 1,000 : 100 - I - i - _ 1 Radiotelephone commun 1 250 I 250 I 100 - E - - - Nondeposit trust 1 50 I 50 e 100 - - - - Whol electrical equip 1 0 I 0 ` - - - i - - Other payment categories: Cash experiences 8 500 i 100 Payment record unknown 0 0 i 0 Unfavorable comments 0 0 ` 0 Placed for collections: With D&B 0 0 Other 0 N/A Total in D&B's file 23 38,400 7,500 The highest Now Owes on file is $7,500 The highest Past Due on file is $0 D&B receives over 600 million payment experiences each year. We enter these new and updated experiences into D&B Reports as this information is received. PAYMENT DETAILS Detailed payment history Date Reported . Paying Record , High Credit;Now Owes.Past Due Selling Terms Last Sale (mm/YY) (5) 1 (5) (5) Within (months) 09/14 E Ppt 7,500 7,500 i 0 1 mo Ppt 7,500 : 7,500 ' 0 ' 1 mo Ppt 7,500 7,500 ' 0 1 mo Ppt 2,500 2,500 0 _ i 1 mo Ppt 250 0 1 mo Ppt 100 0 2-3 mos 08/14 Ppt 2,500 2,500 1 mo Ppt 2,500 0 ' 0 i 6-12 mos Ppt 750 750 1 mo 07/14 (010) 100 Cash account 6-12 mos 2 I Page 47 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN,THOMPSON&ASSOCIATES, INC. Page 6 of 7 06/14 (011) 50 ! 50 I I Cash account 1 mo (012) 50 Cash account 1 mo 05/14 Ppt 5,000 1 mo (014) 50 I Cash account 1 mo 04/14 (015) 100 Cash account 1 mo 1 (016) 50 I Cash account 1 mo 12/13 Ppt 0 0 I 0 I N30 6-12 mos 11/13 Ppt 500 0 I 0 I 6-12 mos 05/13 (019) 1,000 1 ; 1 mo ®®A® • Satisfactory. (020) 50 Cash account 2-3 mos (021) 50 Cash account 1 mo 02/13 Ppt 250 0 ` 0 I 6-12 mos Ppt 50 0 I 0 ' 6-12 mos Each experience shown is from a separate supplier. Updated trade experiences replace those previously reported. PAYMENT TRENDS SUPPLIER VERSUS INDUSTRY PAYDEX S -> PRIOR 4 QTRS CURRENT 12 MONTH TREND ° 2012 2013 --- ' --- I --- ` - 2014 --- --- ' _ DEC MAR JUN SEP NOV' DEC' JAN FEB MAR APR MAY JUN JUL AUG SEP OCT Supplier 80 80 80 80 80 80 80 80 80 80 80 80 80 80 80 80 PAYDEX Industry PAYDEX(Based on 56 establishments in SIC 8713) UP QRT 80 I 80 80 80 80 80 1 1 80 80 MEDIAN 80 : 80 80 80 80 80 80 ':. 80 LO QRT 73 74 74 75 76 I 76 76 I ' 76 PAYDEX scores are updated daily and are based on upto 13 months of trade experiences from the Dun&Bradstreet trade file. All amounts displayed within this report are in local currency. STATEMENT UPDATE 05/13/2010 Fiscal statement dated DEC 31 2008: Assets Liabilities Investments-Other 112,275 NET ASSETS 140,756 Other Assets 28,481 Total Assets 140,756 Total 140,756 Extent of audit, if any, not indicated. FINANCE 09/27/2014 The name and address of this business have been confirmed by D&B using available sources. KEY BUSINESS RATIOS 2 I Page 48 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D&B Supplier Qualifier Report: CRAVEN, THOMPSON&ASSOCIATES, INC. Page 7 of 7 Statement date: DEC 31 2008 Based on this number of establishments: 56 Firm Industry Median Quartile Rank (Supplier) Return of Sales: UN Return of Sales: 1.4 N/A Current Ratio: UN Current Ratio: 2.0 N/A Quick Ratio: UN Quick Ratio: 1.8 N/A Assets/Sales: UN Assets/Sales: 41.6 N/A Total Liability/ Net Worth: 0.0 Total Liability/ Net Worth: 83.6 1 UN = Unavailable PUBLIC FILINGS A check of D&B's public records database indicates that no filings were found for CRAVEN,THOMPSON &ASSOCIATES, INC. at 3563 Nw 53rd St, Fort Lauderdale FL. D&B's extensive database of public record information is updated daily to ensure timely reporting of changes and additions. It includes business-related suits, liens,judgments, bankruptcies, UCC financing statements and business registrations from every state and the District of Columbia, as well as select filing types from Puerto Rico and the U.S. Virgin Islands. D&B collects public records through a combination of court reporters,third parties and direct electronic links with federal and local authorities. Its database of U.S. business-related filings is now the largest of its kind. GOVERNMENT ACTIVITY Activity summary Congressional District: 21 The details provided in the Government Activity section are as reported to Dun &Bradstreet by the federal government and other sources. Copyright 2014 Dun &Bradstreet- Provided under contract for the exclusive use of subscriber 100150009 • 2 I Page 49 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat=hard... 10/10/2014 D w w • 1 621 TAB 3 -APPROACH AND METHODOLOGY CRAVEN.1101093N „�,NC. REQUEST FOR QUALIFICATIONS NO. 2014-346 YG .....rn•P'fannrrs•Surv•yw3-lanascaoe Archgrrts APPROACH AND METHODOLOGY LAND SURVEYING SERVICES Craven Thompson and Associates' (CTA) Survey department is led by Richard D. Pryce, P.S.M., who is the Vice President of Surveying and G.I.S. He has over 42 years of experience in Surveying and Mapping and 23 years of experience in /!! f Geographic Information Systems (GIS). The department . . A r consists of six (6) registered Professional Surveyors & -`= ' "-'"" , Mappers (PSM's) with five (5) two-man field crews. There is a `` ., - . ---- –.F. . combined experience of 175 years in every aspect of the - Surveying and Mapping profession between all of the P.S.M.'s = at CTA. Mr. Pryce will act as the overall Project a . - '- -z ..-, ,_ ,,y,„-,"4,,,,,,,,,* t of contact to The City of Miami Beach, and Mr. Douglass~ , K-4-1 Project Manager. Each Surveyor will have the responsibt l a ned to them from start to finish. They will all report to Mr. Pryc;�.*o ;,,=. �- an. or . off:- • ding on the size and scope of the project. They will keep 1 - • i 8 fi *ge A .- , =1 e to ensure each project p ���� hei 'r. They will keep the PM is completed and deliver ° � informed on any issues .,j ay corn :• •wring 6 bir e of •=rforming a survey so that whatever the issue is, it can b- ' ved q'„ i to prevent any delays. The Professional Surveyors and Mappers are also th . tha : 'y ' ® .,• ..- 3 ,.survey work that falls under their direct supervision; this ens , i!r -� 4 3 • *t•nsibility in regard to the quality and pride of the work performe• CTA's Survey departme � eiu ,* ° 1 = aff on each project. Mr. Pryce, the PM, will call, email, or vis y proje—"-* * �* .ed in order to work out the details in the scope and make it clew ** es. He - ning and experience to assist the City as much or as little as they want - ; ,-`=•f '• mapping project providing a clear line of communication in getting things-a* • y -0 �' °y and cost effectively. Our approach in performing any surveying and mapping task would follow a similar scenario as described below: The PM is contacted by the City for a potential project. The PM receives the initial scope by phone, (or email, etc.) and follows up with a review of the project on the Property Appraiser's website. He will be searching for information from recorded plats or other Public Record documents that are quickly available. He will analyze the site through aerial photography using either the Property Appraiser's aerials, Google Earth or Bing websites, or if not satisfied visiting the site in person. Once the preliminary review is complete, which is usually within the next 24 hours, CTA will prepare a proposal and a list of any questions that we may have for the City. The preliminary review is the most critical component in delivering a concise proposal that meets the client's needs and expectations. Preliminary review will expedite the process and assist CTA in understanding the City's needs to and provide a better end product. CTA will prepare a written proposal describing in detail the goal, the scope, the procedures, the equipment, the standards (generally Florida CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 I P 954.739.6400 3 I Page 1 A . ,r el TAB 3 •APPROACH AND METHODOLOGY CRAVEN•THI PSON&AEeoa TES.PC. REQUEST FOR QUALIFICATIONS NO. 2014-346-YG ,a.....n•Mznners.Surveyors•ta^dxatr Architttts Regulations 5J-17.050 - Minimum Technical Standards for Site Surveying & Mapping), the timeframe, the approximate delivery date and the proposed cost. Upon approval of the project proposal and after receiving the Notice to Proceed, the PM will decide which P.S.M. will be assigned to the project. The P.S.M. will prepare a file with all of the existing records and documents associated ' _ with the project uncovered during the preliminary review. A P.S.M. assigned to the project will review the documents Ig and prepare a preliminary calculation sheet piecing i together all of the documents, the survey control, existing P monumentation, area benchmarks, and the steps v necessary to guide the survey field crew in performing their work. The survey crew assigned to a particular,• •.- - , w • 'Sect throughout the duration to maintain consistency on the •'1 `� • 1� _ •r- i: understand the project requirements, the project goal- -` y ; - • •- e ° ose goals. � may„ day survey , th-� y r ing data, identifying and Each da that the surve f[� � �. � � �� � � ;� e � � �� �-- measuring structures f .. util4,1-, , �- ees, •ft: -ssary survey boundary monumentation) that will n estar0 ° :•oun•arres and limy s, an• design constraints of the project. The field not -. �" 'elive .• 1 b ., M. assigned to the project and are reviewed each day to determine completes 0nc --4,4 o- s that they have completed the assignment and the P.S.M deem- 1� ' o -ii n _ 7 �' 4 released from the project. During the field work process, the P.S. *• ° . bling - 4i ' es on a daily basis. The P.S.M. will finalize iury Xi_ M;,, P= wit to another P.S.M. to perform the QA/QC, make suggestions, and pig 1 : - • • i revi- t :f the overall project for completeness and assurance of quality. At - a client wi cted and a determination made of the number of signed and sealed ,�-�f e ° .i f ��ittal. TYPE OF WORK AND EQUIPMENT -% In addition to conventional boundary topographic and construction surveys, we have the experience to provide the latest in 3D Laser Scanning - High Definition Surveying, Geodetic Control, PLSS Retracement, Hydrographic, Cadastral, Photogrammetric Control, Right-of-Way and Construction Surveys. We also have personnel and equipment to determine tidal datum's and water boundary lines and can provide expert witness testimony. Through the utilization of our Global Positioning System, 3D Laser Scanner and total stations with state-of-the-art data collectors, our survey data can be imported into a CAD or GIS environment which can be plotted or transferred to our clients via email, FTP, or on CD/DVD. CTA continues to refine and adapt CAD and GIS to a broad spectrum of uses. This blend of high technology with personalized service forms the core of every CTA project. CIA's equipment includes the Hydrolite-TM for its portability and Hydrographic survey solutions. We find that the use of this product provides us with flexibility for getting into areas that require smaller more versatile boats and still provides the accuracy from our Trimble Survey grade receivers. I CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET, FORT LAUDERDALE,FL 33309 I P 954.739.6400 3 I Page 2 el TAB 3 -APPROACH AND METHODOLOGY CRAVEN.1HONPSON&AeeoO,,, rrc. REQUEST FOR QUALIFICATIONS NO. 2014-346-YG srw—,•Wamxrs•Surveyors•Landscape ArtMtntt Prime to Provide Majority of the Work Craven Thompson & Associates, Inc. (CTA) will perform the majority of the work under this contract. Note that any photogrammetry services will be supplied under Pickett &Associates, and sub-surface utility locates will be performed by InfraMap Corp. Prime's Current Workload CTA currently has an overall utilization rate of approximately 76%. The targeted utilization rate (the rate at which we are considered to be operating at full capacity) is roughly 80%. Therefore, we have significant capacity available to service the City of Miami Beach under this proposed contract. Disadvantaged Business Enterprise CTA will seek to employ DBE firms for any necessary sub-consultant work. • • CRAVEN THOMPSON&ASSOCIATES,INC. 1 3563 NW 53rd STREET,FORT LAUDERDALE,FL 33309 I P 954.739.6400 3 I Page 3