Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with Calvin, Giordano & Associates, Inc.
!.17). . • AGREEMENT BETWEEN CITY OF MIAMI BEACH- ' AND CALVIN, GIORDANO &ASSOCIATES, INC. FOR . . . ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE NORTH SHORE OPEN SPACE PARK PROJECT PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2015-211-KB RESOLUTION NO. 2015-29233. 1 ATTACHMENTS: ATTACHMENT A- RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 55 ATTACHMENT B- REQUEST FOR QUALIFICATIONS (RFQ) 56 ATTACHMENT C - CONSULTANT'S RESPONSE TO THE RFQ 57 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CALVIN, GIORDANO &ASSOCIATES, INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR NORTH SHORE OPEN SPACE PARK ' This Agreement made and entered into this ,23 day of u-1Y!? , 20110_, (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 Calvin, Giordano & Associates, a Florida corporation having its principal office at 1800 Eller Drive, Suite 600, Ft. Lauderdale, FL 33316 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, the RFQ No. 2015-211-KB (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 December 9, 2015, the City Commission approved Resolution No. 2015- 29233, respectively, authorizing the City to enter into negotiations with Calvin, Giordano & Associates and, 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, 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. 4 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 Scope of Services set forth in Schedule A hereto. 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 Schedule D. 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 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 5 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 the 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 following Subconsultants are hereby approved by the City Manager for the Project: • West 8 Urban Design & Landscape Architecture P.C. — responsible for components of the landscape design • Nutting Engineers of Florida, Inc. — responsible for geotechnical engineering • Masuen Consulting, LLC— responsible for supporting irrigation services beyond those being provided in-house • Synalovski Romanik Saye, LLC— responsible for architectural building components • Saad Elia El-Hage Consulting engineers, Inc. — responsible for structural engineering CONSULTANT SERVICE ORDER: Consultant Service Order shall mean any work order issued by the City to Consultant (in substantial form as in Schedule A-1 attached hereto), that specifically describes and delineates the particular Additional Services which may be required of Consultant 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 6 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 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, 7 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 (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 Scope of Services set forth in Schedule A hereto. 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 Schedule A hereto. 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— Scope of Services Schedule A-1 - Consultant Service Order Schedule B—Consultant Compensation Schedule C— Hourly Billing Rate Schedule Schedule D—Construction Cost Budget Schedule E— Project Schedule 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. 8 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. 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, as more particularly described in Schedule A. 2.2 The Services will be commenced by the Consultant upon receipt of a written notice to proceed with any of the specific tasks identified in Schedule A ("Task") signed by the City Manager or the Project Administrator ("Notice to Proceed"). Consultant shall countersign the Notice to Proceed upon receipt and return the signed copy to the City. A separate Notice to Proceed issued by the Project Administrator shall be required prior to commencement of each task (as same are set forth in Schedule "A" hereto). Consultant shall have no entitlement to perform (or be compensated for) the Services corresponding with any task under this Agreement, unless such task is authorized by a Notice to Proceed. 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 9 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 Scope of Services; 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. 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 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 until all Services are completed or all Services authorized under Notices to Proceed are completed and accepted, whichever is later. Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Scope of Services, including the time for completion of the work and/or services for the Project. 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, 10 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 Scope of Services. The Consultant may submit requests for an adjustment to the completion time for the Scope of Services, 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. 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 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 any Consultant Service Orders (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 deficient Services, breaches of this Agreement, or negligent acts, errors or omissions in the performance of the Services, which damages may include the costs incurred by the City with respect to replacement or repair of any defective or non-conforming construction Work until (i) twelve (12) months following final acceptance of the Work, or (ii) the applicable statute of limitations period, whichever is later. 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 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. 11 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 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 signed 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 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 any Consultant Service Orders, do not delineate every detail and minor work task required 12 to be performed by Consultant to complete the work and/or services described and delineated under Schedule A and any Consultant Service Orders issued to Consultant by the City. If, during the course of performing work, services and/or tasks, Consultant determines that work and/or services should be performed which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated, 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 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 Schedule A (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 13 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 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 failure to request such documentation or evidence and/or failure to enforce in any way 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 14 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 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. 15 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 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 has established a Construction Cost Budget for the Project, set forth in Schedule D. 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 a 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 16 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. 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 17 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 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 execution of this Agreement (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 18 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 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. 19 • Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" fee for provision of the Services, excluding reimbursable expenses, for the Project shall be $638.161, as more fully delineated in Schedule B hereto. 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 billing 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 set forth in Schedule B or in the applicable Consultant Service Order. 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 Manager, at his sole discretion, may consider an adjustment to the hourly rates set forth in Schedule C. Any such adjustments, if any, shall be 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, provided, however, that in no event shall any annual increase exceed three percent (3%). 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. 20 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). 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 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 violates any provisions of this Agreement or unreasonably delays payment of the Services or 22 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 $1,000,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $2,000,000 with the deductible per claim. Consultant shall notify the Project Administrator, in writing, within thirty (30) days of any claims filed or made against its Professional Liability policy. 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 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 total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the 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 the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by 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 total amount of compensation/fees due to Consultant for all Services 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: Calvin, Giordano &Associates, Inc. 1800 Eller Drive, Suite 600 Ft. Lauderdale, Florida 33316 Attn: Shelley Eichner 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. 28 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/, �,� /f • w' z� 4.4°1\ B ED w /7 CITY LER' • ' •.. 4i A `•R to,-.-§( ,1 -V\TED' 1 1 i Attest r' ' ��!� Calv.ri,Giordano & Associates, Inc. 0 N. -,;:,T .:„... ,-22::1_..D ... ,., ..,:,/,:-/ • ..ture/Secretary . Signature/Pr-sident — • umiak. _l_ he, I A, L i c,' i y Print Name Print Name APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION 6, (13(fe, • aL0,, f___. Attorney 0_14 Date \. 29 SCHEDULE A— SCOPE OF SERVICES GENERAL INTRODUCTIONS The following is a detailed description of the Scope of Work to be provided by the Calvin, Giordano & Associates, Inc. (CGA) team for the City of Miami Beach (City) relative to the design, permitting, and implementation of the proposed North Shore Open Space Park (Project) located between 79th and 87th Streets. The purpose of the Project is to create (1) a publicly accessible park consistent with the published vision plan drafted by the firm West 8 (a member of this CGA team operating in the capacity of'Design Lead') to include walking paths, vegetative modifications, lighting, perimeter access, furnishing, shelters, and program-use areas; and (b) a continuation of the oceanfront beachwalk, a multi-purpose, public access corridor, within State- owned and City-owned lands, which extends along the western edge of the dunes immediately east of the City-own property currently used as the North Shore Open Space Park. The beachwalk corridor component will interconnect area business districts, cultural/tourism centers, hotels, residential neighborhoods, condominium apartment buildings, parking facilities, parks and the beaches to the south with the Park. The approximate area for the park exceeds 25 acres and is fronted by an urban street sidewalk of approximately 2,800 linear feet of frontage, while the beachwalk corridor will be approximately 2,800 linear feet running in a north-south direction, connecting to a constructed segment of the beachwalk on the park's southern end and extending northward to the edge of the City's boundary. The corridor will be designed as an on- , grade, paver pathway ranging between 25 and 15 feet in width (with a preference to maximizing the width to 25th feet where possible), constructed of hardscape materials with connections at the street end access point at 79th Street and providing various public access points within the park. The City's construction cost budget for this phase of the project is $5 Million, inclusive of soft costs. REGARDING THE PARK COMPONENT This scope builds upon the Vision Plan for the park project issued in the RFQ and presented to the City Commission. This proposal includes providing design and engineering services for the following park-related project components= • Entrance signs and ornamental entrance gates at four locations • Demolition of existing pavilions and replacement by four (4) custom shade structures (the design team to provide Basis of Design drawings only, engineering and detail shop drawings for fabrication and installation to be supplied by the selected contractor), Design team will perform shop drawing and design reviews for all specialty engineering items. • Revitalized lawns, tree pruning, expansion of the plant palette, and removal of invasive species. • Expanded path network • Pedestrian lighting (as allowable by regulatory agencies) • Connecting to the proposed beachwalk extension • Signage and site furnishings • Providing design services for shower facilities for beach users utilizing a City-standard, as used in other show locations based on a city-standard (details to be provided by the City for incorporation) and • Providing design services for the cosmetic refurbishment, as needed, of the existing restroom/storage building and • Design services for the refurbishment of the existing perimeter fence where needed. 30 • Structural engineering design for retaining walls and other minor site structures, where warranted, are included. Exclusions from this proposal and contract include the following: • This scope of work does not include any infrastructure or utility improvements associated with the 'park hub' component of the vision plan, as this component has been excluded from the scope of work for this project. • This scope of work does not include design and engineering services for crosswalk improvements or improved pedestrian connectivity across Collins Avenue. • This scope of work does not include design and engineering services for the storm- proofing of any existing structures or buildings to remain. If the scope of work is expanded to include any portion of these, they shall be provided under an Additional Services Agreement. REGARDING THE BEACHWALK COMPONENT This scope assumes that the beachwalk component will be separate from all other park-specific walkways to ensure that it is consistent with the brand, 'look' and 'feel' of previously constructed segments of the beachwalk throughout the city for consistency, while providing connection opportunities to improvements specific to the park in a manner where they transition and 'blend' with the branded qualities of specific to the park design for a unity of design, ensuring that connectivity and continuity is achieved. This scope of services assumes that the proposed path and ancillary structures will be sited on existing bare-sand areas and that, for a matter of expediency in permitting, all design elements will remain free of impacting the existing vegetated dunes. This scope assumes that the FDEP will not object to the proposed path location and/or its construction materials. This scope assumes that FDEP, during the permitting process, will not trigger significant negotiations for re-design of the project, and that no petition for Administrative Hearing pursuant to Ch. 120 of the Florida Statutes will be filed upon permit issuance. PROPOSAL STRUCTURE This proposal has been structured to reflect the inclusion of the two major components referenced in the Request for Qualifications, collectively referred to as the North Shore Open Space Park. These two components include (a) design and engineering services for the park site, defined as areas mostly west of the Erosion Control Line, and (b) design and engineering services for the continuation of the on-grade, paver recreational beachwalk which is envisioned to be aligned on bare sand areas on the back-of-dune (of which some lies east of the Erosion Control Line and is State-owned). While both components will require a CCCL permit from the State of Florida, we are also recommending at this time that the park and beachwalk components be permitted separately, as the beachwalk may entirely lie on state-owned lands and it will require more intense permitting track with the regulating State agencies having jurisdiction versus the park improvements. Additionally, because the city has a past history of pursuing grant monies to cover either costs for design or for construction of the beachwalk as a transportation enhancement, the separation will facilitate any modification to the scope in the future to reflect any changes if grant monies are obtained and if they are tied to any unique requirements not initially contemplated to be a part of this proposal. This strategy will provide a mechanism to not co-mingle the budget allocations so that, if needed, the City can easily take accountability of each separate component to meet any grant restrictions (for example, any MPO monies 31 secured to reimburse the City for any expenses in the conceptual design of the beachwalk as a transportation enhancement will be voided if they are used for park improvements; therefore, the sooner we structure the administration of this project for this possibility the better positioned the City will be to take advantage of those opportunities as they arise). This should not have any impacts on the manner in which the project gets constructed or in how construction administration services are rendered, nor does it imply that both components cannot go through the permit process concurrently. The proposal is organized in 4 separate 'Tasks', further detailed into distinct 'Parts': • Task 1: Planning Services o Part 1 — Base Foundation Services o Part 2—Schematic Design Development Services • Task 2: Design Services o Part 3—Construction Drawings and Specifications • Task 3: Bidding and Award Services o Part 4— Bidding and Award Services • Task 4: Services During Construction o Part 5—Construction Administration Services • Task 5: Additional Services o Part 6—Additional Services DETAILED CONSULTING SERVICES TASK 1: PLANNING SERVICES PART 1 — BASE FOUNDATION SERVICES 1.1 INITIAL SERVICES 1.1.1 Project Kick-Off Meeting: The CGA project team will attend one (1) kickoff meeting with the appropriate City representatives to introduce key team members to the City staff and review available planning and reference documents defining the Project scope. Preliminary project goals, schedule, budget, and quality control will be discussed. The City will provide a list of any agencies having jurisdiction or for which special processes need to be met, outside of those already known to the CGA team for known permitting processes. 1.2 SITE RECONNAISSANCE 1.2.1 Site Survey: The City is to provide all available as-built surveys/plans of existing below ground and above ground electrical equipment, utilities and other structures within and adjacent to the Project area. As they become available, the City shall provide copies of plans for other pedestrian and vehicular transportation corridor improvements, parks, and other proposed projects in the surrounding area. The City shall also provide CGA with copies of any available plat maps, property surveys, and recent Miami-Dade County beach surveys. Transmittal of data in a standard electronic format and As-Builts in a CAD software format is preferable. These data will be compiled and used to facilitate comprehensive planning during the design phases. CGA will provide complete design surveys necessary for documenting the context for design and permitting the project in accordance with the 32 Florida Department of Environmental Protection's (FDEP) specifications as defined in Chapter 62B-33.0081 of the Florida Administrative Code, the City of Miami Beach, Miami- Dade County and any other agency having jurisdiction identified in the Kick-off Meeting. The survey will include: 1.2.1.1 Defining the horizontal locations of the Coastal Construction Control Line (CCCL) 1.2.1.2 Defining the horizontal locations of the Erosion Control Line (ECL) 1.2.1.3 Determining the horizontal locations of the contour lines corresponding to elevation 0.00 1.2.1.4 Determining the horizontal locations of the Seasonal High Water Line 1.2.1.5 Determining the horizontal locations of the seaward line of vegetation and outline definitions of existing natural vegetation 1.2.1.6 Locating the horizontal limits of the dune boundaries 1.2.1.7 Providing topographic information of the existing dune at 100-foot intervals from the Erosion Control Line (ECL) to the Mean High Water Line, and providing topographic information of the existing dune at intermittent 50-foot intervals from the Erosion Control Line (ECL) to 20 feet seaward of the easternmost edge of the vegetated dune. 1.2.1.8 Providing full sections to elevation 0.00 along the beach every 100 feet 1.2.1.9 Locating all trees not within designated preservation areas that will be affected by the site design of the park in accordance to applicable ordinances 1.2.1.10Providing topographical survey of up to 100 feet into the adjacent street-end location at 79th Street. 1.2.1.11 Preparing sketch and descriptions for Utility Easements as determined by the City and CGA Team 1.2.1.12Preparing and providing base maps for design reflecting results of design survey and upland property lines 1.2.1.13 Produce existing contours at 6-inch intervals. 1.2.1.14 Locate all drainage pipes, drains, invert elevations, manholes, drop inlets, pipe outlets, and drainage improvements. 1.2.1.15 Locate all buildings, driveways, pedestrian paths, sidewalks, structures and surrounding concrete pads and identify materials and use. 1.2.1.16 Provide spot elevations at: • Corners and entrances to buildings • Existing Finished Floor Elevations of any existing buildings • All site features • Top and bottom of walls and steps • Top & bottom of curbs • Base location of trees and palms over 1-1/2" in DBH (indicated by type and DBH) limited to those not included in the preservations areas (see Task Item 1.2.2 for more explanation) • Pedestrian/vehicular drop curbs 1.2.1.17 Locate all observable utilities (i.e. water, sewer) including all pipe sizes, material, inverts, rim elevations and valve boxes, and overhead utility wires. 1.2.1.18 Locate all guiderails, bollards, fences, gates and in-ground site furniture. 1.2.1.19 Locate all easements (permanent or temporary access, emergency, etc.) 1.2.1.20 Locate all underground utilities as can be ascertained through soundings or as documented by available atlases or As-Builts to be provided by the City. 1.2.1.21 Providing horizontal datum relative to State Plane Coordinates, NAVD 83/90 Florida East Zone 33 1.2.1.22 Providing vertical datum relative to NAVD 1988 1.2.1.23 Adjacent property information including owner's names, Folio, parcel and/or lot and block. 1.2.2 Vegetation Mapping: The CGA team will map the areas of existing native and non- native vegetation within the proposed Project area for use in the landscaping design and to evaluate areas of exotic vegetation that will be required to be removed, as well as potential environmental impacts of the Project. The dominant exotic and native plant species that are regulated by the City, County and/or FDEP will be noted. This proposal assumes that vegetation mapping of dense patches of native dune vegetation in the areas presently fenced-off as `Natural Preserve Areas' will be limited to defining the perimeter boundary of such preservation areas and that any vegetation enclosed therein will not be individually surveyed. 1.2.3 Final Basemap: CGA will prepare a final base map by compiling the Coastal Topographic Survey and Vegetation Mapping data to illustrate the visible existing conditions and topographic contours within the Project area. The Final Base Map will become the basis for the design development portion of the Project. 1.2.4 Final Findings Conference with Staff: The CGA team will schedule and attend one (1) conference meeting with City staff to observe existing conditions, identify potential design opportunities and challenges, and document/discuss relevant features/areas of interest. It is anticipated that several City Departments will partake in this conference, including but not limited to Parks and Recreation, Police Department, Public Works, Property Management, Planning, ADA, Green Space, and Sustainability. The structure for this conference meeting is envisioned that a window of up to 4 hours will be established, wherein each department's staff may attend at their discretion and availability for discussion on the items and issues of concern to that department. 1.3 PUBLIC OUTREACH MEETING 1 OF 3 The CGA Team will coordinate with City staff to plan and attend one (1) public outreach meeting in the City of Miami Beach to summarize the proposed Vision Plan as it was approved by the City Commission for public review and comment. Materials to be provided by the CGA team are anticipated to include representations of the design components of the park as it was shown at the presentation of the Vision Plan when it was adopted. This presentation will serve to initiate public outreach and to communicate the anticipated schedule of the design and how the forthcoming public outreach meetings will dove-tail into the project's development process. PART 2— SCHEMATIC DESIGN DEVELOPMENT SERVICES Utilizing the Vision Plan approved by the City Commission as a basis for schematic design, the CGA team will conduct the necessary steps to refine that vision beyond its preliminary conceptual level to develop a more refined design approach that incorporates site realities not accounted for in the drafting of the Vision Plan, such as survey data, topographical information, locations of existing trees, feedback from staff /departments regarding safety issues observed, etc. and a reduced budget of$5 million. 2.1 INITIAL DESIGN DIRECTION MEETING The CGA team will attend one meeting with the participation of various City Departments to obtain direction on the design components expected for this project for consistency or refinement from the adopted Vision Plan. While the Vision Plan serves only to frame the general conceptual objectives of the park, it is important to note that it only represents the beginning of a conversation that should drive the design agenda of the park. The design team will propose suggestions for refining the design brief that will drive the design for the park. While this inherently already takes into account those issues that shaped the Vision Plan, it will 34 also need further input and dialogue with all the interested parties within the City in order to ensure that the agenda of the City as established by the goals and values expressed by the City's Commission are taken into account. Therefore, the kick-off meeting should include, at a minimum, the participation of representation from the City Manager's Office (as Mr. Morales was a vocal participant in helping shape the initial Vision Plan), the City's Sustainability Division (to ensure that this project fits within the larger paradigm of resilience and plays a functioning role in that department's efforts to create a system-wide sustainable network of projects that benefit the City), the City's Planning Department (to ensure that this project is consistent with efforts and strategies to brand and identify qualities unique to the North Shore Community), and the Parks and Recreation Department (as ongoing maintenance and the long-term upkeep of the project will be heavily reliant on their input). 2.2 SCHEMATIC DESIGN SERVICES SPECIFIC TO THE PARK Given that the City Commission has, through its approval of the Vision Plan, provided initial direction on the conceptual expectations for the park, this scope collapses the refinement of that conceptual Vision Plan and the Schematic Development of the project into one phase, wherein we anticipate the need to investigate more detail-oriented design investigations that will affect the experiential and use attributes of the park and will serve to better guide the construction detailing of the various elements. 2.2.1 Initial Conceptual Design: Based on the Project scope documents and any direction provided obtained from the City and the Community, the CGA team will start to develop conceptual, schematic design plans in preparation for discussions with the various City Departments for approval of design direction. The design will make every attempt to adhere to the Vision Plan, though it is understood that the final design may need to be modified to address changes requested by the City and to ensure that it meets the reduced target budgeted funds allocated for construction. This task will include: 2.2.1.1 Review existing and proposed gathered site inventory, data, architectural, building, engineering, and assemble appropriate background information for site and open space landscape development treatments. 2.2.1.2 Review project information, surveys, budgetary, and environmental permits/agreements for possible coastal impacts to be addressed in the project. 2.2.1.3 Visit site to perform visual confirmation of site information. Conduct site inventory of existing conditions, including a photographic recording of situational qualities that contribute to issues such as safety. 2.2.1.4 Review pedestrian and neighborhood access and internal circulation flow to and from the project site and to beach, bicycle circulation patterns, service areas entry / egress, locations and functional needs, and review emergency vehicle access patterns to be accounted for. 2.2.1.5 Identify opportunities and constraints with park design and its existing condition as it pertains to each of the open space and park support elements, to include recommendations on potential sustainability opportunities and features and how they may be incorporated into the project's site and immediate edges. 2.2.1.6 Prepare operational and programmatic descriptions for the various use areas. 2.2.1.7 Conduct sun shade studies to determine growing conditions and recommendations for vegetative and structural shade canopies. 2.2.1.8 Perform necessary coordination with civil and electrical engineers to integrate storm water management design strategies within the site and landscape design concepts. 2.2.1.9 Develop a concept exterior lighting design scheme for each of the exterior spaces. Concept lighting design shall reinforce preferred landscape designs, and all 35 lighting fixtures shall conform to State-mandated regulations for sea-turtle and shall be consistent with City-standard lighting fixture. 2.2.1.10 Prepare a schematic exterior furnishings layout and character to support planned use areas. 2.2.1.11 Prepare a schematic of the pavilion design that will ultimately translate into a basis of design for their specialty engineering by the contractor. 2.2.1.12 Prepare the necessary schematic design drawings and illustrations to properly convey the project. 2.3 SCHEMATIC DESIGN DEVELOPMENT SERVICES SPECIFIC TO THE BEACHWALK Initial Conceptual Design: Based on the Project scope documents and direction provided by the City in the Kick-off Meeting, and modeled by previously constructed segments of the beach walk, the CGA team will start to develop conceptual, schematic design plans in preparation for discussions with the various City Departments for approval of design direction. At the request of the City, the design that will be targeted will make every attempt to propose a 25-foot wide pathway where possible, with transitions to 15-foot wide segments and segments existing previously constructed portions of the beach walk. A layout of the general project will be produced, illustrating landscape and hardscape elements. Typical illustrative details may be provided, including: 2.3.1 Illustrations of treatments of the design transitions connecting the beachwalk design to the park. 2.3.2 Locations of proposed project design elements in relation to the dune, existing structures, adjoining property developments, existing access points to the beach, connections to abutting parking lots, and street ends. 2.4 SCHEMATIC DESIGN PACKAGE Package the design proposal with all component elements of the park and beachwalk project so it can be evaluated by the various City departments. CGA will include an initial opinion of probable construction cost for the proposed Project based upon the conceptual project plan to confirm those proposed elements that are generally within the available City budget, anticipated at $5 Million. 2.5 DESIGN WORKSHOP WITH CITY DEPARTMENTS Conduct one (1) design review workshop with City Staff to evaluate and solicit comment on the prepared design and opinion of cost estimate. We anticipate that this design workshop with City Staff will be coordinated by the City and that all City Departments and City leadership will be represented to provide input. It is anticipated that several City Departments will partake in this conference, including but not limited to Parks and Recreation, Police Department, Public Works, Property Management, Planning, ADA, Green Space, and Sustainability. The structure for this conference meeting is envisioned that a window of up to 4 hours will be established, wherein each department's staff may attend at their discretion and availability for discussion on the items and issues of concern to that department. The goal of the workshop will be to develop an agreed upon design direction and a collection of design features into an integrated design strategy. 2.6 DESIGN REFINEMENT IN PREPARATION FOR 30% CONSTRUCTION PLANS Following the workshops with the City Departments, CGA will provide Design Development services to further refine the design components. These services include: 2.6.1 Develop and refine components of the design package. 36 2.6.2 Review and refine basic landscape materials selection. Coordinate and prepare layout and material plans identifying surface and pavement designs and improvements. Finalize any distinct planting accommodations and appurtenances related to paving and surface design elements for structural planting and specialty planting conditions. 2.6.3 Prepare grading plans for site which will coordinate drainage with park elements. 2.6.4 Coordinate and prepare layout and material plan. 2.6.5 Coordinate the landscape design with pavements, steps, walls, edging and related specialty elements. Entries and surrounding pavements, steps, walls, fencing, edging and related specialty elements will be further coordinated. 2.6.6 Advance and refine the design of proposed exterior shade structures and gateways to clarify design intentions and their integration with the landscape. 2.6.7 Advance design and site furnishing selections to support the landscape and park character, and coordinate these with the exterior lighting and any signage elements. 2.6.8 Preparation of the necessary design drawings to convey the refined design: 2.6.9 Develop and incorporate sustainable design features (where feasible) into the project in consultation with the City. 2.6.10 Evaluate and prepare a refined construction cost estimate to confirm scope accuracy and fulfillment of design intentions and adherence to the approved budget. 2.6.11 During this phase's time period, we anticipate that the CGA team will need to attend up to four (4) design development progress meetings with the City Staff to solicit comments for modifications, additions and/or exclusions to the project's design. 2.7 FDEP PRE-APPLICATION PROCESSING SPECIFIC TO THE BEACHWALK Prior to the submittal of the beachwalk component to FDEP to solicit a formal review for the issuance of a permit and because the beachwalk will lie mostly on state-owned lands, CGA will moderate and coordinate two pre-application telephone conferences with FDEP to solicit initial feedback on the project's alignment relative to the ECL and its components. A formal application package will be routed to FDEP once 30% plans have been developed and after the design has been presented to and commented by both the City's DRB and the Community. 2.7.1 Initial Pre-Application FDEP Conference— 1 of 2 2.7.1.1 DEP Pre-application Telephone Conference: CGA will prepare for and participate in one (1) Pre-Application Telephone Conference with the FDEP to present the Schematic Alignment Design. CGA will discuss with DEP staff the proposed design components of the Project relative to their regulations, and solicit input as to the acceptability of critical design elements. The discussion will rely on design drawings affecting layout and alignment considerations of the proposed walk— no site engineering or cut-and-fill or grading calculations will be included at this time in this pre-application conference. Following the pre-application telephone conference, CGA will have a follow- up discussion with City Staff to determine the direction and components for any needed future design revisions in preparation for a second, follow-up pre-application conference with FDEP before a formal submittal for permitting is made. 2.7.2 Follow-Up Pre-Application FDEP Conference—2 of 2 2.7.2.1 Draft Schematic Alignment Design Revisions: CGA will conduct a second round of revisions to conceptual design to incorporate modifications provided by FDEP and agreed to by City Staff. 2.7.2.2 Refined Schematic Alignment Design Cost Opinion: CGA will provide a refined opinion of probable construction cost for the proposed Project based upon the conceptual project plan to confirm those proposed elements that are generally within the available City budget. This analysis will provide an opinion of unit costs. 37 2.7.2.3 Staff-Approval of Refined Schematic Alignment Design: CGA will solicit feedback from City Staff to review the modifications as directed by FDEP. 2.7.2.4 DEP Follow-up Pre-application Telephone Conference: CGA will prepare for and attend one (1) follow-up pre-application telephone conference with the FDEP to present the City-Approved Conceptual revisions to the revised design. CGA will discuss with DEP staff the proposed design components of the Project relative to their regulations, and solicit input as to the acceptability of critical design elements. The discussion will rely on design drawings only affecting layout and alignment considerations of the proposed walk — no site engineering or cut-and-fill or grading calculations will be included in this design phase. 2.8 COMMUNITY DESIGN REVIEW BOARD WORKSHOP Prior to a formal submittal of the project's design to the Design review Board for approval, CGA will attend to a regularly scheduled meeting and pprovide an information on the status of the design of the project in a workshop setting to the Board Members to solicit feedback on the project. 2.9 EXECUTIVE SUMMARY - FINAL DESIGN REPORT 2.9.1 Executive Summary and Final Design Report: CGA will prepare a compendium summarizing the final design modifications and directives of the approved design. This report will serve to memorialize Part 1 — Planning Services of this contract. Additionally, this Executive Summary will identify a summary of the design recommendations included in the project for improving the quality of pedestrian and bicycle accessibility throughout the project, future actions/steps to follow and a confirmation of the consultant's estimate of probable construction costs. Upon receipt and approval of the report, the City will issue a notice to proceed with the Task 2— Design Services of this contract. 2.9.2 Upon approval of the Final Design Report and issuance of Notice to Proceed with Task 2, it is understood that the planning phase of the project is finalized and any design modifications resulting from City directives shall be done under an additional services agreement. This excludes any minor modifications to the design necessary to address and obtain permits from any agency having jurisdiction over the project during the permitting phases. TASK 2: DESIGN SERVICES PART 3 — CONSTRUCTION DRAWINGS AND SPECIFICATIONS 3.1 CONSTRUCTION DRAWINGS AND SPECIFICATIONS 3.1.1 30% Preliminary Construction Drawings CGA will transition all design drawings and produced line work and project information to- date into a preliminary set of construction plans at approximately the 30% level of completion illustrating details of the proposed Project. The preliminary design drawings will illustrate plan and sectional views of the improvements and will include general details of paving and grading. All path geometry and elevations will be established, including slopes and ADA considerations and accesses. Minor drainage design (slopes, swales, etc., but no drainage structures or underground piping) will be completed as appropriate for the improvements. Minor repairs of existing dune crossovers or modification to sand-on-grade access, and clarification of connections to existing parks and parking lots and existing street ends will be provided. Electrical and water utility connection will be based on the existing power source on-site — this contract does not include new connection coordination with utility companies. The plans will incorporate existing conditions and basic design elements 38 including details of handicap ramps, decorative details for the path, vegetation, and lighting. The 30% preliminary plans will graphically convey the engineering and landscape architectural design, and be formatted for a logical sequence of construction. CGA will submit a complete set of all 30% plans to City Staff for review and comment relative to compliance with City Standards. It is anticipated that the City Departments will provide comments within a timeframe of 30 days. Design services reflected in the 30% plans and in forthcoming plans development and revisions will include: 3.1.1.1 Landscape Architectural and Hardscape Design: Landscape Architecture design services will include the development of the layout and geometry of the park and beachwalk. Landscape planting design will be completed in accordance with the design development for the proposed Project improvements. An initial list of plant species to be used adjacent to the path will be developed, along with typical details regarding arrangement of these plants. Hardscape concepts will be developed, including materials, colors, and finishes for the path, edging, fixtures, and other features. A furnishings plan will be developed. 3.1.1.2 Architectural Design: Budget permitting, the team will provide design services outlining cosmetic, non-structural modifications for the refurbishment of the existing restroom and storage buildings, including the upgrade of fixtures and finishes. 3.1.1.3 Structural Engineering Design: CGA will prepare a design criteria package for the specialty engineering for the park's pavilions. The needs for Structural Engineering Design to accommodate possible retaining walls, or other minor site structures are included in this proposal. 3.1.1.4 Engineering Design: The CGA team will provide the engineering design services required for the Project elements outlined in the design development. The grading design will target meeting the aesthetic intent of the project. It is assumed that existing beach access points across the dune will be maintained as is, with the possibility of the elimination of some but no new dune cross-overs will be proposed for ease of permitting with FDEP. Access by emergency vehicles will be incorporated into the project, ensuring adequate turning radii and proper pavement construction details. This scope of services assumes that no new major habitable enclosed structures (i.e.: bathrooms, storage, offices etc.) will be designed and added to the scope as part of this project, therefore eliminating the need for new utility coordination and design. Existing utilities should be located and represented on the plan to prevent the any conflicts with design and during construction. This scope assumes that any cut allocations of sand and soil east of the Erosion Control Line (ECL) and within State-owned lands shall remain east of the ECL. Cross sections for the park and the beachwalk will be developed. 3.1.1.5 Back-of-Dune Fill Design: CGA will prepare initial design plans suitable for submittal to the FDEP illustrating the proposed dune fill in support of ensuring ADA access along the beachwalk, as necessary. Because the existing vegetated dunes in this specific area are substantial in width and well-vegetated, dune restoration or dune fill design will not be necessary and is not included. Fill elevation and slopes in back-of- dune areas will be designed with required connections to the park and to the 79th Street street-end. A proposed cut and fill volume will be calculated for submittal to FDEP for approval. After review and conceptual approval by the FDEP, the cut and fill design will be incorporated into the Preliminary Construction Drawings. 3.1.1.6 Electrical Engineering: Site lighting and pedestrian scale bollard lights with low wattage bulbs and shielding/louvers will be used, as pre-selected by the City and consistent with fixtures utilized in previous segments of the recreational corridor. CGA will coordinate any additional specialty site light relative to the project's aesthetic considerations. The electrical and lighting plans along with lighting riser diagrams will be defined indicating the proposed lighting and photometrics. The electrical power riser 39 diagram will be defined consistent with load requirements and voltage drop calculations. Service entrance requirements will be coordinated with FPL consistent with available and/or new service configurations and locations. 3.1.1.7 Dune Vegetation Restoration Design: Because the existing vegetated dunes in this specific area are substantial in width and well-vegetated and because their management is already under the control of a management/maintenance agreement in place between the City, the County and the State, dune revegetation, dune restoration or dune design will not be necessary and is not included. 3.1.1.8 Planting Design: A planting design will be prepared for the park limited to the areas between Collins Avenue and the western edge of the proposed beachwalk and between the northernmost and southernmost limits of the project, excluding all areas currently designated as a natural preserve area. The planting design will identify trees and vegetation to be removed and/or relocated, as well as new proposed plantings consistent with an approved plant list issued by the City's Landscape Park and Recreation Department. 3.1.1.9 Irrigation Design: Irrigation will be designed for the project generally consisting of site irrigation throughout the park and temporary irrigation for the native dune vegetation in the beachwalk. The design shall include system layout, service connections, list of materials and installation details consistent with the other open space and beach walk projects or as directed by City Staff. The system will include controllers, valves, heads, main and lateral piping, backflow preventers and flow sensors. 3.1.1.10 Signage Design: The CGA team will provide up to 1 (one) round of graphic design for educational signage to be incorporated into City's standard. The City will provide the design and wayfinding package. CGA will provide locations for the various components and we will augment the graphic design components to incorporate any educational language about the dune ecology and City-wide resiliency issues. Manufacturing and constructability specifications are not included — these are to be coordinated and prepared by the City's communications department. 3.1.2 Updated Cost Opinions: Updated cost opinions that include quantities, unit costs, and total costs will be submitted to the City for review. 3.1.3 30% Comments Review Meeting: CGA will attend one collective meeting with City Staff to review all comments and obtain direction for further development to be reflected in the 60% plans. It is expected that the City will provide clear direction on how to resolve potentially conflicting comments as issued by different City Departments. 3.1.4 Refined 30% Plans Revisions: CGA will conduct minor revisions to address comments received from City Staff in preparation for submission to FDEP at the 30% plans level. 3.1.5 Submission of 30% Plans to FDEP for Review: CGA will submit a formal permit application package, inclusive of 30% plans, to FDEP for review and comment. Comments received from FDEP's review will be addressed in the 60% developed construction documents. It is anticipated that the design of the beachwalk component shall not be required to meet standard FDOT specifications for roadway and bicycle geometry and signage design typical of roadway projects (no services associated with any FDOT submittal or review is included in this proposal), but rather shall conform to standards already-defined by previously constructed segments of the beach walk. Where conflicting comments are generated by FDEP that contradicts directives given by Staff or by City Departments, it is expected that City Staff will take the lead role to moderate the resolution of these inter- agency conflicts. The City to provide CGA with final resolution directives for further plans development. It is anticipated that the agencies will provide comment within a timeframe of 60 days. 40 3.2 DESIGN REVIEW BOARD MEETING APPROVAL 3.2.1 The CGA team will coordinate with City staff to plan and attend one (1) Community Design Review Board meeting to solicit comment regarding the proposed Project. Materials to be provided by the CGA team are anticipated to include the Initial Schematic Design, including anticipated typical details and material descriptions to illustrate the proposed project design. 3.3 PUBLIC OUTREACH MEETING 2 OF 3 3.3.1 30% Plans Community Meeting — Public Outreach Meeting 1 of 2: The CGA Team will coordinate with City staff to plan and attend one (1) public outreach meeting in the City of Miami Beach for public review and comment regarding the proposed Project. Materials to be provided by the CGA team are anticipated to include representations of the design components of the park at the 30% plans level, including design details, to illustrate the proposed project design. 3.4 60% DEVELOPED CONSTRUCTION DRAWINGS 3.4.1 CGA will incorporate comments and agreed-upon resolutions from the City's review of the 30% design plans and the comments from the review meeting into the 60% construction drawings. A subsequent submittal of the design plans will be made to the City at the 60% level of completion. It is anticipated that the review comments from the 60% level drawings will be minor in nature. The drawings will be prepared with industry-accepted guidelines for the production of construction drawings on 24"x36" sheets at appropriate scales. 3.4.2 CGA will coordinate with the City's Communications Department to design wayfinding signage at the street ends to clean-up the existing signage clutter. Scope will include the development of a standard sign palette limited to identification signage, rules signs, and general informational signage. One (1) round of revisions is included. 34.3 Updated Cost Opinion: The opinion of probable construction cost will be revised and submitted with the design submittal package. 3.4.4 Preliminary Technical Specifications: CGA will prepare preliminary technical specifications in the Construction Specifications Institute (CSI) format for the Divisions 2-16 specifications required for the construction plans. The City will be responsible for all "up- front" bid package documents such as General Conditions, Construction Contracts, and Division 1 specifications, etc. 3.4.5 60% Comments Review Meeting: CGA will attend one collective meeting with City Staff to review all comments and obtain direction for further development to be reflected in the 90% plans. It is expected that the City will provide clear direction on how to resolve potentially conflicting comments as issued by different City Departments. 3.4.6 Refined 60% Plans Revisions: CGA will conduct minor revisions to address comments received from City Staff in preparation for submission to FDEP at the 60% plans level. Any significant change-of-design-direction made to the plan set during this phase of services directed by the City or a regulatory agency will be addressed under a separate scope of services. 3.4.7 Submission of 60% Plans to FDEP for Review: CGA will submit an initial permit application package, inclusive of 30% plans, to FDEP for review and comment. Comments will be addressed in the 60% developed construction documents. It is anticipated that the design of the beachwalk component shall not be required to meet standard FDOT specifications for roadway and bicycle geometry and signage design typical of roadway projects (no services associated with any FDOT submittal or review is included in this proposal), but rather shall conform to standards already-defined by previously constructed segments of the beach walk. Any significant change-of-design-direction made to the plan 41 set during this phase of services directed by the City or a regulatory agency will be addressed under a separate scope of services. Where conflicting comments are generated by various agencies or by City Departments, it is expected that City Staff will take the lead role to moderate the resolution of these inter-agency conflicts. The City to provide final resolution directives for further plans development to CGA. It is anticipated that the agencies will provide comment within a timeframe of 60 days. 3.4.8 Construction Evaluation Coordination with City Departments: CGA will attend one meeting with City Staff, principally the Capital Improvements Department, to discuss the anticipated construction strategy for the project. Discussions will be held to ascertain if the City will prefer to construct the two major components of the project (park and beachwalk) under a single contract, or if the City would prefer to construct separately. This scope and fees assumes that the construction will be performed as a one-phase project. Any modification of this assumption will require a revision to the anticipated scope and fees needed to accommodate any changes in the construction approach to the project. 3.4.9 Approval of Conceptual Design Meeting: CGA will meet with City Staff to review the design and comments obtained at the Community Workshop 2 to solicit directives on potential minor modifications to the design. 3.5 90% FINAL CONSTRUCTION DRAWINGS 3.5.1 CGA will incorporate comments and agreed-upon resolutions from the City's review of the 60% design plans and the comments from the review meeting into the 90% construction drawings. A subsequent submittal of the design plans will be made to the City at the 90% level of completion. It is anticipated that the review comments from the 90% level drawings will be minor in nature. The drawings will be prepared with industry-accepted guidelines for the production of construction drawings on 24"x36" sheets at appropriate scales. 3.5.2 Updated Cost Opinion: The opinion of probable construction cost will be revised and submitted with the design submittal package. 3.5.3 Updated Technical Specifications: CGA will prepare preliminary technical specifications in the Construction Specifications Institute (CSI) format for the Divisions 2-16 specifications required for the construction plans. The City will be responsible for all "up- front" bid package documents such as General Conditions, Construction Contracts, and Division 1 specifications, etc. 3.5.4 90% Comments Review Meeting: CGA will attend one collective meeting with City Staff to review all comments and obtain direction for further development to be reflected in the 90% plans. It is expected that the City will provide clear direction on how to resolve potentially conflicting comments as issued by different City Departments. 3.5.5 Refined 90% Plans Revisions: CGA will conduct minor revisions to address comments received from City Staff in preparation for submission to FDEP at the 90% plans level. Any significant change-of-design-direction made to the plan set during this phase of services directed by the City will be addressed under a separate scope of services. 3.5.6 Submission of 90% Plans to FDEP for Review: CGA will submit a follow-up submittal of revised plans to FDEP for review and comment. Comments will be addressed in the 100% developed construction documents. Any significant change-of-design-direction made to the plan set during this phase of services directed by the City or a regulatory agency will be addressed under a separate scope of services. Where conflicting comments are generated by various agencies or by City Departments, it is expected that City Staff will take the lead role to moderate the resolution of these inter-agency conflicts and provide final directive for development to CGA. It is anticipated that the agencies will provide comment within a timeframe of 60 days. 42 3.6 PUBLIC OUTREACH MEETING 3 OF 3 90% Plans Public Outreach Meeting: The CGA Team will coordinate with City staff to plan and attend one (1) public outreach meeting in the City of Miami Beach to communicate to the residents information about the final components incorporated into the design, anticipated construction impacts and preliminary construction scheduling. Materials to be provided by the CGA team are anticipated to include representations of the design components of the park at the 90% plans level, including typical details, to illustrate the proposed Project design. It is assumed that the intent of this meeting is for informational purposes only and that no design changes will result from any comments received. 3.7 100% FINAL CONSTRUCTION DRAWINGS 3.7.1 CGA will incorporate comments and agreed-upon resolutions from the City's review of the 90% Final Construction Drawing plans and the comments review meeting into the final construction drawings. It is anticipated that comments or directives for revisions will be completed and the scope to develop the design drawings shall be considered finalized. Any additional or subsequent submittals of the design plans shall be made under a separate additional services agreement. The drawings will be prepared with industry-accepted guidelines for the production of construction drawings on 24"x36" sheets at appropriate scales. Final 100% Construction Drawings will be sealed by Florida Registered Landscape Architect or a Professional Engineer, as appropriate. Survey for permitting, signed and sealed by a Florida Registered Surveyor, will also be provided. 3.7.2 Final Cost Opinion: The opinion of probable construction cost will be finalized and submitted with the final submittal package. 3.7.3 Final Technical Specifications: The CGA Team will finalize the Technical Specifications to reflect construction and installation specifications for all planned components, particularly with an attention to criteria necessary to address. 3.8 PERMITTING 3.8.1 Basic Permitting Services: It is anticipated that City of Miami Beach Permits, including Permits from the Public Works and the Building Departments, will be required for the Project. The City will prepare applications and process these permits. CGA will assist the City in processing the permits. CGA will meet with representatives of the City toward securing the required approvals for site and civil improvements. Specifically, the 90% level of drawings will be presented to the City for processing through the required City Departments, and the 100% final drawings will be submitted for permit. 3.8.2 DEP CCCL Permit Application: The City will provide CGA with an executed CCCL permit application form, a DEP permit application fee (amount to be determined), and a letter from the Planning and Zoning Department indicating their approval of the project and confirming that the project "does not contravene local setback requirements, or zoning codes" and "is consistent with the state-approved local Comprehensive Plan." The City will provide CGA with the relevant legal descriptions and ownership/control documentation for the proposed Project area. CGA will prepare and submit a permit application package containing this information, as well as the Project design plans, for the proposed project. Any significant design changes made after submittal of the permit application will be considered a change in scope. Significant design changes include, but are not limited to, the enlargement of footprint, addition of structures seaward of the CCCL, relocating structures farther seaward, or new activities. 3.8.3 DEP and FWC Marine Turtle (Lighting) Review CGA will coordinate with the lighting and landscaping team members toward obtaining lighting plans, cut sheets, and the lighting table required by the DEP and Florida Fish and Wildlife Conservation Commission (FWC) for review and approval. CGA will also maintain telephone contact with the FWC to expedite 43 their review and approval of the proposed exterior lighting. CGA will confer with the team landscape architect, lighting consultant, and City as to questions, revisions, or additional items that may be required by the FWC to assist the City in obtaining approval for the proposed exterior lighting. It is assumed that bollard light fixture (or a very similar model) and bulbs previously approved by the FWC for the beach walk will be used exclusively for the beachwalk. It is assumed that no lights will be proposed that would be visible from the beach (such as fixtures near or seaward of the dune crest). 3.8.4 DEP Division of State Lands Consent of Use Application (if necessary): Regulations require that a Consent of Use or easement be obtained by any entity (local, private, commercial) prior to construction or other activities on State-owned lands. All lands east of the Erosion Control Line are owned by the State of Florida. If the Division of State Lands is not able to confirm that Consent of Use is provided through an updated City Beachfront Management Plan, a separate application for Consent must be submitted. If required, CGA will coordinate with the City to prepare and submit a State Lands Consent of Use request to the DEP Joint Coastal Permitting (JCP) program. 3.8.5 DEP Division of State Lands Consent Processing (if necessary): CGA will confer with DEP staff to advise them of the details of proposed construction and identify areas of staff concern. CGA will maintain telephone contact with the DEP to expedite their review and processing of the Consent of Use application. CGA will provide a sketch illustrating the general north and south boundaries of the Consent approval relative to DEP reference monuments. This scope of services assumes that a surveyed legal description of the boundaries of the Project upon state lands will not be required, and that a Consent to Use State Lands, rather than easement, will be required/issued. 3.8.6 DEP Permit Processing: CGA will confer with DEP staff to advise them of the details of the proposed construction and to identify areas of staff concern. CGA will maintain telephone contact with the DEP to expedite their review and processing of the permit application. CGA will review available working drawings to ensure their compliance with DEP criteria toward expediting the DEP Final Order. In addition, CGA will confer with the team members and City as to questions, revisions, or additional items that may be required by the DEP and will represent the Project before DEP staff to assist the City in securing a DEP Permit (Final Order)for the proposed Project. 3.8.7 DEP Final Notice to Proceed: CGA will provide services to assist the City in securing a DEP "Final Notice to Proceed" authorizing commencement of construction. Specifically, CGA will provide services relative to coordinating and processing final construction drawings and meeting Special Permit Conditions outlined in the Final Order. 3.8.8 Pre-Construction DEP Conference: Subsequent to issuance of the DEP Notice to Proceed, the CGA permitting project manager will schedule and attend one (1) Pre- Construction Conference with the DEP Field Representative, City, Contractor, and Project team members, as required in the Special Permit Conditions outlined in the Final Order. 3.8.9 FDOT Permit Processing: It is anticipated that the City may require permitting through FDOT if grant monies are secured from the Department. CGA will conduct the necessary permitting processes through the FDOT's ERC system. TASK 3: BIDDING AND AWARD SERVICES PART 4— BIDDING, AWARD AND FINAL PUBLIC OUTREACH 4.1 PROJECT BIDDING 4.1.1 CGA will prepare a bid form with unit quantities and documentation for inclusion with the bid package as directed and approved by the City. Permits for the Project will be 44 included in the appendices of the package. The City will be responsible for all document reproduction services for the bid packages. 4.1.2 Bid Package Review: CGA will attend a meeting with the City Project Manager to review the compiled bid package. CGA will review the bid package, verify references and provide comments. 4.1.3 Pre-Bid Meeting: CGA will assist in and attend one (1) pre-bid meeting with the City and contractor(s) and respond to pre-bid questions. 4.1.4 Bid Opening Meeting: CGA will assist in and attend one (1) bid opening meeting with the City. 4.1.5 Bid Review: CGA will review construction bids and qualification packages and make a comparative analysis of the data collected 4.2 CONTRACT AWARD 4.2.1 Recommendation of Award: CGA project manager shall serve, at the City's request, as a member of the evaluation and selection committee. 4.2.2 Contract Execution: CGA will assist the City in conducting contract execution services once the approval for award has been secured by the authorized City agent. TASK 4: SERVICES DURING CONSTRUCTION The services during construction outlined herein anticipate a construction period not to exceed 9 Months, inclusive of an anticipated 1-month growing period for the establishment of sod and vegetation, and that both the park and beachwalk component will be constructed simultaneously. Special requirements pertinent to materials testing, EEO and DEB compliance verifications, and compliance with Davis-Bacon Act requirements are not included as part of CGA's services and shall be provided through an additional services agreement if required. 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 that shall be at the City's sole discretion, CGA agrees to extend said services under the approval of an additional services agreement in conformance to Schedule B Consultant Compensation, for the duration required to complete the Project. This scope and fees assumes that the construction will be performed as a one-phase project. Any modification of this assumption will require a revision to the anticipated scope and fees needed to accommodate any changes in the construction approach to the project. PART 5— CONSTRUCTION ADMINISTRATION SERVICES 5.1 PRE-CONSTRUCTION CONFERENCE CGA will attend and participate in one (1) pre-construction conference with government agencies and contractor/sub-contractors, and shall assist the City with meeting minutes preparation and distribution. 5.2 CONSTRUCTION PHASING PLAN REVIEW CGA will review and comment on Contractor-drafted construction phasing plan and the equivalent of a pedestrian-scale "maintenance of traffic" to ensure continual use of the recreational corridor. Review and Comment on Contractor-drafted construction scheduling should be carefully drafted to not impact socio-cultural events and seasonal, natural events. 5.3 CONSTRUCTION SITE INSPECTIONS 5.3.1 CGA will conduct weekly inspections in part to observe compliance with plans and specifications, and shall provide a copy of observation reports to the City. CGA will conduct 45 interim inspections for substantial and final completion. Routine / daily inspections shall be performed by the City of Miami Beach who shall provide observation reports to CGA on a weekly basis. 5.3.2 Professional Landscape Architect Site Observations: A CGA Landscape Architectural designer will conduct routine visits to the site to determine if the work is being performed in accordance with the construction documents, and shall provide observation reports to the City. It is anticipated that these visits will not exceed nine (9)two-hour site visits. 5.3.3 Professional Engineer Site Observations: A CGA Professional Engineer(s) will conduct routine visits (bi-weekly) to the site to determine in general if the work is being performed in accordance with the construction documents, and shall provide observation reports to the City. 5.4 REVIEW OF DRAWINGS, AS-BUILTS AND CONSTRUCTION-RELATED DOCUMENTS 5.4.1 CGA will review, approve and process all pay requests and perform a relevant inspections to determine, in general, if the work has been completed in conformance with the intent of the Contract Documents. Where direct observation of components have not been observed by CGA Staff, CGA will rely on the accuracy of field notes, logs and documentation collected and provided by the City's construction inspectors. 5.4.2 CGA will conduct final reviews of as-built and record drawings as prepared and submitted by contractor/sub-contractor. This is limited to two (2) reviews for each type of as- built. Additional as-built reviews beyond the number identified may require an additional fees agreement. 5.4.3 CGA will issue interpretations and clarifications of the Contract Documents, and evaluate requested deviations from the approved design or specifications. In connection therewith, CGA will review, prepare and process any work change directives or change orders requested by the Contractor or City. 5.4.4 CGA will review and process shop drawings, samples and other data which the Contractor is required to submit. 5.4.5 CGA will review and process all contractor-issued closeout packages. 5.5 PROJECT TEAM MEETINGS 5.5.1 In addition to those meetings specifically noted within other phases of this agreement, the CGA design team will attend up to six (6) local meetings with City Staff, project team members, and/or other stakeholders to present/discuss elements of the proposed Project. These meetings are estimated to be an average of two (2) hours each. 5.5.2 CGA will conduct bi-weekly construction progress meetings with the Contractor and appropriate regulatory agencies as necessary for consultation or conferences in regard to the construction of the project. Meetings minutes shall be prepared and distributed. 5.6 FINAL WALK-THROUGH 5.6.1 The CGA Project Team will perform one (1) Substantial Completion and one (1) Final Inspection site walk through with the Contractor and governmental agencies. 5.6.2 CGA will prepare a punch list of the findings and comments issued at the Substantial Completion and Final Inspection walk-through(s) and conduct their follow-up services to ensure that contractor addresses all comments / items. 5.7 FINAL CERTIFICATION 5.7.1 CGA Staff shall prepare final certification documentation (as supplied by the Contractor) required of permitting agencies upon completion of construction of the project. 5.7.2 Subsequent to completion of construction, CGA will schedule and attend two (2) on- site Final Inspection Conference with the City, FWC, DEP Field Representative and 46 Contractor, as required by the Special Permit Conditions outlined in the Final Order. If any project elements are not in compliance with the DEP permit and additional coordination and/or meetings are required, these services will be provided under a separate scope. 5.8 POST-COMPLETION SERVICES 5.8.1 Landscape Staff to conduct one (1) follow up site visit 10-months after the final certification to assess plantings' conditions and Contractor's warranty obligations. CGA shall forward assessment report to City. TASK 5— ADDITIONAL SERVICES The services described as follows are not included in the above Detailed Consulting Services and are intended to be compensated by City as provided in this Agreement, in addition to the compensation for the above-detailed Consultant Services. Additional services shall only be provided if authorized or confirmed in writing by City. If such services are required by circumstances beyond the Consultant's control, the CGA Project Manager shall notify the City and shall not commence work on such services until the City has issued a Notice to Proceed with those additional service components in writing. If the City deems that such services are not required, they shall give prompt written notice to the CGA Project Manager. If the City indicates in writing that all or part of such Additional Services is/are not required, CGA shall have no obligation to provide those services. PART 6 - ADDITIONAL SERVICES The services which shall be defined as 'Additional Services' include: 6.1 Making revisions in drawings, specifications or other documents after approval and acceptance of the final Construction Documents by the City when such revisions are: a. inconsistent with approvals or instructions previously given by the City, including revisions made necessary by adjustments in the project's program or project budget; b. required by the enactment or revision of codes, laws or regulations subsequent to the preparation of such documents; or c. due to changes required as a result of the City's failure to render decisions in a timely manner. 6.2 Providing services required because significant changes in the Project including, but not limited to, size, quality, complexity, the City's schedule, or the method of bidding or negotiating and contracting for construction. 6.3 Preparing Drawings, Specifications and other documentation in connection and due to Change Orders, provided that these are not caused by drawing issues, resulting from any Construction Change Directives or Design change Directives. 6.4 Providing services in connection with evaluating substitutions for the purposes of value engineering, after the bid has been awarded, and making subsequent revisions to Drawings, Specifications and other documentation resulting there from. 6.5 Providing consultation concerning replacement of Work damaged by natural causes, weather events or other causes during construction, and furnishing services required in connection with the replacement of such Work. 6.6 Providing services made necessary by the default of related project sub-contractors, by major defects or deficiencies in their work, or by failure of performance of the General Contractor under the Contract for Construction. 6.7 Preparing documentations for alternate, separate or sequential bids or providing services in connection with bidding, negotiation or construction prior to the completion of the Construction Documents Phase. 47 6.8 Providing services to verify the accuracy of drawings or other information furnished by the City or any City-led consultants not a part of the CGA team. 6.9 Providing services after issuance to the City of the final Certificate for Payment, or in the absence of a final certificate for Payment, more than 60 days after the date of Substantial completion of the Work. 6.10 Providing services and promotional materials related to assisting with the City's public relations efforts and beyond materials and documents customarily produced in the rendering of the CGA team's services as cited herein. 6.11 Design and documentation of improvements outside the designated project limit and beyond the project areas cited herein. 6.12 Landscape construction plans are assumed to be prepared as two sub-sections, to include the park project and beachwalk project separately. 6.13 Public presentations to public agencies and community boards beyond those cited herein shall be considered supplemental, unless it is a permitting or regulatory agency requirement. Additional meetings and/or public presentations, as deemed necessary, can be provided on a time and material basis based on current hourly rates only with written approval by the City. 6.14 Retaining of additional specialty consultants, such as structural engineers, fountain specialists and/or specialty lighting design consultants beyond those cited herein to meet any agreed upon design concepts, can be provided as required but is considered supplemental to this Agreement. 6.15 The fee schedule has been based on the cited time period per project phase. Should the project schedule extend substantially beyond the assumed phase periods at no fault of CGA, supplemental fees may be considered and requested. 6.16 Providing support to the City and other consultants in respect of technical review, advice, inspection and reporting in connection to any defects identified during the Defects Liability Period(s) and warranty inspection for the Project following project completion. 6.17 Site models can be provided, but are considered in addition to Basic Services. 6.18 Additional project meetings and site visits, beyond those cited herein, and follow-up work following the submission of the project's punch list due to the contractor's noncompliance. 6.19 Preparation of landscape management guidelines for open space components cited herein, review of guidelines provided by Contractor are included as a submittal review. 48 SCHEDULE A-1 CONSULTANT SERVICE ORDER FOR ADDITIONAL SERVICES Service Order No. for Additional Services. TO: PROJECT NAME: Project Name DATE: SCOPE OF ADDITIONAL 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 49 SCHEDULE B - CONSULTANT COMPENSATION SCHEDULE OF PAYMENTS Foundation Services Surveying $ 82,755.00 Geotechnical Engineering $ 15,000.00 Sub-total $ 97,755.00 Design Services Landscape Architectural Services $ 320,696.00 Environmental Services $ 16,920.00 Civil Engineering Services $ 40,160.00 Electrical Engineering Services $ 28,390.00 Architectural Services $ 35,000.00 Sub-total $ 441,166.00 Construction Administration Services Construction Administration Services** $ 99,240.00 Total $ 638,161.00 Reimbursable Allowance*** $ 22,059.00 Historic Preservation Board / Design Review Board (if required) Not Included Note*: These services will be paid lump sum based on percentage complete of each phase. Note*'':Construction Administration will be paid on a monthly basis upon commencement of construction. 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. Estimated at 5%of the total Design Services. 50 r • SCHEDULE C • Nom Shore Own Space Park HOURLY BILLING RATE SCHEDULE r-- -----_i 15-7934 Schedule B I SUMMARY/TOTAL 20160407 Hours per Task-Tasks 1-4 Task:1: TORT Task 3: Task 4: Totals Planning Services Deslgn.8ves Bidding Svcs Coastntelbn • Personnel Hourly ����� Rate 1114,110 .S BefNft" Senecas. -, - - CGA AOminlstrallOn _ Pnrrtipal 5215.00 - 50.00 Exec.AasistanUQencal 535.00 - S0.00 Sub-Total(Hours) - - - - Sub-Total(Budget) S - S - S - S - 9 - 50.00 Associate.Surveying 5150.00 50.00 - Senior Registered Surveyor 512000 80,00 8000 59.600.00 Survey Crew 5148.00 320 00 320.00 547.360.00 Registered Surveyor 5101,00 50.00 Survey Coormnalor 560.00 120,00 120.00 57.200.00 CADO Technician 555.00 193,00 193.00 510,615,00 GPS Survey Crew 5171,50 40,00 40.00 56,860.00 Exec AusiatanlCleriw 535.00 32.00 32.00 51.120.00 Sub-Total(Hours) 785.00 - • - • 785.00 Sub-Total(Labor) S 82.755.00 S - S - S - $ - $8 2.755.00 8ss0ci41e-Landscape A4001001 5150.00 6.00 400 3000 2.00 42,00 56.300.00 Senior La dncape Architect 4120.00 12.00 30.00 144,00 800 194.00 523,280 00 Landscape Architect 5120 00 20.00 80.00 360.00 18.00 478.00 557,360 00 Landscape CADD Tech, 555.00 16.00 720.00 16,00 800 760,00 541,800.00 Wrdarape Inspector/Amo ol 58.300 24,00 8.00 128.00 16.00 176,00 514.608.W Landsca8e/lnng4ean Designer 58300 800 8,00 80.60 96,00 57.968.03 Landscape Site Plan Reviewer 583.00 50 60 Exec.Aasistanl/Clencal 57500 8.60 16.00 88,00 2.00 8.00 120,00 59.00000 Sub-Total(Hours) 92.00 146.00 1,550.00 26.00 52.00 1.866,00 Sub-Total(Labor) $ 8,726.00 9 16,328.W $ 128,444.0 S 1,990.00 S 4,828.00 5160,31600 Environmental Administrator 5120.00 600 8.00 111.00 100 128.00 515.360.00 Environmental Specialist 565.00 24,00 24.60 $1,560.0) Environmental AssPtant 555.00 50.00 Sub-Total(Hours) 6.00 3203 11180 200 - 152.00 Sub-Total(Labor) S 720.00 S 2,520.00 S 13,320.00 S 360.00 S - $16920.00 I . Assoaata.Engmeenrg(VI) 5150.00 50,60- Director,Engineen (V) 5150.00 8.60 8.60 51.290 60 Project Manager(IV) 512000 4.00 16.00 152.00 8.00 180,00 521,600.00 Engineer(III) 5101.00 - 50.00 Engineer(II) 5101.0 - 50.00 Jr.En5,,nn,(0 510100 50.60 - Senior CADD Technician 560.00 80 00 4.00 84.00 55,040.00 CADD Technician 55500 224.00 224,00 512.320.00 Permit Administrator 555.0 - 50.50 Exec.AstistanaC vocal 535.00 50.00 - Sub-Total(Hours) 4,00 16.00 464.00 12.0 - 49600 Sub-Total(Labor) 1 480.00 5 1,920.00 $ 36,560.00 $ 1,200.00 S - $40,160.00 Associate,Eng,reenng(VI) 5150.00 5060• • Director.Erg,neenng(V) 515000 1,00 1,00 1.00 200 545060 Project Manager(IV) 5120.00 800 72.00 1600 4.00 100,00 512,00.00 Engineer(III) 5101.00 - 30.00 Engineer(11) 510100 - 5000 Jr.Engineer(I) 5101.00 513 00 Senior CADD Technician 560.00 16.60 48.00 64,60 53,84000 CADD Technician 555.00 4200 176 00 2.00 220.00 512.100 00 Pencil Adminratmmr 555.00 - 5000 Exec.Assistant/Clerical 535.00 S0 00 • Sub-Total(Hours) - 67.00 297.00 1900 4,00 387.00 Sub-Total(Labor) S • 1 4,380.00 S 21,350.00 $ 2,180.00 S 480.00 526390.00 Associate.Engineering(VI) 515000 S000� 0,1000,.Engineering IV) 515000 12.03 84.00 9600 514,40000 Project Manager(IV) 512000 56.00 357.00 413.00 549,56000 Engineer(III) 5101.0 - 5000 Engineer re) 9101.00 5000 • Jr.Engineer(I) 510100 30 00 - Sr.Inspector 590.00 266.00 28800 523.940.00 Inspector 582.50 - $000 Permit Administrator 555.03 50.00 Exec.Assistant/Clerical 535.00 60.00 264.00 324.00 511,340.00 Sub-Total(Hours) - - - 129,00 971.00 1,099.00 Sub-Total(Labor) S - S - $ - $ 16620.00 9 86620.00 599.240.00 CGA Budget Per Task S 92.68100 S 25.148.00 S 199,674.00 S 18.350 00 S 93.928 00 5427.781.00 Sub-Consultants•Witt 8 Design Director 537500 1200 22.00 3400 312.75000 P000po(ID3x101 527500 1700 27.00 24.00 68.00 01 8.70.60 Project Director 518500 1200 57.00 24.00 9300 517,20500 Senior Project Manager 5185 00 50.60 Senior Landscape Amhdect/Sr Architect 5165 00 30 60 80.00 2400 134 00 524.790 00 Project Manager 516500 5200 112.60 164.00 527.060.00 Landscape Arnlr,lec0Archetea 516500 5060 Landscape Designer $115.00 4400 26500 309.00 535.53500 Staff Designer 585.00 222.03 222.00 816870.00 Renderen/kbdeler 58500 4600 46,00 53.91000 Adninistmive 565.00 SW 16.00 2400 51,56000 Sub-Total(Hours) 17503 847.00 72,60 - 1,094.00 •Sub-Total(Labor) 1 31,105.00 S 113,295.00 1 13,480.00 S - S - 4160,380.00 GeotechnItal Sub-COnsulland(Lump Sum) 515.00060 91 5,000.00 Architectural Sub-Consultant(Lump Sum) 535.000 CO 433,000.00 Subtotal per Task $277,728.00 nimmn 110,350.00 ,. .. Overall Total for Project 4638,161.00 51 SCHEDULE D CONSTRUCTION COST BUDGET The City's Construction Cost Budget is $5 million. 52 SCHEDULE E PROJECT SCHEDULE We anticipate this project will take approximately 25 months to design and construct: • Foundation and Design Services: 12 Months* • Bidding and Award: 4 Months • Construction: 9 Months The foundation and design services portion is illustrated by the graphic on the following page (page53). Such graphic does not reflect time needed for the review of plans by any agencies having jurisdiction, time needed to coordinate and schedule meeting, Commission presentation, and community outreach, time allocated for City Staff and City Departments to review and provide comments on design schemes or plan sets, or time needed for advertising of any public meeting. 53 f 0100007 — 30103.31300 4eu13 25 1001 em IS 9.1'1 i O OS 1001 66 1601 O dtl51e013 8e 900M .1 weld%me•11ed — mg•aud sYUwen 593 Lo 1001 9p 10.,1 O II O 2 se 1aaM . ep 1001 EC WM O —' Ze 1001 E surld 11008 ybpg. 0 IV 10aM —2 1,ed 9409 500500,1 ODD Op 1001 6E 1001 0 84 1aaM 0 LE 1aaM 1n 2 W 9E 1.0M O0. U .c 5 sueld 11008%OE•• SE 9aaM i O •cc 1,ed 760E suwwen 0'97 pE loam 3 W o • fm-11 c c EE 100M I Z 0 0 f z Z 1a0M 4n o W 1E 10.M O O v 0 .0.903/‘1.3 _ OS 1aaM _ gi • Z wOudolona00600 0 6Z 1001 0p Z 0 8Z 100M e 3 2 D f LZ 9001 '_�!. q •N m o a Q 9Z 9001 O .- O N z t S2 1a0M .''-'] O V m c V' O 0 eZ 9.0M 0 y 2 .0 E_ U. E2 1001 u a y u 2 O ZZ 9001 N c C.. u J 1Z 1001 d .j E c00 r 0 c o o 59701 Ved — E 06 WaM a 3 L 0 WW {{0-95104 8 1501 f 61 90010 - y '' 5 _ u y .. 00 3 yV9 tu18a8 097 01 81 9001 e n 2�' .n .41 = =Y — Q e 1500 wa410n1s1e,L LI 1001 s o o 3 3 3 u 70 In t 91 1001 "- O 2+ E m u v v E O 2 W N C m m m u d303 0l sleld 11¢09 - SI 8001 H _ n n �n O C, O O ..O_ C N 960E 110100,1 01 597 '•' .. O. g g p p1 1aa1 ,.k` =n C E E ,, N . v . m F E1 1001 ' c N v \ 0 W ;' N o i a g q = : a t Z1 1801 - vQ A L O a S a O m - a II I J O II 1aaM : -=', E LL 2 ��) m m '•, O o 0 a 2 Y OI 1a.M 5 c f^ c 5 X O 6 900M _ d 3 0m e c s 10011 '`'' a s � °; 00 d.. L 90010 ® 1' E v ° a ° a a a °E c 0 u 0 .� '... N `c 0. � .� y a m (Uem9 It 1,ed)09508 f 9 VMS a. g o - - E E u u E o _ , e u81lO01cmdO)003 5 wam E •9 E `o L E Z E E E d c, ° r' E N N x _ > 0 m P 1001 E COJ n C j d r. 22282 1- r,, ; v n E 1001 O •c . O � . G d t0. C' W .c , ,_ ,_ , v U O 6 9a0M U _ m O O C O C 1,...,Z D V d V 1 9001 N 7 Q Q ? " u u u v u u 0 > 8 0. 110.V6d1N — M oo 52 `^ ^ i t Q tO U Z7 w v. 17 2 — " x -. i H V 9 q 5.N Z V1 x L 3 8ll d m s — E E m a � g� .i ce n p n i 00 E E c c = � kel c a .2 E II =§ v 0 8 54 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 57 RESOLUTION NO. 2015-29233 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 FIRMS, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2015-211-KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR NORTH SHORE OPEN SPACE PARK, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH: CALVIN GIORDANO AND ASSOCIATES, INC. AS THE TOP RANKED PROPOSER; AND, SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CALVIN, GIORDANO AND ASSOCIATES, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EDSA, INC., AS THE SECOND HIGHEST RANKED PROPOSER; AND, SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH EDSA, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BERMELLO AJAMIL AND PARTNERS, INC., AS THE THIRD HIGHEST RANKED PROPOSER; AND, FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT, UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, Request for Qualifications No. 2015-211-KB (the "RFQ") was issued on July 9, 2015, with an opening date of October 5, 2015; and WHEREAS, a voluntary pre-proposal meeting was held on July 24, 2015; and WHEREAS, the City received a total of nine (9) proposals; and WHEREAS, on September 8, 2015, the City Manager, via Letter to Commission (LTC) No. 356-2015, appointed an Evaluation Committee (the "Committee") consisting of the following individuals: • Daniel Veitia, Member of the North Beach Blue Ribbon Panel • Jose Velez, Capital Projects Coordinator, Capital Improvement Program, City of Miami Beach • Liz Valera, Deputy Director, Parks and Recreation Department, City of Miami Beach The City Manager also considered the following individuals as alternates: • Sabrina Bagleri, Senior Capital Projects Coordinator, Capital Improvement Program, City of Miami Beach • Oniel Toledo, Project Coordinator, Parks and Recreation Department, City of Miami Beach; and WHEREAS, the Committee convened on October 29, 2015 to consider the proposals received; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, references, and a copy of each proposal; and r r WHEREAS, the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking was as follows: Calvin, Giordano and Associates, Inc.; EDSA Inc.; and Bermello Ajamil and Partners, Inc.; and WHEREAS, after reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Mayor and City Commission authorize the Administration to enter into negotiations with the top ranked proposer, Calvin, Giordano and Associates, Inc.; and should negotiations fail, the City Manager recommends that the Administration be authorized to enter into negotiations with the second ranked proposer, EDSA, Inc.; and should negotiations fail with the second ranked proposer, the City Manager recommends that the Administration be authorized to enter into negotiations with the third ranked proposer, Bermello Ajamil and Partners, Inc. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Request for Qualifications No. 2015-211-KB For Architectural and Engineering Design Services for North Shore Open Space Park; enter into negotiations with Calvin, Giordano and Associates, Inc. as the top ranked proposer; and, should the Administration not be successful in negotiating an agreement with Calvin, Giordano and Associates, Inc., authorizing the Administration to enter into negotiations with EDSA, Inc., as the second highest ranked proposer; and, should the Administration not be successful in negotiating an agreement with EDSA, Inc., authorizing the Administration to enter into negotiations with Bermello Ajamil and Partners, Inc., as the third highest ranked proposer; and, further authorizing the Mayor and City Clerk to execute an agreement, upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this 9 day of Dear►1bfr2015. `,• // . . ,/, Philip' / . or ATTEST: 2- 17 �� APPROVED AS TO R ael E. r nado, Ity - FORM & LANGUAGE `%%%%% %%1 &FOR EXECUTION \ B 11 ,„ ..0.___OtrC--:- %I.- 1-15 -' .%. t City Attorney Dote TAAGENDA12015\D -> Qr H� ��"frfo 2015 11-KB -A & E Design Services for North Shore Open Space Park-Resoluitn.doa 0, " V ' = h''4n'1CH 26 .d 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 FIRMS, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2015-211-KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR NORTH SHORE OPEN SPACE PARK, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH: CALVIN,GIORDANO AND ASSOCIATES,INC.,AS THE TOP RANKED PROPOSER;AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CALVIN,GIORDANO AND ASSOCIATES,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EDSA, INC., AS THE SECOND HIGHEST RANKED PROPOSER; AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH EDSA,INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BERMELLO AJAMIL AND PARTNERS,INC.,AS THE THIRD HIGHEST RANKED PROPOSER;AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT,UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. Key Intended Outcome Supported: Revitalize Key Neighborhoods,Starting With North Beach And Ocean Drive. Supporting Data(Surveys, Environmental Scan,etc: N/A Item Summary/Recommendation: Following City Commission approval on July 8,2015,the Administration issued Request for Qualifications(RFQ)No. 2015-211-KB for Architectural and Engineering Design Services for North Shore Open Space Park.A voluntary pre- proposal conference to provide information to the proposers submitting a response was held on July 24,2015.RFQ responses were due and received on October 5,2015.The City received a total of nine(9)proposals.The City received proposals from the following firms: Bermello Ajamil & Partners, EDSA, Inc., Keith & Schnars, P.A., MC Harry & Associates,Calvin,Giordano and Associates,Inc.,BEA Architects,Leo A Daly,West Architecture+Design,and Chen Moore&Assoc.Proposal from Keith&Schnars,P.A.,and Leo A Daly failed to comply with the minimum requirements as stated in the RFQ,and,accordingly,were deemed non-responsive. The Committee convened on October 29, 2015 to consider proposals received. 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 with 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 resulted in the ranking of proposers as indicated in the table below. After reviewing all the submissions and the results of the evaluation process,the City Manager recommends that the Mayor and City Commission authorize the Administration to enter into negotiations with the top ranked proposer,Calvin, Giordano and Associates, Inc. Should negotiations fail, the City Manager recommends that the Administration be authorized to enter into negotiations with the second ranked proposer, EDSA, Inc. Should negotiations fail with the second ranked proposer,the City Manager recommends that the Administration be authorized to enter into negotiations with the third ranked proposer,Bermello Ajamil and Partners, Inc. Further, the City Manager recommends that the Mayor and City Clerk be authorized to sign the agreement with the successful firm. 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 Total Financial Impact Summary: City Clerk's Office Legislative Tracking: Alex Denis, David Martinez Sign-Offs: De� . m-nt Director Assistant City ger City nager DM AD / EC AO_ke,_ T:\ AGENDA\20'51De tuber;rOCUREMENT\RFQ-2015-211-KB - esign Services for North Sh.re fIpen Space Park - Summary.doc MIAMIBEACHAGENDA ITEM F?7 l � DATE 12�9'(S MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov COMMISSIO ' MEMORANDUM TO: Mayor Philip Levine and Members o the City Corn ;ission FROM: Jimmy L. Morales, City Manager `. • DATE: December 9, 2015 SUBJECT: A RESOLUTION OF THE MAYO AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEP ING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF FIRMS, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2015-211-KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR NORTH SHORE OPEN SPACE PARK, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH: CALVIN, GIORDANO AND ASSOCIATES, INC., AS THE TOP RANKED PROPOSER; AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CALVIN, GIORDANO AND ASSOCIATES, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EDSA, INC., AS THE SECOND HIGHEST RANKED PROPOSER; AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH EDSA, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BERMELLO AJAMIL AND PARTNERS, INC., AS THE THIRD HIGHEST RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT, UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Revitalize Key Neighborhoods, Starting With North Beach And Ocean Drive. FUNDING The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. BACKGROUND The North Shore Park is located between 87th St. on the north, 79th St on the south, Collins Ave on the west and the Beachwalk on the east and contains approximately 26 acres. The qualified Proposer will be responsible for providing architectural, structural engineering, mechanical, electrical, plumbing engineering, civil engineering, Florida Department of Environmental Protection Coastal Permitting, Department of Environmental Resource Management Permitting, landscape architecture, construction cost estimating, surveying and geotechnical services for the Project. The work shall include, but not be limited to, conceptual drawing(s), surveying, geotechnical, design development, estimate(s) of probable construction cost, construction documents, permitting, bidding / award, and construction administration . services for the Project. Request For Qualifications (RFQ) No. 2015-211-KB, For Architectural and Engineering Design Services for North Shore Open Space Park December 9t',2015 Page 2 A Vision Plan was created with the input of stakeholders and City staff and includes: pedestrian entrances with gates and new fencing, park hub to consolidate concessions and restrooms, maintenance yard and ocean rescue facility, dog park, exploratory park, sea-grape cove, children's playground, shade structures with BBQ, pedestrian beach access, multi-use walkways with lighting, open sodded areas, landscape and irrigation. To seek proposals from professional consulting architectural/engineering firms which have proven experience in the preparation of construction contract documents for Parks with Facilities and Amenities the Administration prepared RFQ 2015-211-KB. RFQ PROCESS On July 8, 2015, the City Commission approved to issue the Request for Qualifications (RFQ) No. 2015-211-KB for Architectural and Engineering Design Services for North Shore Open Space Park. On July 9, 2015, the RFQ was issued. A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on July 24, 2015. RFQ responses were due and received on October 5, 2015. The City received a total of nine (9) proposals. The City received proposals from the following firms: Bermello Ajamil & Partners, EDSA, Inc., Keith & Schnars, P.A., MC Harry & Associates, Calvin, Giordano and Associates, Inc., BEA Architects, Leo A Daly, West Architecture + Design, and Chen Moore & Assoc. Proposals from Keith & Schnars, P.A., and Leo A Daly failed to comply with the minimum requirements as stated in the RFQ, and, accordingly, were deemed non-responsive. On September 8, 2015, the City Manager, via Letter to Commission (LTC) No. 356-2015, appointed an Evaluation Committee (the "Committee"), consisting of the following individuals: • Daniel Veitia, Member of the North Beach Blue Ribbon Panel • Jose Velez, Capital Projects Coordinator, Capital Improvement Program, City of Miami Beach • Liz Valera, Deputy Director, Parks and Recreation Department, City of Miami Beach The City Manager also considered the following individuals as alternates: • Sabrina Bagleri, Senior Capital Projects Coordinator, Capital Improvement Program, City of Miami Beach • Oniel Toledo, Project Coordinator, Parks and Recreation Department, City of Miami Beach The Committee convened on October 29, 2015 to consider proposals received. 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 with 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 resulted in the ranking of proposers as indicated in the table below. Request For Qualifications (RFQ) No. 2015-211-KB, For Architectural and Engineering Design Services for North Shore Open Space Park December 9th,2015 Page 3 RFD No.2015-211-KB FOR A&E Design Services for North Shore Open Space Lam Park Daniel Oniel AGGREGATE Veitia Ranking Jose Velez Ranking Toledo Ranking TOTALS Rank Bermello Ajamil&Partners 88 2 88 3 96 3 8 3 EDSA Inc. 83 3 99 1 98 2 6 2 MC Harry and Associates 50 7 80 5 80 7 19 7 Calvin Giordano and Associates 95 1 89 2 100 1 4 1 BEA Architects 65 5 70 6 85 6 17 5 West Architecture+Design 70 4 85 4 93 4 12 4 Chen Moore and Assoc. 55 6 68 7 88 5 18 6 MANAGER'S DUE DILIGENCE & RECOMMENDATION After reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Mayor and City Commission authorize the Administration to enter into negotiations with the top ranked proposer, Calvin, Giordano and Associates, Inc. Should negotiations fail, the City Manager recommends that the Administration be authorized to enter into negotiations with the second ranked proposer, EDSA, Inc. Should negotiations fail with the second ranked proposer, the City Manager recommends that the Administration be authorized to enter into negotiations with the third ranked proposer, Bermello Ajamil and Partners, Inc. Further, the City Manager recommends that that Mayor and City Clerk be authorized to sign the agreement with the successful firm. CONCLUSION The Administration recommends that the Mayor and City Commission approve the resolution accepting the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Request for Qualifications No. 2015-211-KB (the RFQ), For Architectural and Engineering Design Services for North Shore Open Space Park. JLM/MT/EC/DM/AD T:\AGENDA12015\December\PROCUREMENT\RFQ-2015-211-KB-A&E Design Services for North Shore Open Space Park- Memo.doc s. • ATTACHMENT B - .`REQUEST FOR QUALIFICATION (RFQ),�" : - • • • • _ : .58 • MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO.7 REQUEST FOR QUALIFICATIONS(RFQ)NO. 2015-211-KB A&E NORTH SHORE OPEN SPACE PARK(the RFQ) September 29,2015 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 (deletions are shown by strikethrough and additions are underlined). I. CLARIFICATION: As per SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT of the RFQ "the proposing firm shall submit a completed Standard From 330(attached)."Please find attached the Standard Form 330. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Contact: Telephone: Email: Kristy Bada 305-673-7000 ext.6218 KristyBada @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 RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sins: -I Denis P •curement Director RFQ No.2015-211-KB Addendum#7 9/29/2015 ARCHITECT-ENGINEER QUALIFICATIONS OMB No.: 9000-0157 Expires: 11/30/2017 PAPERWORK REDUCTION ACT STATEMENT: Public reporting burden for this collection of information is estimated to average 29 hours(25 hours for part 1 and 4 hours for Part 2)per response,including the time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information.Send comments regarding this burden estimate or any other aspects of this collection of information,inducing suggestions for reducing this burden,to U.S.General Services Administration,Regulatory Secretariat(MVCB)/IC 9000-0157,Office of Governmentwide Acquisition Policy,1800 F Street,NW,Washington,DC 20405. PURPOSE pages submitted in Part I in response to a public announcement for a particular project. Carefully comply with any agency Federal agencies use this form to obtain information from instructions when preparing and submitting this•form. Be as •architect-engineer .(A-E) firms about their professional concise as possible and provide only the information requested qualifications. Federal agencies select firms for A-E contracts on bythe agency: the basis of professional qualifications as required by 40 U.S.C; DEFINITIONS chapter 11, Selection of Architects Engineers,.and Part 36 of the Federal Acquisition Regulation(FAR). Architect-Engineer Services: Defined in FAR 2.101. The Selection of Architects and Engineers statute requires the public announcement of requirements for A-E services (with Branch Office: A geographically distinct place of business or some exceptions provided by other statutes),and the selection of subsidiary office of a firm that has a key role on the team. at least three of the most highly qualified firms based on demonstrated competence and professional qualifications Discipline: Primary technical capabilities of key personnel, as according to specific criteria,published in the.announcement. The evidenced by academic degree, professional registration, Act then requires the negotiation of a contract at a fair and certification,and/or extensive experience. reasonable price starting first with the most highly qualified firm. Firm: Defined in FAR 36.102. The information used to evaluate firms is from this form and other sources, including performance evaluations,_any additional.data Key Personnel: Individuals who will have major contract requested by the agency, and interviews with the most highly qualified firms and their references. responsibilities and/or provide unusual or unique expertise. SPECIFIC INSTRUCTIONS GENERAL INSTRUCTIONS Part I-Contract-Specific Qualifications Part I presents the qualifications for a specific contract. Section A. Contract Information. Part II presents the general qualifications of a firm or a specific branch office of a firm. Part II has two uses: 1. Title and Location. Enter the title and location of the contract for which this form is being submitted,.exactly as shown 1. An A-E firm may.submit Part II to the appropriate.central, in the public announcement or agency request. regional or local office.of each Federal agency-to be kept on file. A public announcement is not required-for certain contracts,.and 2. Public Notice Date. Enter the posted date of the agency's agencies may use Part II as a basis for selecting at least three of notice on the Federal Business Opportunity website • the most highly qualified firms for discussions prior to requesting (FedBizOpps), other form of public announcement or agency • submission of Part I. Firms are encouraged to update Part II on request for this contract. file with agency offices, as appropriate, according to FAR Part 36. If a firm has branch offices, submit a separate Part II for 3. Solicitation or Project Number. Enter the agency's each branch office seeking work. solicitation number and/or project number, if applicable, exactly as shown in the public announcement or agency request 2. Prepare a separate Part II for each firm that will be part of for this contract. the team proposed for a specific contract and submitted with Part Section B. Architect-Engineer Point of Contact, I. If a firm has branch offices,'submit a separate Part II for each branch office that has a key role on the team. 4-8. Name, Title, Name of Firm, Telephone Number, Fax (Facsimile) Number and E-mail (Electronic Mail) Address. Provide information for•a.representative of the prime contractor INDIVIDUAL AGENCY INSTRUCTIONS or joint venture that the agency can contact for additional information. Individual agencies may supplement these instructions. For example,they may limit,the number of'projects or number of AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.3/2013)PAGE 1 OF INSTRUCTIONS Prescribed-by GSA•FAR(48 CPR)53.236-2(b) Section C. Proposed Team. 19. Relevant Projects. Provide information on up to five projects in which the person had a significant role that 9-11. Firm Name, Address, and Role in This Contract. demonstrates the person's capability relevant to her/his proposed Provide the contractual relationship, name, full mailing address, role in this contract. These projects do not necessarily have to and a brief description of the role of each firm that will be be any.of the projects presented in Section F for the project team involved in performance of this contract. List the prime if the person was not involved in any of those projects or the contractor or joint venture partners first. If a firm has branch person worked on other projects that were more relevant than offices, indicate each individual branch office that will have a key the team projects in Section F. Use the check box provided to role on the team. The named subcontractors and outside indicate if the project was performed with any office of the current associates or consultants must be used, and any change must firm. If any of the professional services or construction projects be approved by the contracting officer.(See FAR Part 52 Clause are not complete, leave Year Completed blank and indicate the "Subcontractors and Outside Associates and Consultants status in Brief Description and Specific Role(block(3)). (Architect_Engineer Services)".) Attach an additional sheet in the same format as Section C if needed. Section F. Example Projects Which Best Illustrate Proposed Team's Qualifications for This Contract. Section D. Organizational Chart of Proposed Team. Select projects where multiple team members worked As an attachment after Section C, present an organizational together,. if possible, that demonstrate the team's capability to chart of the proposed team showing the names and roles of all perform work similar to that required for this contract. Complete key personnel listed in Section E and the firm they are one Section F for each project. Present ten projects, unless associated with as listed in Section C. otherwise specified by the agency. Complete the following blocks for r each project: Section E. Resumes of Key Personnel Proposed for This Contract 20. Example Project Key Number. Start with "1."for the first project and number consecutively. Complete this section for each key person who will participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or prime contractor or joint venture partner firms first. The following contract. For an indefinite delivery contract, the location is the blocks must be completed for each resume: geographic scope of the contract 12. Name. Self-explanatory. 22. Year Completed. Enter the year completed of the professional services (such as planning, engineering study, 13. Role in This Contract. Self-explanatory. design, or surveying), and/or the year completed of construction, if applicable. If any of the professional services or 14. Years Experience. Total years of relevant experience the construction projects are not complete, leave Year (block 14a), and years of relevant experience with current firm, Completed blank and indicate the status in Brief Description of but not necessarily the same branch office(block 14b). Project and Relevance to This Contract(block 24). 15. Firm Name and Location. Name, city and state of the firm 23a. Project Owner. Project owner or user, such as a where the person currently works, which must correspond with government agency or.installation,an institution,.a.corporation or one of the firms (or branch office of a firm, if appropriate) listed private individual. in Section C. 23b. Point of Contact Name. Provide name of a person 16. associated with the project owner or the organization which 6. Education. Provide information on the highest relevant contracted for the professional services,who is very familiar with academic degrees) received. Indicate the area(s) of specialization for each degree. the project and the firm's(or firms')performance. 17.Current Professional Registration. Provide information on 23c. Point of Contact Telephone Number Self-explanatory. current relevant professional registration(s) in a State or possession of the United States, Puerto Rico, or the District of 24. Brief Description of Project and Relevance to This Columbia according to FAR Part 36. Contract. Indicate scope, size, cost, principal elements and special features of the project. Discuss the relevance of the example project to this contract. Enter any other information 18. Other Professional Qualifications. Provide information on requested by the agency for each example project. any other professional qualifications relating to this contract, such as education, professional registration, publications, organizational memberships, certifications, training, awards, and foreign language capabilities. STANDARD FORM 330(REV.312013)PAGE 2 OF INSTRUCTIONS 25. Firms from Section •C Involved with This Project. 29. Example Projects Key. List the key numbers and titles of Indicate which firms (or branch offices, if appropriate) on the the example projects in the same order as they appear in Section project team were involved in the example project, and their F. roles. List in the same order as Section C. Section H.Additional Information. Section G. Key Personnel Participation in Example Projects. 30. Use this section to provide additional information This matrix is intended to graphically depict which key specifically requested by the agency or to address selection personnel identified in Section E worked on the example projects criteria that are not covered by the information provided in listed in Section F. Complete the'following blocks(see example Sections A-G. below). Section I. Authorized Representative. 26. and 27. Names of Key Personnel and Role in This Contract. List the names of the key personnel and their proposed 31. and 32. Signature of Authorized Representative and roles in this cohtract in the same order as they appear in Section Date: An authorized representative of a joint venture or the prime E. contractor must sign and date the completed form. Signing attests that the information provided is current and factual, and 28. Example Projects Listed in Section F. In the column that all firms on the proposed team •agree to work on the under each project key number (see block 29) and for each key project. Joint ventures selected for negotiations must make person, place an "X" under the project key number for available a statement of participation by a principal of each participation in the same or similar role. member of the joint venture. 33. Name and Title. Self-explanatory. • SAMPLE ENTRIES FOR SECTION G (MATRIX) • 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below first, before (From Section E, (From Section E, completing table. Place"X"under project key number for Block 12) Block 13) participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 Jane A. Smith Chief Architect X X Joseph B•.- Williams Chief_Mech. Engineer X X X. X Tara C. Donovan Chief Elec. Engineer X X X 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Federal Courthouse, Denver, CO 6 XYZ Corporation Headquarters, Boston, MA 2 Justin J. Wilson 'Federal Building, 7 Founder's Museum, Newport RI Baton Rouge, LA STANDARD FORM 330(REV.3/2013)PAGE 3 OF INSTRUCTIONS Part II-General Qualifications effective and the associated DUNS Number. This information is used to review past performance an Federal contracts. See the"General Instructions"on page 1 for firms-with branch offices. Prepare Part II for the specific branch office seeking 9. Employees by Discipline. Use the relevant disciplines and work if the firm has branch offices. associated function codes shown at the end of these instructions and list in the same numerical order. After the.listed disciplines, 1. Solicitation Number. If Part II is submitted for a specific write in any additional disciplines and leave.the function code contract, insert the agency's solicitation number and/or project blank. List no more than 20 disciplines. Group remaining number, if applicable, exactly as shown in the public employees under."Other Employees" in column b. Each person announcement or agency request. can be counted only once according to his/her.primary function. If Part II is prepared for a firm(including all branch offices), enter 2a-2e. Firm (or Branch :Office) Name and Address. Self- the number of employees by disciplines in column c(1). If Part II explanatory. is prepared for a branch office, enter the number of employees by discipline in column c(2)and for the firm in column c(1). 3.Year Established. Enter the'year the firm(or branch office, if appropriate)was established under the current name.. 10. Profile of Firm's Experience and Annual Average Revenue for Last 5 Years. Complete this block for the firm or 4. DUNS Number. Insert the Data Universal Numbering branch office for which .this Part II is prepared. Enter the System number issued_ by Dun and Bradstreet Information experience categories which most accurately reflect the firm's Services. Firms must have a DUNS number. See FAR Part 4.6. technical capabilities and project experience. Use the relevant experience categories and associated profile codes shown at the 5.Ownership. end of these instructions, and list in the same numerical order. After the listed experience categories, write in any unlisted a. Type. Enter the type of ownership or legal structure of the relevant project experience categories and leave the profile firm(sole proprietor, partnership,corporation,joint venture, etc.). codes blank For each type of experience, enter the appropriate revenue index number to reflect the professional services b. Small Business Status. Refer to the North American revenues received annually(averaged over the last 5 years)by Industry Classification System (NAICS) code in the public the firm or branch office for performing that type of work. A announcement, and indicate if the firm is a small business particular project may be identified with one experience category according to the current size standard for that NAICS code(for or it may be broken into components, as best reflects the example, Engineering Services (part of NAICS 541330), capabilities and types of work performed by the firm. However, Architectural Services (NAICS 541310), Surveying and Mapping do not double count the revenues received on a particular Services (NAICS 541370)). The small business categories and project. FAR a the internet.website for the NAICS codes appear in A R P rt 19. Contact the requesting agency for any questions. Contact your 11.'Annual Average Professional Services Revenues of Firm local U.S. Small Business Administration office for any questions for Last 3 Years. Complete this block for the firm or branch office regarding Business Status. for which this Part'll is prepared. Enter the appropriate revenue index numbers to reflect the professional services revenues 6a-6c. Point of Contact. Provide this information for a received annually(averaged over.the last 3.years) by the firm or representative of the firm that the agency can contact for branch office. Indicate.Federal work (performed directly for the additional information.The representative must be empowered to Federal Government,. either as the prime contractor or speak on contractual and policy matters: subcontractor), non-Federal work(all other domestic and foreign work, including Federally-assisted projects), and the total. If the 7. Name of Firm. Enter the name of the firm if Part II is firm has been in .existence for less than 3 years, see the prepared for a branch office. definition for"Annual Receipts"under FAR 19.101. 8a-8c. Former Firm Names. Indicate any other previous 12. Authorized Representative, An authorized represent- names for the firm (or branch office) 'during the .last six years. ative of the firm or branch office must sign and date the Insert the year that this corporate name change was completed form. Signing attests that the information provided is current and factual. Provide the name and title of the authorized representative who signed the.form. STANDARD FORM 330(REV.3/2013)PAGE 4 OF INSTRUCTIONS List of Disciplines (Function Codes) Code Description Code Description 01 Acoustical Engineer 32 Hydraulic Engineer 02 Administrative 33 Hydrographic Surveyor 03 Aerial Photographer 34 Hydrologist 04 Aeronautical Engineer 35 Industrial Engineer 05 Archeologist 36 Industrial Hygienist 06 Architect 37 Interior Designer 07 Biologist 38 Land Surveyor 08 CADD Technician 39 Landscape Architect 09 Cartographer 40 Materials Engineer 10 Chemical Engineer 41 Materials Handling Engineer 11 Chemist 42 Mechanical Engineer 12 Civil Engineer 43 Mining Engineer 13 Communications Engineer 44 Oceanographer 14 Computer Programmer 45 Photo Interpreter 15 Construction Inspector 46 Photogrammetrist 16 Construction Manager 47 Planner: Urban/Regional 17 Corrosion Engineer 48 Project Manager 18 Cost Engineer/Estimator 49 Remote Sensing Specialist 19 Ecologist 50 Risk Assessor 20 Economist 51 Safety/Occupational Health Engineer 21 Electrical Engineer 52 Sanitary Engineer 22 Electronics Engineer 53 Scheduler 23 Environmental Engineer 54 Security Specialist 24 Environmental Scientist 55 Soils Engineer 25 Fire Protection Engineer 56 Specifications Writer 26 Forensic Engineer 57 Structural Engineer 27 Foundation/Geotechnical Engineer 58 Technician/Analyst 28 Geodetic Surveyor 59 Toxicologist 29 Geographic Information System Specialist 60 Transportation Engineer 30 Geologist 61 Value Engineer 31 Health Facility Planner 62 Water Resources Engineer STANDARD FORM 330(REV.3/2013) PAGE 5 OF INSTRUCTIONS List of Experience Categories (Profile Codes) Code Description Code Description A01 Acoustics, Noise Abatement E01 Ecological&Archeological Investigations A02 Aerial Photography,Airborne Data and Imagery E02 Educational Facilities; Classrooms Collection and Analysis E03 Electrical Studies and Design A03 Agricultural Development;Grain Storage;Farm Mechanization E04 Electronics A04 Air Pollution Control E05 Elevators; Escalators; People-Movers A05 Airports; Navaids;Airport Lighting;Aircraft Fueling E06 Embassies and Chanceries A06 Airports;Terminals and Hangars;'Freight Handling E07 Energy Conservation; New Energy Sources A07 Arctic Facilities E08 Engineering Economics A08 Animal Facilities E09 Environmental Impact Studies, Assessments or Statements A09 Anti-Terrorism/Force Protection El0 Environmental and Natural Resource, Al0 Asbestos Abatement Mapping All Auditoriums&Theaters El1 Environmental Planning Al 2 Automation;Controls; Instrumentation El 2 Environmental Rerriediation E13 Environmental Testing and Analysis B01 Barracks; Dormitories B02 Bridges F01 Fallout Shelters; Blast-Resistant Design F02 Field Houses;Gyms;Stadiums CO1 Cartography F03 Fire Protection CO2 Cemeteries(Planning&Relocation) F04 Fisheries; Fish ladders F05 Forensic Engineering CO3 Charting: Nautical and Aeronautical F06 Forestry&Forest products C04 Chemical Processing&Storage C05 Child Care/Development Facilities G01 Garages;Vehicle Maintenance Facilities; C06 Churches; Chapels Parking Decks C07 Coastal Engineering G02 Gas Systems(Propane; Natural, Etc.) C08 Codes; Standards;Ordinances G03 Geodetic Surveying: Ground and Air-borne C09 Cold Storage; Refrigeration and Fast Freeze G04 Geographic Information System Services: C10 Commercial Building (low rise); Shopping Centers Development,Analysis,and Data Collection C11 Community Facilities G05 Geospatial Data Conversion: Scanning, C12 Communications Systems;TV;Microwave Digitizing, Compilation,Attributing, Scribing, C13 Computer Facilities; Computer Service Drafting C14 Conservation and Resource Management G06 Graphic Design C15 Construction Management C16 Construction Surveying H01 Harbors;Jetties;Piers,Ship Terminal Facilities . C17 Corrosion Control;Cathodic Protection; Electrolysis H02 Hazardous Materials Handling and Storage. C18 Cost Estimating;Cost Engineering and H03 Hazardous,Toxic, Radioactive Waste Analysis; Parametric Costing; Forecasting Remediation C19 Cryogenic Facilities H04 Heating;Ventilating;Air-Conditioning H05 Health Systems Planning 001 Dams(Concrete;Arch) H06 Highrise;Air-Rights-Type Buildings D02 Dams(Earth;Rock);Dikes;Levees H07 Highways; Streets; Airfield Paving; Parking Lots D03 Desalinization (Process&Facilities) H08 Historical Preservation D04 Design-Build-Preparation of Requests for Proposals H09 Hospital&Medical Facilities D05 Digital Elevation and Terrain Model Development H10 Hotels;,Motels D06 Digital Orthophotography H11 Housing (Residential, Multi-Family; D07 Dining Halls;Clubs; Restaurants _Apartments Condominiums) D08 Dredging Studies and Design H12 Hydraulics& Pneumatics H13 Hydrographic Surveying STANDARD FORM 330(REV.3/2013)PAGE 6 OF INSTRUCTIONS List of Experience Categories (Profile Codes) Code. Description Code Description 101 Industrial Buildings; Manufacturing Plants P09 Product, Machine Equipment Design 102 Industrial Processes;Quality Control P10 Pneumatic Structures, Air-Support Buildings 103 Industrial Waste Treatment P11 Postal Facilities 104 Intelligent Transportation.Systems .P12 Power Generation,Transmission, Distribution 105 Interior Design;Space Planning P13 Public Safety Facilities 106 Irrigation; Drainage RO1 Radar;Sonar; Radio&Radar Telescopes J01 Judicial and Courtroom Facilities R02 Radio Frequency Systems&Shieldings LO1 Laboratories; Medical Research Facilities R03 Railroad; Rapid Transit L02 Land Surveying R04 Recreation,Facilities(Parks;Marinas, Etc.) L03 Landscape Architecture R05 Refrigeration Plants/Systems L04 Libraries; Museums;Galleries RO6 Rehabilitation(Buildings; Structures; Facilities) L05 Lighting (Interior; Display;Theater, Etc.) R07 Remote Sensing L06 Lighting (Exteriors; Streets; Memorials; R08 Research Facilities Athletic Fields, Etc.) R09 Resources Recovery; Recycling MO1 Mapping Location/Addressing Systems R10 Risk Analysis M02 Materials Handling Systems; Conveyors;Sorters R11 Rivers; Canals;Waterways; Flood Control M03 Metallurgy R12 Roofing M04 Microclimatology;Tropical Engineering SO1 Safety Engineering; Accident Studies; OSHA M05 . Military Design Standards Studies M06 Mining&Mineralogy .. SO2 Security Systems; Intruder&Smoke Detection M07 Missile Facilities(Silos; Fuels;Transport) S03 Seismic.Designs&Studies MO8 Modular Systems Design; Pre-Fabricated Structures or SO4 Sewage Collection,Treatment and Disposal Components S05 Soils&Geologic Studies; Foundations S06 Solar Energy Utilization NO1 Naval'Architecture;Off-Shore Platforms S07 Solid Wastes; Incineration; Landfill NO2 Navigation Structures; Locks S08 Special Environments;.Clean Rooms, Etc. NO3 Nuclear Facilities;Nuclear Shielding S09 Structural Design; Special Structures • 001 Office.Buildings; Industrial.Parks S10 Surveying; Platting; Mapping; Flood 002 Oceanographic Engineering Plain Studies 003 Ordnance; Munitions; Special Weapons S11 Sustainable Design S12 Swimming Pools P01 Petroleum Exploration; Refining S13 Storm Water Handling&Facilities P02 Petroleum and Fuel(Storage and Distribution) TO1 Telephone Systems(Rural.Mobile;Intercom, P03 Photogrammetry Etc.) PO4 Pipelines(Cross-Country-Liquid&Gas) T02 Testing&Inspection Services. P05 Planning(Community, Regional,Areawide and State) T03 Traffic&Transportation Engineering P06 Planning(Site, Installation,and Project) T04 Topographic Surveying and Mapping T05 Towers(Self,Supporting&Guyed Systems) P07 Plumbing&Piping Design T06 Tunnels&Subways P08 Prisons&Correctional Facilities STANDARD FORM 330(REV.3/203)PAGE 7 OF INSTRUCTIONS List of Experience.Categories (Profile Codes) Code Description U01 Unexploded Ordnance Remediation UO2 Urban Renewals;Community Development UO3 Utilities(Gas and Steam) V01 Value Analysis; Life-Cycle Costing W01 Warehouses&Depots W02. Water Resources;'Hydrology; Ground Water W03 Water Supply;Treatment and Distribution W04 Wind Tunnels;Research/Testing Facilities Design Z01 Zoning; Land Use Studies STANDARD FORM 330(REV.312013)PAGE 8 OF INSTRUCTIONS ARCHITECT - ENGINEER QUALIFICATIONS PART I -CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1.TITLE AND;LOCATION (Gtyand,State) 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER B.-ARCHITECT-ENGINEER POINT.OF CONTACT 4.NAME AND TITLE 5.NAME-OF FIRM. 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS -C. PROPOSED TEAM (Complete'lhis section for the prime contractor and all key:subcontractors.) (Check) . jFm° 9. FIRM NAME 10.ADDRESS 11. ROLE IN THIS CONTRACT a - I a. ❑CHECK IF BRANCHOFFICE b. ❑CHECK-IF BRANCH OFFICE C. ❑CHECK IF BRANCH OFFICE d. ❑CHECK IF BRANCH OFFICE e. ri CHECK IF BRANCH OFFICE f. C CHECK IF BRANCH-OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM n (.Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.312013)PAGE 1 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM 15.FIRM NAME AND LOCATION (City and State) 16.EDUCATION (DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) 18.OTHER PROFESSIONAL QUALIFICATIONS (Publications,Organizations. Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.) AND SPECIFIC ROLE L Check if project performed with current firm. a. (1)TITLE AND LOCATION (Cify and State), (2)YEAR'COMPLETED PROFESSIONAL"SERVICES CONSTRUCTION (if applicable) (3).BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm b. (1)TITLE AND LOCATION.(CityandState) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm C. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm d. (1)TITLE AND LOCATION (City and Stat e) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope,size.cost,etc.)AND SPECIFIC'ROLE El Check if project performed with current firm e. STANDARD FORM 330(REV.3/2013)PAGE 2 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 PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope,size,and cost) 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a. (1)FIRM NAME (2)FIRM LOCATION (City and Sate) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION (Cdyand Sate) (3)ROLE C. (t)FIRM NAME (2)FIRM LOCATION (Cflyand Sate) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION (City and Sate) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION (City and Sate) (3)ROLE f. STANDARD FORM 330(REV.372013)PAGE 3 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. Place"X"under project key number for participation in same or similar role.) (From Section E, Block 12) (From Section E, Block 13) 1 2 3 4 5 6 7 8 9 10 29. EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 6 2 7 3 8 4 9 5 10 STANDARD FORM 330(REV.3/2013)PAGE 4 H.ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31.SIGNATURE 32.DATE 33.NAME AND TITLE STANDARD FORM 330(REV.312013)PAGE 5 1.SOLICITATION NUMBER (Ifany) ARCHITECT-ENGINEER. QUALIFICATIONS PART II -GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each.specific branch office seeking work) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER 2b.STREET 5.OWNERSHIP a.TYPE .2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM (If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 8a.FORMER FIRM NAME(S) (tfany) 8b.YR. ESTABLISHED 8c.DUNS NUMBER 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND.ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c. No.of Employees a.Profile c.Revenue Index Code b. Discipline b.Experience Number (1)FIRM (2)BRANCH Code (see below) • Other Employees Total 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (insert revenue index number-shown at right) 2. $100,00to less than$250,000 7. $5 million to less than$10 million a. Federal Work 3. $250,000 to less than$500,000 8. $1•0 million to less.than$25 million b. Non-Federal Work 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 5. $1 million to less than$2 million 10. $50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE c.NAME AND TITLE AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.312013) PAGE 6 ef:A MIAMIBEACH City of Miami Beach, 1 755 Meridian Avenue, 3`d Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO.6 REQUEST FOR QUALIFICATIONS(RFQ) NO.2015-211-KB A&E NORTH SHORE OPEN SPACE PARK(the RFQ) September 28,2015 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 (deletions are shown by strikethrough and additions are underlined). I. CLARIFICATION: As per Addendum No. 4 issued on September 17th, 2015, Sign-in sheet from the pre-proposal meeting is attached as Exhibit A. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Contact: Telephone: Email: Kristy Bada 305-673-7000 ext. 6218 KristyBada @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 RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sin�rel , Alex P-nis 'roc rement Director RFQ No. 2015-211-KB Addendum#6 9/28/2015 EXHIBIT A MIAMI BEACH CITY OF MIAMI BEACH PRE- PROPOSAL. MEETING SIGN-IN SHEET DATE: July 24th, 2015 TITLE: RFQ 2015-211-KB A & E NORTH SHORE OPEN SPACE PARK NAME. COMPANY NA1kLIE : PHONE# FAX# (PLEASE PRINT) - . E-MAIL ADDRESS - -•KRISTY BADA Procurement- CNIB 305-673-7000 786-394-4010 kristvbada(miamibeachfl.eov ext. 6218 rD � � ktzs C v W eig4.� n mss- 7%J-3y cAew ._sa to s�_e 9 4it . e@ . I \/e,C,t-h \i n S eLl, '' C !A t-4--Ct , 30SH M :bat`llaY1�-C 1-1 0 t‘ . co 2O ' 0--;-11i kl . .FF.�z t 4\INPA I,..►PjVil\m2 3 .786 -4-'8& -� Du�1 W° 44 . >�,► rr� a 136.m 14\rn 1,e,c6i �G . OU , 1 C [Ai tf '1(36>-./4"\- (70VIA& „ k s k (E) ( Okklif,/_!,.)/. t-Ai‘1 ( ) ,PI,;,,v, & I,.e z c x P ` 6 375-6-13J 6'k- 2;r' <rL1 7; ( uf is ui ar,1 • 9 l r G J 0-S2- \ Le a' osc.vete 2.,e?vr,,,,,, .,- e- 4{-�/. v 3 s%"6.-3.3-7v711 764.---1-6 0 2.191 T6 tetA br c 42 kOuCIEV-62 z VOda still eN Ati , I CittV'c45 W10 6. 4-- )Uieltci 3b5--729— - At'At.t CVO , Woex I- CO v Aso A 15U,1-5i3— Sbouem0.11naM CPhemmince..COY) 2140AVIVIail.S-eAt OTT":". SaNikg 1 ?ii- ,NKO . MIAMIBEACH CITY OF MIAlMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: July 17th, 2015. TITLE: RFQ 2015-206-KB ROOFING CONSULTANT SERVICES NAME COMPA 'TAME (PLEASE PRL`tT), E-MAIL DRESS endY C p�( COQS�- ,I SKIS. l n 1-�,v11afi ;J A C Fein -vc CaII v -� f)rrvbi L( Pry.ag COVIkVCA(1Q (01. 1, 1 r c c€ coviceive,f,Av Call 00W01 c cta 1 -ki 1 fie, Covihvy-k:=4 L CaS 1 m MIAMI BEACH City of Miami Beach, 1 755 Meridian Avenue, 3'd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 5 REQUEST FOR QUALIFICATIONS(RFQ)NO. 2015-211-KB A&E NORTH SHORE OPEN SPACE PARK(the RFQ) September 18, 2015 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 (deletions are shown by strikethrough and additions are underlined). I. REVISIONS: { R1: RFQ DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 p.m., on Monday, October 5th, 2015, , at the following location. CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue;3rd Floor Miami Beach, FL 33139 Note: This location is not in City Hall. Vendors are cautioned to become familiar with the location prior to the due date for bids or proposals. Late bids or 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. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Contact: Telephone: Email: Kristy Bada 305-673-7000 ext. 6218 KristyBada @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 RFQ are requested to complete and return the "Notice to Prospective Bidders" questio with the reason(s)for not submitting a proposal. i cefely % .1 ��/ j MIN'7ocurement Director RFQ No. 2015-211-KB Addendum#5 9/18/2015 ® MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305.673-7490 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS(RFQ)NO. 2015-211-KB A&E NORTH SHORE OPEN SPACE PARK(the RFQ) SEPTEMBER 17TH,2015 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 (deletions are shown by strikethrough and additions are underlined). I. RESPONSES TO QUESTIONS RECEIVED: 01:How much of the percent of the project is fixed and how much percent can be redesigned? Al: The only requirement is that the proposed improvements listed in appendix C, section C2 must be depicted in the conceptual plans. Q2:What is the budget for the construction of the project? A2: The budget for the construction of the project is approximately five million dollars. Q3:Was there a reason the vision plan was done by a landscape architect and now you are requesting an architectural and engineering firm? A3: Please refer to Addendum No.3. Q4: Can the vision plan creator(West8)go after the second phase;will they be able to go after the larger contract? A4: There is no preclusion for prior participants other than the minimum requirements. Q5: The lead must be an architectural firm or can it be a landscape architecture firm? A5: Please refer to Addendum No.3. Q6: Will the asphalt paving remain;the asphalt walkway? A6: Please refer to Al. II 07: Whatever was value engineered out in this phase is going to be implemented in the second phase? A7: A second phase is not being considered.The project must be completed within the stated budget. Q8: Will this be interfaced with 87 Park/Biltmore Park to the north? A8: No. Q9: Are you planning on extending the park's operating hours? A9: Not at this time. Q10: The submittal requirements request five(5)projects do you want the same five(5)projects listed in the 330 form? A10: Yes. RFQ No.2015-211-KB Addendum#4 9/17/2015 Q11: The form 330 includes resumes,so do we double up on resumes for the submittal of the qualifications of the proposer team? A11: The completion of the Standard Form 330 by Proposer will suffice. Q12: In Section C1. Minimum Requirements of Appendix C, the RFQ states that the "Proposer must have a minimum of five (5) years' experience and have completed at least five (5) projects similar in scope and volume... Architects and Engineers must have a minimum of five (5) years' experience in their designated professional specialization in similar projects." However, in Section 0300: Submittal Instructions and Format(Page 10 of the RFQ), in Tab 2.1: Qualifications of Proposing Firm,it states,"Proposer must submit five(5)relevant projects, performed in the last five(5)years as evidence of experience." In addition, in Tab 2.2: Qualifications of Proposer Team, it states, "For each architect and engineer, include information for five(5)relevant projects, performed in the last five(5)years for public sector clients."Due to this discrepancy, may the extremely limiting five-year project timeline be extended or amended to match the Minimum Requirements laid out in the RFQ? Al2:Appendix C, Section C1 Minimum Requirements are the minimum requirements of the RFQ and submittal requirements are ancillary. Please refer to Addendum No. 3. Q13: Per Page 10 of the RFQ,do Standard Form 330s need to be provided for sub-consultants in addition to the Prime firm?Also, should the same projects used in the Standard Form 330s be used in Tabs 2.1-2.2?? A13: a.Yes.b. Discretion of the proposing firm. Q14: Per Page 5 of the RFQ, in order for a team to qualify and be given the Veteran Business Enterprise Preference,does the Prime have to be a Veteran Business Enterprise or may it be one of the sub-consultant firms? A14: Only the proposing firm is eligible to receive the Veteran Business Enterprise Preference. Q15: In Section 0400: Statements of Qualifications Evaluations(Page 12 of the RFQ), No.4:Volume of Work Points,refers to projects awarded to the Proposer by the City in the last three (3) years. Do these projects need to be provided in the proposal,or will the Evaluation Committee have access to this information?Also,does this work include all projects awarded to the firm or only projects related to this project's scope of work? Lastly,will the projects awarded by the City include those from the team as a whole or just the Prime firm? A15: a Refer to RFQ Section 0400 No. 2; b. This relates to all work awarded to the Firm by the City in the last three (3) years;c.The projects awarded by the City are those awarded to the Prime. Q16: I wanted to know if the company presenting the RFQ has to have all types of engineers or if it is possible to subcontract others and present the RFQ as a team. If so can the company participate in more than one team and as a Structural and Civil Engineering Company can we go as primary and our subcontractors as secondary or do we have to go as secondary and the subcontractors as primary? A16: Please refer to Addendum No.3. Q17: Can a firm be both a prime and a sub? A17: Discretion of the proposing firm. . Q18: Will the firm that prepared the Vision Plan be precluded from submitting on this solicitation? A18: Please refer to A4 above. Q19: I participated in the pre-bid meeting and it was difficult to hear. Was there a site visit after the meeting? Will a site visit be scheduled in the future? RFQ No.2015-211-KB Addendum#4 9/17/2015 A19: No,a site visit was not performed during the meeting. Proposers are encouraged to visit the site on their own. Q20: Could you please forward a copy of the sign-in sheet from the pre-proposal meeting on Friday,July 24th? A20: Sign-in sheet form the pre-proposal meeting is attached as Exhibit A. Q21: Regarding the team organization — We generally organize our team and submission as a Prime Proposer, with consulting proposers(Sub-consultant firms)providing services in their particular field/specialty(mechanical engineering,civil engineering, etc.). Going over the brief initially, I do not see any indication of a requirement or preference for the Prime Proposing firm to pertain to a specific trade. Is there a preference/requirement for the applying proposer to be an architectural firm or an engineering firm? A21: Please refer to Addendum No. 3. Q22: Relating to the above, if a firm submits as a Prime Proposer, is there any restriction whether or not they may also submit qualifications to participate as a sub-consultant to another firm?Are there any teaming restrictions? A22: See A17 above. Q23: Will the City accept Statement of Qualifications printed on front-and-back of the pages(2-sided)? Or does the City prefer all printing to be only on the front of the pages(1-sided)? A23: Discretion of the proposing firm. Q24: Would you please clarify requirements of standard form 330.Are all sub-consultants required to complete forms 330 or any portion of thereof?Or is it simply the single entity/proposing firm/lead responsible for completing all 330 forms? A24: Yes, key sub-consultants shall complete the Standard Form 330. Q25: Regarding page 10 item 2.1 Qualifications of Proposing Firm,"Relevant Projects";a.Can you please clarify whether this requirement can be met by the team?Or,is every single consultant company on the proposer team to submit 5 each?b. Do projects need to have been built in the last 5 years? A25:Tab 2 requests that proposers and their team submit the most relevant projects to allow the City to select the most qualified firm. Q26: Regarding page 10 item 2.2 Qualifications of Proposing Team,"Relevant Projects"a.Can you please clarify whether this requirement can be met by the team?Or, is every single consultant company on the proposer team to submit 5 each?b. Do projects need to have been built in the last 5 years? A26: Please refer to A25 above. Q27: Regarding page 11 Approach and Methodology Is it a requirement of the RFP to utilize DBE,SBA,or veteran-owned businesses on the proposing team? A27: No DBE&SBA requirement has been established. However, proposing firm shall 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. Q28: Regarding page 12 Step 2 It seems that evaluation preference is given to proponents registered as veteran-owned businesses. Is this same evaluative preference given to DBE and SBA also? A28: No. Q29: Regarding Appendix C,page 1 Item C1.1 does not indicate completion of projects in the past 5 years as noted in qualifications page 10.Can you please clarify. RFQ No.2015-211-KB Addendum#4 9/17/2015 A29: Please refer to A25 above and Addendum No. 3. Q30: Regarding Appendix C, page 1 Item C1 Is proposer distinguished from proponent team?Does each member of the team need to provide 5 different projects or can the proponent team submit a minimum of 5 projects jointly? A30: Please refer to A25 above. Q31: Regarding Appendix C,page 1, Item C1.3 Does the project"lead"or"proposer"require professional licensure in the State of Florida.Can a Landscape Architect"lead"have a sub-consultant that is registered in the State of Florida fulfilling this requirement? A31: Please refer to Addendum No.3. Q32: In Tab 2 2.2 you ask that 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. Does that mean you want five relevant projects from each Firm?or is that for each person listed on the organizational chart? If it is for each individual can this be included on the resumes that you are ask for in this same section? A32: Please refer to A25 above. Q33: Tab 1 1.3 states that we must"submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications." Item 1 in Appendix C ask for 5 projects similar in scope within a minimum of 5 years'; this information is also requested in Tab 2 2.1. A. Do you want the projects shown in both areas?B.And are the projects just from the Prime consultant? A33: Please refer to Addendum No.3. Q34: On page 10, item 2.1 of the RFQ, it states:"Proposer must submit five(5)relevant projects, performed in the last five (5)years as evidence of experience..."Due to the great recession, this requirement could be detrimental to the best interest of the City because very few Proposers (Prime firm)will have completed five relevant projects in the last five years. Will the City of Miami Beach accept five relevant projects from the Proposer and other firm members of the Proposer team? A34: Please refer to A25 above. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Contact: Telephone: Email: Kristy Bada 305-673-7000 ext.6218 KristyBada @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 RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sin.- •Iy, tenis of ure •-nt Director RFQ No. 2015-211-KB Addendum#4 9/17/2015 M City of Miami Beach, 1755 Meridian Avenue, 3'd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS(RFQ)NO. 2015-211-KB A&E NORTH SHORE OPEN SPACE PARK(the RFQ) SEPTEMBER 14TH,2015 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 (deletions are shown by strikethrough and additions are underlined). I. REVISIONS: R1: RFQ DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 p.m., on Thursday, September 24th, 2015, at the following location. CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, FL 33139 Note: This location is not in City Hall. Vendors are cautioned to become familiar with the new location prior to the due date for bids or proposals. Late bids or proposals will not be accepted • 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. R2: APPEDNIX C, MINIMUM REQUIREMENTS: The minimum requirements have been modified as follows. CURRENT REQUIREMENTS(Deleted): pack-€aci144es, 2. Architects and Engineers must have a minimum of five(5)years'experience in their designated REVISED REQUIREMENTS(Replaced): C1. MINIMUM REQUIREMENTS: 1. The Prime Proposer(Landscape Architectural/Architectural/Civil Engineerinq Firm) shall be certified as Architect Business" or hold a "Certificate of Authorization" by the State of Florida, Division of Business and Professional Regulations, as applicable. 2. Project Lead Architect/Enqineer shall be licensed as an "Architect", "Landscape Architect" or "Professional Engineer" by the State of Florida, Division of Business and Professional Regulations, for a RFQ No. 2015-211-KB Addendum#3 9/14/2015 period of no less than three(3)years. 3. The Prime Proposer shall have completed construction documents for no less than five (5) similar projects within the last five (5) years. Similar projects shall be interpreted to mean environmentally sensitive parks projects that included multicourse paths,lighting,shade structures,and planting. Submittal Requirement: For each qualifying project, submit project name, project contact information(phone and email)and prime proposer's role in project. A FORTHCOMING ADDENDUM WILL CONTAIN ANSWERS TO THE QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Contact: Telephone:- Email: Kristy Bada 305-673-7000 ext. 6218 KristyBada @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 RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sin�► r Ale)D91' ProCS-ement Director • RFQ No.2015-211-KB Addendum#3 9/14/2015 MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3'd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS (RFQ) NO. 2015-211-KB A & E NORTH SHORE OPEN SPACE PARK (the RFQ) August 31ST, 2015 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 Thursday, September 17th, 2015, at the following location. CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Note: This location is not in City Hall. Vendors are cautioned to become familiar with the new location prior to the due date for bids or proposals. Late bids or proposals will not be accepted • 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 l Office at RafaelGranado(cr�miamibeachfLgov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada @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 RFQ are requested to complete • and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sin,:- /W Ale ►enis .■urement Director 1 MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3'd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS (RFQ) NO. 2015-211-KB A & E NORTH SHORE OPEN SPACE PARK (the RFQ) August 21ST, 2015 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 Thursday, September 3RD, 2015, at the following location. CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Note: This location is not in City Hall. Vendors are cautioned to become familiar with the new location prior to the due date for bids or proposals. Late bids or proposals will not be accepted 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(c�miamibeachfl.pov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 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 RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a priif/j �'!l`" Denis Procurement Director 1 REQUEST FOR QUALIFICATIONS ( RFQ) For Architectural and Engineering Design Services for the North Shore Open Space Park Project RFQ 2015-211-KB RFQ ISSUANCE DATE: JULY 10TH, 2015 STATEMENTS OF QUALIFICATIONS DUE: AUGUST 27TH, 2015 ISSUED BY: KRISTY BADA MIAMI BEACH Alex Denis, Director DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.74901 adenis @miamibeachfl.gov www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 10 0400 EVALUATION PROCESS 12 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 14 APPENDIX B "NO BID" FORM 20 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 23 APPENDIX D SPECIAL CONDITIONS 27 APPENDIX E INSURANCE REQUIREMENTS 30 APPENDIX F NORTH SHORE PARK MASTER PLAN 32 APPENDIX G SAMPLE CONTRACT 33 RFQ 2015-21 1-KB 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful proposer(s) (the "contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The Purpose of this Request for Qualifications (RFQ) is to qualify a Proposer for Architectural and Engineering Design Services for the North Shore Open Space Park Project ("the Project"). Additionally, the terms "FIRM", "PROPOSER", "CONSULTANT" are used interchangeably and shall refer to the firm that will contract with the City for the performance consultant services and work for the project. The North Shore Park is located between 87th St. on the north, 79th St on the south, Collins Ave on the west and the Beachwalk on the east and contains approximately 26 acres. The qualified Proposer will be responsible for providing architectural, structural engineering, mechanical, electrical, plumbing engineering, civil engineering, Florida Department of Environmental Protection Coastal Permitting, Department of Environmental Resource Management Permitting, landscape architecture, construction cost estimating, surveying and geotechnical services for the Project. The work shall include, but not be limited to, conceptual drawing(s), surveying, geotechnical, design development, estimate(s) of_probable construction cost, construction documents, permitting, bidding/award, and construction administration services for the Project. These contract documents, as a result of this RFQ, will include details for the construction of the Master Plan for the North Shore Park. Scope of Services is pursuant to Appendix C, Section C-2., of this RFQ. A Vision Plan was created with the input of stakeholders and City staff and includes: pedestrian entrances with gates and new fencing, park hub to consolidate concessions and restrooms, maintenance yard and ocean rescue facility, dog park, exploratory park, sea-grape cove, children's playground, shade structures with BBQ, pedestrian beach access, multi-use walkways with lighting, open sodded areas, landscape and irrigation. The City seeks Proposals from professional consulting architectural/engineering firms which have proven experience in the preparation of construction contract documents for Parks with Facilities and Amenities. The successful firm must have the financial resources and technical expertise to provide the services requested in this RFQ and prepare the associated construction contract documents that allow the City of Miami Beach to advertise, bid and award a contract for the construction services. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). RFQ 2015-211-KB 3 MIAMI BEACH 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: Solicitation Issued JULY 10th, 2015 Pre-Submittal Meeting JULY 24TH, 2015 AT 11:00AM Deadline for Receipt of Questions AUGUST 17TH, 2015 AT 5:00 PM Responses Due AUGUST 27TH, 2015 AT 3:00 PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado a(�.miamibeachfl.gov or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date Statement of Qualifications are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. Procurement Contact: Telephone: Email: Kristy Bada, CPPB 305-673-7000 ext. 6218 KristvBada(@miamibeachfl.gov 5. PRE-STATEMENTS OF QUALIFICATIONS MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall -4th Floor City Manager's 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: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-STATEMENTS OF QUALIFICATIONS INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre-submittal meeting or site visit(s). Only questions answered by written addenda will be RFQ 2015-21 1-KB 4 MIAMI BEACH binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at: http://library.municode.com/index.aspx?client)D=13097&statelD=9&statename=Florida Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado @miamibeachfl.gov. 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.qov/procurement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2.481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2 373 • LIVING WACE REQUIREMENT CITY CODE SECTIONS 2 107 THROUGH 2 110 • LOCAL PREFERENCE FOR MIAMI BEACH BASED VENDORS CITY CODE SECTION 2 372 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF QUALIFICATIONS. The City reserves the right to postpone the deadline for submittal of Statement of Qualifications and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2- 371 shall be barred. 11. MIAMI BEACH-BASED VENDORS PREFERENCE. NOT APPLICABLE 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a five (5) point preference to a responsive and responsible proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise. RFQ 2015-21 1-KB 5 MIAMI BEACH 13. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Statement of Qualifications, will be considered by the City Manager who may recommend to the City Commission the proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all Statement of Qualifications. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability, capacity and skill of the proposer to perform the contract. (2) Whether the 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 twenty(120) calendar days from the date of Statement of Qualifications opening. 15. PROPOSER'S RESPONSIBILITY. Before submitting a Statement of Qualifications, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 16. COSTS INCURRED BY RESPONDENTS. All expenses involved with the preparation and submission of Statement of Qualifications, or any work performed in connection therewith, shall be the sole responsibility(and shall be at the sole cost and expense)of the Proposer, and shall not be reimbursed by the City. 17. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposals hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 18. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 19. MISTAKES. Proposals are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Statement of Qualifications being non-responsive. 20. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and RFQ 2015-21 1-KB 6 MIAMI BEACH found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 21. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 22. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of proposer to comply with this paragraph shall constitute a material breach of this contract. Where consultant is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the consultant will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The consultant shall be liable for any damages or loss to the City occasioned by negligence of the proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 23. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 24. ANTI-DISCRIMINATION. The proposer certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 25. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Statement of Qualifications will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposals must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require proposer s to show proof that they have been designated as authorized representatives RFQ 2015-211-KB 7 MIAMI BEACH of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 26. ASSIGNMENT. The successful proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 27. LAWS, PERMITS AND REGULATIONS. The proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 28. OPTIONAL CONTRACT USAGE. When the successful proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 29. VOLUME OF WORK TO BE RECEIVED BY CONSULTANT. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the consultant. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 30. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The proposer's proposal in response to the solicitation. 31. INDEMNIFICATION. The consultant shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the consultant or its employees, agents, servants, partners, principals or subcontractors. The consultant shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the consultant shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 32. CONTRACT EXTENSION. The City reserves the right to require the Consultant to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the consultant. 33. FLORIDA PUBLIC RECORDS LAW. Proposals are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. RFQ 2015-211-KB 8 MIAMI BEACH Additionally, Consultant agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the consultant upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 34. MODIFICATION/WITHDRAWALS OF QUALIFICATIONS. A Proposer may submit a modified Statement of Qualifications to replace all or any portion of a previously submitted Statement of Qualifications up until the Statement of Qualifications due date and time. Modifications received after the Statement of Qualifications due date and time will not be considered. Statement of Qualifications shall be irrevocable until contract award unless withdrawn in writing prior to the Statement of Qualifications due date, or after expiration of 120 calendar days from the opening of Statement of Qualifications without a contract award. Letters of withdrawal received after the Statement of Qualifications due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 35. EXCEPTIONS TO RFQ. Proposals must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Statement of Qualifications. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). • 36. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposals shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Statement of Qualifications. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RFQ 2015-211-KB 9 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statements of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. TAB 1 Cover Letter& Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications PROPOSERS 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 Standard Form 330. The proposing firm shall submit a completed Standard From 330 (attached). No proposal will be considered without this required form. In addition to experience and qualifications considerations, the City may use RFQ 2015-21 1-KB 10 MIAMI BEACH this information to consider the firm's previous and current workload. 2.4 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: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. TAB 3 Approach and Methodology For the scope of services outlined in Tab 3, Scope of Services, submit detailed information on the approach and methodology, how Proposer plans to accomplish the proposed scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, testing and risk mitigation options for assuring project is implemented on time and within budget. Also, provide information on Proposer's current workload and how the potential project(s) will fit into Proposer's workload. Describe available facilities, technological capabilities and other available resources you offer for the potential project(s). Lastly, submit verifiable evidence of Proposer's intent to utilize Disadvantaged Business Enterprise (DBE) Firms. Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade County. Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFQ 2015-21 1-KB 1 1 MIAMI BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. 2. Step 1 Evaluation. Proposals will be categorized into the discipline areas noted in section 0200-2 (Groups A & B) prior to evaluation by the committee in order that proposals may be evaluated by category against other proposers in that category. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. 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 proposals received, with or without conducting interview sessions. Step 1 -Qualitative Criteria - - • MazimumPoints Experience and Qualifications 70 Approach and Methodology 30 TOTAL'AVAILABLE STEP 1 POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement to those points earned in Step 1, as follows. Step.2-Quantitative Criteria • Veterans Preference 5 The volume of work previously awarded to each firm by the City within the last three (3) years from the due date for proposal. See 5 Section 4 below. _ _ TOTAL AVAILABLE STEP 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 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: RFQ 20 15-2 1 1-KB 12 MIAMI BEACH Proposer Proposer Proposer • A. B C Step 1 Points 82 76 80 Step 2 Points 10 5 5 Committee Total 92 81 85 Member 1 Rank 1, 3 Step 1 Points 85 85 72 Step 2 Points 10 5 5 Committee Total 95 90 77 Member 2 ; ; Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 10 5 5 Committee Total 90 79 71 Member 2 . Rank i 1 2 . 3 .Low Aggregate Score 3 ' 7 .8 Firial,ftanking' _ 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. • RFQ 2015-21 1-KB 1 3 APPENDIX A MIAMI BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2015-211 -KB Architectural and Engineering Design Services for the North Shore Open Space Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Solicitation No: Solicitation Title: RFQ 2015-211-KB Architectural and Engineering Design Services for the North Shore Open Space Park Project Procurement Contact: Tel: Email: Kristy Bada 305-673-7000 Ext.6218 KristyBada @miamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No.of Employees: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals,client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2015-21 1-KB Appendix A — Page 1 1. Veteran Owned Business.Is ro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposals must disclose,in their Statement of Qualifications,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling,and child)who is also an employee of the City of Miami Beach. Proposals must also disclose the name of any City employee who owns,either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non erformance by an public sector agency? YES an NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all • applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Statement of Qualifications,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. RFQ 2015-211-KB Appendix A — Page 2 7. - •- _ - - belew= ••_. - .•• - • • - • = - - --- •:. , - •. .-- •- came(in a particular year). fines, as provided in the City's Living Wage Ordinance, as amended. For further information about Living Wage requirements, 8. employees with domestic partners, as they provide to employees with spouses. The Ordinance applics to all employees of a Beach- A4e: _. .- •. - - - : - -• - .-•- - • -- • • ... . . ... - . . . . YES NO •B e: .:••:.• - . _ - . • • .• . •- - - - -- - .. ' - domestic partners of employees? YES f�t9 o Please check all benefits that apply to your answers as: •• •- ". •- ' . . .• .:-• -•. 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 et Employees-with Employees with Provide Benefit Spouses Domestic Partners Health Sick n-Le vocc'vve Famity-Medical-Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there arc no insurance comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application RFQ 2015-211-KB Appendix A— Page 3 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, Statement of Qualifications,or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm I Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 • Addendum 3 _ Addendum 8 Addendum 13 Addendum 4 Addendum 9 _ Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2015-21 1-KB Appendix A— Page 4 DISCLOSURE:AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2015-211-KB Appendix A— Page 5 `PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; - Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Re•uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of ) 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 My Commission Expires: RFQ 2015-211-KB Appendix A — Page 6 APPENDIX B MIAMI BEACH " No Bid " Form RFQ No. 2015-211 -KB Architectural and Engineering Design Services for the North Shore Open Space Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Note: ft 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 N;o Bid" provides e 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) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH DEPT. OF PROCUREMENT MANAGEMENT ATTN: Kristy Bada STATEMENTS OF QUALIFICATIONS #2015-211-KB 1700 Convention Center Drive MIAMI BEACH, FL 33139 RFQ 2015-211-KB Appendix B — Page 1 APPENDIX C MIAMI BEACH Minimum Requirements & Spedifications RFQ No. 2015-211 -KB Architectural and Engineering Design Services for the North Shore Open Space Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Cl. MINIMUM REQUIREMENTS: The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposals that fail to comply with minimum requirements will be deemed 'non-responsive and will not be considered. 1. Proposer must have a minimum of five(5)years'experience and have completed at least five (5) projects similar in scope and volume demonstrating the Proposer's experience providing services for the design of park facilities. 2. Architects and Engineers must have a minimum of five(5)years'experience in their designated professional specialization in similar projects. 3. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). C2. STATEMENT OF WORK REQUIRED. The City Parks and Recreation Department is seeking to hire a Consultant to develop the construction documents for this project, based on a Vision Plan (please refer to appendix F) to make this park more inviting and safe. The park is located between 87th St. on the north, 79th St on the south, Collins Ave on the west and the Beachwalk on the east and contains approximately 26 acres. The original Vision Plan included a scope of work for a $10 Million Park Improvements, but this Vision Plan was Valued Engineered to meet a construction budget of Aprox. $5 Million. The key issues as described in the Valued Engineered Vision Plan included: • The development of an appropriate range of spaces and facilities for general and passive recreation, such as, open play areas(non-lighted and lighted), walking paths, landscape areas, etc. • Provide walking paths to make the walking experience inviting. • Accessibility for the surrounding neighborhood by providing distinguishable, inviting entrances along Collins Avenue, and extending the Be achwalk. • Establish a Park identity. The proposed improvements will be based on the approved Vision Plan and include at a minimum the following amenities: • Pedestrian Entrances, • Program/Play Lawn Areas, • BBQ Areas with Shade Structures, • Pedestrian Beach Access, • • Multi-use Walkways, • Dunescape, • Create a Green Buffer for the Maintenance/Ocean Rescue Facility, • Extend the Beachwalk to the Park limits, • Landscape and Irrigation, • Lighting (as allowable by the regulatory agencies). RFQ 2015-21 1-KB Appendix C — Page 1 The Consultant shall provide architectural, structural engineering, mechanical, electrical, plumbing engineering, civil engineering, Florida Department of Environmental Protection Coastal Permitting, Department of Environmental Resource Management Permitting, landscape architecture, construction cost estimating, surveying and geotechnical services for the Project. The work shall include, but not be limited to, surveying, geotechnical, design development with deliverables at 30%, 60% and 90% development stages, estimates of probable construction cost at each stage of development (including 100%), construction documents, permitting, bidding / award, and construction administration services for the Project. • Plans shall include all necessary drawings and technical specifications needed to construct the improvements and shall be defining documentation of what is authorized and approved. Documents may be developed in multiple packages based on project phasing schedule. The Consultant shall provide a phasing drawing at the 30% stage of development, and propose to the City the best possible way to phase the construction process to minimize impact on the community and cost. The approved phasing shall be carried out through-out all design development stages. Proposer shall: • Prepare utility coordination, permits and advise of all fees associated with all site, utility etc.work. • Prepare presentation materials to illustrate the final design and participate in public outreach and regulatory agency review meetings. • Obtain all required building permits as well as any other permits necessary for the construction of the Park Facilities and attend public meetings as required by the City. The Consultant shall be required to provide design and construction documents and cost estimates for approved phases. The Consultant shall be required to identify, at each stage of design, items that could be value engineered, and reduce construction cost. Task One (1) — Design Services: The Consultant will be required to prepare construction and permit documents for the design and construction documents of the Park Elements as described in each construction phase, as to be bid and constructed at separate times. The selected firm shall be required to perform a variety of forensic tasks to verify existing conditions and the accuracy of any available as-built drawings, surveys and maps to be used for development of the contract drawings. The Consultant will be required to provide Statements of Probable Construction Cost as defined by the American Association of Cost Engineers, and make recommendations on constructability and value engineering. The Consultant shall establish and maintain an in-house Quality Assurance / Quality Control (QA/QC) program designed to verify and ensure the quality, clarity, completeness, and constructability of its contract documents. In addition, the selected firm shall follow City standards for the preparation of contract documents, inclusive of drawings, specifications, front-end documents and cost estimates. Presentation formats for review submittals shall be prepared for submittal to the City's Design Review RFQ 2015-211-KB Appendix C — Page 2 Board during the Conceptual Phase (30%), and at 60% (Design Development Phase), 90% (Construction Documents Phase) completion stages. Contract documents shall be subject to Constructability and Value Engineering reviews by City and/or others. The selected firm will work with the City to revise/adjust project scope as may be deemed necessary to meet established budgets as design evolves through the design stages of completion. The selected firm will attend periodic meetings as needed during design development (provide, keep and distribute meeting minutes). In addition, the selected firm shall attend and make a presentation of the project in a Community Design Review Meeting and a pre-construction / kick off meeting with the residents to review the design, project phasing and construction schedule. The selected firm shall address comments generated from these meetings on the construction documents. To facilitate the implementation of a Public Information Program, the selected firm will provide electronic files of all project documents, as directed by the City. The selected firm shall be responsible for securing all required regulatory approvals of its contract documents from all applicable jurisdictional agencies and boards prior to finalization, and will be responsible for initiating submittals and reviews in a timely manner. Task Two(2)-Bid and Award Services: The selected firm shall assist the City in the bidding and award for each Phase portions of the project scope. Such assistance shall include attending pre-bid conferences, assisting with the preparation of necessary contract addenda, attending bid openings where applicable, and assisting with bid evaluations. The selected firm shall provide "As-Bid" documents for use during construction. Task Three (3)-Construction Administration Services: The selected firm shall perform a variety of tasks associated with the administration of the construction contract and construction management of the project. These shall include attendance at the pre-construction conferences, attendance at weekly construction meetings (provide, keep and distribute meeting minutes), responding to contractor Requests for Information (RFI), clarification, responding to and evaluating contractor requests for change orders and/or contingency draws, contract amendments, review and approve of shop drawings, review and approve of record drawings, review and recommendation of contractor applications for payment, specialty site visits, project closeout reviews, including substantial completion, final punch list development and project certification of final completion and acceptance, and warranty administration. Task Four(4)-Additional Services: No additional services are envisioned at this time. However, if such services are required during the performance of the work, they will be requested by the City and negotiated in accordance with the Contract requirements. Task Five(5)-Reimbursable Services: The City may reimburse pre-approved additional expenses, such as, but not limited to, reproduction costs, e-builder licenses, material testing/abatement as applicable. RFQ 2015-211-KB Appendix C — Page 3 APPENDIX D MIAMI BEACH Special conditions RFQ No. 2015-211 -KB Architectural and Engineering Design Services for the North Shore Open Space Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 1. TERM OF CONTRACT. Not Applicable. 2. OPTIONS TO RENEW. Not Applicable. 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Provider shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' 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 this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider 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. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider 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. 6. PERFORMANCE BOND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. • 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10. WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. COMPETITIVE SPECIFICATIONS. It is the goal of the City to maximize competition for the project among suppliers & contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means & methods or product specifications that are considered "sole source" or restricted without prior written approval of the City. 13. 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. 14. PRECLUSION. Successful Proposer and sub-consultants contracted to provide roofing consultant services for a particular project are precluded from bidding/responding to the competitive solicitation for the design and/or construction of the project. RFQ 2015-211-KB Appendix D — Page 1 15. CHANGE OF PROJECT MANAGER. A change in the 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 an Assistant City Manager). Replacement (including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 16. 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. 17. NEGOTIATIONS. 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 final scope of services, deliverables and cost of services. RFQ 2015-211-KB Appendix D — Page 2 APPENDIX E MIAMI BEACH Insurance Requirements RFQ No. 2015-211 -KB Architectural and Engineering Design Services for the North Shore Open Space Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The provider shall furnish to Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. . C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. D. Professional Liability Insurance in an amount not less than$2,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida,with the following qualifications: The company must be rated no less than "B+" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent,subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty(30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFQ 2015-21 1-KB Appendix E — Page 1 APPENDIX F MIAMI BEACH North Shore Park Vision Plan RFQ No. 2015-211 -KB Architectural and Engineering Design Services for the North Shore Open Space Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 RFQ 2015-211-KB ..ct- .(-- II .. cp........, . .:,• C\I &L.. . _ # CN... 1111 —.: * ,..:IF N-- ..;1' (..r CL I w cc,. . -4, -- LLi 0. it rt > < Z -. . 2 , CL . . , — ,. '—•!?g,,.'.-1- ,....... 2',:•!-s'-§Y WI C....) < LLI 03 0 _ i -t.:. ■.-..,'6,!: ''' ' 1 tf.''-■ 1 : 6 •".., < < ^.-..••ii.:4:- , . / * OMNI -"-t;••4.4 ; . , ,...:,.:.,_,,.,...... (009) til Z . '.,,'"-kr"■1- . - .4'!'' :-...;- 4 -• .11',•.%;:et•;,:`,1,'--.' . ''' Ft't'' . • Ec , 't-,..-,_;.•,_",, I ! , CIL 0 ••• • 4 , • 6. 'Li...', ;Al.PiA,- •• L1.1 1 . „ CK ,,,_... ...._0....., , 0 -4 -',.,;--•' ,,_ .,',.,*';• I."lt• '..- , i (I) ■ -- 11 i ,, i` I --:■ f, ._ 't,.='±'_•' ' . H --.■,'4 4.- , . ._ , 1,2 .= r'=• • • --, , ,-. . . 0 . Z,..i. . :- .,!,.2:--L'''—' • Ca MINI a C a) ■O cn fif) CO 7::: W Q al a) v al I II 0 0 0 � v Z M Cl) ca= N W N MNIg °r L =_ 0 E iiim c '- Q L, a -cn '> C 0) a) C Q • N M ' zari r,,4,.,... - . - ~ ' , ,.1 .1"...4.. -' i te % I N a y •. i 3 a ' i I 4° ra i ° C� a Yf. �' i E .. T a A. O• t- "itr -- r '.r" ' . a 0. • r M `{ O • -� r1' ht 3•. •_'� J to 14 �4\ i .i1•1 3' a N� . . .1 U o N N g - Y • 1 '+IR U '2 N• U Se iR i m << .x 1i�s 1•�t `.A. 0 11:4:x >O d c • q3r 11 O ''" i n t ;. t t Fr .'0!" }'; to i - _ • • fn ? ~ c` J Ot % N. c ° C J m ti- � r* � • may\ 4 ,j' � •1 Y �// =y ej � I ? gas, , O ti N �< n 3 . c. i 74.-73---: ...•, ' } * 1 Q F i 4 . 'Y,, a=-1, •73 jai t,.....,,,,-‘,.:: _fire r s .�. :fir 4 - - 4a� 7 a °. g, . -s E 7,3 . , ...... :_... . .. . . . . iri,, ,,,,, . . . , ... •T U O flj .. m4 Q •�' rJ " C62 c .. •' �i U U O I 's R • Y f 4i 1 : .., „,L4 in 71 - ' L ..,,, 1 T .. . . ,, , -... .,• , -... . . .I • - .,- .'..;.1 L--, Li. ., . ..2 t5".!itol . ,._ _ Li . -?.. i. . ., L-4. ?'0:. ,. ;r vs - ; L- L.. . L• . ..- . , . . ;:,ii-w• , • ... .•-•-: 4,',.._4,J;Irs ''"---). ..„eik- .: . ,.. ..-3.-) ....., .. :1•-•.:' ,,.. . . 7e arrtic 11 'r .::.,=:-•.... ', , 4 .,:, ..., , .. . ...._ .,.i. ,,.. , . .. , • . 4 . . • .41 2 — : • A L 1--, , _, ,..T.N.,,,,,,,„ = • - , I-1 At ,•,-; -. , . 3 .— LL L . ..! . , ..-;., , 4. : ..... • . . ... . .. I • L , .,,,....„ „7„,..1, r'• ; .L. CL 1,11T12.1 ,.. , . ... . . „. ' . . ;,,.. •`. •x Lu A' Arr [ At=,- : J.... t •.-„1,:;_ ,„ ' -.4 4 , :At 2, , .7'.‘ ' . I . ,• ''''' „..- . . ... ., _ r I -. - t;.i • ,> ' - . .0 •,', ,.,,... ' • I f4PN-1 . l',L, :,., . ... C •: , li;!I Oft , *-- i r i.84. ' . '.,'N 03 . • t .T.-. • I- ' F .. • , . *;.. . , . ::.. .?. •#* - 1 - ' ' ' .,. . . . ti 4” !e- . .il ., :.„.::,;,4•5 •1: ' . . „ ‘ ike. ... ... . 1 ' • .'-..4h. . 4. 1 . 14 elf. . ,.. 1 '-•-•;-...;. ', _-1. ',.....t.: . . , •' _ _.0\ . ... .0,) , - . ,;4:. , i .-- . .., ,,, r •,.. . . , . . •., .. _____.,424; ... ....,, ;; _,, . .,1 ..7„._ ,_, , . L.. „,,,, .;., ,c, ... 0_ . r - ....4. CL+ -,;..." CL .'.• • ....2 11:, 4... ,.,i....... ■■ .,7, Z - 'S.' ' ' A:'4 • . .t- r .,r iii ' ..r., 1,, • „ Ar, ......• _ . , -,,--; -4 . ...:-.. ./.5 .■. ''.;' .\ , , "...".,- -111r 1 04 I ''' '' :,. = C/) reo , ' .'• •ttO . 1 2,1— .._ .z,.,,f, '!'.....-..•. :: *: VI I > < 2 - ,,, - ..„,..- A :.. ••, if on La •, ., - ,. , •.1,.: ..., . : , k. .:, . .....- IIblIiziit ~ .. _-.�� !_ _ \ �� I 9 ,- , I I III F■ � y per. II ',.•r -'-� '�v. '�, I _���� I � ■ , ns f4 y �� 1 ,rI T 7-2---- _ \ ._,plan _._. / .i L. h�f � ra s ■ ` k .. . ....,„_.... ...tv.,. .._ . . yr% ,,,,,,. I , FP / -_... bi 1)1if J,'"- \ 7 ■ Y • ` - ��r• •t,`,,i • .. I �I L I 1 - 1114:4-': __ may �.` ,t,„ wie -■ • tfy � �Y= i++ 1' �; .:i/ iY• / �D ;�/-•. r1 Jam:✓ ; '�°q4:�.� I) « � 1' 7't . ' 2,- - ),,•'. :. 1 y Sri % 1 • f -++ -.I�' II . .., , , '. ■ ..;........4;--;:‘, ...9"...„ ,.--..A.Lr4r.,4 t� k �M � - ,'!",-,,,:-.,..-- "---7------'114.1.f , pr I I ili r 4.� .A, �l L1.l •, L 40/4/1,111. y r Q -. ; i \t tf +L \ \ LI Z ,.\ T O N_ H 1N l 1 N • LL W 2 ..M � '-,rP W @ , . A o W, ui U T Q � O •q w s E .c m r m c u C.9 w w co 8 cn c Ed L c o E O a Z 2 ! m, LL a IRON i.�CC T W w It d o 1 mQ ,� LLI Z U -- 0 O z 3 IrE4111), N : � I L z > 1 c. 0 J I- "�• _J Q o 3_° co r s °— �' , ,. o 0 • O :. o 6," U-I di ,-. VII' 11-I L Cl. a, . i m-474 S _ e 'ns CC 3 W = Q N i a r N m a, Q � _ N 1--• W = N Q a :<._ O a) - _ Rte' 41 qtr„ ! �t `' 3 ~ 3 lW :• m : 0 0 co 1 co o • w CO ■ w n ry 0 ` 3 z . � f— • ci)N � Q � ~ � W D c� O W E E N CO D Q >+ to' W Q a) = co $ J i Z m S o d z OL O W IMIINIIItIi�`>CIIt111111T 2 at zaw I �� C� � zw ©W O m 0 ta Or 2 1 -. .. I' 1 it I L > t V W m m IL as .wir, ii- . It c O a5 . a? V) oi. co I Q c > W W ... *:. lb. I I r'''''''''' ., : t ci) — 1,0 U ���; ° W• z r W a CL t c w E ilk " Z'' O ] o o E 2 Z .. CO 4 ° U' m 03 n Q 'j�1 /y C ~ 4-1 .N• m LL V ° = C To a) ,?,,e. 1� : ..._S. , 0 o t • I "Pr 4 , ..., _. 1 . . ,, •, :, , . . . ..: . •- •. , u) . ....„ •W CI U) 4 W i,'..'. 2 U < i . w . CO . .....-. o o_ o o 0 • = o o E 41 co 0 0 M M t N O Lt) N - 't i' M Q n to 6F} (f? EA r 40) VW CO , CO It U fa 67 U 1 a O �1 N 7 .N fa aU.. .� I CI U On o c6 _ w •N W ._ V/ °'p F' ^ � % s C C cr) L 0 c a •_ CI C' N 2 6 Q 3 CS C Y N d cw 9_ W -2 N ° d cE ° CD 2 to Q U Y O Y +r v �+- ° a C W - Di O O Q - C = U 4-, C O Zd J i- N C �^ aI n C z ♦ •a ^ ` N O N Q N c ,p'' V N 0 D }r T U � V a 5. Z ++ Q L 4 0■ Ql N U cv Q CD U C = ca > ca 3 o f LL a. w m u) v a z .. t/1 cn Q APPENDIX G MIAMI BEACH Sample Contract RFQ No. 2015-211 -KB Architectural, and Engineering Design Services for the North Shore Open Space Park Project DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXXXXXXXXXXXXXX(XXXXXXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXXXXX)0XXXXXXXXXXXXXXXXXXXXXXXX Resolution No. TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1 DEFINITIONS 2 ARTICLE 2. BASIC SERVICES 7 ARTICLE 3. THE CITY'S RESPONSIBILITIES 13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 17 ARTICLE 6. REIMBURSABLE EXPENSES 18 ARTICLE 7. COMPENSATION FOR SERVICES 19 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 20 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 25 ARTICLE 14. LIMITATION OF LIABILITY 26 ARTICLE 15. NOTICE 26 ARTICLE 16. MISCELLANEOUS PROVISIONS 27 SCHEDULES: SCHEDULE A SCOPE OF SERVICES 33 SCHEDULE B CONSULTANT COMPENSATION 34 SCHEDULE C HOURLY BILLING RATE 35 SCHEDULE D CONSTRUCTION COST BUDGET 36 SCHEDULE E PROJECT SCHEDULE 37 SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 38 SCHEDULE G INSURANCE AND SWORN AFFIDAVITS 39 SCHEDULE H BEST VALUE AMENDMENT 40 TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND XXXXXXXXXXXXXXXXXXXXXXXXXXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING (NE) SERVICES FOR THE XXXXXXXXXXXXXXXXXXXXXXXXXXXX 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 XXXXXXXXXXXXXXXXXXXXXXXXXXXX, a Florida XXXXXXXXXXX having its principal office at XXXXXXXXXXXXXXXXXXXXXXXXXXXX (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 "XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX" issued by the City in contemplation of this Agreement, together with all amendments thereto (if any), and the Consultant's proposal in response thereto (Proposal), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. 1.5 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the architect/engineer who has entered into a contract with the City to provide the Services described under this Agreement. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, sub-consultants, agents, and any other person or entity acting under the supervision, direction, or control of Consultant. Any sub- consultants retained by Consultant for the Project shall be subject to the prior written approval of the City Manager. Consultant shall provide the Project Coordinator with copies of the contract between Consultant and any sub-consultant's. Any such contracts shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and sub-consultants. Any approval of a sub-consultant by the City shall not, in any way, shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant, from the Consultant to City. Payment of sub-consultants shall be the responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Basic Services. The quality of services and acceptability to the City of the services performed by such sub-consultants shall be the sole responsibility of Consultant. The following sub-consultants are hereby approved by the City Manager for the Project: XXXXXXXXXXXXXXXXXXXXXX; XXXXXXXXXXXXXXXXXXXXXX. 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 Protect Cost:The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. 1.9.2 Project Scope: The "Project Scope" shall mean the description of the Project in Schedule"A" hereto. 1.10 CONSTRUCTION COST: The "Construction Cost" shall mean the sum which is the actual total cost to the City of the Work (as established in the Contract Documents, as they may be amended from time to time), including a contingency allowance for unforeseen conditions, not to exceed ten percent (10%) of the construction cost for new construction, or twenty percent (20%) of the construction cost for rehabilitation of historic buildings. For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or competitive bid received and accepted from a responsive and responsible bidder or proposer for such Work. 1.10.1 Construction Cost Budget: The "Construction Cost Budget" shall mean the amount budgeted by the City for the Construction Cost, as set forth in Schedule "A" hereto. 1.10.2 Statement Of Probable Construction Cost: The "Statement of Probable Construction Cost" shall mean the latest approved written estimate of Construction Cost submitted by Consultant to the City, in a format approved by the Project Coordinator. For Work which bids or proposals have not been let, the Statement of Probable Construction Cost shall be the same as the Construction Cost. 1.11 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations enacted after the date of this Agreement ; or other causes beyond the parties' control which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of the parties under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of sub-consultants/sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process SHALL NOT be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a force majeure, the Consultant shall request a time extension from the Project Coordinator within five (5) business days of said force majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless additional services are required, and approved pursuant to Article 5 hereof. 1.12 CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. 1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, and written amendments issued thereto), and the documents prepared by Consultant in accordance with the requirements of the Scope of Services in Schedule "A" hereto (that form the basis for which the City can receive bids for the Work included in the documents). The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the invitation to bid (ITB), instructions to bidders, bid form, bid bond, the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction [General, Supplementary, and other Conditions], Divisions 0-17, Construction Documents, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. 1.14 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and with Contractor for performance of the Work covered in the Contract Documents. 1.15 CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final plans, technical specifications, drawings, documents, and diagrams prepared by the Consultant pursuant to this Agreement, which show the locations, characters, dimensions and details of the Work to be done, and which are part of the Contract Documents. 1.16 CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed twenty-five thousand dollars ($25,000.00) or the City Manager if they are twenty-five thousand dollars ($25,000.00) or less (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five thousand ($25,000.00), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. 1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, which the Consultant shall perform, at the City's option, and which have been duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 1.18 WORK: "Work" shall mean all labor, materials, tools, equipment, services, methods, procedures, etc. necessary or convenient to performance by Contractor of all duties and obligations proposed by the Contract Documents. 1.19 SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 1.20 SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, and permitting fees, etc. 1.21 BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include Additive Alternates or Deductive Alternates. 1.22 SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. 1.23 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Scope of Services. Schedule B— Consultant Compensation. Schedule C— Consultant Hourly Billing Rate Schedule. Schedule D— Construction Cost Budget. Schedule E— Project Schedule. Schedule F— General Conditions of the Contract for Construction Schedule G — Insurance Requirements and Sworn Affidavits Schedule H— Best Value Amendment ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto. 2.2 The Services will be commenced upon issuance of the first Notice to Proceed which shall be issued by the Project Coordinator and counter-signed by Consultant. Subsequent Notices to Proceed shall also be issued by the Project Coordinator. A separate Notice to Proceed shall be required prior to commencement of each Task (as same are set forth in Schedule "A" hereto). 2.3 As it relates to the Services and the Project, Consultant warrants and represents to City that it is knowledgeable of Federal, State, and local laws codes, rules and regulations applicable in the jurisdiction(s) in which the Project is located, including, without limitation, applicable Florida Statutes, and State of Florida codes, rules and regulations, and local (City of Miami Beach and Miami-Dade County) ordinances, codes, and rules and regulations (collectively, "Applicable Laws"). As they relate to the Services and to the Project, the Consultant agrees to comply with all such Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Coordinator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its sub-consultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.4 The Consultant warrants and represents to City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). 2.5 The Consultant's Basic Services shall consist of five (5) Tasks (inclusive of planning, design, bidding/award, construction administration, and Additional Services [as may be approved]), all as further described in Schedule "A" hereto; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction (attached as Schedule "F" hereto). 2.5.1 Planning Services: Consultant shall provide planning services for the Project, as required by the Contract Documents and as set forth in Task 1 of Schedule "A" hereto (entitled "Planning Services"). 2.5.2 Design Services: Consultant shall prepare Design Documents for the Project, as required by the Contract Documents and as set forth in Task 2 of Schedule "A" hereto (entitled "Design Services") 2.5.3 Bidding And Award Services: Consultant shall provide bidding and award services for the Project, as required by the Contract Documents and as set forth in Task 3 of Schedule "A" hereto (entitled "Bidding and Award Services"). 2.5.4 Construction Administration Services: Consultant shall provide construction administration services for the Project, as required by the Contract Documents and as set forth in Task 4 of Schedule "A" hereto (entitled "Construction Administration Services"). 2.5.5 Additional Services: If required (and so approved) by the City, Consultant shall provide Additional Services, as set forth in Task 5 of Schedule "A" hereto. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or of any of its officers, employees, sub-consultants, agents, and/or servants), for the accuracy and competency of its/their designs, working drawings, plans, technical specifications, or other technical documents, nor shall such approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in designs, working drawings, plans, technical specifications, or other technical documents; provided, however, that the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City pursuant to this Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the parties (subject to approval of the Agreement by the Mayor and City Commission) (the Effective Date), and shall be in effect until all Services are completed or until the work and/or services under the Notices to Proceed in force at the end of the stated period of time have been completed and the Services accepted, whichever may be later. 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 The Services shall be performed in a manner that shall conform with the approved Project Schedule, attached to as Schedule "E" hereto. The Consultant may submit requests for an adjustment to the Project Schedule, if made necessary because of undue delays resulting from untimely review taken by the City (or other governmental authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Coordinator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Coordinator may require), the Project Coordinator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Coordinator's approval (if granted) shall be in writing. • • 2.7.4 Nothing in this Section 2.7 shall prevent the City from exercising its rights • to terminate the Agreement, as provided elsewhere herein.. • 2:8 Consultant shall use its best efforts to maintain a constructive,. professional, cooperative working relationship with the Project Coordinator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. • 2.9 The Consultant shall,perform its duties under this Agreement in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except • to the extent that acts or omissions by the City make such performance impossible. The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all work required under the Agreement (including the work • performed by sub-consultants), within the specified time period and specified cost. The • Consultant shall perform, the work utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of the work in the State of Florida. The Consultant is responsible for and shall represent to City that the work conforms to City's requirements, as set forth in the Agreement. The Consultant shall-be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the work. In addition to all other rights and•remedies, which the City may have, the Consultant shall, at its expense, re- perform all or any portion, of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re- performance of any non-conforming construction services resulting from such deficient Consultant services for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, and for the period of design liability required by applicable law. The Project Coordinator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. Neither the City's inspection, review, approval or acceptance of, nor payment for, any of the work required under the Agreement shall be construed to relieve the Consultant (or any sub-consultant) of its obligations:and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement.. The Consultant and its sub- • . consultants shall be and remain liable to the City in accordance with Applicable Laws for all damages to City.caused by any failure of the Consultant or its sub-consultants to comply with the terms and conditions of the Agreement or by the Consultant or any sub-consultants' misconduct, • • • unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. With respect to the performance of work by sub-consultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the sub- 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 1 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 XXXXXXXX. • 7.2 Payments for Services shall be made'within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Coordinator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never • exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in Schedule "B" hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: During the Term of this Agreement, the City may, by written directive approved and executed by the City Manager, adjust the fees included in the Hourly Billing Rate Schedule in Schedule "C" hereto, to reflect the change in the Consumer Price Index (CPI) on a year to year basis. Such adjustment will be based on the cumulative change of the CPI for the Miami urban area, provided that in no event shall any the annual increase exceed three percent (3%). 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Coordinator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event sub-consultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Coordinator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). • 7.7 .2 The City shall pay Consultant within forty-five (45) calendar days from • • receipt and approval of an acceptable invoice by the Project Coordinator. • • 7.7.3 Upon completion of the Services, Consultant's final payment shall require the prior written approval of the City Manager before disbursement of same. • ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All • such records shall be kept at least for a period of three (3) years after Consultant's completion of _ the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of.any fees or expenses based upon such entries. Consultant shall also bind its sub-consultants to the requirements of this Article and ensure compliance therewith . • • ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS -. 9.1 All notes, correspondence, documents, plans` and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports,• surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Coordinator within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this . • Agreement as the case may be). However, the City may grant an exclusive license of the • copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval • • from the City Manager. The Consultant shall warrant to the City that •it has been granted a license to use and reproduce,any standard details and designs owned by a third party and used • or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 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: XXXXXXXXXXXXXX All written notices given to the Consultant from the City shall be addressed to: XXXXXXXXXXXXXXX XXXXXXXXXXXXXXX XXXXXXXXXXXXXXX XXXXXXXXXXXXXXX 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. g) 16.10 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.11 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, sub-consultants, and other purchased services, etc., as necessary to complete said Services. 16.12 INTENT OF AGREEMENT: g) 16.12.1 The intent of the Agreement is for the Consultant to provide design services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. g) 16.12.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.12.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.13 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. • • • - F:\atto\AGUR\AGREEMENT FORMS\A&E AGREEMENTS\A&E Agreement-NEW BOILER PLATE(Clean Version 8-2-10).doc r , 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: XXXXXXXXXXXXXXX • , Attest • Signature/Secretary Signature/President • { Print Name, { Print Name - • • • • • • �; . ,, • • • • • • • • • • • • • • • 4'. . } • • w = • SCHEDULE A r.,. { • - SCOPE OF SERVICES' i • . . -:L: ' • • SCHEDULE B CONSULTANT COMPENSATION • Schedule of Payments Planning Services * $ 0.00 Design Services* $)00000(( Bidding and Award Services $)XXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX 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. • 'Yr- ..•.• • • • SCHEDULE.0 • T f HOURLY BILLING RATE SCHEDULE •• n • • • • • .,I • • ` I _ • • • t. r SCHEDULE D COSTRUCTION COST BUDGET SCHEDULE E PROJECT SCHEDULE • SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT • SCHEDULE G INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS. SCHEDULE H . • • BEST-.VALUE"AMENDMENT • 'The Consultant agrees to abide by'all the requireddocumentation of the City's Performance Information . • ....Procurement System and submit the weekly.reports • • • • • • • • • • • • • • • • • • • • } • . ATTACHMENT C - a • .• CONSULTANT'S•RESPONSE TO THE RFQ- • • • • - ' ' ■ a 3 .. _ t>_ - •I. - • • 59• . „::/,,,-,•-,4', ---- , i !,, V'' .., i ”.r..-:;• jeer . =�-i' _ . ,�/ tI <' ley „.1",, r nl! .'rr /� t. / �.r re. `= AAA. , , .1;44k4;•';'''' . r �._ �s- �� �� :� fi �l�' - :.. . i „..,E,..,..„... ... . .„,,. . . v i''r_.. .• _ .....!..., ,......,._ _ ,%',�,... • OCTQB5,20151 • — 9/� �� ,� \‘.....t.,..4 % ' 1j; j' s/ ;1REJESTO- •, .; QI��►� 1 , 11 te =- �"'-� Yi, • 111 Ir 1� `r I� � �J° r '�,'. - �� • �J 4-41'4 1 .-1�• 1,,.c 5. / / % / , ,, ■ - \. "1 i s ��I� 4A11fiJ1 :v ' �' ARCH EE URA = I,it 1:i- = 9 a-DESIGN X11 SERV CES F �r'�it = . ,4E14 -"�' • ;• -'4 1:�!` y� © ea r+ 9 i -: jw r• \ i, ,�:.Fy,7c-�,a;.:;.e�� :fi ;..1:,..9.t °�y�L, ,!'1• J,. 15y- /J.' 1 _ �� ✓� �t _ .�.' • _®®� �a��/�/'/, �J •I (��II I�I��1+ ��i�. 3. s! _ .r :77_, 1." •'lop /(.-y • I iii' ii�•U •`\,�•• �i '{ ' ®'<- ti^ 'V,: jLX/. _ - -_ I'y: • III{ '_gyp �: �% ` / `' ,1 = - — ! �'� '.•'-.:'ti ��0 ., <�- 1■s,.,, / •, /� ••• �.—� ,J• !/`,'/ `J `� /. • y _/.i1 jJj�a%�L.•1 i •,I�'• I! `'�� � _ • ,,-..,•-,• o ♦a..�` ' -rl ill �.-1.+,I -{/�//,per/}/Y� ! ' '�"1 - 41;i,r `' ) iI11i 'mac • ...., . ._., .-„--: ,' . y • ” ,�'f .-- _ ° w r -, :4;4,...,4 1..%"' _, , . . •4„. ...., , -‘• ---,--F--:'' ":= ,..- -:-.',,,..N,:-;,- ...;, : 'xi.-'.::,4.Q '. `� - .C' '1-s- �r y 'l < fr I 41 i Abe - a.-1 t t� y •a Y t a o-.P Q `N 1.,11-7-r7.7::: t .ti..oit,-- .-0.",-.11;k4;'.' • i• r _,. :y. fi ` ` .' ∎ ,70 y^ '- `s,„ • 'I I `. 111 I I - ■ - fora '>�7' S S; c.• i ...'” _ . E�---X;C;E_P I I OL�.0/1 : S a'!t u�' N .. , 7.- - ` n _ - � - i - �V�y L',. 7 ✓ - *-. _L. ' r X17 �"r-T • • • T ' "n A%;,., _ .d • 'r,a �" t``b.Y� '�'', kn-, �, x l r r t ..•ti 5- G S1.• d 4 .y,k N• -i t .�' •f1'' f� -- 4 A ..V'', is t > ; ',tip ‘,...0 n' m l• } }e � >' ,-,'Y 13^I i. 8t L'�'.,� a`�'� i• • � } .r 'r -:.�• �r. .ir •••,...--2•-‘., •. _ -r ,-b:r- .. r.,n, h • Sa.d ck . �, ait �. - Y ky#I3�;c• a,,; `,`,I '.3 * , �' 3 �__ J it t ..* N..��._.,, ._ i Yt ,....,-.S- : rbidi • �`- 'rte, i i r - Qg �T..- • this'll 4 .-.-.7--'.7•-.-.€----..4.k'•Y -r )KJ '_ " , _ a -.....;--,-,,----A--- saw (f - _ �s mr __.,, (. _•______ ,_.._ • _. _ • _ ........... .... .....,........„ \„ , _ - 1 - . ., ,. .:__ ....,......__... _ .: . . ... _:,. ...., .... 4-- , ,.. • _ _ y r r Cpl n.• _t ..•ti �+ •. .� �T.. •...4 "a GAS �: .. :� •�L � _.�_ �, ✓ -..� , n a - - ' ti•r tl r . _ / ' C!!" ,. JY � f�4 l.. . ..e.-. _. 4 . 4-',- 1. •'-' r� `}', - _ t ;1�1. •.y j �i ',IFS. `sC Pps'a verdant seta poised tor•trans atipn inr , Y� - 7 ecp'fogi nableworldclas afIi d t c ��' 1 E ,, R _ },k•.,yit:- , .- f. ' -• ,-...f-',, • f ' - " - ,- • -, z•.. Calvin, Giordano & Associates, Inc. WEST psipb{�aY�Naev� E X C E P T I O N A L S O L U T I O N S' 30th September 2015 Alex Denis, Director Department of Procurement Management City of Miami Beach 1700 Convention Center Drive Miami Beach,FL 33139 Re:North Shore Open Space Park Project,Response for Request for Qualifications(RFQ 2015-211-KB) To Alex Denis and the Selection Committee: It is with great enthusiasm that we present to you our team's qualifications for architectural and engineering design services for the North Shore Open Space Park(NSOSP)Project.As a verdant stretch of waterfront parkland,the Park Project is not without its challenges.With this in mind, we have selected a talented,experienced and streamlined team with extensive experience in the planning,design and construction of public waterfront parks.For this proposal Calvin,Giordano&Associates,Inc.has joined forced with West 8 urban design&landscape architecture as a sub-consultant responsible for the architectural and identity design of the project to form a capable,compact,and highly efficient team of world-class designers,engineering professionals,and local experts that is extremely well positioned to successfully execute the tasks as stated in the Request for Qualifications. Calvin,Giordano&Associates Inc. (CGA) is a Fort Lauderdale-based,full-service design,planning,and engineering firm offering a wide range of professional services including landscape architecture,environmental planning,surveying,and civil,traffic,and coastal engineering.CGA has a proven track record of quickly and efficiently delivering projects without the necessity of engaging a multitude of consultants.CGA is currently leading the design and implementation of four miles of beachwalk immediately south of North Shore Open Space Park. As the prime consultant, CGA will be servicing this contract from our headquarter offices located at 1800 Eller Drive, Suite 600, Ft.Lauderdale,FL 33316. The Primary Contact and Project Manager for this project will be Tammy Cook-Weedon,RLA LEED AP(TCook @cgasolutions.com;Tel:954-921-7781) Founded by Adriaan Geuze in 1987 as an international practice for urban design and landscape architecture,West 8 urban design&landscape architecture p.c. has established itself as an award-winning,world-renowned design collaborator whose work is inspired by and references local context, history,and culture,with design narratives rooted in contemporary realities.As the designers behind the NSOSP Vision Plan,West 8 is keenly aware of the park's challenges and how the Vision Plan's improvements will make the park a more functional,safe,and vibrant public space. With our extensive portfolio of world-class projects,abundant experience working in Miami Beach,excellent relationship with the City,depth of knowledge about NSOSP and environs,and compact and efficient team,CGA and West 8 are ideally suited to take the park's Vision Plan from concept to reality. The Project Team will create an accessible,unique,beautiful,vibrant,public space,which will bring people together, reconnecting the City with the waterfront.This proposal represents our first steps with you towards making a well-loved and spectacular public space.We appreciate your consideration of this Request for Qualifications and look forward to engaging with you in the project's next steps. Sincerely yours, Lt4/ Shelley Eichner,AICP Senior Vice-President Calvin,Giordano&Associates Inc. 1800 Eller Drive,Suite 600 Ft Lauderdale,Florida 33316 T:954.921.7781 SEichner @cgasolutions.com . . F ■ n ■ • , • • CONTENTS TAB ONE Q2 • 1.1 COVER LETTER 02' 12 APPENDIX A'RESPONSE CERTIFICATION,QUESTIONNAIRE 08 . &FIEQUIREMENTS AFFIDAVIT 1.3 MINIMUM QUALIFICATIONS'REQUIREMENTS 06 - : • • - CERTIFICATION PRIME PROPOSER 18 - LICENSING&PROFESSIONAL REGISTRATION 21 PROJECT EXPERIENCE • ' 24 • TAB TWO 38 21 QUALIFICATIONS OF PROPOSING FIRM. 40 TEAM OVERVIEW. 40 - COMPANY PROFILES 42 RELEVANT EXPERIENCE. 58 2.2 QUALIFICATIONS OF PROPOSER TEAM 78 -TEAM ORGANIZATIONAL CHART 80 -KEY PERSONNEL 82 -'RESUMES 86 23 STANDARD FORM 330 , 120 • 2.4 FINANCIAL.CAPACITY 208 TAB THREE 212 APPROACH 214 METHODOLOGY 220 CERTIFICATIONS 238 S`%''%: loo- �' -\ ';'`r ,I�.. r - ' !7. r 1,.•• r Sao 'S.aq±#74.:.. r 'y, t. __.. •• . �, �` •- S i-.'1 1.�. •• +^1'!9'�,_ '•t-ij ♦ •> �j,� G l �,' f,-rr••,•'rr 1.•• * Z~''• F �• ''' • _ •.w / ' x '• - :'1 ¢a i - M ,.. i c,' =ja slt SA,, .. � w,any l�. '. ; T n•j Yf ' . a 7°a 'a .� � ' ' 1 ->, V w L: f • - , y r., r-. 4 ---,, „. -,,,_ ...„_-_,,,,-..„. ..-.,,,,,,.... ..,..g., . ...... ...,------„,:sa,..-1-...---7.-Pk. „,:::: ...,.. .., _,, r. -`‘ V . 1•__!.. '1'e':.‘ . -'w'y':r.•�.... t ., /_qtr t . . : t,... r yr.- _ :.1• y..t^•.k._*ti� �.� Z'4g' . - •��"�-.Ti�'� t- �j`^4 .... •I`' `7►:�i( a Y; Iv- 4 'y ., • .--`-'•!...._ •.;•4.,,,:.,,.1„_-,...:,! itiP4,4 IV..., Zkt-4...1. -.1-,if,„,. 1----•:,ii'. • 7 d `r Y4+ lC' . / �y f +t':-.4,Z11°` `Y! - � .4 ,. 'ry J G S ..�• 1 .y ` '' r ' c : .. .tIrllll (' 'r ms '- . " . •'-, -r 0 . ' 'G ' ' r t Y't+f'" •n , �. ?:: r . �� -.• CIA'1119: --� . . ,.. ......,.ore-t _ -i. ..iy.--`• ice.. .yam - „f-- ' j f ' 4h{ - k” i_.-n. f`5�. .r-• - '� ...5•_..c f -3-I'-"w r-l. ; c 71 ' M�6-" •t`y { .\, wl,s-... •yam i � �, ,t.' 4' - - 14. r 7 •. •••,rte'._.. ~ i_►,�N_ ♦.,• V t •f.•■ '•f" M f g • mss. �* jt . "" a- r�, t P'.d`•::ire`,+ l, • _ , X •, • may. i. ,� ',e1'�� ,' + _ - Win: 1�� �'. 1 7 t M• 1'' .iF-' t4, , ai ,- 1 411 � � R Id 1',111 �,.• r.,.4 M g i i 1 • , '. . {4 L M 7h s ° .! s ,:; 4 Ali Site photo NSOSP today ' • 1 's:.1 . •-•,- ` - r• .; 'F J ' . •J• '1��f ,a�, r . r 6!114. I r-•r• • - , ,• 0=` ♦ ,•• 3 ' r_' n- I' i- ''v�� 1 ) t ' r •,� F+ . . , rf,• � + . .:,-:J.-._�o 1• ''' ,r*,,,...-*P4 , ,1'' . I-1 A.:A,':' '. 3':e"rflyirev:...:......... - -,• ,:..d .• . . . .. . • I "21,, •,,7.‘::'.. - .'•i•,4-:.4„%-e,-r7•-",'" '..• i -_', •'7 V: 1‘., -- •A ,,t.,:•• , - •.. •• -;.,•,..-1:-4..? •.. e, -;.-.- ,,-. ,-- ,..-,. .7- .,,,.,,,. • .),„,,..-..- •....„1- . • . y∎,• .4� • • .!V•,, ♦ L '...7..a'1: ✓'ar•e + ` '• t f• '.. �`,•• •�. '7 '5::"..."'l - J 1P • _ j 1 J•o a ritiY-° •� �/i�(..G"�°I•> r 4 'f f� 'alt- �_R. v- ,' .1.. •'7 t Lr . � 7: - _ • -fi r• `~ - 14`.. 1?Lwr f ,l' '•:;'1 ry e".,.,a •.�� 7Y . - :r ' - - _ `` /4 Y` .V I -�4 '•mac ��!1 NI:.,,-J 1 ^:t4,. - iYe jiID ms° 1 UAL:IFICTiOJN ::Tin rr3-• .._••••.:,.., ,_ ..ono. :4 , .,,,.,. . " w ,:.,..:_n=<;....„_:..c.,1 ::.; '!,11145,-,.. _Pti......-,.-%, . .\=.-.1 • , .. . .1.._:,,,, ,. . • .. ,_._,, , 1... - . ' ..• , LL 44'AN.'• , '....;.e.o.,.....tsr.4 4 vit.A&T.""...*:'.. '••'. ',-41:T• •• T• - '..49; -i...J. .,..2e....N.,,, "...,,,:, 4-4:7::. ...'. 41..."•.RE • ...! . . • IREME ....,..+_ .r w. • .w•r I. • ,•� f tom- . `V M 4 5 +�_ :•' p :� tr t �I 4. v' ;-•'- r.'• 1 ,2 APFENEIX A Solicitation No: Solicitation Title: RFQ 2015-211-KB Architectural and Engineering Design Services for the North Shore Open Space Park Project Procurement Contact: Tel: Email: Kristy Bada 305-673-7000 Ext. 6218 KristyBada @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:Calvin, Giordano&Associates, Inc. No.of Employees:307 No of Years in Business:78 No of Years in Business Locally:78 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:None FIRM PRIMARY ADDRESS(HEADQUARTERS):1800 Eller Drive, Suite 600 CITY:Fort Lauderdale STATE:Florida ZIP CODE:33316 TELEPHONE NO.:954-921-7781 TOLL FREE NO.:N/A FAX NO.: FIRM LOCAL ADDRESS:1800 Eller Drive, Suite 600 CITY:Fort Lauderdale STATE:Florida ZIP CODE: 33316 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Shelley Eichner,AICP ACCOUNT REP TELEPHONE NO.:954-921-7781 ACCOUNT REP TOLL FREE NO.:N/A ACCOUNT REP EMAIL:marketing @cgasolutions.com FEDERAL TAX IDENTIFICATION NO.: 65-00113869 The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information,applicable licensure, resumes of relevant individuals, client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2015-211-KB Appendix A — Page 1 1. Veteran Owned Business.Is ro oser claiming a veteran owned business status? YES ✓ NO SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposals must disclose, in their Statement of Qualifications,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns, either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. NOT APPLICABLE SUBMITTAL REQUIREMENT: Proposals must disclose the name(s)of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposals must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. See Tab 2, Section 2.1 (Page 58-77) SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title, 3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation.Has proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an .ublic sector agency? YES Q NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that-led to action(s). 5. Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Statement of Qualifications, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. None 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code")and submit that Code to the Procurement Division with its proposal/response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfi.govlprocurement/. See attachement at the end of Appendix A 7 "F.3 7. shall be required to pay all covered employees who provide services pursuant to this Agreement,the hourly living wage rates listed belew4 • Commencing January 1, 2015, the hourly t - --. . .. . - • . . - . •- . . . . . .. of same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this bid,under which the City may,at its fines, as provided in the City's Living Wagc Ordinance, as amended. For further information about Living Wage requirements, 8. _ •• .: .. calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005 3491 requires certain contractors doing business -. ••• .. .. Beach. A- Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees'? YES ND 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 N9 rT - •- .- •- . - 0. .• . .•: . •_ _ ._ - - - --- benefits not already specified. Note: some benefits are provided to employees because they have a spouse or partner, such as medical insurance. BEAD Firm Provides for Firm Provides for Firm does not Employees-with Employees with Provide-Bene€it uses Domestic Partners t4ealt# 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 arc no insurance 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 M asurcs :_ - . . .• - . . • RFQ 2015-211-KB Appendix A— Page 3 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, Statement of Qualifications,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt < Addendum 1 S Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 5 _ Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 5 ea__- Addendum 5 Addendum 10 _ Addendum 15 If additional confirmation of addendum is required,submit under separate cover. �.vJani liw\iai�.li_. •l.�- _ - DISCLOSURE AND'DISCLAIMER'SECTION' " • The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk.Proposals should rely exclusively on their own investigations, interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2015-211-KB Appendix A — Page 5 _ , • _ _ .PROPOSER CERTIFICATION' ' I hereby certify that: I,as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Re.uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Shelley Eichner,AICP Senior Vice President Signature of Proposer's Authorized Representative: Date: September 30,2015 State of FlOri•dcl ) On this 30 day of Sept. ,20(3 personally appeared before me5herrer E.A.chnwho County of t3rowa rd ) stated that (s)he is the 5 r.V;« Pr's;d.rst of Ca r vi n. Giordone 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: C4rrei &14 Notary Public for the State of Ffor i ctq My Commission Expires: '•h¢+ ANNA B.ERNST Commission#FF 028322 %441.412.01� : Expires July 25,2017 s.t.a Thu Troy Fain Ins/as.M1415.7019 RFQ 2015-211-KB Appendix A — Page 6 i `! ,2 APPENDIX A - 6. CODE OF ETHICS �', Calvin. Giordano 8 Associates, Inc. ', r 4EXCEP110NA ` SOLUTIONS CODE OF ETHICS POLICY I.STATEMENT OF POLICY It is essential to the proper conduct and operations of Calvin Giordano&Associates,Inc.(CGA or"Company")that employees be independent and impartial; and that when such employees are serving in governmental positions as public officers and/or as governmental or Company representatives, that such positions are not used for personal gain or in any other manner which raises a potential,perceived or actual conflict of interest.The public interest,as well as the Company's reputation,requires that CGA establish standards for the conduct of all CGA employees, regardless of whether such employees serve in the public or private sector,to avoid situations where conflicts of interest or unethical behavior may exist or arise. _ It is the intent of this policy to implement these objectives of protecting the integrity of CGA and its governmental clients,and of facilitating the recruitment and retention of qualified personnel by prescribing restrictions against conflicts of interest without creating unnecessary barriers to public service. This policy provides for transparency in CGA's Exceptional Solutions and services, and to otherwise increase the public's confidence that the highest standards of conduct are practiced in relation to all vendors/customers and potential vendors/customers of CGA and its governmental services contracts.One aspect of this policy is referred as the"No Gift Policy," . which is intended to avoid even the appearance of a conflict of interest when doing business with vendors/customers, subcontractors, subconsultants, and lobbyists or their representatives. The "No Gift Policy" prohibits gifts of any kind, regardless of value,to any CGA employee in connection with or related to the employee's position with the Company,and/or directly or indirectly related to the services provided by CGA. In the event such a gift is received, employees are required to return the gift whenever feasible and when not feasible the gift must be reported immediately to the CGA Human Resources Department. This code shall serve not only as a guide for the official conduct of CGA employees,but also as a basis for discipline of those who violate the provisions of this policy. It is further declared to be the policy of CGA that employees who serve as public officers under a Governmental Services contract,are considered agents of the people and hold their positions for the benefit of the public.They are bound by all state, municipal,and other local government rules of ethics and conduct to uphold the Constitution of the United States and the State Constitution and to perform their duties efficiently and faithfully and in compliance with federal, state and local laws. Accordingly,CGA employees who serve as public officers must be familiar with,and abide by any and all ethics or other rules of conduct particular to their positions, including but not limited to those provisions of Title X, Chapter 112, Florida Statutes, "Public Officers and Employees;Part III: Code of Ethics for Public Officers and Employees,"which pertain to the administration of their duties. Such officers and employees are bound to observe, in their official acts, the highest standards of ethics consistent with this code regardless of personal considerations, recognizing that promoting the public interest and maintaining the respect of the people in government must be of foremost concern. II.DEFINITIONS A. Breach of the public trust means a violation of a provision of the State Constitution or this policy which establishes a standard of ethical conduct, a disclosure requirement, or a prohibition applicable to public officers or employees in order to avoid conflicts between public duties and private interests. B. Business associate means any person or entity engaged in or carrying on a business enterprise with a public officer, public employee,or candidate as a partner,joint venture,corporate shareholder where the shares of such corporation are not listed on any national or regional stock exchange,or co-owner of property. C. Business entity means any corporation, partnership, limited partnership, proprietorship, firm, enterprise, franchise, association,self-employed individual,or trust,whether fictitiously named or not,doing business in this state. f Calvin. Giordano&Associates. Inc. c x ' u CODE OF ETHICS POLICY D. Conflict or conflict of interest means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest. E. Corruptly means done with a wrongful intent and for the purpose of obtaining, or compensating or receiving compensation for,any benefit resulting from some act or omission of a public servant which is inconsistent with the proper performance of an individual's public duties. F. Gift,for purposes of this policy,includes that which is accepted by,paid or given to an employee or for the employee's benefit,for which equal or greater consideration is not given within 30 days,including: 1. Real property. 2. The use of real property. 3. Tangible or intangible personal property(i.e.food,candy,event tickets,not limited to dollar value) 4. The use of tangible or intangible personal property. S. A preferential rate or terms on a debt,loan,goods,or services,which rate is below the customary or market rate and is not either a government rate available to all other similarly situated government employees or officials or a rate which is available to similarly situated members of the public. III.POLICY AND WORK RULE SOLICITATION OR ACCEPTANCE OF GIFTS.— No CGA employee, including employees of CGA serving in a Governmental capacity, or acting as a public officer providing Governmental services in his or her official capacity, shall solicit or accept anything of value to the recipient,including a gift,loan,reward,promise of future employment,favor,or service,not limited by dollar value; based upon any understanding that the service CGA provides, official action, or judgment of the public officer, would be influenced thereby. To avoid even the appearance of impropriety, CGA employees shall not solicit or accept gifts, loans,or any other benefit of any kind, regardless of value, from any actual or potential client,vendor, customer,contractor, subcontractor,consultant,or subconsultant of CGA. CGA employees shall further avoid soliciting or accepting money from any other CGA employees, regardless of position, for an employee's personal benefit, where there is a potential for such other employees to feel pressured or coerced to provide such money. UNAUTHORIZED COMPENSATION.— No CGA employee or family member of the CGA employee, including employees of CGA serving in a Governmental capacity,or acting as a public officer providing Governmental services in his or her official capacity; shall, at any time, accept any compensation, payment,or thing of value when such employee with the exercise of reasonable care, should know, that it was given to influence any action in which the employee was expected to participate in his or her official capacity in breach of the public trust. MISUSE OF POSITION. — No CGA employee, including employees of CGA serving in a Governmental capacity, or acting as a public officer providing Governmental services in his or her official capacity shall corruptly use or attempt to use his or her official position or any property or resource which may be within his or her trust,or perform his or her official duties,to secure a special privilege,benefit,or exemption for himself,herself,or others;in breach of the public trust. CONFLICTING EMPLOYMENT OR CONTRACTUAL RELATIONSHIP.— No CGA employee,including employees of CGA serving in a Governmental capacity,or acting as a public officer providing Governmental services in his or her official capacity,shall have or hold any employment or contractual relationship with any business entity or any agency which is subject to the regulation of,or is doing business with,an agency of which he or she is an officer or employee,excluding those organizations and their officers who, when acting in their official capacity, enter into or negotiate a collective bargaining contract with the state or any _ _:'n' ? '3 15 r -`i Calvin. Giordano &Associates, Inc. 1' , EX ` E " TIoNA ` SOLUTIONS CODE OF ETHICS POLICY municipality,county,or other political subdivision of the state; nor shall any CGA employee have or hold any employment or contractual relationship that will create a continuing or frequently recurring conflict between his or her private interests and the performance of his or her public duties or that would impede the full and faithful discharge of his or her public duties.This shall not prohibit an employee from practicing in a particular profession or occupation when such practice by persons holding such public office or employment is required or permitted by law or ordinance. DISCLOSURE OR USE OF CERTAIN INFORMATION.—A current or former CGA employee,including employees of CGA serving in a Governmental capacity, or acting as a public officer providing Governmental services in his or her official capacity, may not disclose or use information not available to members of the general public and gained by reason of his or her official position, for any improper purpose or for personal gain.. CODE OF ETHICS POLICY ACKNOWLEDGEMENT I hereby acknowledge that I have received and read the Calvin, Giordano & Associates, Inc.'s Code of Ethics Policy, and understand that I must abide by the policy as a condition of initial and/or continued employment,and any violation may result in disciplinary action up to and including discharge,in the sole discretion of the Company. I ALSO UNDERSTAND THAT THE CODE OF ETHICS POLICY AND RELATED PROVISIONS DO NOT ALTER THE"AT WILL"NATURE OF MY EMPLOYMENT OR OTHERWISE CONSTITUTE A CONTRACT FOR EMPLOYMENT FOR A SPECIFIED DURATION. SIGNATURE DATE WITNESS DATE 19 4 . .... , ..... . .. :-.'- • „r . .I) — -. • v •c4 - - , , ___ - ' #' -:2" • ,-• :".., :'• , 47- - .--■••• " 0.41L1...,• - - '..,- .•/:".-..0. _of•4 'z • ••• r ' ., ', •- -•••,-, "' — - • '' .1'... '''` ',:i 'l ;' - ''''''-' /,',0 ."1.':. ' , l' ■•-1 -,'"-P.Ort. -_-:• .." Ay,,, 1 r_.. ,..\ ,,, . ",■ii, 4.1.1. . 5.,,,.-1 --4 .---- _-• , -,--,%„.1...!,. .. ..;Iiie,j,p,,,,,/,.."-•"..„.""..V!Y.ki ,k.,-....:,.....N..,ilk",,,....,.._•, ,2.`it711,44,-.:„..'.-4.5.s. .:1:4. let <IL .---0,',,,. /-,,- 7.-- __.,--;---. - --'-',e.'• ,...0- -- --' - .- ,- r - tu:."--,- ,,, • ,-,-,,.. 1 --. ,.._ -, z ,2,-,:,--..'-,; ' , .., . -i. '1/..:..:44... ..... 4 ' . -' • f , . ■ n.,:„.. .r/../7 j. " :.-i s".,4,. ..7-*..'■:N' ...' , ' - — -7.- • ///4/'fr.' t, i ;4 / ..,..,;74-:::..„'. ...y, , ._,,,...., ,,, , . ,.... , ,.._- . --...4"" • 1 - , le. ,t,,,,.. . . .1-4,-,,-,--,. .: . d- . r, 2-010.._-----_,:— 1 ',14',0 .-- . - •' ; ., -t,,., •,,•„_. .= "AT• '', 4 _• . ....,..-._ 00,' o 1.- • , • '".ii? 'c• , t. e.,',.."-_-.., ,,,„- , ''`'' if?'''.- - P../ .....?:..1.:''',".‘,‘e, • ,' , 1" %., - ... I .., • ••• : --1., 4 . • -7-.-../.:•',::::7' ' -1 ' 013 ',,-1.-- 1" A- t, •• ',-,-‘1,•-2 -.\''s -.. A 'I ',f6if ,.- i?•,;:-,:-...- ..., . if;,- /,',.)gifj%t 0' 7.4 i -.'''''''''.'‘.. . r.• I '... , s",•---,ii,., ,i•.0,-------7:„..-„,/,4,X0(.,,, - „Iv ,, ,.../.• 1 , i , : r ,.i : • •• , .,. , 10.1. ;,.• , , •„/, 4, ,,,,,...., 5 , , , , P j/ .--,_ p e ..,-;It . ,.. :'- ...,,,,i 1r c• . ..,i„c•i7.. if i i s•,,7,.!, .. Vt •• ,,,. I t . T t ,. • • if i-"'•Vit '' /1 i .l / ; . ' • .'.. ''',„.4:,,,,-, .'4, jt ,,"*...,4 i, y ,fi •,, ...' •,...A.t.,1 e 4.0 fr,' • .: x \ , • • ,•,„ ,, , \ , , .\• ' A ,, ., .,... i ,..4t,,,..-;././. -. .`",,,,,t.' -' 4.■ ii,, ii.a ,,ft4,#'0 'i 7 ii I 2-'4 ' ' ''' t/'/ . ' . • ,41-•:". ..''''..i.:1\IN\‘ ...„ . •-,...":: •),7 .:-41., sl .7s".- ,...ti. ;4- . -‘„„1..?,,:r.---/ /. ,-',.. , 1,' ' d . .. iv- . '4,1. ( = ''4-• li ••• ' .'1.1 •1 -__0;-.r,--//• 7 , ........-' I.-ill t/ ••li. , , 4( /P.,1 ,, ,,,..._ A. .i ir.•, '...k,.. • :-.• ..;.;-k ,,,,,,,„,, , ' -,, .. /fr., . , % - „ ..m„1.- • , r .... , , r.........4, , .1 I (A ?'Vi'/4 ..'21,1.;kee."4 ".;.t'...'4 • 4 c,..lit 4. ;,r: . t-, ' '-fr /1. . '1 • I,:I,:i . t! ' I i . ,,,,• ,,:'•r.-. 4.•.-.-.w :.7! ,,.. , .s.-+-• •,k .4 ,', , I r'L 1 7' ' i i edi 1 6 -41, • -.I .' 4 ...../N.'2.1,...„.■•f i. , •• 4„..... , : ii.%.40; Al r pi., ,•■ :. !,./ / . , . \ ir I r 6 7. -!:- 1.-: '''1.1,{.'''' - ", 7,,,, ,• , -'. if q . 4 -, ., yi . li •k: , - '•,: ' I , ' - , -, .,,:i,...,,.#,_- , ..4,- , ,, re,/ ••■••■,1 . ,ii. ,, ',,,r,; " 4.1 / 1. ' . __, .., ,,,,,, ,.. ,...,./r, i . • • si ''.■-' 'i ../ ./.jf I.:*': :: I .' r: if :, N ..-.7 .,1 1 Y . , ' ; - ' .1. i ' ii 1 e ii•./,, . . ,. . . - , , • p,..;•• ' f - - ' ''' , , (...,' 1. ,1 -. ,,.• , - i.,. ,rdei,11, ' • i• i If 4 i : ,, '4.: 1,.', • -. -F/ •, . ./Kk. # , a 3, . • ' ' ll t ''' o' 0 i•r, • . 1 1,7' 1 i r I ,. ,$ . .,,, .!,i k i II • -I, /4A.,,•\ _,..-.,,:.„ : • .$ , i / II i i , . , . .. •.., . „..„ ,frr,.,, , , .. . .1, ,i ._ 4,,•••. c ,, 4,.. ■,■ i f4. , , /.■' ' . , ■ °1' , '. .. ' •rill . Al' , • . -I . . \ • - , q ,„ • • ! , 4 !.' , yhi, ,1 ; i !:1' , ' • , .. e l ,. •'' • ' 1, ' ,),i'of . ' •: I ,, .) , 4t Ii•, • , . i -• .-1.1r• ‘. , , . • \ . A i . , -; -, f 4 r i, ..: • • . •AN • • . . . . . . , I 4. .1,,• 4, . 1, . - • . • -. • I -I . .4.. ,■ ' ,, 1,-. . ih.,- .4 -'-' "i. •• , -- • -.,.1 • _ .•. ...• '• f . .4.• . .. .._ . ,. V J■ ....,. . . . le. , - 1 - --. . allr,41 as ....- • tfl! I!Iff 11 i!f!!:, :171!,,, 130# 1 4 .y, -,,t•I :".,:ig0--'f..1,.3,,, _ - se ow 1......14... ',,. -., ••••• .... .. ,, atm. ... 11 z•• ealallitl-M min ...t: J.; •••-- illa e:.. 1 . . -.... a .... I. " .- — - - ...-...K.w... ...... . -" i JraLaj I .•• , • .4 ••• . .. ..wkwa,,, .........--- ''' - 1 - _ .4"" Tiiii*T‘014 .. 1 _ _ ,.... _ . .. :4....,. . - r -.... -----2--.....,;,. >.... 101....______....... ......„.,..„„;-, ' - -.a.... .,.... _ .. ...,Air0; ....... , I 6:_zy.---/-_;.--,-------- _,.."'t ---__ - ,..,.._..._ , ,....„,.. . z,-............mm---....- . --...., . . • —., I ....-: '-'0■:_,.._,7.. -,- "" •• ummes ....d............ t--! 1 • ,... . . .............._ ______ .-- _•,,. .. . — --- , , . . i. --- t ' - -; : _ ... ,-- - - - .. - ' ':-‘:•••• '; ... ''' ,.,'-'-. .- e:.---." _,. - - ---' •!' i - -. •--' ' ' . '''•• '....--:-.'7'•' :. • •t .• • •' - - . . . . 7 •• •*0 ! ' ;*•-• •..--, ".•-- —4".7,--- , . ...4 , ,.....,4, ..4:.,., .. _ • :-.1 -: ' ..1:i .1. - _ . — :it ' :,;- ' .,.-.0i•o,4••-.;..-i-..'..:1:•:;,-;,..!:.,.. -4 ;; .... , _ - .....•,--..._,,,.;, •;.;-4.' '-'...• -. --' , ., .- ,,-;..r. -"'•• - -., _ . . .. ...I . _.••••:•-f-'4'.-.:z.''',',"''''..- ''' .•:.••••4,-.\,', `''' ''' ."-'-' —;' ••• .. - ., '''' ' . . . . . . _ . ., ."..""'''' : t•:--- ••' '.. '.'. ' :- .•4'.. . r 7'7 • •''''...,!....-".4.•'''''',-•j•,(1.x%., - ' 4: .-.4ileir" ''•■*''''i' .•'''''it:' 7'0', '-1171' ••:,. ..• ' ,..,.•'a - 1. ....;is.•:^r•' •..'••■4..' '' ''-^ ... '' .•4^'•''''' ' '' ' .- . . .,. . . - .,. , • "-- •• . ,r''-').. . ,:An"':;#14 . ''''''.'.".', • .7..•', . .._ • .LL ix .••' `.- ' • - .. Site photo NSOSP tcday .... ... , • c , . , •v . '• ,-,.. . . • -.- - ... .• - _ . . .. - . -- i • ''''. ; ' .,--s • •. ••...-..:..4.7v. • -•:, ■ . Y" .- TEAM EXPERIENCE 1.3. APPENDIX C1.2 - C1.3 MINIMUM QUALIFICATIONS REQUIREMENTS •�_ : PRIME CONSULTANT �, ,,. :.,,,, . CALVIN, GIORDANO & ASSOCIATES, INC. _ ( `i � •_. "iL- Has been providing engineering,electrical engineering,landscape architecture,surveying,and �,� construction administration services for over 15 years. Similar project completed during our history =(C g P of providing these services includes: z 1. Weston Library Park . 2. Weston Peace Mound Park ' 3. Bay Harbor Islands 92nd Street Park 1 4. Bay Harbor Islands 98th Street Park - S. Weston Tequesta Park !• 6 Oakland Park Station T 7. Dania Cove Park i : •: 8. Sombrero Beach Park , -. ., ; 9. Eagle Point Park __ _ • 10. Gator Run Park 11. Rolling Oaks Park—Pedestrian Trail Project 12. Lloyd Estates Sustainable Pocket park 12. Peace Mound Park "'~'•'' . �Z. 12. Middle Beach Recreational Corridor For over ten(10)years,we have partnered with SYNALOVSKI, ROMANIK,SAYE,LLC(SRS)and with 1 411-^ y Saad El-Hage Consulting Engineers for the provision of restroom,concession,and ancillary buildings a and facilities to many of our park projects.-.• .'S•j4 CGA has been professionally certified by the State of Florida Department of State for over 30 years, •• V PARK •:. ' since June 27, 1985(M17373) -Refer to page 19 for the Certificatie of Authorization. Likewise the Project Lead Landscape Architect,Tammy Cook-Weedon,ASLA, RLA LEED AP,has over 27 years of professional experience and is a Registered Landscape Architect,with the State of Florida,License No. 1328. -Refer to page 21 for the certification document. Working alongside her is Landscape Architect Michael Connor, RLA,ASLA who has 25 years of professional experience and is also State of Florida Registered Landscape Architect, License No. 1181. -Refer to page 26 for the certification document. 1 .3 APPENDIX C: r11UflMUM REQUIREMENTS C1 .1 State of Florida Department of State I certify from the records of this office that CALVIN, GIORDANO& ASSOCIATES, INC. is a corporation organized under the laws of the State of Florida, filed on June 27, 1985. The document number of this corporation is M17373. I further certify that said corporation has paid all fees due this office through December 31, 2015, that its most recent annual report/uniform business report was filed on January 14, 2015, and its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fourteenth day of January, 2015 CO t- if NA To 06# Secretary of State Authentication ID:CC-18.18120913 To authenticate this certificate,visit the following site,enter this ID,and then follow the instructions displayed. https:Nefile.sunbiz.org/certauthver.html 410 ]LIII.,i1J11d11,0 ASfIX:l1A. K. . % 19 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 0 BOARD OF LANDSCAPE ARCHITECTURE 1 - r#:• � u LICENSE NafeER i '..7,47411,1, ..:..ai C . i LC0000339 . .,. eii The LANDSCAPE ARCHITECT BUSINESS -ti.. �'-o'. Named below HAS REGISTERED 0_ . . , . Under the provisions of Chapter 481 FS. Expiration date: NOV 30,2015 CALVIN GIORDANO&ASSOCIATES INC -1 L UDER STE 600 FT FT LAUDERDALE FL 33316 tit V 11 fU113A State,- -6' ' ,cr-' ',.19 rida ........., ,..„, ,-. . ....: ,,,•,‘ .,...% 7 Boa o►`* µPr. ` SS1 � * :-..-2,u •. eers •ft as a , . .,�" . Ca t ,, t t -. ', - . tea nc 4,,--7 - . ' FBPE is authorized under the provisions of§ettie z +'_ "', ' ` -,4u , to offer engineering services to the public through a Prof essioc�ol i.ngineer a ` f - x' pier 471,Florida Statutes. x/2811017 %�, ,... ' ,.. . CA Li.No: Expiration: � s,, _ Audit No: 228201701757 +�`' 514 ' Florida Department of Agriculture and Consumer Services +4' ,' dii1 Midas of Ceasaoer Services License No.:LB6791 -j_ c.I Board of Professional Surveyors end Mappers Expiration Date February 28,2017 r-" g 2008 Apaiachee Pkxay Tallahassee,Florida 32399.6300 .> Professional Surveyor and Mapper Business License Under the pro*.isions of Chapter 472,Florida Statutes CALVIN.GIORDANO&ASSOCIATES,ESC 1800 ELLER DR STE 600 ..eAel . FORT LAUDERDALE,FL 33316-4211 ADAM li.PU'TNAM COMMISSIONER OF AGRICULTURE This is in testify that the proiraaoaal wveyar ad mapper whose same NW Wien ere doom show a beamed as reamed NJ Oscar s�z.Ronde fames. 1 .3 APPENDIX C: MINIMUM REQUIREMENTS C1 .2 :NST 'J T= s r-IAT LEED A P • , AAS ATTAi NED THE DES GNATON OF BD+C 71. by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED Green Building Rating System'". 10066306-AP-BD+C CREDENTIAL ID 30 MAR 2010 ISSUED 29 MAR 2016 ("ert4 frfa2" NIAL ‘r•C'^ rif7 GAIL VITTORI,GBCI CHAIRPERSON MAHESH RAMANUJAM,GEIC1 PRESIDENT STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 0 ll■:; 0 BOARD OF LANDSCAPE ARCHITECTURE LICENSE NUMBER '14. •'• • LA0001328 •14110.. :}h"..ji The LANDSCAPE ARCHITECT • , L Named below HAS REGISTERED -4 •• Under the provisions of Chapter 481 FS. Expiration date: NOV 30, 2015 COOK,TAMMY DAWN 1 32801 HIGHWAY 441 NORTH #267 OKEECHOBEE F1.34972 iri ftlf110A 21 SUB CONSULTANT-LEAD DESIGN WEST 8 URBAN DESIGN & LANDSCAPE ARCHITECTURE Has extensive experience in leading large-scale projects including urban master planning and design, landscape interventions,waterfront projects, parks,squares and gardens and a strong •UERT($/ALLAR'rA track record of working collaboratively with large, complex teams. Over the last 28 years,West 8 has established itself as a visionary leader with a team of over 70 architects, urban designers, landscape architects and industrial engineers. West 8 has completed over 100 urban parks and public projects all over the world. Since its inception in 2006,West 8 New York has built three a {` major parks/public spaces in three major cities(Toronto,Miami,NYC).All three of which have won multiple national design awards,and are now in construction on three public space projects that total tiw •'A over$300 million in construction value(Central Waterfront,Longwood MEG. GI Hills). Landscape Architect and West 8 design director,Adriaan Geuze,has over 28 years of professional experience and is a State of Pennsylvania Registered Landscape Architect,License No.002890 since 5 la I - 2010,2010,working alongside him is State of Florida Registered Landscape Architect,Jamie Maslyn fLarson(License No.6667052),who has over 19 years of professional experience. -Refer to page 23 for the certification document. • • •,. • +• Previous waterfront,urban and environmentally sensitive contexts that key team members have ,t T collaboratively worked on include: �r. • North Shore Open Space Park Vision • ti,sk r"::1�• "t !t --` • 87 Park,Miami Beach,Florida • Governors Island Park and Public Space Project,New York, • Fort Mason Center Vision,San Francisco • Tulsa Riverfront Competition, Oklahoma • Toronto Central Waterfront, Toronto, Ontario • Harbour Landing, Toronto Canada • Ontario Place Urban Park and Waterfront Trail, Ontario, Canada • Malecon Public Space Design.Puerto Vallarta,Mexico • Parque Rio Cali. Cali, Colombia • Playa de Palma Masterplan.Mallorca,Spain • Port of Pasaia Waterfront Masterplan Competition.San Sebastian,Spain • West Kowloon Cultural District("WKCD")Park, Hong Kong • Borneo Sporenburg,Amsterdam, The Netherlands • Silvertown Masterplan,London, The Netherlands • Surfside Beach Path and Beach Access Master Plan • Miami Beach Convention Center public space and urban design • The New Hondsbossche Dunes, The Netherlands • Rebuild by Design Competition, The Blue Dunes Proposal, Eastern Seaboard, • The Giving Delta,Lower Mississippi River Delta • Miami Beach SoundScape Park, Florida I L iT REGISTRATION FL � �r1Tp STATE OF FLORIDA y�� DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ` n1 •°` BOARD OF LANDSCAPE ARCHITECTURE (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 LARSON. JAMIE MASLYN 610 WEST 138TH STREET APT 2 NEW YORK NY 10031 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and " a., STATE OF FLORIDA Professional Regulation. Our professionals and businesses range ,'•`1 L,r :RTMENT OF BUSINESS AND from architects to yacht brokers,from boxers to barbeque restaurants, PF. ,,'ESSIONAL REGULATION and they keep Florida's economy strong. LA6667052 ISSUED: 11/17/2013 Every day we work to improve the way we do business in order to serve you better. For information about our services,please log onto REGISTERED LANDSCAPE ARCHITECT www.myftoridalicense.com. There you Can find more information LARSON,JAMIE MASLYN about our divisions and the regulations that impact you,subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is:License Efficiently,Regulate Fairly. We constantly strive to serve you better so that you can serve your HAS REGISTERED under the provisions of Ch 481 FS. customers. Thank you for doing business in Florida, Exprabon date NOV 30.2015 u311170002458 and congratulations on your new license! The Department of State is leading the commemoration of Florida's 500th anniversary in 2013. too For more information, please go to www.VivaFlorida.org. DETACH HERE RICK SCOTT,GOVERNOR STATE OF FLORIDA KEN LAWSON,SECRETARY DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION •• BOARD OF LANDSCAPE ARCHITECTURE 0 'di' 0 LICENSE NUMBER +�`.i�I, LA6667052 ,` 'a; The LANDSCAPE ARCHITECT Named below HAS REGISTERED ❑ T ��- Under the provisions of Chapter 481 FS. Expiration date: NOV 30,2015 LARSON, JAMIE MASLYN 333 HUDSON NEW YORK NY 10013 , VIVA FIORIOA ISSUED: 11/17/2013 SEQ# L1311170002458 DISPLAY AS REQUIRED BY LAW ,::5 23 1.3 C1.3 CGA RECENT ENVIRONMENTALLY SENSITIVE RELEVANT PROJECTS (LAST 5 YEARS) !� ' PEACE MOUND PARK,WESTON,FLORIDA: CGA• • Designing around an environmentally sensitive and archeologically significant site ""i — r • Working closely with the community for acceptance and design approval • Protecting over 150 existing native canopy trees and palms .' I • Upgrading the site to meet current ADA accessibility standards \'` if • Extending the City's adopted branding into the park's design ..,( �" -y- _ `• • Expanding the programming of the park to accommodate more users _ • Developing view-corridor strategies for police surveillance and safety • Production of construction documents _ , DANIA COVE PARK,DANIA BEACH,FLORIDA;;CGA • An archeologically significant __ �!\ • Design includes waterfront element to improve park usage and accessibility „7 �s, ' , • Environmentally sensitive approach to enhances and protects the sire's natural assets s, w* 1 r • Involved close coordination with the County and State on gaining approval for the —e �(� site design,and closing out the grants and permits. '";�'' i • Responsible for the design right up to the production of construction documents --'}'" L ROLLING OAKS PARK,MIAMI GARDENS,FLORIDA;/CGA _ • Protecting over 80 existing mature native canopy trees • Designing strategies for connecting the park to the surrounding built context - - • Increasing the safety of the park through selective program siting,CPTED, - . 1 defensive space design strategies, and view-corridor strategies for police surveillance f-- ,.... 1 , -- s • Upgrading the site to meet current ADA accessibility standards .aftuitoof. ,Ami+okL • Extending the City's adopted branding into the park's design _ • Expanding the programming of the park to attract more users .� � • Provided design,construction documents and construction administration services ..... r 'r MIDDLE BEACH RECREATIONAL CORRIDOR,MIAMI BEACH,FLORIDA//CGA --.7 • Design and permitting for an on-grade,ADA-accessible 2-mile paver walkway that e- will support pedestrian usage ,�„ `+' * • Environmentally sensitive site and turtle nesting habitat involved design challenges - f - to ensure protection of dunes and dune vegetation and local flora and fauna while 4- ,,,f' also providing an improved public realm on the water's edge 1 1 -,y" _, • Involved extensive public outreach,branding and site design,coastal engineering, YF "ft. 01,NOW*VA'''.,e Pc"- k dune planting plans,lighting design,and bidding and construction administration I ; LLOYD ESTATES SUSTAINABLE POCKET PARK,OAKLAND PARK,FLORIDA I/CGA __ • Green sustainable project consistent with the sustainable values of the City "' - ; -, '1 • Integrating CPTED and'Defensible Space'design strategies without over-burdening :7 s the design quality,from conceptual design through to construction phases 4` • Extensive existing vegetation inventorying and arborist services to determine quali•... ' ‘t'l a i 3 , I - of existing conservation potential ty , • Coordinating with mass transit to ensure that the design would work in concern to I City-effort for Complete Streets and up-graded urban qualities 1.3 C1.3 RECENT ENVIRONMENTALLY SENSITIVE RELEVANT PROJECTS (LAST 5 YEARS) NORTH SHORE OPEN SPACE PARK VISION,MIAMI BEACH,FLORIDA WEST 8 .j . ,.... ._ From December 2013 to February 2014,West 8 prepared design ideas for the 14 ha. Open Space Park(NSOSP) in Miami Beach,though existing '° "" (35 ac.)North Shore O P P ( g consulting work with Terra Group.West 8 met with City of Miami Beach Staff to '-'' - ".: • discuss priorities,issues and goals.As requested by the City,West 8 prepared ideas for _ •.: ,•- T, a .. _ overall park improvements with consideration of the manner in which the City owned --.1 ' wned ' ''t '' , -- parcels west of the park might be developed.With City Staff input,West 8 distilled ' the design ideas into five broad recommendations to simultaneously enhance ecology, N, improve safety and broaden programme,which lead to the current vision for NSOSP. = '" MIAMI SOUNDSCAPE PARK,MIAMI BEACH,FLORIDA;/WEST 8 s — • Designed to serve as Miami Beach's"outdoor living room,"Soundscape is a ��'_ geographical hub from which civic,cultural,recreational,government,tourism and `'a leisure activities radiate. Design Lead/Prime,West 8 was tasked with designing -t - - -._..`' a"world-class" urban park that would support a host of programmatic demands. - - thi,. The team enlisted a combination of design study,client dialogue and public input ,_ ' and budget analysis,refining the park's program right through to Construction ti ;t. Administtation to provide maximum flexibility whilst minimizing hard surface area. " _:,:;:. '.. . GOVERNORS ISLAND PARK& PUBLIC SPACE,NEW YORK,NY/I WEST s West 8 in the role of Prime Consultant/Lead Design, has lead a talented and _•.gft, ' visionary team from the early competition phase, through Masterplanning,and 7' •the completion of Phase 1 in 2014 and soon to be completed Phase 2.With a :� "' project budget of$130 million for both Phases,the West 8 Team has delivered a R =.z -xy spectacular new public park, in the middle of New York Harbor,on time and in _ w=.ai "= � budget.West 8 was responsible for leading the design vision,all client meetings \ - s �� and coordination,all sub consultant coordination,quality control,public outreach = � and producing all visual materials and deliverables from Masterplan through to CA TORONTO CENTRAL WATERFRONT, TORONTO,CANADA lI WEST 8 '� " '' West 8 is leading the design and construction, in collaboration with a local ,z design firm,of an ambitious Masterplan,completed in 2006, to deliver a new waterfront space for Toronto.The project is being built in phases with Phase 1: the _ . — wavedecks completed in 2009,and Phase 2: Queens Quay opened in June 2015. `--.z. � — The$500 million CAD,Toronto Waterfront project is a new destination for the -- -- ,... citizens of the City and provides a connected Waterfront for Toronto's diverse ME — --mmummi-...._ . neighborhoods.West 8 was responsible for delivering all phases of the project. MIAMI BEACH CONVENTION CENTER,MIAMI BEACH,FLORIDA 1/WEST 8 i s?. '4-'4 West 8's vision for the renewed Convention Center District adds 12 acres of new < . —. public spaces to the district,creating a"green civic heart re-stitching the .,`.- { j Convention center to its neighborhoods.Working hand-in-hand with city staff and I '`x•.+° ' community stakeholders,West 8 has transformed the Convention Center's existing 5.8 "' ,'J. . ' ' s`. ' acre truck staging and parking lot into a new world-class public park.The Park offers .' .�y�_` ,• - 'Iy ?.,• 35%net reduction in asphalt and building area Anticipates sea level rise by lifting the >>�` ! ,E •,. ,>; topography so that tree roots are not affected by brackish water and adds 404 new trees \ji to the entire district(236 shade trees, 168 palms). Protecting 46 existing site trees. CGA STAFF 1. ?CI7NS'� REGISTRATION RICK SCOTT,GOVERNOR STATE OF FLORIDA KEN LAWSON,SECRETARY DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE 0 ili:s: "0 • WC LICENSE NUMBER I I.7 ' LA0001181 .� Y The LANDSCAPE ARCHITECT 'J'��-I,'-�ii ' Named below HAS REGISTERED °' Under the provisions of Chapter 481 FS. Expiration date: NOV 30,2015 CONNER, MICHAEL D i 1601 N.E. 18TH STREET F t FT LAUDERDALE FL 333053425 alt % -� + ., • tatø °v4'- - �Y,q�ri a ._ . Board < _ rofessional ' veers ^•;tom- �./ft sts tfaat 11 {.jr0 0 N t.i A M I_.....�/.'0[[y ..■..s Yom' "'TTT 4FBPE ,.. .-,-.7-ri ),,,,' ,;„;,_ ,- . ‘ , , - . .f.,,, ` - i.,. /. .w;• R)�'" L 111(I)::. ,- O I. Is licensed as a Professi _-'.'F;it ' - `". 1 a ter 471, Florida Statutes Expiration: 2/28/2017 ' - 4 ' `, v P.E.Lic. No: Audit No: 228201719240 61881 tat ° . : yi �'1 a Board t. -, ess1Q1r. -• 1 NA .. eers RT. , ._ii . ‘.., "•1' �• '� !,\ FLORID\110 SRI)(II .. . -_1:0,0��.. -,.:: ' • Is licensed as a Profess ..�';:-. ..44101.":-. ter 471, Florida Statutes rr ` ...,...,,c12.•-` .1 r, s Expiration: 2/28/2017 P.E.Lic.No: Audit No: 228201725927 T 47506 Stat$ ; : :: F* rida Board[ cl'' Professional Etas.., eers 1� ' ' Oµzro- Attests that a Parr Angelo` Figurella:;AD..E. -----y_ =.7�ps+Y-.. � !. • ; IIUKII)\Itu\KI)t)t ... • ;:::;__g..5,:a ..�ft r1-.- ,►r * i Is licensed as a Professibp `':-` "tie ;ter 471, Florida Statutes Expiration: 2/28/2017 t=-'-' :T � P.E.Lic. No: Audit No: 228201726909 �D 54795 Sta ;LFlc. rida ..,..„. .... Boar c Pr _ fessional E y eers Attuthat�{ /.4 Da ., t �f' :I i - ro ,,arn: 'D .E. A' t '� = =v— ' FBPE t. • i �`+t-. .� —_' ••�j FL KIO\Ia)\KUUI *• + FC..*`q. At.�'F..- .• • 11 *..w Tv\i Ivamtue ter,°° G4-A.... * . Is licensed as a Professl,.1 ..ill Ifs.ir ' . .• •fr;, ...ter 471, Florida Statutes Expiration: 2/28/2017 r' `=''` f xP• �,('0� ,�g,,,.%� P.E. Lic.No: Audit No: 228201731044 wT _ 75507 tat r i a ,w4. ,„.4 ,. ,.,, Board Professional E eers isi - Ait-ests that - i'.%.0 d ki nu J. Docu • , P FBPE ,•.. 13r \I' FIUKIUA R4) KUlu -Is licensed as a Professi �)�I�' ter 471, Florida Statutes Expiration: 2/28/2017 Q il -1'`'c.- d1;', P.E.Lic.No: Audit No: 228201715913 UD WE 58594 490 «. s,'.,,.,- 27 _P.EEN BiJ LDING CERTIF!C.ATV)N 1NST,TUTE -P RTI P-■ES THAT LEEDflu ".may ..s 4,,; l~ ., ,, 4 t b.) GREENHAS ATTAINED THE DESIGNATION OF ASSOCIATE 7 r x, �- r by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED® Green Building Rating System'". 10785258-GREEN-ASSOCIATE CREDENTAL'D 09 MAR 2015 IES1 EC (?aq vz. 09i MAR 2017 VALID r-iROVGi; GAIL VITIDRI,GBCI CHAIRPERSON MAHESH RAMANUJAM,GBCI PRESIDENT n = U.3 NC;CETIF \Fri'Tn = ; LEED APT-US ATTAIN:1J' ma DES GNAPONI :.>•" BD+C FDACCRF by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED1) Green Building Rating System—. 10216153-AP-BD+C CRECEMIAL 02 MAY 2014 SuED (D74:4 02 MAY 2016 WILID THROUGH GAL WTTORI,GBCI CHAIRPERSON NAHESH PAMANUJAM,DEC PRESIDENT V 7 W i 29 ' • j 1 ! t t t 1 ti b,. V U 4 U ..' • o U eet r .- h) §• ,r \ p -Pmi 1 o w w 0 NI%o= [ C T w � b 1 c ! „co 4) o) p fibI rv,z u r a •3 �' y yV - , ‘,7 J...gdp, Ca a.n, C.) w x E 30o v' p • V CI wi 3 N C Qi 0. 1::::11/(-4 �."" , J (1(n (4 .- v• , , ._. .:---:-_,.t,--,--. .,:-'.' S : ,• 4 ,r74 ,,e.: - - -. :a ....3). a: g � ''t HI 1 /` w m r 41 :i. L ti i(f Florida Department of Agriculture and Consumer Services LZ Division of Consumer Services License No.:LS4588 Board of Professional Surveyors and Mappers ' -':.., Expiration Date February 28,2017 2005 Apalachee Pkway Tallahassee,Florida 32399-6500 Ya' Professional Surveyor and Mapper License Under the provisions of Chapter 472,Florida Statutes STEVEN MICHAEL WATTS 2611 NE 50TH STREET LIGHTHOUSE POINT,FL 33064 G ' ADAM H.PUTNAM COMMISSIONER OF AGRICULTURE This is to certify that the professional surveyor and nipper whose name and address are shown above is licensed as required by Chapter 472.Florida Statutes. i at LEED AP B D+C GREEN BUiI.DING CERTIFICATION INSTITUTE HEREBY CERTIFIES THAT Sandra Lee LEED AP BUILDING DESIGN + CONSTRUCTION - F, t .S,i J _J December 22.2013 _ 10215598 December 21 2015 11-11 J GBCI The American Instituute of Certified Planners The Professional Institute of Il►e American Planning Association hereby qualifies Sandra Lee as a member with all the benefits of a Certified Planner and responsibility to the MCP Code of Ethics and Professional Conduct. Certified Planner Number:013627 Jul y- 1, 2003 PRESIDENT E\EC.TrrIVE DIRECTOR - \go 5 AZ' 61% 4..7°. U. i F ; �1 4C4 o il . ;a ; • 7 W \ L.;, t S .,,, W cl. 7. 1.,...-•-,- ) c 1 .Z.. F4 i,,,,....: ::\ 44 w `4 a L,.. 0 (i) .....,(ti C 1 d)." � oa =g D, z o 4 < E:3 Q C°�W ww< Fo(' z o 'r ?..... ii _., ,i` ! �Ew v k t' r - 04 W „.. g, Cd .t.<4 U A w � . 0 r E. (k o p V °a `' 1 Q N Sw .„ x «� 0 > Cg E O 0 4 �1 g• �F�e i o Q W w o N ilig U Q lrin 19 ■1:: it tiMi U9 T S 1, I p h= OFF / t.0 :' W A Vii;: 1 ' z w U U U 0,. •F ., l .. 1 r x r,. i v r = r � r ` �_�' wn'?�m.1r1;1 2,«'9ms.6a-. SHELLEY EICHNER HAS QUALIFIED AS A MEMBER AMERICAN INSTITUTE OF CERTIFIED PLANNERS JULY 1998 DATE OF,MEM3ERSHIP PRES■DENT C5.arc) EXECUTIVE DIRECTOR SAAD ELIA EL-RAGE REGISTRATION FL �� yam. _ ;-tate - .r-., l4orida,... Board of Professional E ,,-.:veers Attests that Saad Ella El-Wage Engipeers, I ,� FBPE jr` .mss, \ ,. p' '` 00:41...r, . - -.1 _.41 FLORIDA ROARDOi is authorized under the provisions of Sectio ^'.:c' ,, ,, ;-fltu , to offer engineering services to the public through a Professional Engineer, d '.---,..e, ; 'er: hapter 471,Florida Statutes. Expiration: 2/28/2017 z-�. �;f.i. --'� 4 CA Lic.No: Audit No: 228201700117 ��YD WL g801 Stat $;T- - iorida , ,....„-v Board of Professional Engineers Ow , Attests that : ..,��' Saad Elia El-Ha' - , P.; . yp i r FBPE ; Is licensed as a Profesgetonal Eng " "` , '4 hag er 471, Florida Statutes Expiration:2/28/2017 €S' r:;" .4 P.E./SI Lic. No: Audit No: 228201701612 SI ) '4wE 42550 965 SPECIA ECTOR ..,man.,'k -,:.irK ,, I _. 35 State of Florida Department of State I certify from the records of this office that SYNALOVSKI ROMANIK SAYE, LLC, is a limited liability company organized under the laws of the State of Florida, filed on June 25, 2009, effective June 25, 2009. The document number of this company is L09000062006. I further certify that said company has paid all fees due this office through December 31, 2015, that its most recent annual report was filed on January 14, 2015, and its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fourteenth day of January, 2015 10' Stu- -A ttr 16,4i■ 0-4140% Secretary of State Authentication ID:CC6319518335 To authenticate this certificate,visit the following site,enter this ID,and then follow the instructions displayed. https://efile.sunbiz.org/certauthver.html RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ,fi.r.1i,; OF ARCHITECTURE&INTERIOR DESIGN A- BOARD 4.4;:.f LICENSE NUMBER '' - t AA26001863 kt, c' Yn:,=, The ARCHITECT CORPORATION L s..7.-J— Named below IS CERTIFIED `..`y' Under the provisions of Chapter 481 FS. Expiration date: FEB 28,2017 SYNALOVSKI ROMANIK SAYE. LLC •I :!ti i1F I••n 1800 ELLER DRIVE,SUITE 500 • FORT LAUDERDALE FL 33316 .-4!-'' , I ❑V! °. • ISSUED: 12/23/2014 DISPLAY AS REQUIRED BY LAW SEQ# L1412230001855 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION fir;;;, BOARD OF ARCHITECTURE&INTERIOR DESIGN 4.7 " 8 4. LICENSE NUMBER 4. f. .. ', _ AR0011628 g,,. _"-''' The ARCHITECT 1 :. Named below IS LICENSED Under the provisions of Chapter 481 FS. Expiration date: FEB 28;2017 ❑.•4,V'4. ❑ SYNALOVSKI, MANUEL n....1 SYNALOVSKI, 1800 ELLER DRIVE SUITE 500 yy�J FORT LAUDERDALE FL 33316 ; �T"44+1„ ISSUED: 12/23/2014 DISPLAY AS REQUIRED BY LAW SEQ# L1412230001755 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE&INTERIOR DESIGN `' eiV4, LICENSE NUMBER t.X ., AR0015810 The ARCHITECT '" Named below IS LICENSED �`° ,,,i,* Under the provisions of Chapter 481 FS. Expiration date: FEB 28,2017 ROMANIK, MERRILLANN 1018 NE LITTLE RIVER DRIVE •• _-+rr�. MIAMI FL 33138 i•, ,� ISSUED: 01/06/2015 DISPLAY AS REQUIRED BY LAW SEQ# 11501060001319 .e '"..,;w,m,.,>.''''''.,i".- 37 r b.,t■-•I ..'..... OP. 4 is ir , •• .-.....-- i . ".„:"...cr. • . %... -- 1.i T' , , ., — --:- • • . * " ::••••tp -• \ • b• • • ' 1 -..1-'1' , . 1 '..• .....-AL-• . : : /107. -.0 . • ,,.44 ip j"... •, •' 4 Acillt11 .0 A i :. ,„. ' . :-:\ •, ,:idiww- t l'Ait '-' A. .e.• - 0 i `...% . g.._...b•'.'N' AL,I,f-'17- -=.° ? ...4 ',-.. , - '-'"; 1it'a-; 1. ' .! - '24'4:rs • 1 :' , •• ,,,I.. - ..- - ' :,-„,,, ,i5, i:-.1...-'s:=: '-'- =4:1._ - , ,, --,.: it, - --, - .." .. • • , ') , `• ' , 20 '; .. • ..... .: - ... ............, ..iii..1 c 4 . 1 : ,. .ie,s".‘1, . •r 0, --. ..'• - I., t i k , , • ,re . r.".‘ - i- 1 '•' I "4-," -: ‘ I: i ) i t • 1 . 10,..• , , , .,4 . __ .A. ' . • , ----1'-'---'--- t II. ili t • - . 11111 -L'-'41811Wtet ,, ■••-- ...._ ., ..4 _,L 1.4 1111111116410■&..... ell r _ pa-li..- --=._, -r• +.4. . I .9•111/ ....- -44c-+7 -..-_,....7.7,.. ' t . . ..-, ........• • ... •f _, ----.... ._--- — / . r ' 1111.- —_----- - 1 ..r.A,... • '..-C .. —-- " ! "fflii° 70,..7.7,.....„a , ..;.,-..;,,:-•.---) --•• •" '.... .-,..,..t. ,.. -..........___ If... .7....,%R. \\ "4 , le ,, . ..-vo k..,,,--- .....-- r - v 0 "4,444116001.... la.. .0. • 7.• .a' . i 40** i''' •• ' '''<.." . '44'1 - • . + , , •. , _ . .. , *V:"• 4.• ' ' .... ...r • - ' • _ ' / .4... - Ihilik V U.. P ... 116.... , t kiiiit i_ 4 L 4 --% I ■ 'w* lirt 4111111111b\ il ,...,. irk ..■'.. al ,Mexico / 4 -■. - . k , 1 riosi--irlfiri Ear*w.:�ir gars .', ,'.'A .07,7 e.Ari fib /� limas ismaitN/Lz- }� y :.1.'5 - — - / T _ ( •Afi---` y w t i ji'i�� � § gip A ` � . ySG P- 1 t.+Jf { �,• 7 _ .». _� - %� q�!� . iY _w- . ... . . 1 1 ©..__. , _ i:•._,, .. , ..1/4. ._ . ._,,.. ._.,.. ...., , „.. ' �s ri ® G •1 D R ;gin „. 'f^ .rG.. ........ai j• ,--....7,:„.„--,,..„:„,..--"3„,..,-...J ,•_ of-..'< � '�- `4J a >� _ F'in. �..�,. fie.. ._- T :••■ ".---"1” • r '•--- f s r ►-r.- vl ti r - �...-,jam". x �� '..s 4 .7 <II �T . 1 es: �y- _ igia J r*........:.. ,,te a • • _� \ .. .. ��.•' .. ='b ate...k� ` ( �.� ��.' `. ;•` -.�, .i T , - .tip • y PROJECT TEAM OVERVIEW X_ CALVIN GIORDANO &ASSOCIATES INC. • //PRIME CONSULTANT t 1� We began as a small,two-person surveying firm called M.E. Berry&Associates in Hollywood, r r Florida. Known today as Calvin,Giordano&Associates(CGA)we've grown dramatically,adding • :< new services,new offices and an incredibly talented group of professionals that have expanded our capabilities into an entirely new and dynamic business segment. Because of our diversity,CGA a r, can control the entire process,offering a host of professional services as a one-source partner, or efficiently tackle time-sensitive individual projects,providing customized solutions with • handpicked teams of highly experienced professionals.Custom building Exceptional Solutions is the core of our business. Active Waterfront Park,Sombrero Beach.FL WEST 8 URBAN DESIGN& LANDSCAPE ARCHITECTURE P.0 !i SUBCONSULTANT-LEAD DESIGN West 8 believes that design is not something that is imposed or imported onto a site. We will be starting with fresh eyes to learn about the people that live and visit here,the environmental conditions,and cultural/economic forces that influence and make this place unique.With this _ understanding of the project's context and its design sensitivities,the West 8 team will leverage its vast resources of creativity and experience to approach the Pittsburgh Botanic Garden.West 8 has found that the creation and realization of our landscape designs accumulates richness,meaning and beauty through inspiration,iteration of work,and commitment.Our design process and steps as explained further below,whether for a small garden installation or large-scale landscape, isn't limited to the early phases of the project or bound within the pages of a sketchbook.We are inspired as we listen to input at meetings,research a site's history,perform cost analysis,or review contractor's work on-site.We are experienced in the details so that ultimately our projects have Harbour Landing,Toronto Waterfront,CA a singular identity that performs to the highest standards.As a result,we have found that it is possible to mesh the functional,artistic,ecological and even spiritual in our work. r SYNALOVSKI ROMANIK SAYE, LLC (SRS) - 0 : -=- //SUBCONSULTANT-ARCHITECT SRS is a multi-disciplinary Architecture and Interior Design Firm providing professional services in the State of Florida since 1988. For the past twenty-five(25)years,SRS has served thirty-two(32) municipalities throughout the Stare.The SRS Team includes fourteen(14)design professionals. Their staff includes two(2) Registered Architects,two(2) Licensed Interior Designers,four(4) LEED Accredited Professionals(AP),three(3)Graduate Architects and three(3)Administrative Staff.While SRS team members are all experienced, talented professionals,what sets them above the mark is their consummate diligence,attention to detail,and thoroughness. Each project is respectfully treated and managed as if it were the"only project": from project analysis to pro rammin ,to master planning,architectural design,bidding, permitting,interior design, Alfred A.Ring Park,Gainesville,FL and contract administration.Whatever it takes, no matter how small a detail,the SRS team is unequivocally committed to satisfying,and exceeding,every client's expectations. NUTTING ENGINEERS OF FLORIDA, INC. SUBCONSULTANT-GEOTECHNICAL ENGINEERING Nutting Engineers of Florida, Inc.has been one of the premier geotechnical engineering firms in South Florida since its inception in 1967. Nutting's comprehensive range of services include geotechnical exploration and engineering including soil borings and groundwater well drilling, monitoring of pile installation,groundwork modification and chemical grouting procedures, � quality control/quality assurance testing of construction materials,structural inspections(special/ '' • threshold)of structures. a: Led by Mr. Richard Wohlfarth,PE,Principal and Director of Engineering,the Nutting engineering team has been involved in airports(including a multi-year contract for the Fort Lauderdale-Hollywood Airport),seaports,roadways,bridges,parking lots and garages,drainage Venetian causeway,Miami systems,city halls and municipal buildings,parks,recreational facilities,hospitals,educational facilities(K-12 and higher educational facilities) including auditoriums,stadiums/sports facilities, water and wastewater treatment plants,water storage facilities,courthouses,industrial parks, mining operations,shopping centers,residential communities,hotels,assisted-living facilities, high-rise condominiums and office towers,and communication towers. Nutting has maintained a qualification based contract with Broward County Board of County Commissioners continuously since 1987. SAAD ELIA EL RAGE CONSULTING ENGINEERS INC. ''" ��" 1/SUBCONSULTANT-STRUCTURAL ENGINEERING �J Saad Elia El-Hage Consulting Engineers, Inc.was established in 2001 to provide engineering services for multiple facets of the construction industry.Saad Elia El-Hage Consulting Engineers main venue of work is in structural building design and inspections.The company is 12 years old, (� 1 and its principal has over twenty six years(26)of construction design experience in South Florida. Designing diverse projects throughout the State,country and abroad,Saad El-Hage is experienced in most type of construction methods and materials.Designs include the use of conventional footings,grade beam,piling,reinforced masonry malls,Tilt-up walls,precast floor elements,flat " plate slabs,structural steel and most ocher methods common to the industry. Weston Library Park,FL The diversity of projects the firm has been involved with over the years cuts across the full spectrum of building types. Projects range in size from 10 story building to banks and warehouses.Our municipal project experience includes park buildings,police stations,public work and utility facility buildings for an extensive client list that includes the cities of Plantation, Pembroke Pines, Weston,Coconut Creek,Coral Springs, Dania,Margate, Hollywood and Town of Davie.Saad Elia El-Hage Consulting Engineers,Inc.strives to stay abreast of new information.The firm maintains multiple in-house computer systems to maintain innovation in structural design. PRIME CONSULTANT CALVIN, GIORDANO & ASSOCIATES, INC. (CGA) We began as M.E.Berry&Associates in 1937 and became Berry&Calvin in 1985.Twelve years later,the transformation was made to Calvin,Giordano&Associates,Inc.(CGA). From the beginning, much of our reputation was built on repeat business with clients from the public and private sectors. Our success is reflected in the quality of work we consistently provide and also in the personal approach we take with each client. The winning combination is affirmed by our large number of repeat/long term municipal clients.We focus on adding professionals and technology that address the needs of our South Florida customers instead of simply adding new branch office addresses. Founded in Hollywood,our main office is now in Fort Lauderdale,within Port Everglades. Today,our firm employs over 300 professionals who provide a broad range of services to meet our clients'needs.Our professional services include: • Building Code Services • Coastal Engineering • Code Enforcement • Construction Engineering&Inspection • Construction Services • Data Technologies&Development • Emergency Management Services • Engineering • Environmental Services • Governmental Services • Indoor Air Quality • Landscape Architecture • Municipal Engineering • Planning • Public Administration • Redevelopment&Urban Design • Renewable Energy • Resort Development • Surveying and Mapping • Transportation Planning and Traffic Engineering • Utility&Community Maintenance Services • Water Resources Management Taking advantage of our diversified staff's experience and knowledge is what distinguishes CGA as a professional consultant and what allows our team to repeatedly complete projects on-time,under budget and exceeding expectations while doing so. The firm's municipal experience in South Florida is enviable.We currently or previously served as consultants to many municipalities including Sunny Isles Beach, Bay Harbor Islands, Surfside, Medley, Bal Harbor, North Bay Village, Miami Springs, Miami Beach, Medley,Palmetto Bay,Weston,Pembroke Pines,Miramar,Wellington,Hollywood,Davie, Dania Beach, North Miami Beach,West Palm Beach, Riviera Beach, Lake Park, Lantana, Islamorada,and Marathon. PROFESSIONAL SERVICES LANDSCAPE ARCHITECTURE The Landscape Architecture Department has a unique blend of qualified professionals who provide a variety of interests and personal expertise as an underlay to our Landscape Architectural services. They are educators, community leaders, activists, volunteers, artists,designers,sculptors and LEED Accredited Professionals.This mix of talent allows us to provide our clients with holistic, well-rounded design solutions that, beyond /j considering all the functional and implementation-related issues needed to be resolved, 1 .- ensure a design product that,once built,will provide for longevity,experience,value and ' ---i; \� unique identities essential to establishing community branding.This is supported by our 1 I qualified,award-winning staff,including Registered Landscape Architects with more than 60 years of collective professional experience and by a strong team of supporting experts. CGA s Landscape Architecture Department has considerable talent and ability within its _4 S',k y+- 14 � •- ranks and has the resources of the company to provide all services - expected as well as unexpected - that may be needed during the course of any landscape architectural s•- ' • project. The Department has been able to successfully complete less traditional tasks, including applying for and obtaining grants to fund landscaping projects, such as two separate$50,000 grants for roadside landscaping for the City of Weston,and the City of Dania Beach's receipt of a$50,000 grant for median landscape improvements. Customer satisfaction is our primary goal, whether a project involves development or redevelopment,inspection,reporting or design,private client or a public entity.Our broad range of project experience includes: • Comprehensive plans • Grant application preparation and processing • Historic preservation • Hardscape design • Graphic design and presentation • Trail and open space design • Feasibility studies • Habitat restoration • Vegetative delineations and assessments • Arborist and tree mitigation services • Invasive exotic vegetation monitoring • Development of mitigation options with an opinion of probable cost • Wetland mitigation monitoring • Master Planning • Landscape and site planning • Urban revitalization • Greenway and streetscape design • Recreational facilities design • Environmental impact studies • Site due diligence • Environmental permitting and coordination • Natural resource management, Wetland mitigation plans • Wetland delineations and wetland functionality assessment M,,.LIF 43 CIVIL ENGINEERING Throughout all phases of a project,CGA makes a commitment to provide the utmost levels of quality control and professionalism.We take great pride in seeking mechanisms and means through which projects can be sustainable. Streets/Roadways CGAs roadway design experience ranges from small,two-lane rural roadways to large multi-lane highways and interstates.We work with the FDOT(Districts IV and VI)on re- grading, striping, drainage improvements, implementation of ADA requirements, turn- lane additions,widening,and median modifications,and public outreach. We have designed streetscape improvements for municipalities such as Doral,Weston,and Bay Harbor Islands.In addition,we have designed and permitted parking improvements such as the Dania Beach Park N Go,and the parking fields for Pembroke Lakes Square, Pembroke Gardens. Related services include: • Roadway design and permitting • Corridor Studies • Intergovernmental agency coordination • Roadway beautification projects • Design alternatives analysis • Lighting design • Parking lot design • Traffic calming measures • Pavement marking and signage • Parking supply and demand analysis • Emergency evacuation studies and planning • Roadway drainage design and permitting • Utility relocation design and coordination • Milling and resurfacing projects • Utilities in Redevelopment Areas Much of CGA's recent engineering experience has concentrated on the redesign and upgrading of utility infrastructure in Florida's older coastal communities.Understanding the construction methods and materials used 40 to 80 years ago in South Florida is critical to a successful project approach in these areas. Working in historic neighborhoods, we have successfully carried out design and construction oversight of the complete removal and replacement of existing sewer,water, and storm drainage systems together with new sidewalks and roadways - basically everything within the City-owned rights-of-way, plus coordination with the landscape and building architects for the new development outside the rights-of-way. Exhaustive research of existing conditions during the initial design phase uncovers many conditions which, if left undiscovered, can result in significant contractor change orders during construction.A good example is the prevalence in many older neighborhoods of Warrenite Bitulithic Pavement,a patented design popular in the early 1900's consisting of a thin layer of asphalt over a solid concrete base.Over the course of the last 70 years,many of these streets have been paved over,and without knowledge of this condition,what could be a simple bid item can turn into a costly change order in the field.Navigating these issues, along with older,substandard linework and drainage,and the ever-present Southern Bell concrete duct banks calls for the type of design expertise and historical knowledge that our team brings to a project. When the few unforeseen conditions do arise,our philosophy is to work diligently with the contractor and client to redesign infrastructure at a moment's notice.We understand that downtime on a construction site adds up to serious liability to all concerned. SURVEYING AND MAPPING CGAs team experience covers a broad spectrum of land surveying services. Our team has experience working with state,municipal,and private-sector projects. CGA has fully equipped survey crews which can mobilize within 48 hours notice. The Surveying and Mapping Division of CGA uses the latest technology when preparing surveys,including GPS equipment,automated data collection,laser scanners,underground utility detection technologies and a vacuum/slurry subsurface excavation system called the VaXcavator that exposes existing underground utilities.Operated by one of the field survey crews, the VaXcavator allows us to obtain subsurface horizontal and vertical locations required for design,in previously developed areas.Additionally,Hypack software and Odom sounders allow us to offer hydrographic surveying services.By integrating with our Trimble GPS units,the equipment creates a three-dimensional model of the water body being surveyed with tremendous accuracy and speed. • • It A typical roadway overpass prior to scanning with the ScanSation. The ScanStation captures an infinite amount of data,including millions of data points for everything visible to the eye,not just the roadway.ScanStation is more accurate,faster and versatile than conventional methods. Diverse capabilities for a wide range of needs The CGA Surveying and Mapping Division is equipped with staff who are best-in-class. Our staff consists of professional surveyors and mappers,CADD technicians and survey crews that perform the following: • Boundary Surveys • Topographical Surveys • Hydrographic Surveys • Route Surveys for Engineering Design QS,,ahn.6,., s-14k,a,.,Inc 45 • Utility and Infrastructure Layout • GPS(Global Positioning System)Surveys • Record(As-Built)Surveys • Sketch and Scan Descriptions Leica C-10 3D Laser Scanner In the past,detailed survey reports typically took 1-2 weeks,and several visits to a site. With the Leica C-10 3D Laser Scanner, survey scanning is significantly faster and can reduce the time by up to 50 percent. One Visit?a Full View,Hundreds of Photos Recognizing the value to our clients,CGA was among the first firms in Florida to acquire 3D laser scanning. Our staff can now scan virtually anything in half the time of conventional methods,with a level of detail never before available.The Leica C-10 3D Laser Scanner can take a virtual,detailed snapshot of a site including ceilings,undersides of bridges,elevated pipe racks,tall facades,columns,and towers-areas that were previously difficult to access. It collects millions of data points of all items in a 360°horizontal and 270°vertical field of view,allowing a full field of view.This eliminates an additional visit to capture data not covered in the original scope of work or the question of where a grade elevation was taken on an object.The 3D Laser Scanner captures all the items at once in a permanent record that can be filed,including hundreds of high quality photos and graphics or animations,from 3D to virtual walk-throughs of sites-ideal for redevelopment areas,client presentations or commission meetings.For added convenience,the survey data can be exported to whatever format our clients need,whether Auto-Cad,Mircostation,or other software. Trusted by Cities,Utilities,and the General Public Over the last 77 years,the CGA client base has grown to include land development clients, FPL,Florida Department of Transportation,Broward County Real Property Division,and many cities within Broward, Dade and Palm Beach Counties.Whatever the project, CGA goes to great lengths and depths to meet our clients survey needs. ENVIRONMENTAL SERVICES AND PERMITTING The diverse and in-depth work experience of our environmental staff provides us with a critical understanding of current local and regional environmental planning and permitting issues and the historic impacts that have affected the southeast region,as well as the adaptive strategies that will be necessary to address climate change and rising sea levels.CGAs multi-disciciplinary approach is reflected in the integrated partnership of our environmental department with the many disciplines of our firm. The integration of technical field skills,regulatory details and overall project requirements allows us to address project needs from inceptions to completion. Our environmental staff routinely coordinates details with owners,developers,design engineers,surveyors,as well as governmental agency.It is our goal to obtain reasonable, environmentally sensible solutions for our clients. Ecosystem assessments wetlands, wildlife corridors,endangered plants/animals,critical habitats,salt and freshwater marshes,cypress sloughs,mangrove swamps,lake and estuaries,coastal dunes and upland habitats. 4f �'4�i \� w '� \ ` / ' 'ice •¢. r A • if � ,••• Ir i; I 'I. 1 i•�,,4..iy • •O1 .,\1 p,.-:::'i , :. �` •w•ice i�,■ h'''' • • t, '� lih• ' 1' i.. a , . 4 V►a .. \ •`1' i ••f, ",%.•., , :.5. .�7r,y(• ''�i ,�•.•\\� - a \ICY '' y �f‹. s!f ,, ..= % rte,► J -•+..•• 4. C �� i\\` T . _ i t , .vT`S*l�Y -- L - 'art _ "'• ,r�i, ��11 r }L F?fl 4'I �•s .-�_ ` I wrV J1i rfrwr:R� 4j. r•r. •�! t ;'-'1. t• 'Jr \ .113'1 �l‘ , ` , .� . .'W�. "' ' r•,. 1 7 `ter+ w s !r . r ,( •�'� ,t1,-4-0:-....,....: -*,[•• u 1.x,,1, i t </ /_1 1, t FI V: $. k- .� 't `� / ; Yx — ' • :.t.; , .;ie. t4 1 �. . ' �' � ,, `a° > F t r fi a u• -1,•- '.; ^j/:6, e ,.�,>, 4k.'4 ` eii- - ,t- .♦vs�'a1�•a� aA,+ � '�..'X •-fL,f ' - � G J17,0, n i � ` _fl 'l:.?°;..s ' M ►1 r ,_ .j - �. . sue. s . - ' .. Ai4, t j -- -- -- - -- - — _ f.4. rte.- ' i k '/' -• y / i - ''� i t a ( lr ' 1, a 1 .y . ,r Y Ernerald Estate Park' - CGA x = • jurisdictional wetland(fresh and saltwater)delineations(USACE,SFWMD,FDEP) • Site development and feasibility studies • Develop new Comp Plan Conservation and Coastal Management Elements,draft plan amendments and conduct evaluation and appraisal reports.Develop new data, inventory and analysis • Environmental Impact Assessments • Design wetland mitigation projects,conduct monitoring and compliance reporting • Environmental resource permitting for land development(wetland impacts,lake excavations,dredge-and-fill applications) • Consumptive Use Permitting • Draft environmental land development codes • Construction Contract Administration • Grant Administration ELECTRICAL ENGINEERING The Electrical Engineering Division performs services under both prime contracts and where the division is a member of a design team. Prime electrical contracts include street,area lighting and power generation and distribution projects.Where services are performed under an umbrella contract including multiple disciplines, projects include Municipal/Utility Engineering where complete systems design for water and wastewater treatment plants, and pumping stations are performed; Land Development projects that include parks, sports facilities, streetscapes, irrigation systems, parking lots, and pedestrian trails;and Highway Engineering that includes street lighting,roadway lighting, pedestrian and bikeway lighting systems. Power generation and distribution projects include the design of natural gas or diesel engine-generators, automatic transfer switches, switchboards, panelboards, motor control centers, motor controllers including motor starters, soft starters, variable frequency drives and filters,power distribution including overcurrent protection devices, disconnect switches, feeders and branch circuiting. Associated computer programs used in these designs include generator sizing programs, short circuit calculation and coordination programs,voltage drop programs and arc flash calculation programs. CONSTRUCTION ADMINISTRATION/INSPECTION CGA has an outstanding in-house Construction Engineering Inspection Team with the training,certifications,and experience to handle any roadway,bridge,building,park or utility construction project, including urban roadway reconstruction, rural widening or resurfacing, fixed and movable bridges, drainage, lighting and signalization, as well as landscape installation/relocation inspection and maintenance monitoring services. In addition, our team possesses the expertise to assist with numerous specialized construction services such as constructability reviews, traffic control plan analysis, environmental services, public information, survey, utility coordination, schedule and claims analysis, innovative contracting method recommendations, value engineering proposals, and innovative, project-specific special provision development to address unique technical or administrative aspects of a project. The CGA Team possesses keen awareness of technical issues that will establish the management processes necessary to foresee and resolve issues including: • Leadership:Strong management,engineering and technical skills as well as experience in similar urban projects,with the ability to foresee potential conflicts and ensure their resolution does not affect the project budget and/or schedule • Communication:Effective communication skills and a demonstrated ability to work with the Town,the Contractor and the Community through close and frequent communication with all project stakeholders • Coordination:Constant,diligent coordination among all project stakeholders is essential in order to maintain the project schedule,minimize construction impacts, and gain public support In addition,we believe a successful project begins with the following goals firmly established: • Complete the project within 5%of the bid amount and 10%of the construction time • Perform 100%of all required sampling and testing in accordance with the specifications • Minimize the number of project related complaints that reach the Town • Work with the contractor to ensure the highest standard of care is given to worker, pedestrian and motorist safety • Establish early communication,and maintain coordination with Utility companies to ensure all existing facilities are identified,and establish an action plan to identify appropriate contacts and quickly resolve any issues if an unidentified utility is encountered • Perform timely inspection of all components and provide accurate,daily quantities of materials and work performed • Closely monitor the Contractor's operations and minimize impacts to the traveling public. • Provide up-to-date project status and schedule information to the Town and relevant project stakeholders,as well as to the traveling public,residents, businesses,emergency services and government entities that will be directly affected by construction operations • Our Team's personnel is FDOT/CTQP/MOT qualified,and will be made available at a moment's notice and ready to provide the necessary skills and equipment for the assignments,as required.Also,provided if needed,qualified and experienced personnel to augment the in-house staff,and assist in the construction engineering inspection and administrative functions. irtpa ohs vsvJ.vw S Ass._ a..u" 49 • - 01 -.,,, • - - I. , -,, „ ,. _ ..or „. ...-„,.....,,,y)4.47-„Ji,,,-.. .-„ :-,...-L..-.: --)..,---. -4--,,- y.-._..,-: .-4;7 44-1.1*' •-e---''.''-',-* ..* j .4aiii,,z4.:-. •-...• - ,:, ,,,,,. . "7 -... „," ,„;•_•,,,,, ."'_. ' ..1.54':,, ,,-- -•'• u. - , • ,kr:„, .r--r•"..2" .'. si- ( - ' ;., • ' .7,''‘ • .'4,--- ' 0''''A .,,,kftwo*,, -•4,4, '.. _ •,,, .-• - .--'''--"i .'.-'. - -' . -' .. J'.• •----'45-••-.: 4,t- r..--- '- ' , , 141414 . . . 4,444- - ----7--..— "4410- 4'':, - --' V . . 1.1*- ' ' ''''''' •••;''''..." --'''2,.- ''''' : , .. .. ,. __.:-.--- :,,,--,;-.,;•:. ,. , ...:,.-VI- ":.* -44.:1'.'"-.- .., -;,-,' . ,..,-.4.--..„, -*A -1.•swir.7:-. -•-- ; --,' =. ,4 .41 • •••,,,*4,1 •.;„,_ •_,, :,-. ,„, • - -'1.4 •V.• '''. ••••` ...II ,,,:11*•":.."- '','" 0.-41 1, • '■4". ''' ' '."•1-. --- •*".•• . •• ''- itt"- . .-. : 'r-- ' Ili ,'2s• . --Alb:- ' .----. OC----.' .•Ilk -'' 1.' " ' ' — r . 4 ' ' . . '..:::I...:Al■ . - '' , ',-77- i.# .... 4 4..,.,7 1""41'•. .,;- ._-.• „*. - , - „it . . * ' .„- • . -ir" , 11. ' - ,- ;_.,:.'. . tr . . " -...• ...er .'': '-t-II---- - ._......4.- ' 'A 7-'' • - '`.. . , L ' ' ' •, .,__.- , .. ,_,..• . c-r1;.1 1. _ ', .,••••., 1-.`... ' 41411 ..'- ' -.. . -/ i';'■-.''''...;•-• ie/ .: '. - ' ,‘,01,. •'..1,...34 ‘ . ' .-"..), -,.... .":,',„:..:..,,:40 Litt,'"1:., '. '_',,to •i,U' •- ' ....-2,2'.' ' ,..L.',4 - ''-; - - '- ',..• ' ' - ,,,,.- ----Ilit,'- ,l'''/-• -- - - - :e--41 . r., :;‘,:.,,,,,-..:,,,r--;:p."24,-.....-..), :-icr,. ,k,........:„.:,:::)... k i...,. .-,• '4,....7••••:,„,1,-..;•`,.. '''',1:: ,.?,,Allgorti ..: -- , , , ... .I,4 - ._' •-• ',1;'11!-..,01,,, ,g_iaoh•••■•.tto .,`70-,' "`,... --... ', • - •%i, ilk - ..i__. . •: -.-1...-,...'•--_.-. . '" `1'''.1•-% - --- -"_.,,.._ ,• ".• "-: • "- 'met-gr..;,■-•-' i• ...-- _......"' F.,I,' ,' 41'‘,....1 '-±-4,1".: ..;'-'71 e--7-_:----;.---77 ,..• ,,,.-, 1- , . ,IV.... -.,, 4-..,, - th "• - ..-`-,. ' '' - -4-k4- rol;' ;•At I - Ill •-.;:`... ' -. • : ; I 3'.9 - ;,„ '4,-, _ . ' -'•.---' ..- - tir.,,,' ',-..:- .-:: . *, -, -•' --....7.., - ■•• -.. =--T- ,fr'-4-1‘.44.■,:i. • .`' A-,. , , .1c.- ■- '••,■• ... ;oar•„4.74 . . . _,... 4,,,,_ 3 -4. - '1- -. --. t=414 ---o'f'. - m . - -i; ' ',• - .- ,....,„.. s_ .. . . . , .. . . .,-.: - .,.. . ....., .41,1-....,,,., - A '11.‘", : c 141pi I ., ,•••, • • ," tor ".*: . -6*. _` .1-. . i,,,, .,.,_. -- • - , • ' ,- - T * L' f V ....• ;.•'"*".."41).... 4 ..,- .. ...4, + • f ° : : ',•,,,14,e :::'. ''': -:ii•Za'4.:;;Ti •4. •4°' . ' . ' ..<.A •,,,I , ' .- W -. ,,, - - , - -. ■ A.-- s... i ' • .:,_ ....'...t...,.ms. ..........iniu,r ,_ _,,,.1;.to, ....,. ....,•, _ 1 IA' -1.. ''' ;''',4. 1,., , . I.F.;;‘,. ,.- „, ,,:k-'•2:--.10P'"--7.-'. , . '' :4.4*- . "?. - - * .7 -,., -*A: ' ...4- : _7 '"'1..f1:,:".);O:4 :. .'1.s..•L'.'4'.., C. ....., N.' . ...„ ,.. ..- . -N; ...- ,:- . — 4 •-.• d - ''4". 11■.% , ...1 - . ',..''''. .rir .. .... . ,. 1,74_ -'.'1.1.,;:',.1.,- ...--_,,,„--...1 is• ,......_...L... .„...... -'.. •.. .., -..: —. . 4;II •,.77,t•I' ..„3„. ' . ...."------ r.,,,,",r, ,"4"..-r4.-4, ---, . 4,..4.,--...,.:4.•.-‘,.",,7:`,-''--'-'NI": - , - rs-.1:::: it ...1"‘;,44-- . , '2 '1.1'4. • - . - 'ic, ... ‘. * -*, - --:7' ''--1,14."'-eu----''' ,„ - -= :c.f..-.2„;,.`-' -:,-...**...- :...4•'<,-. ..vt,'.. „ ' - --.•.:;,.--T,. . . • : _ • ,..,, "". -4'7,717..." '7 , 7*94,0177 I 7-,. ,',.,,,.- , . ■ .1. •A. L':' '..`li - ..t,.:...74....7.-,',.';'-.0t ''"4-,,X' :'';'„; .!•., 't . .. - • ,„„, _-.,„, •.... _ - ,.. _ ,.. • .I: -".7t."..',P --.:*N''' , .7',.., '' ' *7 0.. ' A V• *-7.tit-'4 _. _ ......... _..,. ,,,,.,;,. ... . .... . ,--IR-r•— ,,,g1,,,, - . 2 1 -....• .. ..ift .-7 ......- , ...., _ _ 3,4 -7' ....A.v. Tt ,..._ .,-.; . .. ,.., • ..... 4, _ . . . . •., ',.. ..".:' A:‘ .:. ,•,.•lc,: -- ' - - - ' AA; - - -',,,, ';'• #4115„;;Iti,.„ _.,1744,44.. - -- 4- - ---- ,-'''..r . ,...el ,7 . '.•' ' ,' --.I it : - ,•or,._,- •-*:7 1" ,.'' ' ,• , -. ---. - • :bk.,. •...,..4 , _ . .:,,,;-,-- 4 --,v- ,1„_... A, .k.,- -.1-- '- : "1-1.7 -■47‘t‘i - . t________ 4, ... ar.,- --,ir- , • •• 4 it.:mr.w. .• "0,. „A"... _...,./L. ,..• % ' . ' • -• ' 1 ... . . ' . 4 ' .7■1r**,"?. - .4-,.-- ••• , . :.•_ .- , '*" - 4.-',4.-.41`.:' -4 ' : ?' ' • . 7 i" . - r:.:• .--, .+0. '-'■ ,- -., .f- ..:4*---- - • t"."---- - •• ''''L 't"- ".14,- -,...:,•°-- ,. .-....,1„,,. ..-- N- , -,F . . .., _ : 1,.: 1.44, -...- :, . .. •-,-- _-. , ,- . • .-.- ;_ . .- . . , . .... , ...-, -..,..;„. . ..:,. • --.41 • . 4,."..•.,t'-t-14,7 0....11 . ••"'-7---. ,.--. it.'frr•••••- . -1::._ ,,t.,- , , `; ,k,'" '41* - - ) :I.Ti, .., a.,, ... .„..04,,• , ,..... .s..4. ,• , .1 '' ,'' "jp -- . _ .-.. , ' -'..:' ;,. ,,,.- ,^I-40 4. . . —4 7 _ .....- Ti'1. • ' '..0 ' - -*r-1... V ' , ...1111.• : It,'N'..t, ., at. ., .'.. ., !.. - •• 4,"..L' ' -AM • .,.' Htk ." .;..!... . .....- ..- It 411111 - _- , . ,, ' • . ' . --'-`-'4;4' - .4.- '''',• . - i - -'• ' ; r."'', - *r r• ,1' r:-,-4.„,..••$•• ke. :',•• - '• ;"Nit .ii,"„:"''• 1'''' ''•",''' • • ..-• ' . . .._ - . 1.,",,,,„ ..-, ' 1 . ' • .' - ,r.f,WOE , ., .-. . " '' 2 ; 4'.''• 1,,. '•:,1'. ,I.,' ... ,11;,:4*•:..A:'.`.15 4e• 11 , — . ' ./illifiatilliPir' 4001 . • .... '' .t.li ' :- ...TX-... -.-4, 1.9141.f..".-'... •&' '` -4' - '-' ' '' ' ' ' ..,..,..1., -.4...0.. ,.... •.- ,',-1"..°.4 • -4!..tf."7...744:4 4'.". ,',F4;4, ,- ,4.0111.41.1011.r. ,.” . ,• • p . . '\-.. ..n.. , .... • f,.., 11111*'''.'"1'..4..-....-• .. ,. •... •.% .. 1' y•-.r..4, '10;',7,70...... . ' ..., . , ,-- I '-- ..I r 4 .-- A. ......t- ' -'----- - .... ,..,_ , , ... . " ..- ''.74L-14 ''' *-44‘• ir -mt.. .. .*o'' -' •,.. -., --, "f'" ir - h....,.,.,,4. .,,.„ ,,. ' •...:,,,,.... - ---- O• - .: , g.,. - 14% A- .„- ...,,-•-*,,.. ..-ii:.....:.:.. :, ,, ,. .1... -..":• ' 7‘..: 14 , •.. .. c ,,iti:,- N-, ........_ • • _ . . , -— - •--4., , ' . . _. , i5,....- --- ..--_ -- Peace M and Park ‘ ,.. -.. i eston, L CGA ' ,.,t- " -..,_ - '• 7 j''411 g.;...-4,- • --- - . -7_ -'-47-4..gr' 42:411X4111 i . . • .__ --: -, 1 - • -• -• • • PRIME CONSULTANT- CGA RECORD OF MUNICIPAL PROJECT EXPERIENCE IN LAST 10 YEARS PROJECTS CLIENT CONSTRUCTION COST III{THE LAST ioYEARS Sombrero Beach Redevelopment Plan City of Marathon 52.439.700 Dania Beach 5th Avenue Linear Park City of Dania Beach 5730.200 Dania Beach Downtown Visioning City of Dania Beach 5144.950 Dania Cove Park and Shoreline Stabilization City of Dania Beach 5275.000 Doral Beautification Gateway Features City of Doral Design Services Only Doral Streetscape Beautification Plan City of Doral Design Services Only Rotary Park City of Marathon Design Services Only North Shore Neighborhood Improvements City of Miami Beach 514.100.950 Rolling Oaks Park and Dolphin Trail City of Miami Gardens 5630.000 Town Center Conceptual Master Plan City of Miami Gardens 5584.280 Red Road Median Planting City of Miramar $389.630 Andrews Avenue TAP Grant City of Oakland Park Grant Drafting/Application Only Lloyds Estate Environmental Demonstration Project City of Oakland Park 5290.000 Oakland Park Station Plaza Design City of Oakland Park $350.000 Sunny Isles Beach-181st Drive Active Park City of Sunny Isles Beach 51.792.367 Sunny Isles Beach Town Center Zoning District City of Sunny Isles Beach 5197.232 Emerald Estates Park City of Weston 5700.000 Peace Mound Park City of Weston $4,000,000(Est) Library Park City of Weston $2.200.000 Weston Roundabout City of Weston 51.518.059 Weston Roadways Streetscape Improvements City of Weston $1.212.390 Vista Park City of Weston $5.438.195 Palm Beach Shores-Cannon Sports Condominiums&Marina Nationwide Realty Investors $2.708.280 Pompano Beach Dune Restoration Pompano Beach CRA $400.000 92nd Street Park Town of Bay Harbor Islands 5450.000 98th Street Park Town of Bay Harbor Islands $600.000 Kane Concourse Enhancements Town of Bay Harbor Islands $1.324.100 Community Enhancements Town of Bay Harbor Islands 5159.765 Surfside Beachwalk Master Plan Town of Surfside $9,000,000(Est) Beautification Master Plan Village of Indian Creek $75.000 Meadow Pines/Cobblestone Development Westbrooke Communities 529.827.320 Boynton Beach-Canterbury at Quantum Village Westbrooke Homes 57.492.190 51 SUBCONSULTANT - DESIGN LEAD WEST 8 URBAN DESIGN & LANDSCAPE ARCHITECTURE PC WEST 8 is an award-winning international office for urban design and landscape architecture founded in 1987. Over the last 28 years West 8 has established itself as a leading practice with an international team of 70 architects, urban designers, landscape architects and in- dustrial engineers.West 8 is an international design practice with offices in Rotterdam,New York and Belgium. West 8's New York office was established after winning an international design competition for the design of Governors Island Park—a 70 hectare island in the New York Harbor. With a multi-disciplinary approach to complex design issues,West 8 has extensive experi- ence in large-scale urban master planning and design,landscape interventions,waterfront projects, parks, squares and gardens.We also develop concepts and visions for large-scale planning issues that address global warming,urbanization and infrastructure INSPIRATION West 8 has found that the creation and realization of our designs,accumulates richness,meaning and beauty through inspiration, iteration of work, and commitment. Our design process and steps, whether for small or large-scale projects, is not limited to the early phases of the project or bound within the pages of a sketchbook. We are inspired as we listen to input at meetings, research a sire's history and culture,perform cost analysis,or review contractor's work on-site. We are highly experienced in the detailing of our designs,so that ultimately,our projects have a clear identity that performs to the highest standards.We have learned that it is possible to mesh functional,social-economic,real estate values,ecological and even spirituality in our work. WORLD-CLASS DESIGNS West 8 developed projects all over the world in places such as Copenhagen, London, Moscow, New York, Madrid,Toronto and Amsterdam.The office gained international recognition with projects like Schouwburgplein in Rotterdam,Noorderpark in Amsterdam,Expo'02 in Yverdon- les-Bains (CH), Chiswick Park and Jubilee Gardens in London, Toronto Waterfront and recently completed Madrid Rio Manzanares Linear Park and Miami Beach SoundScape Park. Many of the projects are the result of ground-breaking entries in important international competitions.For instance Yongsan Park in Seoul(KR),Sagrera Park in Barcelona(ES),Freiham Nord in Munich (GER), Miami Beach Soundscape Park(USA), Governors Island in New York (USA),Toronto Waterfront in Toronto(CAN)and Madrid Rio(ES). Amongst the numerous awards received by West 8 are the Global Award for Sustainable Architecture—, Honor Award of the American Society of Landscape Architects (ASLA), the International Urban Landscape Gold Award (IULA), the Prix de Rome, the Dutch Maaskant Award,the Bijhouwer Award,the Lifetime Achievement Award in Architecture from Netherlands Mondriaan Fonds,"Silver Medal"award for the Best Urban Design project by the Federation of Architects of Mexico,Spanish FAD Award in City and Landscape,the Rosa Barba First European Landscape Prize, the Green Pin and the Veronica Rudge Green Prize for Urban Design. --',,4' -• . -.' .. r ._....ponaintc.',-- •- ., ..,,:-.---- - ,i;.. ..-..,..-:,_..,,,..-;,..•-.;_t,-_--" r .' ''''' '''''• 1. ' '''"Illy ;Wm l'''''1..-a-.44ivi411."■,:;-'''.''' Ir-",-,..''' ,'-':-:-:,.-.14--r _ . ., . t . ,,tr-., ,•r -1.;-ii. -1,,.. ., "'-.:"-'' •-- i '4''''. /.1.4.4t"-;/... A Ii144111*. • . .!,/ ., , , - '• ,', ',' l' ..... . . ..._. ,...... . .,..,......._ . . ._, , . -, , - ,- _ _.... - ,.,,,....a.'-...-4,i.-;;Aril''''s-5-••"—. • 4'1: 5 -...' ....1,,,,,,_ ,:z,,,j .1.,,..0.1:1,,io-s. --%T**"..4,7; ."i,i. .,...1-itia jfeataialleatrall.' ..."-.;,, ';'•,'it .. .-a -...---_- . -----s- -1....- 'ij '-', . .4 • 7' ''3 I, -..-;- ' -','. '';: ', ..'.,';47-1..,..'. • ,._....- '_ _ -I:....,,,,-7.X'*"7..."7-''i * ,• ' i ;,Agagat. -*". .4'-'-------- -- 4*°_, Ara...&_ _Zt ' It A-;-' ; i . L- 4 4-' '- • f . - - '4641111r ' ?--, - . - •. ';,'',' --- -- • :'' -2- . e ,... -'" ..L ' .'" 4.ildal•1. • ' - Ilk-,-;„ . ,..- .. -- '' 4 ..,::... • .1 .,---,-- 1 r. .• -,,--........ . -44-- • \_,,,..- _ ii.,--m., • -. . ... .,..,_ • , r .1 --,, iL," ..--:'• '-'' - i • ' ,I,- . .• ' ...'''.' Z."•--. -,- "---:' . ._ . 14 .• ' . . . •• . '• II.. '• ' r '; ' •: .' ' ' ''''' ' -' ..." ' . .,1;'•_41^•.;-.':'•":;;',.. ''.: • - _ , • ' ' ---'----24---. 1.411:':...,,r-.--9 '. ."-- "A".‘t .... -,.7 -- . . - ..-. ' mi.,. .......- . , ---72`7.:-", I ' rr, 'Sr . ....._, ...... . . _ . -. ip._.: , .,...:•f - _-,- •-..ti' ......... . ..•.-r- . . -7.,...f.r. ' . -"7.3-"O''',"-*--.--r."1" -. ---0. ..:'. • ....;-----.0:0 -' ........ ...,. , . •.?"- x -,1,-: *•-:--, '....' • - . . :.--'fz.,4rw, • • ,.0 . , ' rq V.4,- . • IP •ts.;...i.:t , - i• • • - ...,f '. - - --*_I . I . -- -:- '-- --`-*- "--1'. -` •c. ,,,,V,a i- - It' if rart,.. ...ir r.. .......--... .... .,...--y, i . • 7' , W •••' - , e(.-.__.•-••-•-'- 't _.,'•_• ____Ir-re.,, . . ,Y 1. ,"4.*'-- ( •'• • '". :-/•;•64 • L.• ."`-2. ,,f.' ' '''..4-Y."..r...- -" ..'- "' ifiA' '."711 ,,..? -14: :--'1.445-1". .,' , ../r ••••'. " • -••-, ' . .eV.4 r.....e.■ , ) ,‘,C--,-- -----._.„.. L••• .• .„..„,„ . _...., .:41.11P i `\ . 1 =., -- .6 _,.......--, _..--'''''• '-'',--',. , , . / I.' '''‘ ..- _.-- •' . . . i "C,.,..:---..:.....--------• --....;';,0*''' . ' ' . -. , ' '-----"" • : -. ' -7 : 0 . - .-- .. i /-":.-"o-- , • _-..-.7..,„...._— v ' 7 e""_.'"---.--....t..'ilw -•-•_:""_In, . „ 4'.w'-""- 4111P ..1` . . . .e.- .:.::'A :1 - t511°•'‘..'••• ..,' ' A , . , • ' '-'''''IltZ.Y • t ':II-' -4.:,./4...,____,' ' ' ' ‘;" ',"'" . -'' •1 ..;,• • ,/4 _ ........ C.7 "''.•• $-.1'.V.. . ' •• JI.r4tL.1110.4,y. i 4•1".'-.tf• :••-- .. • .. . /.2,f,';ir'• 44. • t . ... •416411`11* 14 fi ' . '. I...." s , , •"..ler-,,, .6;14' • ;4.-4-00%, • .,i, •,• . • , , . .....•.. ... , 4..:-. . , : • ., . . . , . '. ,... ,.....:41%• . '■ r- . r . , ' - - _ • - ' Governors Island.New York,USA West 8 • PROFESSIONAL STAFF WEST 8 CORE SERVICES #STAFF Landscape Architect 23 Urban Designer 10 Architect 23 ADDITIONAL SERVICES Industrial/Lighting designer(s) 2 3-D artist(s) /designers 3 Computer generated 3-D movie animation artist(s) 2 Estidama/LEED certified environmental engineer(s) 1 TECHNICAL SKILLS AND CAPABILITIES West 8 understands most technical issues that may surround an array of designs.Our multidisci- plinary approach,with architects and engineers working within the same firm,allows the entire design-from structures to plant materials-to be seen as a complete palette leveraging every dollar to make one design statement. We have designed and implemented world class parks internationally and understand what it takes to realize our technical and design expectations.Other areas of West 8's technical expertise include the design and construction of bridges, paving, benches, street lamps, canopies and other street furniture and structures. PROJECT EXPERIENCE WEST 8 LOCAL(EU)# WORLD# PROJECT TYPE Park<5 hectares 20 12 Park>5 hectares 15 22 Public realm lighting 4 10 Water feature 4 7 Play ground 6 8 Sports facilities< 1 hectares 4 3 Sports facilities> 1 hectares 2 3 Theme parks 2 6 Streetscape within urban context 36 16 Streetscape within suburban or rural context 15 15 Square/plaza/civic spaces 40 25 Waterfront designs 9 9 Heritage and cultural landscape designs 6 9 Land Art 4 1 Urban designs 67 45 Urban design guidelines and manuals 9 5 Landscape master plans 24 17 Landscape design guidelines and manuals 15 25 WEST 8 COMPANY ORGANIZATION CHART MANAGEMENT TEAM Adriaan Geuze director Edzo Bindels director Martin Biewenga partner WEST 8 BELGIUM WEST 8 NEW YORK PUBLIC RELATIONS Maarten van de Voorde Jamie Maslyn Larson Lydia Franken Winnie Poon PROJECT MANAGERS Claire Agre landscape architect Riette Bosch landscape designer Maarten Buijs landscape architect Christian Dobrick landscape architect ADMINISTRATION Christoph Elsasser urban designer Joost Koningen architect Marja Maliepaard Nicolette Pot John Payne landscape architect Celine van den Brand Robert Schutte urban designer Hominge Jelle Them/ landscape architect MULTI-DISCIPLINARY DESIGN TEAM Rikus Beekman Marine Manchon Jennifer Birkeland Kurt Marsh FINANCE Freek Boerwinkel - Santiago Buendia Jan Nils Saskia laming Julien Chapel Adam Novack David Mouzon Sido Cherel Alvaro Novas Filgueira Sylvia Pietjouw Hyeyoung Choi John Payne Glenn Samson Ela Chojecka Oana Paraschiv Eugenio Da Rin Lynnette Postuma William DiBernardo Mary Protsyk Fernando Diez Eva Recio Jorge Dzib Kees Schoot Gaspard Estourgie Won Joon Seol MODELMAKER Juan Figueroa Calera Emily Silber Giulia Frittoli Isaac Stein Harrie van Oorschot Marco Garcia Ramona Stiehl Christian Gausepohl Harm to Velde Alberto Gonzalez Inna Tsoraeva Yichun He Juan Tur Yuxin He Marco van der Pluym Rogier Hendriks Chris van Nimwegen SYSTEM Simone Huijbregts Ronald van Nugteren Wanee Kim Harrie Van Oorschot ADMINISTRATOR Steven Lee Daniel Vasini Nuno Lopes Games Yi Lun Yang Bruno Wober Perry Maas Ben Wegdam 1190 55 ice* WES'- ., � fi. a �• ? l z. - w 14 J - g ' PRO CT _ -. r ,- • J + ' • - vs— am¢, . :::4 x •' - C °'y 0'- 1 4 L s L, - ' it' t ' '"" [ • � . 1 � 4 1_ _ • — •t �'<• - •K 'fir ;yam, 4, ) oil e 1..Vic: 4 4`x1. -. ,, . " _ _ ,f , _T . it .. .-1* .,--- t 1`1.: t" L 1.j, 1 _•."5 i i 1•p . ,, .f y t t - ;.'.4...-!... _ = k - . s+A. r- V. Y.-414•7•1.. ' �.ii i' — - 4,;-..'i„, y• 1 .r - '{ t 1--`r Lau , i • ' 7-- .3� �,..� ii r .f 4I` ` •t•-4..- c i h -"Tifgr'7 II 3 III ' IN •E W l i 7 -- 110.-11 i ,c. Mili. . � "^ LT �; 's �,« � is •tof gra. ajp :boil 4- _,,, ', 1-I- .2----i---1 -01A —_-___ ..T\ ___ 4 . ,. „,_ * +T • •f►a'"-iii. I I.. - ` �' may. C' .... t* ! t 1- 1 , 1 I 5RY I - _ _....ems ;_ . , , / / A I I . `'.•- •_'.- ''`-- —a :.� . .. c .} am � .am 1 }_ -`�.. • 4 3.. SIR!: "jr' 1.-' ' a s• 1. I C� p a„�„q -” LAYERED ACTIVITY + �` ,°.4,',.. u1 ` DESIGN ACROSS SCALES I i O i ! yyf ' r�''N'4ax 117 c 1 1[1 6 II 4:12, o�w - r U�,` , ' ?. p ' r u �'i 1 Landscape design is often an exercise in placing mono- •h r I1 . - p i 1 functional programs on a site,but we believe that people desire _ �1 i'f ! 1�1 k �,' more than these obvious designations.West 8 takes on a way of thinking that goes beyond given programmatic boxes or activity f3 �'�— , . t, �r�1i91+17k-ar 4,1' i'-- g g Y g P g tY i 3�,(`� a j!#!',0'1/1b ill f W `•:',■ footprints. As designers we plant the seeds for this growth, _- i 1 li !) •ij',{ tt,t *r "x- grounding it in clear and precise concepts which become the r� "' palette used by the public to advance this growth. Large- _ --•••.-- _ s. ). „, scale landscape interventions with these attributes and with _ ` y n Y - deliberate references to local context,history,urban setting and 3�4 ^= � _, ! the surrounding ecology are usually those with the most unique �� " . identity. The quality and strength of identity provoked by a + ' West 8 landscape design is achieved by incorporating research, leveraging opportunities and factoring the social and political ' -- '-- t environment into the creative process. Only then is it possible '!e': to create a functional and even spiritual environment. _ — 111(I11h1ral1lYXa111' We ask:how can we get more out of every design intervention we MINIM ` *'..1 TNI ttlSEff make,programmatically,aesthetically and ecologically?Inevitably, <.... .+Z"r -, the user finds ways to use our designs in ways we could never • " 2*OE: even have dreamed of which is validation of this approach. r - West 8 strongly believes that the unique beauty of a site, and c.t,0*' lit _ _ its experience can be found in the details. For this reason our practice, while often working in the realm of masterplanning ' w ~ 0 and landscape architecture, also harnesses the disciplines sip ., ^” ,�` �• �i of industrial design, engineering, and custom architectural .�� detailing. This makes us unique in our ability to work at \ N � ,` ' s { s. "` many scales simultaneously.We spend time on-site and in the ' &'4. ; .1 ; ,+?6th! r �._:".L��` region to understand larger climatic, ecological and geologic th` • -. 1 �i o ,,. ATP":'' k - relationships. We investigate how the regional landscape 1 ',,, r - =�"`� provides clues for landscape design and construction. As we ' I. k7 keep these larger relationships and moves in mind, we also _ - i __ -, ___.1 study local culture, seek out stories, narratives, traditions,and y -- ` ; techniques CO create unique expressions for the built expression : of a site,be it in the relationship with nature,built form or the - - ¢ 7r -,A.--.!..; t"-. - a detailing of furnishings. ' ,.•:. _; ir`:s--,:. " - it ' } ' ; i '1°...� t- • '#0 I s, We believe that our contemporary approach to human behavior �, r � +e�kl,r i .° _ and activity,combined with a devotion to finish,detailing,and s+.vl sustainable innovation is perfectly suited to the North Shore !�� •` Open Space Park Project. This combination will ensure that the Park is ground-breaking,contextual,but most importantly, an inspiring place to visit today and for generations to come. T_: 1I __ 4I •r .'„ + S hn. vd it•ales hp 57 aliagiell M �:� 4.'� :\ PRIM -Ct + a �t s /` r i ;-� • AV,: w• - :x- . ... :,.:;: ., .-% '.i' :'.---..: a. 1 r _ fir, 1 S{'¢S4�1`-C331,.•R r•}' Y r+ - ^:h tia� ; 4 • a- �. \ 1 i�t` l-N �� , fie+!: J..'2 i .iaF-/" * ,- ^.tN r' d 01 1\ : ' '� ` .`,,,.‘s*,,\ .,...7;;s` , ■alt. .i f - t ,s c .• , � t1tili1IIkI ' , • ■ CGA WESTON,FLORIDA Client:City of Weston Contact:Denise Barrett Peace Mound Park is a neighborhood parking for the preservation of the many existing mature Director of Communications containing the archaeological significant Tequesta trees within the park.The existing tot lot and swings 17200 Royal Palm Blvd Trace burial mound and artifacts from the Tequesta were replaced with a new play area that includes Weston,Florida 33326 (954)385-2000 Indians. This is a waterfront park containing play equipment for children of all ages and physical dbarrett@westonfl.org wetlands and littoral wetlands, and 500 existing abilities. The main play structure is completely trees.CGA redesigned the park to comply with ADA accessible by children in wheelchairs, with a ramp Completion Date:2014 Value:$2 million accessibility and to bring it up to the same high leading up to the main platforms. Throughout the Firm's Fee:$120,000 standards of other parks in the City.Major concerns course of the project, care was taken to not disturb Scope:Park Master Planning, during the design of the project were the preser- the archaeologic area,and 8 new bronze plaques with Landscape Design,Irrigation varion of the existing tree canopy and the shaded, information on the history of the area have been Design,Arboricultural Services passive feeling of the park; and the protection inlaid in the walkways that surround that area.CGA Civil Engineering,Electrical Engineering of the historic and wetland resources. A dock was also responsible for the construction documents feature was also replaced as a part of the redesign. . Principal in Charge • Dennis J.Giordano '' Due to the significant amount of re-grading that was '.••• `• ii Project Manager necessary to make the park ADA accessible, 85 of 6-#)a*' Tammy Cook-Weedon,ASLA, the nearly 500 existing trees had to be removed,and {. ` RLA,LEED AP another 120 trees were relocated on site. To offset i i Team Members this loss, 150 new trees were planted, including ' Gianno Feoli,Michael Conner, 18 specimen Live Oak trees. All of the walkways s•• . , ASLA,RLA,Marcos Mendoza, _ Jenna Martinetti,P.E.,Jon throughout the park are now accessible by wheel- Cooper,P.E. chair, in many cases, made possible through the use , of decorative stone retaining walls, which allowed .`.. ., ' _ .‘„r:-.'.ihirA tgaft \ - ,, s' ,, ,„_. Tr _—__,, —: Illf:1; :^ f if .**1'--. 4 , ' ' . - - - -,•-.' „, 7/ . , .. „ .,....-..„,.:- \...;-/--- --\ „...- • ,- ,.... , N .^ .' )44/ 1 A 1M/1 \ . ` ". - CGA DANIA BEACH,FLORIDA Client:City of Dania Beach Contact:Mark T.Felicetty CGA developed a waterfront park design for The informational kiosks featured the historic Native Director,P&R Department an archeologically significant site in the City American midden, manatees that frequent the cove, 100 W.Dania Beach Blvd. of Dania Beach. The site, which contains and the site's other natural resources.A State and a Dania Beach,FL 33004 (954)924-6800 x3730 remnant Oak Hammock and a scenic mangrove County Grant were provided to assist in the project mfelicetty@ ci.dania-beach. cove, is located along the Dania Cut-off canal. costs. The scope also included coordinating with the fl.us County and State on gaining approval for the site Completion Date:2012 The park design features waterfront elements, design,tracking all expenditures and processing and Value:$537,000 including a fishing dock and platform, picnic obtaining all grant funds for the City, and closing Firm's Fee:$103,000 pavilions and an exercise path for the park users. out the grants and permits. Scope:Landscape Architecture Native plantings were used to eliminate the park's Environmental Planning, need for permanent irrigation, and plants were Civil Engineering,Surveying, selected for their educational opportunities including Construction Administration, a;iil?�+1'' Environmental Graphics highlighting the butterfly attracting varieties. n,� y` - . Principal in Charge , I Dennis J.Giordano The project scope included designing the site 1 t j , amenities to preserve and highlight the remnant Oak tl Project Manager Hammock; designing a stabilization system for the Tammy Cook-Weedon,ASLA, +•, n RLA,LEED AP canal shoreline embankment along with vegetating the .- ,; ., shoreline;designing informational kiosks;obtaining 'l+s - ' Team Members all required permits for the installation of the site i---,' ` ` rt Marcos Mendoza,Gianno ■4 1 Feoli,ASLA,AIA,Sandra features; and producing construction documents. ," -- Lee,AICP,LEED AP,Jenna _iisleall Martinetti,PE,Greg Clements, PSM r„.akw..4 w,,,,,in_b' 1 59 ` .t r:3 ,..'c i s ." '4 Yy '.L• : � �,- , , ..i .'t . Aras , .. 1., vl , . IN.14, ,,... ? 10: c .. .,1. , ., tit_ , i.‘ • ',, C' '.'-'4:?' .,....+ ar, .you..° •X -. -. -,. .i; ie;L k,r tilt •- - ,art ' �A_•f. _,., _ . - _ . - _ OILING OAK .. • i , 111 i - - . , - .. ......, ......:.• _,...„.:___ __.....„.„, - _-- ,a A i a s II 1. CGA MIAMI GARDENS,FLORIDA Client:City of Miami Gardens Contact:Anthony Smith Calvin,Giordano&Associates,Inc.was contracted Using GPS technology,the CGA team worked out Protect Manager,Capital by the City of Miami Gardens to design a pedes- the best route for the trail in the field,and then Improvements,18605 NW Irian trail within Rolling Oaks Park and to provide returned to the office to translate those points into 27th Avenue Miami Gardens, FL 33056 a safe route through the surrounding neighborhood the final alignment for the pathway.In addition, (305)622-8000 ext.2803 to connect the new trail in the park to an existing the existing drainage permit for the site had to be asmithl @ miamigardens-fl.gov walking trail in the Dolphin Center Park located modified for the trail improvements.These new Completion Date:2012-2014 three quarters of mile away.The design for the trail drainage facilities also had to be carefully planned Value:$670,000 included new outdoor fitness stations,seating areas, CO avoid removing any trees.CGA also provided Firm's Fee:$140,000 and LED site lighting.A study was conducted by construction administration services for the project, Scope:Surveying,Landscape CGA to determine the best route for the walkway which was completed in November,2014. Architecture,Electrical through the neighborhood and what improvements Engineering,Civil Engineering •,' - '' cti i'-.'. - ','""*�- Traffic Engineering, would be needed.New crosswalks are being added i,.1 , > Construction Administration along with a solar powered,on-demand pedestrian ,ill!; , crossing signal where the trail leaves the park.A — -- ,Fj.f I =s" Principal in Charge custom-designed way-finding signage program was _ Dennis J.Giordano ` developed for all of the trailhead signs,directional a ` Project Manager signs,and mile markers.This afforded the City of •:_.;-, . Michael Conner,RLA,ASLA Miami Gardens a unique opportunity for branding ,lei:• within the community. Besides determining the -•�,, Team Tammy Cook-Weedon,RLA, best route through the neighborhood,the CGA ASLA,LEED AP,Marcos team had to carefully plan the route for the trail Mendoza,Gianno Feoli,ASLA through the park so as to not disturb the hundreds _ = - AIA,Manny Docurro,PE, of existing Live Oak trees on the site. Jenna Martinetti,PE,Roderick Myrick,Greg Clements,PSM ,. , :• ;#0, Pk) . 1/,:;" • y , _ 1,SG).___Alli:_, . ''',"1 • 1 4_ 4- fib ' .1.,tAr\ , _ ,;- r- 'I .. f I .1 I 1 I 1'-: i Q/ w 1,• • 'r 4 .+ems .'0' - s ti (f`"�A �.1 l�}J f . i A ' : ID w.11‘ g;1‘1'1:1, 7N:iti .'" 14":4:11111 3 i 1 II,, ;s : �d.10?2-- ' ).1)-r" 'mom. 51�`I i r r_ . A D ES S ...,,, .4. ,. , , - . ,- _-.t.. .- li:--t,%16- E ' _ 11_ ' ' ibihk ifriv 1_ A , CGA OAKLAND PARK,FLORIDA Client:City of Oakland Park Contact:Harvey Rambarath, As a component of an on-going drainage master plan The project also utilizes the opportunity to signal PMP,AICP,LEED GA, project,CGA developed an innovative flood-control and create a gateway experience for the City, as it Assistant Director Engineering design coupled with a tidal wetland bio-swale. The is on the edge of the City's boundary and along a &Community Development City of Oakland Park,5399 focus of the project was to utilize the City's proposed well-transited thoroughfare. The design for the site, North Dixie Highway,Suite 3 pump station site as an opportunity to create an despite its size, is envisioned to have a high social Oakland Park,FL 33334 educational pocket park alongside the tidally influ- impact,as it will be of a high design quality and will (954)630-4478 harveyr @oaklandparkfl.gov enced Sleepy River. include a boardwalk with Folia'educational signage, unique paving design, furnishings for passive uses, Completion Date:2014 A bio swale was designed within the park to native landscaping, branding signage with character Value:$913,000 provide the ecologically significant benefits of tidal lighting design, security features, and the inclusion Firm's Fee:$64,550 wetlands while increasing the holding capacity of a transit bus bay. CGA will be responsible for all Scope:Civil Engineering, of the system. The bio-swale interfaces with 230 proposed services needed. Landscape Architecture, linear feet of river shoreline that was stabilized Surveying,Permitting, with riprap and planted with red mangroves. Construction Services Principal in Charge Extensive permitting coordination was required to Dennis J.Giordano design to not create potential impacts to manatees or Project Manager other marine resources.CGA designed,permitted,and David Stambaugh,PE created the construction documents for this project. The park project is currently under construction. Team Members Tammy Cook-Weedon,ALA, ASLA,LEED AP,Sandra Lee, AICP LEED-AP,Gianno Feoli, ASLA,AIA,Greg Clements PSM 61 r t r � a- \- 4 .- !!ice' a w 1'' '`':1ALLIIL 411 i • 1 ' 'ter ? t, .j,..A ,(J ,.. 'fir "' i I► t - _ - Jti f�- r ;y a�`t - ' `■�a . '111. ` h � LE i; 1 ■ O 1 a III i # Jl, ' . en d = CGA MIAMI BEACH;FLORIDA Client:City of Miami Beach Contact:Elizabeth Wheaton CGA was contracted by the City of Miami Beach The scope of work included extensive public outreach, Environmental Manager to design and permit an on-grade, ADA-accessible branding and site design, coastal engineering,dune 1700 Convention Center Dr. pathway that will support the use of bicycles,walking, planting plans, lighting design, and bidding and Miami Beach,FL 33139 (305)673-6070 Ext.6121 and other non-motorized means of transportation. construction administration. CGA also produced the construction documents for this project. Design The MDRC project is a part of the greater and CCCL permitting through the Florida Dept. Completion Date:2012-2014 Value:$13 million Atlantic Greenway Network. The MDRC will of Environmental Protection are anticipated to Firm's Fee:$534,000 connect to the existing Miami Beach Boardwalk be completed by end of 2015, with construction Scope:Landscape at Indian Beach Park on the south and the promptly beginning soon after. Architecture,Electrical North Beach Recreational Trail at Allison Park Engineering,Civil Engineering on the north with a 2-mile paver walkway that Environmental Permitting ,continues the City's unique branding qualities. Construction Administration Principal in Charge The entirety of the project lies within State-owned — — __ _ w Dennis J.Giordano lands within coastal dune habitat that is recognized Project Manager turtle nesting habitat. Protection of dunes and dune Gianno Feoli,ASLA,AIA vegetation; complying with ADA requirements while limiting fill and excavation activities; and - S Team Members providing a safe path while complying with turtle �' Tammy Cook-Weedon,RLA, u• ASLA,LEED AP,Sandra lighting criteria creating design challenges to ensure _-_- Lee,AICP,LEED-AP,David protection of these sensitive resources. _y• Frodsham,PE,Manuel - Docurro,PE,Patrick Figurella, , . PE . . ... iii‘, \ •I'' ' i T i. 7" - • ,.• .#1 .■ ,,,,,rfilv. , , \„ , . . - .i r;::,... igr,',I p 1 , . ,, ,4, ■• ' . • •S' ,:... ' t, , . ' --.....k'* ::,....*:" 7:14A44,'5.'„till.:1,jet,. A;v:; .,;":-..‹....-, . ......7--.,t'.+ -!f ,,. .. - ( 4*. 1r i let' ...• •''. • - •.%,-.''0'.Al'' '' 4. •-.1 . • t61, , . „,‘4, . . -.',0, 40 •A .V",,,,,, , . i.,. :-,.1.• .-: ••' 1.y•f ,t. 'A-J. ''-'_:.. • . .., •,• -.0''' .2"..,,,,,,.„;•;.....14k, .--. .i .. ,' ''• - A -•-• :•••',.1- ;. ''. :_"-..1-sti,„,,,tAcc„:-•- .. i .;:* ....lf-". .4• • „rt.'...all:',71 4,„-`0, ".11111-;- •.'. : t- %- • • -.•- *.9/,':•CY;■01-1)V,!•;'-7 . -:..we :''•'...'..•..4•..i'•'•'--''iv•'4 t''si..?';N-"P1-a:''-''•P'•a;')••,',.4.4.;-),.*---•I1-'-*1A-'---''.:,..•--'-,1'.'-:7_.',.1 •-' .,: '"AA 1•7' *.r7 ,-''.11-.A•-47w,'7' .-',.f; ,,,,. •••,,.,,,AtA r.....",.*"4.',17".:"1.'.-'A-.i,l'!'71.'14'7.'e. _ ,:•.-f•;'• .,..,i-' 014„.. -3 .,1gr" 5 ,4 I Ii " 1 ,--.%- - ' ' • -- ' •'.. • '''f 4 '-r- ...'51<::',': • -. *. - -..-9,-V•••,AA`''-••4 : .,.. .....*,•IG ' ,,,. : % 40 • • ' 4* ':-• .0 ' • ''s : -.•.,.4 7-M+',4•.4:2. -•,)t,,:VY-.1.,L',:4"'s „_,6,..-*-.. • ••' -'4:, - '•:ir' ;tr,i4,*•4' •-•Ic';.....'64-riliP,', ,•J':-4' .. ' : ir,,, ` -; •• . ..r. . , ,.., .„-, ,.. ,',.-NI . .. „.. - m. i ---Its.,:-.4---'1+-4,-• -,,,Zisp-.....A.,,,z-' .-.. '".-:,..,-'-,..,,s. ' ' ''' -4).-4.;•-•',. ,.1:-.7.- ..'., -- ''"'t,'',:7•-•::it....:.......;. 1:::-.",• ... . , _ • . . . - _ , .1,, ,-...t-- . '..: ,;;;;;,-.::"-tits.,,. ."-'i•'' : e AP ".irri'Cir7et:::".i-k". :.--:, ,:-.11•&!5.-tr.. ;_ - ef A41. ..- , t, . ,„, -:--,-. . ,.-- • ,',,' . or a a 4 4. -. --.4-4.f ' '• V 1 I .... .--• ...-......,4' -:.:,:. ..‘-•": (7.. 0 1,!.••• - )7 . '1 l'r _ , • ^ i • Ir e-S914 ..- .., ' - .-..- -, , • .,•••- - .. t•-• , . :Or _ .• ....- . - ,.., - •••• 41114t. • , lc- . awl' Agin- ". .... -. •IP ' . ..., •• ..:-v:*1/41t1 Cortructed Project • - Precedent Segment ' , 464.4 . - • EROSION CONTROL LINE ..._ . ..-.... ..,__ , . . ..4. . ,--,-.4-.-- ,..,..0„,,,„,......„._., , 4... .)-:.,„ • ,, ,' ' 4 . .._ '. w - . ..,7 W .41•11111111.111.11116. .. • •-'.41=- . ' - -- -'541,14-n, `4; ''t ..'''' ' •' . --- -- . -. , . ...t, .1!..,?•"..:,4,,, -. t , . -:1.., '• -• '' -.' ' s Ak-!<%;---••':-.- .--1-1.•.1-'4:-'. ),.,_..!,•■■--''...t.,It."--.r."-•' - •'''''-•-7. ' q...•....- .1,V.A-lk.f.,4:-.!... .:4 . - '.1-6,- ll° ,,':.-'---"‘ , •''. .••k ' • - ' ' ,• , -',".•- • 10..,.4,, 44. 7.-te • -'' ' • C =. z*.k.....14.r•Arts,.:;'"-:■••■44,-PN V*Ct?`,4.9•1P":•': ''''''''''''' ,C 4.":'. A -, 63 A -- s`i' i;<, 7{_'lam% /- r-, '' .� __; 1,• fillIFE''' S, _;.., „ ,„,,i_.,,_ . --.2,„„ .: ,.'. :!I_~ t. r :r -may, /\,. % 'y°, tyl , ,I � ,., f i 1 J, - ,t /f �1•..f';��:t:'*?per�•i".� e 1 « � 1 . fityll ...;.0_, ) ,---\ - , ,".;:-.7,X.-N, ,,,;.,-..--, ., ..„--_-- ,.. 0,1 lilt 1 _:,.!will Cli : ' -- 1 -.4ik -,.., i • ,,r. .•1.'..� 1: • `•1 Ilp pp.:S,1. yi it t - i•,„. .�i_ Tr I f li 1 ' • cu+thi ' t ,I ; —4) i 11,06. Nal • -- ' .... 4% .."--- .... s CI — _ I —7. cl. gi. -Ab.4.1. .*-Z .,.';i ii All tbi II k ---- _. WEST 8 MIAMI BEACH,FLORIDA,USA Client:Terra Group/City of Miami Beach West 8 prepared design vision for(NSOSP).West •Heightened botanic qualities through maintenance 8 met with City of Miami Beach Staff to discuss of plant conservation areas and augmentation of Contact:Francisco Canestri priorities,issues and goals.As requested by the plantings where needed. Project Manager,Terra Group 305.416.4556(t),fcanestri@ City,West 8 prepared ideas for park improvements, •A greatly expanded,universally accessible looping terragroup.com taking into consideration potential development for path network for a sense of infinite journeys to Design:2013 2014 the City owned parcels west of the park.With City explore the park by walking,biking,jogging and Staff input,West 8 distilled the design ideas into five blading. Size:35 acres broad recommendations: •Greater visibility and welcome at all park edges Scope:Masterplan vision with new gateways/pedestrian realm along Collins 1.Anchor the Park into an Improved Urban Avenue,extension of the Beach walk to the east, Framework boosted landscape buffer to the south,and a more 2. Revitalize Planting integrated,welcoming interface at the north. 3. Provide Alluring Walks •Improved sense of safety,with open sight lines 4. Frame the Park with a Great Welcome through dense vegetation and new lighting for 5.Enhance and Consolidate Programming evening use •Greater yet balanced visitation through the These design ideas are an early first step in a design addition of new programs,reorganized destination process,with the goal to generate excitement for a areas,and improved facilities more connected,inviting,beautiful and functional •A park with a new identity—no longer a generic NSOSP.With measurable benefits including: "open space"but a park with a sense of destination •Improved context and park edges,with enhanced and purpose on par with Miami Beach's other great connections to the surrounding neighborhoods/ parks. beach front and beneficial services that are not located in the park. ,-- -.--..----, .• „....7 .....,..:'.f ; 4%44....., 44. •, .. ,al r - :V IR ._..: . ,air-,'•- -'1 _ .•. .. ,.--,. , -: . -i--.,.:1”-',-4 c.,...- 7' ' -- " '' 4.' ' .7 • - . 7WIMI) •- .^,.. :-.''C 1"- F...). . 1.14 Exploratory Park .,' .. ... . to 4%.,..,- . ,,-,., -_ ?r- . j,.. . ,.., ......... .-,.:-2.-..;,...; i....:-,-.----.-2-.---':-.-.:% .'--:•.:1--,-.:7Z,7."i-"fi'p',''..':'-: -"F",-,"'lL Sgetatile I'M ',.-..':..,.......:-,, -:'`,,,.._7_,:_.'..,•:.'.. : ,",,. ,I ;• - - :1 '-' ..,..?, .47; 4.?... 7 . . — , -L.- i - ft ...,.:.L....,.:1 - 7r'-. r , Fr( Fre_. NORTH SHORE OPEN SPACE PARE PRELIMINARY CONCEPT PLAN c)mi AM!BEACH IIIIIIISTO ,,- OAP Iiirl6P . _ . .. N. lib d A - -A. ..... AlIP' , 11101111e„."4111b. .. irt: ...:14.. ..: '3.--...,•-•i•• . ,• li I 11.1.14. ' ' '''' . ...&•_Al -'4-'6.-: ■■'^' A .: .--:..- ,....---, , .111. 1 . 1 _ tro. : ..iii -J-4 1---':. O 1,4" .„. , or r Ir '414:17°'rPr --7- . -,„ ' :: ..., all .11'• 01:40,,, • 4 -4t— . '--4;.,•-7.-- 1111. 1. _- .i..: T --- , ...al?'" . --r r---..- 'r"........... -.5:,,- - "'" • - •...7.4 .1. :-..-.:' .. --2- -c.' _ ...A•fiV> ,.- ._ - •• )--* ..i. _ , , ,; ..;"V*..3'-.ef"--j- •-%-4. .• I ' t-. .. ..''' ' -,- . 44V 1 jr''' --=-1.,--'.'.•''."-<-5 ,..„-:-.'-.,.- -.,_-...-..... .,,,,; , ;::'...:tr, --,- ,-7...--- .--. ........,-.....,. 7 _—_-- ,-:.-'71..._1- '':- .:-......,-(4::.',21, --'.•- .--,--,,,iv--- = - - --•:--- , .,.;....(70,, -,!--- -7.--:- ..--- 4, L--• ,.- .-- ---- ..L2-ri...7-_.,_.;.,,--4,-.... ,...., -, ....„.?-.t,,..::.,.,... ,..7.,:-.,› - ‘ . •.._,_•,,, :, .. . , __ , . - — - -.2.....,.;.--::----,•.:...,,, .:?......7---4. •,,,,-,,_.,*•'; ,,..,..--, - s, AN . , .. -4 _,,,,,, -p,.....,_•.---- _ .,..:„„,. T ., w ..■ 4, ...5 '.. • -V.'" • C ' r.., 'P'i, t i ". ..4■117 4.1m..L;L'.S i -1' , - , • i ' P"" -.4 x...-■ i ' - ' MA-1 ' , -iirsiftii..T is, --- .:( -I WEL I: .-,-7- ".......... . ... .... . . . . . ... 1. r _ .......,...A., _ , "i ..., .. -• - ,, , . . . .. . '.4_..:. „...d, .. , —_ ...___.....______ ..___. ___---•------ --- - -- If 0":"-: ;'•;•-":".9.1111.-V- -"5!.?4,1.47,ci ' ,,.; .• , 65 I.' 01101.1111110.0 •••••-•; . .,... ,0,........ -.. _,,, „..... 7::.•••■--._. , .4.....,......1..............1116•41....'0 • Ir. ' • ••••,/fit'I*-................. . . . .....14.::•lob ..,-. - '•' ' • a I I fit - ...,''':-..:4100#1-.,i k . Av.*. • 4 •""'sigis 4 ‘ 100004 : ',..._-- -, •,:. . ,. • .,_ . , ,. ,.. •,-', -4,,, ,-., •,,,, ..i. , •-..- •. , .- l'.' - • - _.....--, ...t i fi s. s Iii, ■ • • . . . -..%. . J - ..... •• - .r -,•,-..woRva".w.""" • .A Vu‘t Zi.-7.,,,:4C-i . . ., ‘. tit.. * It • . , A 1111111111‘414 .111 . . . ■ . '''. 1101%. 1 * 1 - . , 2::(4 V. .:1Wirt .• . ..,_ ' * i -- i, •I 7 '• • r . .1'7' - ' if-i4 • • ill / 1uuIIuIIIIIIuIIIIIuIIIuul : _ i - •• '.',. • • •. •.. . .. . ..r........ . ,i , .• j'.II . • * • '' II ,.., .,.. • •11P ,' ;1 I i . 1 . . Nic. . .. iiiii:, .-$.,. .. y, Ill:4.....:".'-' •41r . .. .77••., % * . . ..... . *MP. • • 1...'V 1 . • * -•- . - 31070.e. ,. '.I' , th... ., Nr- •Pe'- " I. ,... •. iiiii . • ... ., • . •••••. .... _ ..... _ ._. ........., . • .... _ ........--- . ,.. ' „.. • - ,,:,, - - - -_ - . -4„ , . . , 5 . . ..., .._ - .... '• ‘- - ' AAP* L3' s ri.,:. „. , , :'•"4,41;:,/ ... P ! . . _ — .. .r.". -,:•• •.,,: .:. .i I-. .._. '-:-J-4- . .16-4•4 ,. t -t. . — . .—. • -.,. ' - ,,:`; .• .1-7 110111 f N' 1 . • . .._. -- • , . 1\‘. 4• . . , . . • . .• #. • .- ., . \r (• . '' •Pr. - . . . '44k1,` ' .., • 1r ,L. \V+. - ' 'SI 4■• 1 ,i 7,• . . • .,. o i& .. • . -1.).,„, . . '.,•.;•. i . ., ., •,. • . , ,, . . .,.•„ • ..• ..„„. .... . 1 Niii.- ...7. " . „ • . . •••, . ,. . --A.-.<, • • . ., •er '..., -. . ‘.1001111.4\ ------""i cs P ; , . ,11( - - ,,..• I" \ ‘ , 1• \ . , i ■0°eAk ., PI West 8's vision for NSOSP brings back the human scale, stitching the park back into the urban tissue and providing better access for the local community -West 8 NSOSP Conceptual Ideas. February 2013 4. a J r^ W4-i ,1,--4,-,,,.,,-..; Lit I 41111 ir � , .6' , � 7R.♦ itri . :II. )0 444w, _.-- . . i +a .E --N • )1 l'\ .-.., ' . 1 `� � , i (.. . . p. _.,_,,:. , .. .. ,.,,. .. . :,.. .�.. e. ,,;� i �- ."?fit: •i4..?:0 R. ... ! • x L `.. `fir ``.,.... b ': ,ft,, '• .. '' 14 116k# ,f." .. . I .....) . 't ei . , ‘L.'k . ., .4010 'It\ , lit • i v. , • ill& I.' r.. . .iiii 416: . _ . WES DES .ii Irpaw - es —r ! - rr j I Yt il `,, '` �l' liar ` _ ._ ; '% ii l'MI V' r i :. �. c • 1I I s 1 _+► . - + .. ; 'V .. _ .h,i1. T w i (. Y •! • . , . YD'S� rc ' �{ y mid i r - -I { j.. ,• � .r . ,.s .r 14 7 ` ,w•r: ' �•,'� •T ;„ .w. - ,' N:37-4,6".4-t-•.-e,.. � K, vq004 r, 0 i `�; .k If i '-I ♦ �1 `,!'R1r ' 1.'+; ' -.t itV.4 , 41?^�Y 7- .r ,., .7.,--- - ' ' 1 — . -: - ■ T ,---:^>4�.- .r J •11-A - ' Aft , _A- f . , . , , , .C7 I 1, 1 _ , A ^ I . . . 3 4 ,P. _ -"...,-_,___ ��-- WEST 8 MIAMI BEACH,FLORIDA,USA Client:City of Miami Beach Miami Beach SoundScape transformed an existing The commission for SoundScape Park came with Contact:Howard Herring, parking lot into a 2.5 acre urban,green oasis adjacent a big set of challenges,not least of which was the President and Chief Executive to the Frank Gehry designed New World Symphony site's size. Typically,a 3-acre site with multiple Officer,New World Symphony, America's Orchestral Academy Campus in the heart of Downtown Miami.Part programmatic demands calls for a durable,hard 305-428-6720, of a broader effort to revitalize Miami Beach,the surface approach.West 8 felt strongly howard.herring @nws.edu f PP g y that our Park functions seamlessly day and night as a green mission was to deliver a park,not a plaza that feels Design:2009-2010 sanctuary for locals and visitors and as a special intimate,shady,and soft.A philosophy that guided Completion Date:2011 gathering place for major cultural events. The Park the design to completion.Through the careful Size:3 acres design knits together core cultural institutions,brings manipulation of topography,shifting veils of palm new life to the center of the City and represents trees that conceal and reveal views and a mosaic of Value:$10 million a breakthrough in making music accessible and meandering pathways the illusion is of a Park much Scope:Schematic design, democratic. larger than its 2.5-acre envelope. construction documentation, construction administration, bidding The park design team was tasked with designing a After 14 months of planning and construction,the Awards "world-class"urban park that would support a host park opened on time and on budget in January 2011, 2015 ASLA New York Chapter of programmatic demands and a diverse audience. and has seen incredible attendance and success in Honor Award Working from initial concept design through the community. Miami Beach SoundScape Park 2012 AIA Institute Honor Award for Regional and Urban construction administration,with significant complements the NWS campus and celebrates Design community input the design team created a park that Miami's euphoric vitality and cultural resurgence Frederic B.Stresau Award, was accessible and comfortable day-to-day and robust delivering a unified narrative of music,landscape,and 2011 Florida ASLA's Award of enough to host large community events. experience. Excellence,2011 __ _ Ampr4071111/4451 wr 4 1.111■111111101.111:, . 40,4A--• ..e vi II 1 i.. . . -4... '- 1111, ''''''..::77`'.•,./' , . 0 ,..... ...._..., a , An .... .:::A. ri- 'Mr: 4e. ''' r ' - ......,_.....,;-.AILIkAitiarrit .0r,, _.., . . V lilt - .4-. ,... .,.. 1........0..p., . - ..,,=,....,,i.-.v..,......;:-..• . pir.11e -----2,------__:,_--..< .. - ---.-5-----•_-,•'-,--; -- . ,. '-*-- ,--s li4-. -i 111111k.-.011. Nub. _,--z 4,,. iii ....:. .......... ,il f 1 I 3t „ ” si ,• '.r A c _.' 4 Rw't VV. \ ma r s� 4p ''' { 1 i' r yui,y ... t r.� � -- , , ,,, . .,,.s..L, r, ,{eG's .x r I '4 t 41 4'► .... , ,.. ii OP ""'• 11.- 04' i ' -4"4. 1111 ft .i I oxi' ,11'1.:4, ' I •r-,.-1=:-..4 ' .,f ' ' - "---" - I tl (i !IV IL, ' 4 ; ikrItil \ ' ''' 1 '. • ' ' --- 'i ' t # ,. .._1‘f ter- -_r.�� , ......_ I _ _ _ _--_.......-'°: 441111.11111114.0..... . \ wm.wwno 5 119:V1.Inc. - , ••, ' 69 WEST 8. ,�.�: -.: : t DESI t 1 - - - 11 •' �� r ' - "E''► ' ax.` as-. t r -• y - - .' I f' 4 ¢ � i t}� it . , j , a !f I. t � ' c gyp, • • I � � i A WEST 8 MIAMI BEACH,FLORIDA,USA Client:City of Miami Beach Miami Beach Convention Center is situated at the as the park's programmatic anchor. The pavilion has Contact:Maria Hernandez, crossroads of residential neighborhoods, the New its own custom concrete "umbrellas" that cast soft Project Director-MBCC, mariahernandez@ World Symphony's Frank Gehry Concert Hall, the shade with ribbons of sunlight on the paving.The tall miamibeachfl.gov,direct line: West 8 designed SoundScape Park, Miami Beach umbrellas and full-length glass that provide transparent 305.673.7000 ext.2584 Botanical Garden, and Lincoln Road Mall. West visual connections from inside the building to the Design&Realization: 8's vision for a renewed 40-acre Convention Center ark. 2014-2018 p District dramatically transforms the day-to-day Size:6.5 acres experience for residents and convention attendees. The District's new streetscapes have a boulevard-like Value:$26 million Landscape, 12 acres of new public spaces have been added feel that priorities the pedestrian experience, and the Total$650 million to the district, creating a "green civic heart", re- reconfigured Convention Center Drive provides an Scope:Concept design, stitching the convention center to its neighborhoods. important connection to Lincoln Road Mall and a Schematic design,Final dignified drop off for convention-attendees. design,Supervision of g p construction,Urban Furniture Working hand-in-hand with city staff and community stakeholders,West 8 has transformed the existing 5.8 To the north of the Convention Center,West 8's acre truck staging and parking lot into a new world- design removes 2 acres of hardscape and buildings class public park complete with a plant palette that and opens up green spaces to celebrate the historic showcases the unique flora and botany of Miami Carl Fisher Clubhouse, the City of Miami's oldest Beach. The outside "frame" of the park is lined with building and the Collins Canal. shade gardens highlighting majestic ficus trees; a captivating backdrop for outdoor events. A Veteran's To address concerns about sea level rise, the park Memorial is seamlessly woven into the park experience design sets an ambitious new datum around its telling the unique story of Miami Beach's Veterans. perimeter, creating a 100-year park that is protected The Park Pavilion, is a one-of-a-kind icon that serves from the threat of potential flooding. .,.,..- ' '..'.1.- • ' .A". A . A , . • . ... 'i- -It - -"' s.' ' • Jee ''' - ' ..,•...lk- : , ", /'/...' '"- •• .' . L., • ..,tie .• ' - „,,. - ..-.. . . / '''' 1 ;, t%itlk,•....• • • l'/..t -', 4 .. .,. . lk. .t.• • - . .-- I '.,. :t, • ..‘lirsg...-: , .-/et , ...:,...., -,-,,. t'i • '- , • , ..1 4, ' ---- .. 0 -..e.. ., tit ... •t - t 1; '.... ••••-o--. -. s c' i • . 4°1. 114 . , • , .).'''' ,7F,t-''..- ' ,• " ' s' _t " - -t. •--;,.. •- .... 40' A.' ' ''.!:,*;4 ' ' .r. 1 •N -- • - • ,y . .•. , . . k ,...,, .-: . •-. ...-g.'...,4-A,,A,.. 414,_.%-, I- - . . r.- . . -1:4' r 4. t'-'--t–'• ' ' -. '. 1'it..‘,,'•4f*, _ v. • • ._ - --". 1 .•, , — --, , --.,-,43 -' • — _;,,, : ,,tt04 4 .S , ,. .. . , " .. .t. • 7-... .,1,s; . . ,.. ....„, ,, . .„1". 4. . -1. '4-' Nits.1*.': •:."' ',,,,,,t4,‘ • I 'i';: '' . 4:-.E".:;';:ik' ' .. • •"' ••• W' ..I •• 1,S f: ' ,'": . 1.1 ' 4:• I 1 s... ..' • ... ...- , _. . ; . - '" ' ...•. c'' ..‘,:i•t•I*!'.5---•-••'• . '' ' -'s ....I', .... .; . ••, ;.•,,, 1: ' • „ 1 . ' 1,.. .,.4, - 40-*• ' ••,.e.- '., '''',i., -:•. -..,-; .• ." 4 ''''' 1. It' . 't., , ,....", ;5,Ili ,■, .%i: , :4 Pr'•I•1.•... i . ,'---1,i,,r:'-'+ -. ''' .. • i _ , .7.!_"--flot, - ‘•' '4.. .4.:-' ----,' -%,... .'l v " ___. _:, ..-•,.. _. '- -,-31' . '--- ,- . .4 -",.....- 114....--- cy— -•••■r.,.. '' ,/,'\ --( • ' -frit!. -, r „ ' .- 1.. ._./ .,./:,,i.X,,i—,•-•••,. •. •-' ■••••—.. i. •. '•-' jik.......... f_./ ''..■ lilik' . ' '. Vail. .._ , k ' , - ‘ ".. ,,....tt:-i...'"!..,---_.- - -- ...."---74,007 . . . - • .7--Y .r....:..„,,,..„_:-.„_. .1.-..... ...-a, _ , •,„ -.. . .....1-- . - ... .. - . . . . --rresarT f', _.04,4 • / , 't r 11--- : :-.,::,-,,,,' . .. ,, ., -" . I ' ilk. r, 1..•,-1',;. ,-,:i,., ,..... . ,'.- i 'Alp , : • . I ., .k.-;. • -•-'-c.., ' ..r; . ,,- 1 . , ... s,....10 i,`■ J4, '''. •••••• ii 4-'•-',.._ - -,,,,,,,,..7, .., , • , ...,': .1, 4 s .1 • . •11 .% a , ."-.,... , -. .‘ .: _ ,,r-,-. lf : I • ....-._ ra t • ,. IP! •;.; . .--- 6 / 1 „. ' .... ....... ,4 - .- 4. -.,-;7.''.1 • '''..4'A t.i.t,-=.:--__*-..' :,--.- ._ - 1 . . .1 . , - 1 ,...:-.- ..:slikiffiitol..-`....,.....-,0‹:".. •4..""',-4. --t4.., - •- • ':,. . ar'. . 1---- .. . ..,,, ....... .f.,.,,:_.,..,..-,.• .f.i..,"0..,.. • . , AL -; -r,,r,,.-, *... No.( t ,. ..:,,. - Mkar 4-----ii,k • - '....-1, ••• • . ' 7.>,,:'-22.. t,-,.-. •c--r-:',-0.,, A ii i is,•:-1.,-1.44.-'-'. '''. I ' F - ,' ' ■-•,:f‘'' 14.,:- ,' ‘ --. . . -:- , 10 . t._ _.„ 1.-.. ! s..,..,...4- ,- .,, •• rtr - kies - , • - - 44- -' . - ,.14 ci ,,,,,.,40.r.".. :- .:-.., , • ...Ax•,...i_..._ .. _ . ..: .. i... ......., ,—'4.-Alt ...• - -•- -elee..., - ., . 74 •• ""'"ilitt.-' ,;. ..,:c,' -..::-.•.7., 4-.1.?..-t- fr '_ -,.''A..-,. : , . , ..G., *ow-4.■411104,„tvrik.' .t, '..:.--1'.•=`,.T kNi;,-; .1..;,'.1",;t:..i,'..,.' ''''''..'"'""r'''7:41::::.•1/4}77: :'.. '.. V Wilikil "„,*1: '. -,,in -•• ....r ,„,s: . :. ,,.. , , .190c- ,4:•?,1,741-1!.",-,P..,k'n 4'.6'-'2:. '.;"i. ^-,.ti 71 rd,-. �. ... " ..-r •m-~ - - WEST *: � 1 $— _ L r ti t-_��r -tar.°sue Alma-._ DESIGN LEAD -l — _ !ter /, 'Pk, 1,- �' }„c e . -•* _ - .. ,• ��� �. i�� ,_ `^'.��. �-,., :.s = ate, '� i i / -• //. r/ k . rte,/. [. - "Qy�°-o» i'4.J,yam, �:}C • •-4,,________--- ------ -----'\7,---- :- .0 ..1 --- --° r'''-__ :6'4.4 \ / et mil.- .."'..'4":.-1 -,''' -.It. - ' ` ,prN ''.. k. Ks...' ((...: ________.7 '.." _ iv WEST 8 NEW YORK,USA Client:The Trust for The Governors Island Park and Public Space Master the Island, in all types of weather and seasons, to Governors Island P p Plan proposes a dramatic transformation of this once- understand and incorporate micro and macro site Contact:Leslie Koch abandoned island and accentuates the qualities of this conditions. They observed visitors' use and mapped President,The Trust for Governors Island unique place, transforming Governors Island into and analyzed actual events. (212)440-2200 both a destination and landmark. Developed from lkoch@govisland.nyc.gov the 2006 international design competition winning West 8 also understood from the outset that the new Design:2007-2015 entry,the vision has since been developed into a richly Park and Public Spaces would need to be resilient in Completion Date: conceived and feasible 87 acre Master Plan,which has the face of rising waters. Rather than withdrawing in Ph.1 2014,Ph.2 2016 served as the catalyst and driver for the redevelopment the face of the advancing waters, the design lifts the of the Island. majority of the Island out of the flood zone. West Size:87 acres 8 designed a park that will allow people to enjoy the Value:$200 million Phase 1 of Governors Island, opened in 2014, has connection to the salt winds, swirling waters and Scope:Master plan schematic created 30 acres of new park and public spaces and expansive views of the harbor while ensuring that the design,construction adds key visitor amenities to the historic North Island. trees planted in 2013 grow into a great forest over the documentation,construction It features memorable new landscapes and offers next few generations. administration,maintenance plan development,arts master visitors a range of new experiences: picnicking on plan,furniture,renovation, gently sloping lawns, biking the Island's meandering The design was commended for its forward thinking concept for historic district pathways,swinging with friends on clusters of custom resilient design in numerous magazines, newspapers Consultants:Mathews hammocks or playing softball on fields with the and in the report "Hurricane Success Stories." In Nielsen Landscape Architects, Statue of Liberty as a stunning backdrop. Visited by addition, Mayor Michael Bloomberg stated about the Magnusson Klemencic Associates,AKRF,Hart nearly 500,000 people in 2014, Phase 1 has catalyzed park project: "Governors Island is more than just a Crowser Inc.,Pentagram, a vibrant park community and establishes a strong beautiful new space for New Yorkers to enjoy — it's Tillotson Design Associates foundation for the Island's future growth.To achieve also the centerpiece of our Administration's work to this, the design team spent hundreds of hours on reclaim the City's waterfront." Ai C - ' -----r-,-.=4- — fretti • .,,,.. ... _ '"-r-----t7 • .'$-, I *.f. . •4,„ 4„ A .'•.r" . .....a .e. ._ ■..' ...,La:. -.g,..k,.....,-.... , ..,,,t,' .7. i ., 'G.-4 --14111111111011111.114P IR ...... •-.,.. - %,-,..,. .:'• • • .1- -,..'.. , , ., -.4- .-..-,, - .7 :,•;.: . iiicr 11 , ,.• ItiL '''' .... . '-• wr,i;f:r • " ` • 1:,..:-7 f :: ;,-1- - .4r,‘,"--v,,-• • - , .......___ ... . %,0 f'.-;,-..-. .:f"' . '''''' .'"'''•''' — .-.‘x:....‘.,.;"b'ir 7'4':='''.-- ::'; --2-r-. -', ......a_. ,,, 11 - - • ,. • ..... ....-..--0,Vi'S.' , 14:4(,., :' ' '7 •',iv.-•.?•;•S k - i- -.."- .,..; ••.:- 'IT`: ,-9..1.-f ct.- '- -,,—.•"' '. '7.,-47.- .....--(-4-',' . •■ •1/447, „, ...4,-„,„..-,,,,,,,...„,„..„....„_,-,..,„„,,,,..-...A..,:,,,,,,,,,,I).---n„.. ,.....tt-,1,-,-.4. --, „i..., ,:7„.......,....,...„.._ ....., ,--..si , . _,JI."IL,' „."-4-k.0.4.- ,;,..-1--1•4•,-.17 .:,•-1••:.*.••‘,--."--1::,, ,,,n,M rr.',...i...3r...r 7-•-N.,-•.r,--,-, ' .•' • • .':i,: ..,4,V11- 410;•,,,,;*f. ,:r..„..,-- ,_- - -...,:?....,.--: ....,t.,:.,....,..,..,..„.„..,...„,.. .3,.. . . ,,,,, .-,,,i:.:1A, t Itgg,P.--.4.1:...,...-:. •'- ''.."-'.-"- '-'- -'V'''''-:=;:- -41.,-:: .''‘‘` . .- ..-' '1V6,k4' -7:'"14... ' 4,, '...„•-•••7,••••'.4- ..- '44'5 7.•,.. •-,.--,.,..;,--_,,,...1,t,k ...- ... ..,...„:,-..-_,.„-t__ ::: .* ,h....v.,...,-4-- -,-._.--,,,-...--:- _ - ::'-'..?:_",' ;'=".-;4-0.'.:.- .ci,-,--•--'‘:. :':::.._ • . „I i .. .... - ..... 7 AI, \ illo,s. .• VII, - tilt i 7'1 ,.• i VI' . , , "' - \ , . ", • sti ' • .........,...?.,...,,,.... i .4 1.. A I.,• "' .•\::".,y 5-- el., ' ...---:__ -77 ,i, . , . ......"-- 1' ----'‘-4 9: •••••• .le.• 'J,''' % ■ 1 V.--''- . - .. • . a • i • S:1-'4 F It‘■n ,- - , III ,..j.-ii °1-11. •Ci- 1 • t '' '• :, • • • ' to. A o • • - - - : .. . • iv J. ..i ..., • A , . A " . 9- or dr.MIN , • • . ' • )r.4,r,, 4 • 'e '- - .. -......-. :'-- 1..... i .1.: it.4 IA " - is, r1.1..,••• - ..• ••., .71t-' 7., ....' -' '.1....rif .rdi*, • . IT -,i .:. - .0',.i • .-7'' a 11111••• . . v1/4. #. ,ifi' , , - ,s, "....,.... 1 ...._ . .- ,..-----. _- ■FAZIP.:. -ye'... .... ' % t.■••4..i."4.1111,...,... • 4..4- .- , if - . T. -A,- • '3 ..... .; , 1 lir i• .t. AL t'l ,.... -,-;;.....,....., . -...: • ;' --.4,... „_ ....• _,,)11 ' , ,. • 0 ,.. ,, - . . ..-...::— , ,-,.--.. -.. - ,tiot.4,....%.„,-. .... •- - 4 :-...r . . .,...• . ::- ,.....r.-.--- - ... mIle- ,ve,-* . . - '• - - -... .-z_ • -..c ft.-.1, f 4' ' .. , ).•' — - '''. 4ikk.. 1 - ". . • •I* —.*- • ...,1 ..... . 4,- ,..,".• 1 I:I 111141 11 , • 7'•- ,,tr•yo, - '1 -7•z.,'.-.. .....t. - .5. ..4. ..:=; -,- ' ...' „.•;, . 747.„.,„,..s..„ --' •--f4-,-,f,..-. .-,- ....--.••,1.- ..., . . .. . , .5 4p. i ,.. I1 Ifil. , ir■!. '4 l'e.. :3.,'.'- • • " .... 4.04* 4-- ' r . - . — —-7t'c' ...Jmi .I, *.i -•■ _ • - • -........ '• '4., ';',.''...,....T:;-..... . .. , •ows Ir. , . ---- /.,.....• - . .Iry-...• - -,A.,...42, ;.,.;I,•";•.„, . .. ......... ,7. 147...,- ,.... .......,, I. 1 •Fr —'1 MS al -I.:: ... ,.,.„ p .1- 1 ,. • . —_,- •_..._.fdt• 1, •-r 101 /I , . .■ 7-4,4 - ' . A ' dip I. _ • -: _ . .' ' .. , I III I I or' '," --- - 1 - — --- • - - _....- 4- . ,111 I:--,77-.., -. .;-=------- - -. - ....____ ,--,..-„-__--_-__:.- .1_- . _ ,__., .. . •- - .„...._ ,_--..... ......._ - .. r ..- ._ • _ r.... ..,--, ...- .,.... . • _ • . .. ..i 1 ,_' ,. 4„., - ... # - -• o'-'''•" ._ - - 1,4 . .1"........" 411 —ata 73 1 ii - .i ^ i as-v w • ,. "r--.."21_,-002",.- •_. ' .r.„11,,,i, P.m i-- TTT pi ,. • • � T I 7 M I...• = •. 1 ...,. V.AIL:.. ....-- V, -• { i rye C:� ' ______ 4 , ..L _ , __ I _4, „.„___________,,,,....., ...,40.L___ Nek9L----__ _ v- ____ . __.___ _ _ - •,, -. ..-' =^tom// -. _ _ '- ll _ -.---- - �` -- 4,, I te .. '''''Q'''-- '�.�. -44111,41 .441111 miLIC 41IL"- --- s 0 - "0":"Ilk TORONTO CENTRAL i : i I D 1 Ik WEST 8 TORONTO,CANADA Client:Waterfront Toronto The Central Waterfront extends 2.2 miles along The proposal creates a waterfront that is public, Contact:Chris Glaisek,Vice Lake Ontario and is in close proximity to the city's diverse and expressed through a multiplicity of President,Planning&Design, central business district.The water's edge is one of experiences.The first phase of realization is now Waterfront Toronto) 416-214-1344 ext.274 Toronto's most valuable assets,yet,despite decades underway and includes the design and construction cgiaisek @waterfrontoronto.ca of planning and patchwork development projects, of Queen's Quay Boulevard and the design of public there was no coherent vision for linkin g the pieces space wave decks,timber bridges,and seven slip Design&Completion: P P g P 2006-ongoing into a greater whole—visually or physically. In this heads. context,the fundamental objective of the project, Size: 2.2 miles of waterfront which received its main impetus as an international Upon winning the design competition,West 8 Team:Joint venture with design competition in 2006,was to address this immediately began to create a visible and exciting DTAH deficiency by creating a consistent and legible image series of art installations and bikeways,literally for the Central Waterfront,in both architectural and bringing Torontonians to the waterfront and Value:$395 million functional terms.Connectivity between the vitality raising awareness of the master plan's ambition.The Scope:Urban design of the city and the lake and a continuous,publicly success of these localized interventions has provided masterplan,landscape accessible waterfront have been West 8's award widespread enthusiasm for the eventual build-out architecture,schematic design,construction winning Master Plan priorities. of the entire plan. documentation,supervision The plan expresses a vision for the Central of CA,long term monitoring Waterfront that brings a sustainable,ecologically of delivered project,bridges/ wavedecks,sustainability productive`green foot'to the rich culture of . n. concept,furniture design the metropolis.It suggests a new coherence and continuity along the waterfront,produced by four seemingly simple gestures that create a new`Multiple V. `),sor Waterfront'. ) Mar" 7111 TORII - --- , . __:__•'_ _ _ , a 11Will WIN lb ..,/,.,;;_1.7:1--i _ _ . i.ri, i . t •''-. -:_ i • ' . ...,.. _ I .0k/On'ult,, .........,■••"7 . 11141 Milli Mr 4! I til 4M1In. -'4/. IN''.''"'"'.-4 -.■ -1 . ..--..-— !V-- -/1;t1.'"- a A i- ' --. Ilt E ' ___ - -• ' _ Iiirmr1- el law, - , , i 21.211 ,,.. pm, I. .. = it i 4 1 ' ' .. i r---- • . iii- Ti i Pr/' 'ir - , J-, - - i 1 1 r , -.., _...z._ • 11 - - . -.r. , ..: ill 4t4 c 11.10:- II • . r Iiiii ,-. i Al li ;.,....Ait,,,,; . • ,-- _ ... _...,,„,,,=... ........... • ._, - ..----„...,-- - ......„. 111 1)11 . - _ ._ , . ',-,,,,„.„ ------- ci , __ , . -N -_,-_- -____ -_.- ,is,,,,• .• ....... __--, 1 --,---_---__0 ,_-• . , --, -74, ...a.- i A, „ / :- , , - - .,.... . , - "r • .i,...7: ../ 7 r_ t.c...._ , / \\ _ -4 II*- . :we- • _ , rw 4 z...-./- ,.. . 14 s.,, • / ,1 ,,.• ,...,7, N. .• ' • '•'s ..., able fir _ t F...,, . . •. ,----1---■___4,'";.`,"-i.----=1 1'-4cS.t-7_ i1If'=,,,...".----.-..' r A- ..., . . :. - ,_ '1 ,.•--- -.- ,....._=---1 -0,1,--_, ..-4_,,...1 rii-7,7 - arra „....__---—,, .--.,:„..,..........„..,,-... k __ - L,_,.. ,,,,_.. ..----.. --...... .arsorwegoalik • - ....-- ---- , 4.%;)',.---,,'"4 1 _... ,t,r v___-______, , .; „ , _ .-- 6-.•.., ,‘„,....4-----,00-,;.” .. ,....1. .„, .,„ ........._____. ,___:.1 1 It ----3 b _ . ' -- -,...--ti• .- 4.-- .- ...".L.-.4 •.'-ar"2L-----"‘"1:5-"*.1, :-:--- 1...:4, :1 1 7DirAt---7• ' I/.1 ' -- -— r/ ... . 1,.; - --- '....-.i.' 'Y ,, -I.- ' ,--t - -.1, 4 •-...*' -—"meow trii igii I_1., - 4- _ Jilt .•__,7 Ir• , N ' '' ' '''" *i, • A o■_,...-11-v... .'IP • ,.4" i - '1.-` ‘-4.!.• --r,' A ' -' , • - - - , .., :-', - . t . vslag•-46-st---1 f '''-- --1 •,.. , • .-", • N., - _ t • —A i ;•-• - 54L c It- . -14i, ,-,t,-• 1 .... \ ,....1-..„ • . r ..-- ,----.---• - '--1 -- . 1 ■ 1 'r--— ,-, --. -- -_ 1....*maa- • i :.-. .--....-, ..,.. • . • , . 1 ,,- _ • --. ''''-,•,r- Vi 1 - - .1..,,,,,,,.........._,.._,, • '..". • .......... ,, • .. ....Z.,,,,-,..-.. . 111121 S' %'.-s.-- .. s'1.....■,, - ••- '••••--. _. .-- --. P.."'-'s- las .V .,_ , ...•--- • ,___ itihn ' .......e....... .,. , s ...a..7".-..... ----- - 75 `. .aye . `in i - ti • • w "R 4} - s a.- ', a1�ut�il.�i' 'r„ Y7« J � 1. yam' ♦ ', ,----..----1,41% �' '•Y: 1-..m_'' _ hvs�, r •�v i° a , ; ,�„t 4 `tn.' . ,. ‘1'. y• Al.a.� ,fin ` '2. �,. ?`j.� . "ad % `The /est�rS long,�``•Re I team'toc 4 •t. ecojo • tt ., gat►p_,,•for building,a ev - r; a a t w aim t C •,L n ii ,, It,, •. 4y 4 1 r w : y " y 30, � •Y:--. l y N v7tt tl. " 7'+"i " a'aa.' "c-... •t��'' , }.y, - X� E :'y�, w se.'``' k m '-- `its i "el' `4 .at-;' 'A-x 4.-. .4�:� - !, w r . v..• . 'r ^t 3 4., �;..^- -�t_ y- -- •,ems — ,r' a.F y, ca a. `�,s.�z j.- ..• ,-...s ` �' 1.".1.'' '''',,,IL- y _ z,;��. „ -, -,�a t - ... °# x` :,'"•.�.r '�. t. ?' 'x .yam ?1�, _ - v„ f a v+ 4., ! _� A�+.� 'a. �.,a' ..M „r A '-.'„ -'.` t.'r "r . Y ' a, N: . ' vct• ce.. .r - 'fir`- • s •'. `.- -� s ,. Y i :iI.3ll-"1. %.. �.. •;"�� - - 3^ �,"lye. a - e'a Ja y y 1 r • • L t S ` I ,p p i , ft s.. I film e 1 i • l 1 '• - - le .,,-___._ i _ . , , ,.._ . .._, _-, (1.- , 1#10°.°. , c r �y .f "� - .0 (� � •'s• ” l .+f+r' '`"'_:lr�° • _•t . ATM' - m - ; If '' West 8 -m-' ,-N `# •a - '-- ' - i �t 0. IV ' t,1 1404 42,4, le".....:1 1 4. , . . ) ♦ .. .-i,:-,,,ii, .,-`7, ,„ . •, .* ` '• i 2i*'..0...4,1,,1\0, • ..-4‘,..)% .'' A. \ . ..., .6` s *,' •, /' • ..:•. :A....•••• ,...• . , -. ' -„ - ' ;: '. • � -r " it:. • I 7 t Mill .*A y -• v - ' sr, - s • �j,�4 x. . y ,{' , .. M 1 ..#11 J �i• -. tom,• •-;...-_,.,..-,--;„i �! - • . — r^ .) r_ • 4. _ - c. a JS _ - - - - _" r ,-.<- g . 4, - c_ , - . -. i,-, .�_ li d` i�- �041- . :? -- .i 1 -'�• _ • . J t .. -541 t - + . -_ � =1 �C — ' €, ,u u ; --i•-• - E _ — � rte_ ., _ _ "Ill 4 \` �. *r- _ .� 1 r1d L 'eta_ — - '- t. \,...._ • -a � - / \ \ • r ..4,,,,... .....1:7,4,. ....._ .....,.,„1. -- Aellef • Vik Madrid Rio,Spain • West B - :'rs.�z IS i I- L' g 16 III. 1SL '5.-¢ ,j�d � ktf�e ��i�N•" V - Y _-- ' I ) 6 I .7. r-f • s.. sue_ ' `A' i' �'� r '.... ';; Icr„-s, _ - 40.... .., . : . _ _,•,... ..: *lf3► --wt..,' I,' . ...,..., 411112rIllr'. V...- '— JO- 47.41: ill.. 11#. - ill 9 . ..,,, .,. 14, . _ , THE _ P .. z . . , .... . I . • •=1 .t E . _ .. .. ,A itz_ 7!„,____ci. 4;4, mom_ . _ . . 00--................„ . . ,s. , .... .. .. • • ___. _____ _ --...... ., . _ ,• . . . _ . . t _ _ • _ _ _ 1 a. , .... . ., . .•. . .. ... . 4._._ ��• .+:fit' • •■• .. i _ ., S sr , , ' ilir-.... '' F i' TT lk • „1:'''. „ idir .. . . kit_ . ..1.44., • • s ..... . -P 1, . .... os F } . 41IL• yyy) •. _,%,..,„ .,' 1 imix.,..v.w . .. fu: . 1...:_t. w . ...-r7 - 1 TEAM ORGANIZATION CHART LEADERSHIP We have created a structure to working that elicits STRONG leadership and open critique in our team by defining roles: Our Team is composed of leaders in landscape architecture,urban design,architecture,public space activation,and engineering. Our team includes extraordinarily creative local talent, immersed and well-versed in Miami Beach's particular social,environmental and economic ecology.The organizational chart on the right shows how our team will operate as a streamlined and complementary group of specialists dedicated to tackling all of the project's demands.As a team,we have vast experience in projects comparable in scale and prominence to the North Shore Open Space Park Project and a proven reputation to deliver on time and within budget. CORE DESIGN TEAM: We created a core design team that will focus on the big ideas—weaving programming, engineering,context and site conditions into the Schematic Design right through to Construction Administration for North Shore Open Space Park Project. WEST 8 brings their foremost global experience in creating dynamic,high impact public spaces that enhance the life and culture of the cities they serve.For the NSOSP Project, West 8(Lead Design)will collaboratively oversee all Conceptual and Schematic Design work,public outreach,and ensure the integrity of the design vision is preserved. CGA is comprised of an incredibly talented group of professionals,because of their diversity,CGA can offer a host of professional services acting as a one-source partner,to efficiently tackle complex projects in a timely manner,providing customized solutions with handpicked teams of highly experienced professionals. SUPPORT TEAM&SPECIALISTS:We added all of the resources to ensure an end result for NSOSP Project that is not just compelling,but achievable.Our team of Speciality leaders will review our design ideas at key milestones to ensure feasibility. M MIAMI BEACH CGA Shelly Eichner,ACIP PRIME CONSULTANT Principal-in-charge PROJECT MANAGEMENT Tammy Cook-Weedon,ASLA,RLA,LEED AP Project Manager Gianno Feoli Assistant Project Manager CGA Michael Conner,ASLA,RLA LANDSCAPE ARCHITECT David Grasso-O'Brien.LEED AP ABORICULTURE Marcos Mendoza IRRIGATION David Frodsham,PE COASTAL&CIVIL Patrick Figurella,PE ENGINEERING Sandra Lee,ACIP,LEED AP,BD+C ENVIRONMENTAL NATURAL RESOURCES • Chris Giordano,MSC Bob McSweeney,PE CONSTRUCTION Brian Williams,PE MANAGEMENT, ADMINISTRATION Steve Watts,PSM SURVEY&MAPPING Manuel Docurro,PE ELECTRICAL ENGINEERING WEST Adriaan Geuze,Prof.,Ir..RLA,OALA SUBCONSULTANT Design Director LEAD DESIGN Jamie Maslyn Larson.ASLA,RLA Principal-in-charge,Lead public outreach s•• Daniel Vasini Senior Designer,Project Director Steven T.Lee Design Project Manager Isaac Stein Project Designer NUTTING ENGINE Richard Wohlltarth.PE SUBCONSULTANT Paul Catledge,PE GEOTECHNICAL Scott Erstand ENGINEERING SAAD EL HAGE CONSULTING SUBCONSULTANT P.• ENGINEERING STRUCTURAL Saad El-Rage,PE ENGINEERING SYNALOVSKI ROMANIK SAYE SUBCONSULTANT Manuel Synalovski,AIA LEED AP ARCHITECTURE Merrill Romanik.AIA LEED AP deo Cakr.,Giorttano 81 KEY PERSONNEL PRIME CONSULTANT- CGA SHELLEY EICHNER,SENIOR VICE PRESIDENT//CGA fMs.Eichner is a Senior Vice President and a Partner of Calvin,Giordano&Associates and oversees all private sector and public sector planning activities.She has over 30 years of diversified planning and platting experience in securing land development approvals, land use plan amendments and local government planning TAMMY COOK,ASSOCIATE,DIRECTOR OF LANDSCAPE ARCHITECTURE// CG, With over 26 years of landscape architectural experience Ms. Cook has demonstrated strengths in creative design that meets the sensitivity of each unique place. She will contribute her project management experience in having successfully led numerous projects in complex built environments where the coordination of various intersecting disciplines establish the metrics for success of the project. GIANNO ANTONIO FEOLI,LANDSCAPE ARCHITECTURE, PUBLIC OUTREACH//CGA Mr. Feoli will contribute his on-going, day-to-day experience in coordinating the City's ^'J Middle Beach Recreational Corridor between Indian Beach Park and Allison Park,permitting it through FDEP, responding the FDOT ERC,and permitting through the various City's departments to meet budget,schedule and project needs. DAVID FRODSHAM,ENGINEER//CGil Mr. Frodsham is a licensed Professional Engineer at CGA with more than five years of ltaier experience in coastal engineering, construction management, permitting, and civil site design. He is proficient in the use of AutoCAD and is fluent in Spanish. Construction Management Experience extends throughout Flordia and also Panama/ A SANDRA LEE, DIRECTOR,ENVIRONMENTAUREGULATORY PERMITTING//CGA With over 20 years,Ms. Lee will provide technical support,environmental resource management,environmental,e onmental planning and sustainable development services in support of permitting services to obtain environmental resources permits at the local,state and federal levels,she will coordinate inter-agency efforts,provide project-specific -tif development and mitigation options,and lead wildlife and habitat assessments,mitigation compliance monitoring reporting,and tree surveys. SUBCONSULTANT - DESIGN LEAD - WEST 8 ADRIAAN GEUZE, DESIGN DIRECTOR//WEST 8 • •_ The team's project leader and lead designer is Adriaan Geuze,founder and design director of West 8. Adriaan established an enormous reputation on an international level with his visionary approach to planning and design of the public environment. Adriaan together A r __` with his office brought West 8 to the frontline of international urban design and landscape architecture. Developing a technique of relating contemporary culture, urban identity, f� architecture, public space and engineering within one design, while always taking the context into account. While Adriaan has extensive experience in directing international teams on projects worldwide, he is also grounded in his manner,with an open, generous spirit that inspires community and dialogue. JAMIE MASLYN LARSON,PRINCIPAL IN CHARGE//'/1/ ST 3 Jamie will be the Principal in Charge of the project following the design issues,elaborating . the direction of the design process and ensuring goals are met. She approaches her work with a passion for design and has the tenacity required to realize multi-phase projects with multiple jurisdictions and stakeholders. Jamie has widespread experience on large- scale projects as Longwood Gardens Masterplan, Governors Island Park and Public Space Project, and the winning Mesa City Center design competition. She will ensure the goals of the client are met with an excellent design. DANIEL VASINI,SENIOR DESIGNER, PROJECT DIRECTOR//'it/EST 3 Daniel will be Senior Designer on the project, supervising the daily design progress and detailing. With a portfolio of design projects that are intimately related to contemporary waterfront reality, (El Malecon, Puerto Vallarta, and Fort Mason, San Francisco) Daniel will ensure the ream achieves design excellence. API STEVEN LEE,DESIGN PROJECT MANAGER//WEST 3 v AP 1 Steven will be the project coordinator for the design phases,in charge of day-to-day planning 416 and coordination with the design team,sub consultants and the client.Steven is an excellent k. communicator with a strong background in public space design. His responsibilities will include supervising the daily design progress and detailing,coordinating design work and production of the West 8 design team. ISAAC STEIN,DESIGNER//NEST 8 ' Isaac will execute design studies,develop the design,and prepare project presentations for the City of Miami Beach. Isaac is an excellent communicator and team player, is highly skilled in preparing drawings,diagrams and renderings that synthesize the design,are easy to understand and are compelling. CGA IN-HOUSE SUPPORT STAFF T.r MICHAEL CONNER,SENIOR LANDSCAPE ARCHITECT//CGA 1 ,�, Mr.Conner has more than 25 years of experience in municipal,commercial,and private it ' j sector work.As a certified arborist,he is also knowledgeable in all aspects of urban and community forestry planning and tree inventory and appraisal.He will contribute his vexperience in landscape construction administration,native planting,arborist services, .."...1r"'''� I and in ensuring the project meets the possible needs of any FDOT grants. PATRICK A.FIGURELLA,DIRECTOR OF ENGINEERING, PROJECT MANAGER//CGA Mr. Figurella is a project engineer with more than 20 years of experience in project management of roadway design/reconstruction,utility/drainage infrastructure,municipal ' review,comprehensive planning and civil site design work including geometric design and permitting.Mr. Figurella is proficient in the use of the latest versions of AutoCAD Civil 3D.Mr.Figurella was the President of the ASCE Palm Beach Branch in 2003-2004. ROBERT MCSWEENEY,DIRECTOR, CONSTRUCTION ENGINEERING/QUALITY a ASSURANCE//CGA i = , , Mr. McSweeney's broad background entails extensive experience with civil and v environmental engineering firms providing service to both public and private sector clients. His experience spans a wide variety of projects,including FDOT utility .1 - coordination and construction administration. BRYAN WILLIAMS,CONSTRUCTION MANAGER//CGA Mr.Williams acts as construction manager at CGA,during his rime at the office he has been responsible for a number of significant infrastructural projects in the state of Florida. Such as Roadway project administrator for the$558 million construction the Reconstruction of 111 SR 826/SR836 Interchange,FDOT District 6,Miami-Dade County,Florida. Williams is well versed in managing large-scale complex multi-agency projects. �` DAVID GRASSO-O'BRIEN,LANDSCAPE INSPECTOR//CGA Mr. Grasso-O'Brien is a certified Florida Landscape Inspector with more than 8 years `" of experience. He performs landscape inspections and code enforcement services for `vr . projects within the cities of Weston,West Park,and North Lauderdale. He will provide his experience in identifying and monitoring invasive plant species and conducting tree and vegetation inventories. STEVEN M.WATTS,DIRECTOR OF SURVEY//CGA Mr.Watts has 26 years of experience as a surveyor and mapper. Having spent his entire ' surveying career working in Broward County,he is extremely knowledgeable of the rules, z` requirements and specifications for completing surveying and mapping projects in the t `w South Florida area. He specializes in architectural and engineering design type surveys, - land acquisition,easements, title research,and computer mapping. MARCOS MENDOZA,SITE&IRRIGATION DESIGN, CAD//CGA • Mr. Mendoza directs the landscape architectural staff in all code compliance,site • design issues,and Quality Control of construction documents,to ensure they meet ; location-specific permit criteria.Mendoza will assist in the production and development construction plans and site detailing,and has up-to-date experience with the City of `" Miami Beach's Parks and Recreation Department's specifications on irrigation design. • CHRIS GIORDANO,DIRECTOR OF MANAGEMENT SERVICES//CGA t3 � Chris Giordano has ten years of construction management experience.Chris has managed j r hundreds of millions of dollars in construction.The clients for these projects ranged from federal, state, local and private clients. Chris gained construction experience throughout the southeastern United States as well as in the Caribbean. MANUEL J.DOCURRO, ELECTRICAL ENGINEER//CGA Mr. Docurro has been providing electrical engineering services for more than 15 years. He is a senior project manager and electrical engineer at CGA, and his experience includes the quality control and design phase of electrical systems for commercial, industrial, governmental,and recreational facilities. 85 Shelley Eichner, AICP CGA Senior Vice President • EDUCATION SUMMARY OF QUALIFICATIONS M.P.A.,Florida Atlantic Ms.Eichner is a Senior Vice President and a Partner of Calvin,Giordano&Associates and University,Boca Raton,FL oversees all private sector and public sector planning activities. She has over 30 years B.A.,Psychology and of diversified planning and platting experience in securing land development approvals, Management,McGill land use plan amendments and local government planning. - University,Montreal, Ms. Eichner previously served as Senior Planner for Broward County's Department of Canada Planning and Environmental Protection. She managed and supervised plat applications, created a permit monitoring system, and monitored compliance with all aspects of PROFESSIONAL development approvals. Duties included coordinating the development review agencies REGISTRATION in the preparation and adoption of the ordinances amending the Weston Development of American Institute of Regional Impact. Certified Planners No.116948 PROJECT EXPERIENCE PROFESSIONAL Growth Management Director and Provision of General Planning Services: City of ASSOCIATIONS West Park,City of Weston,Town of Surfside,Town of Loxahatchee Groves.Responsible American Planning for all planning activities,including plat and site plan review as well as the creation and Association- modification of land development regulations;establishment of zoning,landscaping,sign Past President of codes;and,preparation of a master park plan.Oversaw communication and coordination Broward Chapter between city management,elected officials,major developers,and residents. PROFESSIONAL Site Plan Review:.Supervised preparation and presentation of site plan reviews and MEMBERSHIPS reports under an ongoing cost recovery process. Plans from the cities are distributed Broward County to various plan review disciplines and the final reports are presented in a cohesive and Management Efficiency and consistent manner. Study Committee,Member Comprehensive Planning: Supervised preparation of comprehensive plans, evaluation (Appointed by County and appraisal reports, EAR-based amendments, water supply plan goals, and capital Commission);Chair of improvements element updates for various local governments. Growth Subcommittee Zoning Codes: City Weston, City of West Park, City of Sunny Isles Beach, Town of 2004-2006,&2009-2011 Surfside. Responsible for preparation, presentation;and adoption of zoning codes. Direction required the coordination of workshops and consensus building among the Technical Advisory Group elected officials,residents and developers in the city to the Broward County League of Cities,Chair, Transit Oriented Development: Sheridan Station-side Village, Hollywood, Florida. 2003-2006 Coordinated all planning and engineering services for the site plan application and land use plan amendment for the Sheridan Station-side Village, a mixed-use development Chair Staff Working Group, integrating an existing Tri-rail station and other transit services. School Board of Broward Town Center Zoning Overlay Districts:City of Hollywood,City of Miami Gardens,City County,2005 Present Broward of Sunny Isles Beach.Responsible for development of zoning overlay district comprising Commit County Oversight zoning criteria,architectural,and landscape requirements leading to town center master 0mmittee, • plan implementation and for special districts. 2009-Present Ongoing Private Development Coordination:Responsible for coordinating all aspects Broward County League of land development activities including platting and site planning,rezoning,and obtaining of Cities Scholarship all government approvals and building permits. Specific tasks involve ensuring that Committee,Chair, engineering,survey,landscape architecture,and construction management personnel are 2010-Present working together to bring a project to completion. • . i . . •I‘"oe ,.,' . t41v: •-•.•5 ' tr---•' •.: ,t : --,--, k r p,4,7 '-- ,.. r , -f5", t• " ,' 'or '4" -4/ - -' f. -, ' 14. r .- /*: ' /. r 14-',, f • .i... ) t. , • . ., •-.,Airre,i 4 ''',Or 'k.,1,- '. / ( - . 7 i ' ' / .0 ;' ,, ,g, f• ;_ mi.,' /,_ ... Or--PA.,4mal,1/4 , ■„,( N,-"..,,,,• - ) , ,), • I ' • •I'IA er. .C..'..,(ini-‘- / '. ',± n' , -?.:. . ''; r • • ''• .-0 '* ,,/ , 1 ; • e , '-'.), -4,' 0,, ;f1 ,.'-• ' '3 ...1"..A 'el..0....'"4.2 tat (1• .,.9 ', '' •1 ,...4,6;•-- , ... . ,,, 'le-, ; 0-., ..•;<, 1, s -,,t ;-... .;)‘ -1.4.ii" - .'‘'' • 6 ‘,/ ii , ,44.1th % '' ,, ' ' ' AFV. . • ,' • 1 . 1 .7. 1 4,,S;,..'r .4...trl ' . ,• r• ,.42 • ‘ . rig .. I% P. _ -11 - . , r. ••• . . V • ' ' '4i *•• I . .......11-.....„,- ----...,.2%,.. ' it-'...- " ''....,;, 11. '1.'• .,' ,i • la ,,, , 4 - .; .-', -.. • ' , , , 1• ) , : a 111111c-it I 'i. -... 1 . e'"•1:1:-.1,:* -L-,..----,--.-. .■• ,,„&„ 7..„ 4,, -1 , " '4.- .. • A 4, ,... - „ .. `t . , P '- Y 1 . . .l 7. . ...,• , '";"7- I ,, k . . , - A •••••qtr' - t,, A *1, „ /.4....-'t• -a -,''', i ‘, / I' '".4. , at ,-\ ,• ....: .4:::r71.... r:;,.1. ....... ' t---"a.: 111# '\ ' .. • , -,- y '••., „ • i,--,''; ' • i' 14, ItH. ..) 7 7 7-Iirirl°•--1111 .,-. 'Sk. • . , I- _,, -..1 ' 1 ' - .. . ' , . - - ft ... ILI . , 1 ii -11*1 /i , ) k ' ""rrinibl' ' P --ti . \ (Or rt- .-0.• l ': • ., ,-•: ,,,, _, ,,. 1111i , x,.:. , . , , ' 6 to• '„ ? , f • , T - - il:‘, 4.■,, „_ .'„ •, ‘1 1• Al i N V , ! 5 % - .l' , Ili . I • - • ),.. , ;.".":- i r:,-.,::•,: ' ' 'ti ' . , k, , . „, ,. .%.- ...' , 1 1‘ , 4 ,., ; ' 2__ , 1 tY ? ? . - 4 ,. ,_ _ ,I. . .' . • V • ) , 1- - , 14.4: , ifYf ' '. ' " 1 ; k ,-,,,...., - , i'1. .,..,. . ..,..' '' ,47- ;'. , ,. i ) . • ,, .,,4. '' •;.- -ir---- 'i . . 4 . .., -rs' . „ir- .) 1, ' , -.......4' ■. ".- - ) , .. , • . . ,,__, .,,.. , .,,,,, , _',,.. . . ,, , ,, .,. .. - --i• . • , ---:-............w. . , , ., , .. -,......*I- , ■ -, ' NIR'. 7) ".,. • -__ ...f / r , i , %' - ''.. :-... . . ..; I --... ..".'4, ' 1 . '. , , 'N...„011110 I? , ri• 1 I . . , ''.7. I i /.. f . -...-P I, r 1-11 e,................„-, ,•i,_.,---......rti.---.-7.-;-- ,,,j' . , .i• ,,.,..„ - 4'. • % ' •, .., 1 .. --,.-..-_,- 10 - i ', ,,, , ,....- . „....._•_-_-...7 , ,',--;,,,. 1 f ' ' ! . F. \ ,r..._....- • ? .,, • - \ .._.`'.4., jah... , --r_ „„, ...-,,,-... ,•-!{- ..-•,"_".':-.k.,L....,, / • .......,,,...,;1_,, , , .+ .■ . ---- ---- . .• ...• .2.; • ( -$ . <, • ., •- . - 1 . • i , - - . , • 7 , --_- • '` • • • ,..,/, if ■• I \' 7 A, • __,IN\ -;.,.•' .. ' . 17.).A ''" - ' ••:•-' '--•:-'-'-- , ,, _. .•''• 1 .'•'. . .• • • ......''''S ,.:t '' ' '. • ..; • . . j • : .9fir' /:A ' ' ,r • .• • •.•.•' '•. . ■ ''; ■. •. . • • • ''. .•. : '' , . • / S r'• ' 1 •• • 411 • . .•"• •' . 'L ' '' I , ,..‘. ' . ••::'. 1::.2.: .:1.. %. 7'":..'t.' ' ' ''';,:• .-', .-„,--„,4-:-• ''.2:- .';,‘'.----',1 .4• - - ---'\.-2; r. - :. . . _ ., • - - --.- _,---, .‘.-_-,..-,-. , •J.,...,,--.., -.---- :.-r: ,:,,,---‘,-,-.,ki,'-:-.. ‘-:,--,:-..',- ,'. s!--- . ',..-- • '.--- ' -.._-- -,:. ,4,,:... -•-',.,----- ..1 _.„,'-..- .,. _ _.- - .. ..__ :-_-__ ....•.:;-.- ..-...,..,... -,&-z.:,,,,..,:? r_.,..,, -_,...7..,,.,.,..i2;,,t, _:-.,-..4,,,,-.,-4--- -1,,-,!.,. - -,.. . -,17. ..- . ..,......,-. .".----. -. - , ', ....--,-.--,- - .. .,,,,...-p.-t--.. . . ,....--.._- ,,..,-4. .t '.•• .- -,. e.• - : - :. - .. --1:2' '----'4'-'-''-'•'. °:-•- ,,-.- :-.-_ -- '.-.-- .' -.-- - .•;'-'6, -•-----..e,-: 1 •, .F.'., -.1 -'-`.:. - - 1 l-' ,:*'. ','. 1.%",-;1 ,e:. ''' ' ''- :..1.- ,, ;-.-"-:--. ' , :•'-' -'':'-' :-"'::: ..- - .'‘ :•-••-..",, . .-'''•:- ,‘,--....r.i-;.-.'...:!" ''.--,.t-. i.'3,•.,..:'.---11 -, ,s,,.0--, ',-._..")-C.".-..fr•-:.--- -L., . 4'.--.7.=..,,-.,'"-.r..:"'-..7.-::.,'-,=...Z - • ;-, :----'`'- --,,' r•-• - -- s - --.:-`'.:'', --..'.e'.1:-...,-',`n,•:;ii... j .., • ''.- -;",;'-- N-..-..‘•-:,.''-. - - ■••••-•:<-- -- ' --- •'-.- .' , -:-- :0 '-',' '-l'-'7--. :.--t t-7: •-• -"•::'-14 1•'' ••: - "•-• ----''-.,--,:-. ,v,--.-= . - • -_ - • :,-.:-, .-- , -..,• _ ,--c--- .,,-,---- -- -,,,-- -,,.. , -,=---- t .- '-4 :-, 1.*• ' - .:-t'-'''''''•''.•.`-' '''•"'•''''' L - -' . ' '. - 4 -.'... '. -.- - K..,'-...AL' :.'.,. r.-;...,,';'_t ,f-r- .,,=,--..1.-.".. ..4,1._,,...-, _.,:f.,:i,,-:1-■, 4:-;.1. ,,,,4;,..,:":,■■;,.,..Z'•,. .- , ; .,.., :1 ''''.,1.4 A.C1.'^.1• •r--:. -'--- '-„,- ,•:-..-;; - -• .• ;;5*,.;,'7/,t . X"-.- ---•,.1-j•-'4.?".......%.,'‘2,-,-• 1...,1",::..-,, -.,,_,.,..1:.•P...,--r 1-,..-rJet; '• 2,,,... .'..,...t... -- .• --7.-,, , ' -..--,..:..7.,-,--,-7., ,..--, ,...,,...lie...1::-9"...*:_, ,,. -•-•4,,•-',7,t;`,..:-.,f;.,Zi■:-:, --7121,,, , 7;_•7.;,.;.. ...rt,,-" .:7i-:1-z,.::,; -`;1--,-'''..':,:-;-_,, -, „%•-,. ,,-.-:,,.. -,7 t 1:4?"7"-;,''';''.:'•-.•---,''.7--...-::7 ',,..-=:-% :.4'... , -7-, ,',,•;-...,; .- ,' :f. .-t - -.'-'-;-----1-'4--r.'7--"", `'';' ,'•;...- ' Z• ,- - • -• -' •-• • ' -- -.:-. ..... •-,•,,..•.----, -t ,-,, - `,i 4.}4 ;;;„,.....,,...z..._:. ;',-_'.,.. 0.!..- '.'s t, ,,..z'''''''''- . -.- -• ' ''-' - ' , . . . • : --- ': -,,,:..., - .:,.^,r„.,,r.-.-,,, ,.. ,,, .,;,, .. - ,,_ . ,,..• -„:.,-:...:,!...r-,-: ,',,,.-......y.-4("„-r - . \- - . -P., ..,-, , ..,s- ...,„ , - .-.4 - ,, •,. r; _.- ..,__ ,,-,.,--, .; - :--,-1-......., .....z -=..,- ...,• - --',...„. _,,:-. ...-:- , - < 4 3r ''1'1:r''''r 77. , 1_,- 'f- " -- L'--.' '--"V.,.: ' - :': ',-. ..,..-•.....- . -.'.;= ",..--r! .; ,, "4rzr,i`,.:2, -',-rd..' -, -',.- '„ -....- . -'',.,.-s„ 4 ";.-,..„,-,• :ci . •.ristark#,-,r..,.. ,.,-,- . . - ,-.- -. -, ..„-,,, .......1.,,,,,, ,. '..,-;.4:1,..,..,-`,,-,5.;-'.;°.-71..:-...;_>._1,..X.,■,......-'2_,,?, °'''■=1",' . '.- - -.0';--," " - -.. - . - - ..- .- -. •-,.,,.-- - t,-'''.4--''..„ '''7.t.:-,.... '.,'......,-,, ,, • ,•: :71"-i-•. : -,,-,------'. ...!•:,',-.'-',, -.4c-:',,,,, ,1•.-.,••• ?,-.7L -.::.:,".°..z."---",;,,' 4.,•-, "•:: • ,.:ah6,',,P,,a' - -,.....:; -• :.- '_:,.-:-.,.. --. , ,(,_,-. ,;: 1- ...:-Fi4, k, Z...a:-.:, -1-' '' i.i',: . 7-::::°:-'2;-"-{"-"-;'■'-I°"-; -',7i.. r..7.,-1°,. - •• ' .. ' -. .. ••• -' -',-- --‘"-- ,.---.-,"`:;-' :--c''7'l-n's'''." -7 i-- ...°j2::-;3.,',1-,14‘- ..,,- .,,, .r:_, iI.-,s,,. 1,-,.- _ ''' j,-,-,''... :.;.;-'---,•,6_117,';:-.17.,'';''' :1 0:---7:-• ' ''•' '--, .. .A4'-:■‘ ..!1 --..,,' ..., 7, -^!., ..,-. -, .".. ,. . , t,-..;-,4-:,- .S.v''!--.•!,..-.0-' `.4 ;''-' -"z•-•• •,S._.,.- -1•••-••■••;'•:"-'-n--•••--•'..."''-■7•••r•',,-.--':-.'•ZSs-1-•,Y.-Ns"7;454..4 ,-T,,,,,', --.`17 7.•'`^-- -:-"e''.-,-..- •-"•-- '-'.• -:- ..•,-4--•*;..7LL';',*24 •::-.:'-At,.z, ,s1 ,1-;":-.;.i..: ''..:-'24,7.;'4"-i1?-," . . ,7- s.,:t:-.!:-'.`'' -I.'-,.■,-4-•.4.....-• -•'' ,. ••••-e' A-4 .'"'r.t.n.-,... r s •',1-''' i'' 'rr.' ''rr'r-/,'-r.`'.4 T.'■:.-7''-'1,7•.,-'"L,w,. •_,c,.. ; ,r,."-;04- ,-;.,,.1i-;.,,.:'.„,2,-SI..%,4-‘7,E1J,Z-'`'',"'.''Z}-"'.-■,``,4,•i,-_,•°`::''.,?;,-11:-L: -- '_-.! :'"4 ...±, .., ..,•,•,,,,,,. 34„:,,•.z.42,7,...,4,-,.-,,-1. -.- , ..,,--,..r, -_ 4...---; -7;,.-1,,,zs_61,..?2;.i.y..:-..i,,'.,..,..„.„•,-...i...1.:.-•-.L...,<.„,z,•.-.:,•---.L.-ssys-r„.....-, '0.-‘-.4.--<-1,-. ..1-..---;-.-L-.5...A___ -......-:z&_-•-',..•••-•.2._, fq_1......:2....,"'_'_,_.-__,-___'t_•■_-_i_ii_-‘....t,_•'L._•-_4..._,-....----„L_;.:T'..,L,..tre_, _-._,--,22.,, .,....,.._..... ...,-%-._•-......:-..,-,..<-, .....w....--_, ...± 1,,„........._. .....-.- ....:2 Tammy.Cook-Weedon, ASLA, RLA, LEED AP CGA Associate, Director of Landscape Architecture EDUCATION SUMMARY OF QUALIFICATIONS B.S.Landscape Ms.Cook-Weedon leads the Landscape Architectural staff with over 26 years of landscape Architecture, architectural experience with demonstrated strengths in creative design that meets the Texas A8M University, sensitivity of each unique place.She will contribute her project management experience College Statian,1987 - in having successfully led numerous projects in complex built environments where the PROFESSIONAL coordination of various intersecting disciplines establish the metrics for success of the REGISTRATION project. Registered Professional Landscape Architect, RELEVANT PROJECT EXPERIENCE • Florida No.0001328 Middle Beach Recreational Corridor,Miami Beach,FL PROFESSIONAL Project Manager ASSOCIATIONS Client: City of Miami Beach Leads a team of designers and engineers in the design, American Society of engineering, planting, and permitting of a 2-mile stretch of a 15-foot wide ocean-front Miami Section oncChairs, hardscape pathway connecting Indian Beach Park to Allison Park. The project includes Miami Chair, 1997-1998 public outreach,existing vegetation assessments,grading and drainage,hardscape design, dune restoration,irrigation design,permitting with various state and local agencies,and Broward Section Chair, construction administration. 2003-2004 • Firestation Plaza,Delray,FL State Conference Landscape Architect Sponsorship Chair,2003 Client: Delray CRA: Led a team of site designers and engineers in the development of a ASLA Executive public plaza on a primary threshold into the downtown CRA area. The plaza consisted of Committee,2004-2007 specialty paver selections, intricate paving design pattern detailing, planting design, historical plaque inserts,lighting and drainage design. Magic of Landscapes Board Member,2006-2007 Community Enhancements,Bay Harbor Islands,FL' Landscape Architect Client: Town of Bay Harbor Islands: Led a team of civil, utility, traffic and electrical engineers and construction administrators for the creation and implementation of a Town-wide community enhancements project that consisted of specialty paving strategies • throughout the community for beautification and traffic calming, irrigation, planting design,water main replacement,storm water management,and street lighting. CGA was successful in conducting all the necessary public outreach and coordinating with each property owner to ensure that existing paver driveways and specialty finishes unique to each property were matched with careful detailing and design. North Shore Neighborhood Improvements,Miami Beach,FL Landscape Architect Client: City of Miami Beach: Led the team's landscape architecture and engineering efforts in the implementation of the City's BODR,which included character neighborhood landscaping,signage and branding,streetscapes,parking,lighting,and ADA access. Kane Concourse Beautification,Bay Harbor Islands,FL Landscape Architect Client: Town of Bay Harbor.Islands: Responsible for the oversight of hardscape and planting of streetscape improvements for the Town's business district, including, street • furnishings,wayfinding, and irrigation. Tammy Cook-Weedon, Page 2 Joe DiMaggio Children's Hospital Visitor's Clubhouse,Hollywood,FL Landscape Architect/Project Manager Client:Memorial Healthcare System:Responsible for the site and landscape design for a restorative garden with a playground area specifically for the use by children users of the Joe DiMaggio facility. Special attention was made to the creative design process, branding and the selection of equipment, furnishing and site design details that accommodated for at-grade-level activities for wheelchair-bound users: Gator Run Park,Weston,FL Client: City of Weston: Responsible for the site design and planting specifications for a 5-acre community park including lighting improvements, continuous walking paths, children's play equipment, planting and irrigation design near an elementary school. The design provided a butterfly garden and shade structures in proximity to and to build strong connections with the adjacent elementary school. Deering Estate at Old Cutler,Palmetto Bay,FL . Client: Miami-Dade County Park and Recreation Department: Responsible for the historical restoration and landscape design of all park areas. The project included detailed archaeological planting design,habitat restoration and planting design,as well as hardscape design that was consistent with the historical character of the park. Sombrero Beach Park,Marathon,FL Client: City of Marathon:Responsible for the park master plan and design for the creation of a beach-front park with dune access,volleyball courts,playgrounds,beach amenities,dune and turtle nesting habitat restoration. Redlands Fruit and Spice Park,South Dade,FL Landscape Architect/Project Manager Client: Miami-Dade Park and Recreation Department: Responsible for the master plan, planting design and selection and public outreach for a botanical garden design showcasing the relationships between agriculture and culture, with particular attention to creating an around-the-world thematic design with thoroughness in details about planting arrangements,cultivated species and spatial qualities. Corridors Beautification Master Plan,Weston,FL Landscape Architect Client: City of Weston: Responsible for the coordination of drainage improvements and roadway design compo- nents through the development of a master plan and landscape design for planting and branding along all major thoroughfares of the city,including lighting and gateway features. This master plan set the tone for all subsequent roadway planting for the following 15 years. Campus Support Facility,Miami,FL Landscape Architect/Project Manager Client: Florida International University: Responsible for the design of a public plaza design for passive outdoor uses,including a water feature,bronze sculpture,planting and irrigation design through careful coordination with the architectural character of the surrounding building. Cooper City Sports Complex,Cooper City,FL, Landscape Architect/Project Manager Client: City of Cooper City: Designed an active park with roller hockey rinks, soccer and baseball fields,lighting, restrooms and concessions.An important consideration in the design was establishment of a strong, legible con- , nection to the surrounding neighborhoods and including both a fire station and a police station. ., uuhm.Gisdaw J Atsie.ap.In.. — - Gianno Antonio Feoli CGA Landscape Architecture& Urban Design, Public Outreach EDUCATION SUMMARY OF QUALIFICATIONS Master of Mr. Feoli leads the Landscape Department in creative design strategies for urban Landscape Architecture environments with specialties including urban design,contextual analysis and branding. Florida International He will constribute his experience in providing CGA's master planning, transit-oriented Sc hool of School of (FlU) Architecture designs, community participation efforts and graphic communication services. His Miami,Florida experience has encompassed a wide array of project-types,and his strengths lie in park design,streetscapes and urban interventions,and form-based urban designs and planning B.A.,Architectural Studies strategies. He will contribute his on-going, day-to-day experience in coordinating the Florida International City's Middle Beach Recreational Corridor between Indian Beach Park and Allison Park, University(FlU) permitting it through FD EP,responding the FDOT ERC,and permitting through the various School of Architecture City's departments to meet budget,schedule and project needs. Miami,Florida PROFESSIO RELEVANT PROJECT EXPERIENCE AFFILIATIONS` American Society of Middle Beach Recreational Corridor,Miami Beach,FL Landscape Architects Assistant Project Manager,Lead Designer,Public Outreach Facilitator Client: City of Miami Beach: Responsible for coordinating all engineering and environmental efforts associated this 2-mile long linear multi-use trail project on State- owned lands, as well as responsible for all planting and hardscape design and public outreach. Mr.Feoli conducted one-on-one meetings with over 39 condominium properties to gather support for the project,responed to residents concerns,and addressed design restrictions set forth in the Florida Administrative Code and balance those against resident's expectations. Mr. Feoli is also responsible for coordinating all State and local agency permitting processes and negotiating with the FDEP dimensional restrictions on the beach walk's width to meet the directives of the City Commissioners. Oakland Park Station,Oakland Park,FL Project Manager,Lead Designer Client: City of Oakland Park: Responsible for all conceptual design, site, design and construction design detailing of a public plaza at the terminus of the City's culinary district. The design effectively created flexible public environment that could be used as event spaces and could accommodate the needs of City in continuing its adopted branding through the use of elements, furnishings, paver palettes and lighting. The project's challenging shallow dimensions required innovative solutions to address ADA access to adjacent buildings finished floors while maximizing opportunities for the use of space, addressed through the creation of stage settings that served as landings while providing the project with much needed opportunities to create users'public real engagement and interactions. 98th Street Park,Bay Harbor Islands,FL Project Manager,Lead Designer Client: Town of Bay Harbor Islands: Responsible for all public outreach, site design, construction detailing,material and planting design of a neighborhood passive park. The park includes a small dog park area, flexible open space, children's play areas, an interactive water feature and a restroom facility. Mr Feoli was responsible for all design components of the park project, including guiding and coordinating the design of the restroom facility and all necessary public outreach through both the Parks and Recreation Committee and the Town Council. • • Gianno Antonio Feoli,Page 2 • Lloyds Estate Drainage Park Project,Oaldand Park,FL Lead Designer • Client:Oakland Park,FL: Responsible for the programming and design of the project site,conducting the necessary public outreach to gather Commission approval and coordinating importantaesthetic and sustainable improvements with engineering needs of the project. Mr Feoli was responsible for the conceptual design of all material selections and palette,retaining walls,fences,lighting,branding elements,and planting: Doral Boulevard Beautification Master Plan,Doral,FL Project Manager,Lead Designer,Workshop Facilitator Client: City of Doral: Responsible for crafting'a streetscape and urban design master plan for Doral Boulevard envisioned as the primary emblem of the City. Mr.Feoli was responsible for all landscape and planning components of the project, which created distinct planning 'character' zones that would impact relationships of the built environment with the resultant quality of spaces being generated,the creation of dedicated public realm components and design standards for each, access management design recommendations, signage and gateway features, and identifying architectural relationships to improved sidewalk design and parking design recommendations. This document and its vision has been the guiding document for all areas abutting the Boulevard and has been used by the City as a contributing guide for the development of Downtown Doral,focused on safe,pedestrian-friendly,high- quality environments. 92nd Street Park,Bay Harbor Islands,FL Project Manager,Lead Designer Client: Town of Bay Harbor Islands: Responsible for all public outreach, site design, construction detailing, material and planting design of a 2-acre urban community passive park. The park includes a small dog park area, flexible open space,outdoor exercise areas,ample shaded seating,parking,furnishings,and urban plaza and solar- powered security lighting. This project was designed,engineered,detailed and constructed on a fast-track to meet very restrictive deadlines of grant funding that had been previously secured by the Town. Beachwalk Master Plan,Surfside,FL Project Manager,Lead Designer Client: Town of Surfside: Responsible for the conceptualization and master plan of a 1-mile linear park as a erosion control strategy and connecting all street-end plaza components with access to the beach. This project included dune and turtle habitat restoration, branding sculptures, salt-tolerant plantings, public art branding components, and specialty paving design. ,Mr.Feoli was responsible for all public outreach associated with the project. Rolling Oaks Park Wayfinding Sign Package, City of Miami Gardens, FL; Branding Designer: Developed a signage and wayfinding package to provide identification and orientation to users. The signage package was ' developed as an interchangeable modular system that could be easily customized to meet the unique needs of other park and public amenity areas and that could be placed on project sites as well as within the public ROW. The design was heavily influenced by concerns of safety and its ability to withstand graffiti and vandalism. Dania Cove Park Narrative Signage,Dania Beach,FL;Branding Designer:Developed a series of narrative signs for inclusion in the park design to celebrate the history of the City and the planting selection as a tool to provide an educational component informing park users on the importance of the flora, fauna and natural environment's contributions to the City's identity. , • 91 • �4 David Frodsham, PE CGA Engineer EDUCATION SUMMARY OF QUALIFICATIONS B.S.,Civil Engineering, June,Penn State Mr. Frodsham is a licensed Professional Engineer at CGA with more than five years of University, experience in coastal engineering, construction management, permitting, and civil site University Park,PA design.He is proficient in the use of AutoCAD and is fluent in Spanish. PROJECT EXPERIENCE M.S.,Engineering Management,2009 University of Louisville Construction Management Experience Harbour Ridge Road Resurfacing Program, Palm City, Florida. Responsible for PROFESSIONAL roadway condition assessment, cost estimates, preparation of bid documents, plans, REGISTRATION contracts and technical specifications for road resurfacing project at Harbour Ridge Professional Engineer Yacht and Country Club. The project involved weekly construction observation reports, State of Florida,No.75507 including mix design review and general FDOT specification compliance assurance as well as issuance of project status reports to owners through project build-out. Construction Inspections for Loughman Transfer Facility, Loughman, Florida. Performed construction inspections during sitework operations to ensure compliance with design for an aggregate transfer facility. Harbour Ridge Lake Bank Restoration,Palm City,Florida.Performed field inspections, quantity take-offs,cost estimates,preparation of bid documents and plans for lake bank restoration in a private golf course community. Conducted construction inspections for quality assurance. The Resort at Isla Palenque, Chiriqui Province, Panama. Served as project liaison, overseeing project start-up and construction management for Isla Palenque, Panama, a 400-acre island eco-resort on Panama's Pacific Coast. Managed logistics for clients and subcontractors conducting operations in remote island setting. While in Panama, supervised company's efforts in Central America, working with Panamanian national environmental and engineering authorities. Rio Bonito and Monte Rico Potable Water Systems, Darien Province, Panama. Responsible for rural potable water system project development, including training water committees, water system design, funding solicitation and all facets of project development and construction management. Completed extensive grant application and was awarded two projects' worth of materials to deliver clean water to over 400 impoverished Panamanians. Accomplished $10,000 rural water system construction below cost and before schedule with limited resources and challenges associated with a diverse cultural setting. Coastal Engineering Experience Surfside Seawall Assessment and Design, Surfside, Florida. Performed assessment of 12 municipally owned seawalls and provided recommendations for repairs and replacement. Developed design and plans for replacement seawalls and assisted with permitting. Stuart Courtesy Dock Assessment, Stuart, Florida. Assessed and gave opinion of probable causes for premature corrosion for an existing City-owned dock in Stuart, FL. Made recommendations for repair and replacement of corroded pilings. David Frodsham, PE Page 2 Harbour Ridge Lake Bank Restoration,Palm City,Florida. Performed field inspections,quantity take-offs,cost estimates, preparation of bid documents and plans for lake bank restoration in a private golf course community. Conducted construction inspections for quality assurance. Coastal Assessments, Orchid Bay in Great Guana Cay and Burnside Cove in Grand Bahama Island. Carried out coastal assessments, floodplain analyses, FFE establishment for proposed developments in the Caribbean. Performed cut/fill calculations for proposed marina at Orchid Bay. Private Residence Bulkheads,Palm Beach and Broward Counties,Florida.Designed,performed calculations, and drafted plans for bulkhead and seawall construction and remediation projects for private residences throughout Palm Beach and Broward Counties,FL. Thermal Plume Modeling, Caribbean Utilities Company, Ltd., Cayman Islands. Performed thermal plume modeling for an effluent pipe at a utility company to predict environmental impacts of discharge waters. Thermal Plume Modeling,Grand Bahama Power Company,Bahamas.Performed thermal plume modeling for an effluent channel at a utility company to predict environmental impacts of discharge waters. Permitting Experience Martin Marietta Materials Aggregate Transfer Facilities: Mulberry, Loughman and DeLand, Florida. Conducted site development permitting activities for compliance with Water Management Districts and other environmental agencies. Sunset Bay Marina,Stuart,Florida. Carried out modifications to FDEP permit and USACE Submerged Land Lease for a reconfiguration of marina,including seagrass investigation. Firestone Private Stable,Wellington,Florida. Obtained Environmental Resource Permit and Consumptive Use Permit through SFWMD;drainage permit through Lake Worth Drainage District;and Type II Variance through Palm Beach County Planning and Zoning Department for development of a 10 acre horse training facility. Glades Grove,Fort Pierce,Florida. Obtained Water Use and Environmental Resource Permits for a former orange grove in St. Lucie County, Florida. Performed periodic inspections of above ground impoundment for compliance with SFWMD permit. Civil Site Experience Tiffany Lake Bulkhead Repair and Remediation,Mangonia Park, Florida. Designed, performed calculations, drafted plans, and prepared bid documents and technical specifications for a bulkhead remediation project to be submitted for grant funding on behalf of the Town of Mangonia Park. Applied for a grant funding through EPA's Brownfields Grant Program. Martin Marietta Materials Aggregate Transfer Facilities. Mulberry, Loughman and DeLand, Florida. Design of flexible and rigid pavements for Martin Marietta Materials-owned aggregate transfer facilities in Florida. Produced site civil design and drawings. Gulfstream Golf Club,Gulfstream,Florida. Produced a feasibility study on a water catchment and above ground retention system for irrigation at Gulfstream Golf Club. IOW 93 Sandra Lee, AICP CEP, LEED AP BC+D, CFM CGA Director, Environmental/Regulatory Permitting EDUCATION SUMMARY OF QUALIFICATIONS M.A.Biology/Ecology, Ms. Lee has 20 years of professional experience and directs CGA's Environmental Magna Cum Laude Department coordinating our regulatory permitting, environmental planning, site St Cloud State University, assessment,resource management and environmental technical support services. Before Minnesota joining CGA, in 2000, Ms. Lee was a Biologist with the Growth Management Division of B.A.Biology/Botany, Monroe County for three years,where she was responsible all the environmental planning Magna Cum Laude for the City of Marathon and subsequently for a full range of planning services for the City. St Cloud State University, She is very familiar with the'environmental sensitivities regarding the flora, fauna, land Minnesota and special government programs governing and protecting Florida's beaches and the 160-mile string of coral islands. She will provide technical support, environmental PROFESSIONAL resource management,environmental planning and sustainable development services in REGISTRATION support of permitting services to obtain environmental resources permits at the local, American Institute of state and federal levels,she will coordinate inter-agency efforts, provide project-specific Certified Planners development and mitigation options,and lead wildlife and habitat assessments,mitigation No.018627 compliance monitoring reporting,and tree surveys. Green Building Middle Beach Recreational Corridor,Miami Beach,FL. Supports a team of designers Certification Institute and engineers in the design,engineering,planting,and permitting of a 2-mile stretch of a LEED A.P.BD+C 15-foot wide ocean-front hardscape pathway connecting Indian Beach Park to Allison N0.10215598 Park. The project includes public outreach,existing vegetation assessments,grading and Association of State drainage,hardscape design,dune restoration, irrigation design, permitting with various Floodplain Managers CFM state and local agencies,and construction administration. She is responsible for all permit No.US-07579 agency coordination and directing environmental staff field assessments. Florida DEP Qualified Dania Basin 5 Drainage Improvements,Dania Beach,FL.The project involves drainage Stormwater Management improvements to a 397 acre portion of the City identified as Basin 5. Designed and Inspector permitted a unique bio-swale stormwater improvement system to benefit both the No.5889 developed and adjacent natural habitats. Conducted all the site and wetland functional assessments for permitting and processed permits through the U.S.COE,the South Florida Water Management District and Broward County; permitting required extensive negotiation with various Divisions of Broward County for use of County land that is designated wilderness area and serves as a buffer to the State of Florida's West Lake Park. The project required the development of an Agreement with the County and the City requiring approval by the City and County Commission.The construction of the bio-swale did require unavoidable impacts to wetlands; however, the design within the swale created enhancements that provided a greater functional gain than the functional loss through the impacts. The project restored historic sheet flow of freshwater to the West Lake Park habitat.Construction costs:$5,400,000.00 Dania Cove Park, Dania Beach, Florida. Dania Cove is a 4.5-acre site containing a live oak hammock, a tidally influenced pond, existing clusters of mangroves and an . archaeological midden. Obtained permits to install site improvements required by a Florida Communities Trust grant including dock, shoreline platform and shoreline protection measures on a City park facility along the Dania cut-off canal. Designed a stabilization system for a badly eroded and, unstable shoreline embankment and developed a shoreline vegetation plan.This was a fast track project due to a grant deadline. Coordinated with the County and State on gaining approval for the project site design, tracked all expenditures and processed and obtained all grant disbursements for the City from the Florida for Communities Trust and the Parks for People Grants for the site development,and closed out the grants.Construction costs: $537,000.00 L • • Sandra Lee,AICP CEP, LEED AP BD+C,CFM, Page 2 AlA Improvements and Bike Lanes,.Jupiter,Florida.The project involved improvements to A1A between U.S. 1 • and Jupiter Beach Road and included the construction of new bike lanes, meandering sidewalks, curb and gutter, lighting,landscape improvements,addition of parallel parking,and a positive drainage collection system consisting of inlets,pipes and exfiltration trenches,the installation of a new outfall and a new connection to an existing outfall. The existing overhead utility lines were buried as well. Obtained environmental permits, conducted the site assessments,including shoreline and submerged aquatic vegetation surveys,for new outfalls into the Lake Worth Creek Aquatic Preserve which is recognized as Outstanding Florida Waters.Also conducted the investigations to complete and submit the environ-mental LAP documentation.Construction costs:$1,121,000.00 • Drainage Improvements,Lake Park, Florida.The project designed and permitted improvements to Lake Shore Drive from the Town of Lake Park Marina to east of US 1.The proposed improvements include the design of a new drainage system for a portion of the existing system. The new drainage system consists of new inlets and pipes collecting stormwater runoff and directing it into hydrodynamic separators to provide water quality where none had been provided before.The project also replaced '/z miles of asbestos cement water lines and several hundred feet of sewer mains and laterals. Conducted a submerged aquatic vegetation survey and obtained a U.S. COE and SFWMD permit for installation of a new outfall and upgrades to existing outfalls into the Lake Worth Lagoon for a Town drainage improvement project.Construction costs:$2,000,000.00 Drainage Improvements,Weston,Florida.CGA analyzed and modeled the City's existing stormwater management system,which consists of collection systems draining into interconnected lake system discharging into the South Florida Water Management District (SFWMD) canals. The City contains 15,000 acres of land. The results of the hydraulic model indicated that a few of the interconnecting culverts were undersized and the collections system needed upgrading.Site visits during rain events highlighted areas that had surface drainage issues.The scope of the project includes replacing undersized culverts and upgrading the collection system with new catch basins,piping, outfalls and French drains in different areas throughout the City.Obtained a US COE and a Broward County permit, and modified two South Florida Water Management District master surface water permits for drainage improvements including culvert replacements; administered a Florida.Division of Emergency Management Hazard Mitigation grant for the project.Construction costs:$2,000,000.00 ( Lloyd Estates Drainage Improvements, Oakland Park, Florida. This project involved the addition of swales/ exfiltration trenches and piping,new outfalls,emergency flood gates,a pump station,shoreline stabilization on the Sleepy River,and the creation of a bio-swale stormwater overflow area.Conducted all the site and wetland functional assessments for permitting and processed permits through the U.S. COE, the South Florida Water Management District and Broward County. Designed the bio-swale stormwater overflow area. The proposed emergency flood gates and pump station will allow the City to aid in preventing the backflow of water from the C-13 canal into the Lloyd Estates residential neigh-borhood and facilitate the lowering of the Sleepy River flood stages upstream of the structure so that the existing and proposed drainage improvements will function optimally.The project received a $4 million grant from FEMA under the Hazard Mitigation Grant Program.Construction costs: $5,000,000.00 • 95 \dvf-�j ADRIAAN GEUZE, PROF, IR., RLA, ASLA OALA FOUNDING PARTNER,DESIGN DIRECTOR,PRINCIPAL EDUCATION Adriaan Geuze is the founding partner and design director of West 8, one of Masters in Landscape Architecture, the most pre-eminent and respected landscape architecture and urban design Agricultural University of Wageningen, practices in the world. Having begun the firm in 1987,Adriaan and West 8 were the Netherlands,, 1 1987 awarded the prestigious Prix-de-Rome Prize in 1990, thereby establishing an LICENSES internacional reputation for their singular approach to planning and design of the public environment, and setting the stage for what has become a substantial Registered Landscape Architect, Pennsylvania, USA portfolio of commissions around the globe.Founder of the Surrealistic Landscape Architecture Foundation (SLA), Adriaan has single-handedly increased public International member of the American Society of Landscape Architects awareness of the profession, while building on the firm's portfolio and profile by (ASLA), USA leading international teams of designers on projects all over the world. Registered Landscape Architect, Ottawa,Canada In the United States,Adriaan is directs a number of high profile projects,such as Registered Landscape Architect, Longwood Gardens first ever Physical Master Plan in Pennsylvania and New York's The Netherlands Governors Island. Geuze attended the Agricultural University of Wageningen where he received a Masters degree in Landscape Architecture. In 2005, Geuze MEMBERSHIPS AND was given the prestigious position of curator for the 2nd International Archi- PROFESSIONAL ACTIVITIES Lecture Biennale in Rotterdam. In 2014 he was received the Global Award for Member of the Royal Netherlands Society of Arts, The Netherlands, Sustainable Architecture" by the LOCUS Foundation. Internationally respected 2015 as a professor in Architecture and Urban Design,Adriaan frequently lectures and Member of the The Cultural Landscape teaches at universities worldwide and has received numerous honors. Foundation's Stewardship Council, Washington DC,USA,2014 SELECTED PROJECTS • Member of the Jury for the Prix de • Mesa City Center City Center,Arizona,USA,2014-present Rome,Architecture 2014 • Ontario Place Park and Trail Revitalization,Toronto,2014-present Member of the Dutch Association for • West Kowloon Cultural District("WKCD") Park,Hong Kong,2014-present Garden and Landscape Architecture • Miami Beach Convention Center, Miami, USA,2014-present (NVTL),The Netherlands • Coolsingel Redevelopment,Rotterdam,Netherlands,2014-present International member of the American • North Shore Open Space Park,Miami,2014-Present Society of Landscape Architects (ASLA), USA • Qur'anic Botanic Gardens, Doha,Qatar,2013-present • Seward Park,Site 5,New York,2014-Present Full member of the Ontario Association of Landscape Architects (OALA • 8701 Collins,Bilcmore Terrace Hotel Redevelopment,Miami,2014-Present • "The Blue Dunes",Rebuild by Design Competition, New York,USA 2013- Curator, 2nd International Architecture 2014 Biennale Rotterdam,The Netherlands, • Waddesdon Estate, Aylesbury, United Kingdom, 2013-present 2003-2005 • Reconversion EAI, Former School of Infantry,Montpellier, France,2013- Visiting Professor, Harvard University present Graduate School of Design, USA, • Silvertown Masterplan, London,2013-present 1994—present • Fort Mason,San Francisco, USA,2012-present Founder Surrealistic Landscape • Longwood Gardens, Kennet Square, Pennsylvania, USA,2012—present Architecture Foundation (SLA),The • Guangzhou Huadi Park Sustainable Master Plan,Guangzhou,China, 2012- Netherlands, 1990—present present Founder and principal-in-charge of • Yongsan Park Masterplan,Seoul, Korea,2012—present West 8 urban design&landscape • Pedestrian Bridge at Roosendaal Station,2012-present architecture, 1987—present • Sagrera Linear Park, Barcelona,Spain,2011 —present • Redevelopment Malecon, Puerto Vallarta,Mexico,2011 • Miami Beach Soundscape, Lincoln Park,Miami, USA,2009—2011 Teaching positions at:Cambridge; • Masterplan Playa de Palma, Mallorca,2008—present Princeton;Academy of Architecture in Rotterdam,Amsterdam and • Vision Scheldtlandscapepark, Belgium,2008—present Tilburg;Berlage Instituut,Amsterdam; • De Mooiste en Veiligste Delta,inspiration map for future water governance, Aarhus Arkitektskolen,Aarhus, Ministry of Transport, Public Works and Water Management,2008 Denmark;Ecole Nationale Superieure • Governors Island Open Space and Park Design, New York, US, 2007-present de e de Versailles, Paris, Frannce;ce;Architektur Zentrum Wien, • Design Times Square,New York, USA,2007 Vienna,Austria; Centre de Cultura • Toronto Waterfront Revitalization,Toronto,Canada,2006—present Contemporania, Barcelona, Spain; • Happy Islands,new coastal vision,The Netherlands,2006—present Hager Architectuurinstituut Sint Lucas, • Masterplan Madrid RIO,Madrid,Spain,2006—2011 Gent, Belgium;Stadle, Frankfurt, Germany;Yale University, New Haven, • Vision on Spatial Planning Zuiderzeeland,for the Dutch Water Authority US;TU Berlin,Germany;University Zuiderzeeland,2006—2007 Oslo, Oslo, Norway • Design New Orleans after Katrina,Baton Rouge University,2006 • Noorderpark,Amsterdam,The Netherlands,2005—present SELECTED HONORS &AWARDS • Bridge Vlaardingse Vaart,Vlaardingen,The Netherlands,2005—2009 ASLA AZ Chapter Honor Award for • Leerpark,mixed-use development,Dordrecht,The Netherlands,2004— Mesa City Center,Arizona,USA,2015 present ASLA NY Chapter Honor Award fcr • Park Grand Egyptian Museum,Cairo,Egypt,2004—present Governors Island Phase 1 Park and • Central Station,Rotterdam,The Netherlands(with Team CS),2004—2013 Public Space; r Plan; Gardens Miami Physical Master Plan; and 141iami • One North Park,Singapore, 2004—2006 Beach SoundScape Park, NY, USA, • Luxury Village Public Space,Moscow,Russia,2004—2006 2015 • Avenida Roosevelt,traffic boulevard,San Juan,Puerto Rico,2004 Architect of the Year Award for Team • Nieuw-Crooswijk,urban regeneration plan,Rotterdam,The Netherlands, CS-Rotterdam Centraal,NL,2014 2003 —present The International Brunel Award for • Jubilee Gardens,London,United Kingdom,2003—2012 outstanding railway architecture • Stratford City, masterplan,London, UK,2003—2011 design in the Category I,Station • Park Jean-Baptist Lebas,Lille,France,2002—2006 Buildings-Rotterdam Centraal,NL, • Park Scrijp-S,design and supervisor,Eindhoven,The Netherlands, 2014 2001-present Golden Phoenix Award in Area • Ferry Terminal Area,Tromso,Norway,2003 Transformation for Rotterdam Centraal, NL, 2014 • Kanaaleiland,public space and bridge,Brugge,Belgium,2000—2002 • Frihavn,urban development,Copenhagen,Denmark,2000 SUB (Cities in Motion)Award by the WPM GroepNastgoedmarkt,for • Lelystad Ciry Center,masterplan, Lelystad,The Netherlands, 1999—2010 Rotterdam Central, NL, 2014 • Zernikecomplex,masterplan,Groningen,The Netherlands, 1999—2010 Global Award for Sustainable • Chiswick Business Park, London, United Kingdom, 1999—2007 Architecture'",The LOCUS • Chaumont Festival Garden,Chaumont-sur-Loire, France, 1999—2000 Foundation,Paris, FR 2014 • Expo'02 exhibition site,Yverdon-les-bains,Switzerland, 1998—2002 Mondriaanfonds, Ouevreprijs • Maximapark,formerly Leidsche Rijn Park,Utrecht,The Netherlands, 1997- Bouwkunst,NL, 2012 present Lifetime Achievement Award,the • Sculpture Park Kriiller Muller National Museum,()credo,The Netherlands, Netherlands Foundation for Visual 1995—present Arts,Design and Architecture (BKVB), • Borneo-Sporenburg, masterplan,Amsterdam,The Netherlands, 1993— 1997 the Netherlands, 2011 • Landscaping Schiphol International Airport,Amsterdam,The Netherlands, Veronica Rudge Green Prize for Urban 1992—present Design-Harvard Design School, USA, • Schouwburgplein,public space, Rotterdam,The Netherlands, 1991 — 1996 2002 • Eastern Scheldt Storm Surge Barrier,Zeeland,The Netherlands, 1990— 1992 whin.,iurJana°,�sw s.s.In. 97 JAMIE MASLYN LARSON, RLA, ASLA PRINCIPAL,PARTNER WEST 8 NEW YORK EDUCATION Jamie Maslyn Larson a Partner at West 8's New York office. As Principal-in- Masters of Landscape Architecture, Charge of West 8's American projects, her design achievements include the firm's Utah State University, Logan, UT, 1997 award-winning Governors Island Park and Public Space Project, Miami Beach Bachelor of Fine Arts,Northern Soundscape,Ontario Place in Toronto,and the Master Plan for Longwood Gardens Arizona University.Flagstaff,AZ, 1991 in Pennsylvania. Jamie has committed her career to the implementation of public space projects and possesses a breadth of knowledge on all phases and facets of LICENSES design, public outreach, and construction administration. She approaches her Registered Landscape Architect: New work with a passion for design and has the tenacity required to realize multi-phase York,Florida, Pennsylvania, California projects with multiple jurisdictions and stakeholders.Her work has varied in scale- (Pending) from small urban plazas to 1000-acre public gardens.This work has been located MEMBERSHIPS AND across the USA,giving her vast experience leading high profile design projects with PROFESSIONAL ACTIVITIES issues that are particular to each project and city. Member of the American Society of Landscape Architects (ASLA) At West 8's New York office, Larson directs all North American projects in close Member of The Forum for Urban coordination with Adriaan Geuze as Design Director for the projects.As Principal Design for Governors Island Park and Public Space project in New York City,which West Member of The Architectural League 8 won in a 2007 international competition, Larson leads the team to implement Emerging Voices Selection Committee, the 87-acre park. Phase 1 of the project includes 30 acres of new public spaces that The Architectural League,New York, opened in 2014.Larson also led the work on the 2.5 acre Miami Beach Soundscape NY Park in the cultural and civic heart of downtown Miami Beach, Florida which Alumni Council-Utah State University ,serves as an outdoor performance space for the New World Symphony as well as a Department of Landscape Architecture and Environmental Planning distinctive park for residents and visitors. Larson also directs ongoing work on the ASLA New York Chapter, President implementation stages of the Master Plan for Longwood Gardens in southeastern Elect, 2008 Pennsylvania-a 1,000 acre botanic garden founded by Pierre du Pont with a rich ASLA New York Chapter, Executive legacy and natural beauty. Committee,2007 Second Vice President, National Larson has caught and presented at national conferences and universities and has Sculpture Society,New York, NY, served on the board of directors for local chapters of the American Society of 2003-2006 Landscape Architects. She has also been published in Landscape Journal. Larson Denver Director,ASLA Colorado has a Masters of Landscape Architecture from Utah State University and a Bachelor Chapter, 2001-2002 of Fine Arts from Northern Arizona University Vice President of Programs,ASLA Colorado Chapter,2000-2001 PROFESSIONAL BACKGROUND Graduate Student Representative, 2007-present Principal in Charge,West 8 New York, New York, NY ASLA Student Chapter, 1995-1997 2004-2007 Senior Associate,Hargreaves Associates, New York,NY 1997-2004 Project Director,Civitas Inc. Denver,Colorado SELECTED PROJECTS West 8 New York: • Houston Botanic Garden Master Plan,TX • Governors Island Park and Public Space Project, New York,NY • Mesa City Center Competition,Mesa AZ • Miami Innovation District,Miami,Florida • Miami Beach Convention Center Competition,Miami Beach, FL • Ontario Place Park and Urban Trail,Toronto,Canada LECTURES,TEACHING, VISITING CRITIC POSITIONS • Fort Mason Center,San Francisco,CA 2014, Invited Speaker,University • Longwood Gardens Master Plan, Kennett Square, Pennsylvania of Rhode Island Department of • Longwood Main Fountain Garden Renovation project,Kennett Square,PA Landscape Architecture. • Soundscape Park,Miami Beach,Florida 2013,Panelist, National AIA Annual • Museum of Modern Art, Foreclosure Exhibition Meeting, Denver, Colorado • St.Peterburg Pier competition,St. Petersburg, Florida 2013,Studio Instructor,Rutgers • Los Angeles Union Station Master Plan competition, LA University Department of Landscape Architecture While employed as Hargreaves Associates: South Pointe Park,Miami Beach,FL 2013, Invited Speaker, Dalhousie • University, Nova Scotia • United States Capitol Complex Master Plan Washington DC • Poplar Point Master Plan,Washington DC 2012, Panelist,National ASLA Annual • Howard Theatre Area Streetscape Washington DC Meeting, Phoenix,AZ • Pennsylvania Avenue SE Revitalization Plan Washington DC 2011,Invited Speaker, Rutgers University Landscape Architecture HONORS&AWARDS Department • ASLA AZ Chapter Honor Award for Mesa Ciry Center,Arizona, USA,2015 2011,Invited Speaker,Colorado State • ASLA NY Chapter,Honor Award in General Landscape Architectural Design, University Landscape Architecture Governors Phase 1 Island Park&Public Space,2015 Department • ASLA NY Chapter,Honor Award in General Landscape Architectural Design, 2010,Invited Speaker,New York Miami Beach SoundScape Park,2015 Botanic Garden's Landscape Design • ASLA NY Chapter,Honor Award in Analysis&Planning,Longwood Gardens Portfolio Lecture Series Master Plan,2015 2010,Invited Speaker, Baltimore- • National Disaster Resiliency Competition Academy,Facilitator to Rockefeller Rotterdam Sister City Committee and Foundation.2015 the Amersand Institute for Words and • Built x Women NYC Award for Governors Island Park and Public Space,2015 Images for Baltimore Architecture Month,American Institute of Architect • AZ Chapter of ASLA, Honor Award for Analysis&Planning,Mesa City Baltimore Center,2015 • ASLA,Honor Award in Analysis&Planning,Governors Island Park&Public 2010,Invited Lecturer,The Architectural League's Annual Student Space,2012 Program • MA,Honor Award for Regional&Urban Design,Miami Beach Soundscape 2012 2002,Instructor,University of • FL Chapter of ASLA,Award of Excellence and Frederic B.Stresau Award, Colorado,Denver,Department of Landscape Architecture. Course:The Miami Beach Soundscape,2011 Landscape Imperative • NY Chapter of ASLA,Merit Award,Governors Island Park and Public Space Design Masterplan,2010 2002,Invited Lecturer,USU • ASLA Colorado Chapter Award of Merit, Research and Communications Department of Landscape 1999 Architecture, 2000,Landscape Journal,Volume 20, • City and County of Denver,Mayor's Office of Art,Culture and Film"Learn Number 2. "The Modern Landscape About Your City"Grant, 1998 Architect and Creativity:What Creates • ASLA Utah Chapter.Student Award of Honor, 1997 It, Shapes It,and Inspires It." • USU Graduate Student of the Year,Department of Landscape Architecture, 1997 1999,Speaker,ASLA Annual Meeting. 'The Modern Landscape Architect and • Laval Morris Travel Fellowship, 1997 Creativity:What Creates It, Shapes It, • Sigma Lambda Alpha,National Honor Society of Landscape Architects, and Inspires It." 1996 DANIEL VASINI SENIOR DESIGNER,PROJECT DIRECTOR EDUCATION Daniel Vasini's work is informed by first hand knowledge of the sociopolitical, Southern California Institute for cultural,and ecological issues inherent in contemporary waterfront design,gained Architecture(SCI-Arc),Master of over years of research, travel, study and work across the globe.Throughout his Architecture, MArch. professional career, Daniel has become increasingly aware of the need for more URU I School of Architecture, thoughtful waterfront design and careful natural resource management—especially Architecture Diploma. in the world's fastest-developing regions. Daniel graduated Cum Laude from the Southern California Institute of Architecture, (SCI-Arc), for the Metropolitan SELECTED HONORS &AWARDS Research and Design program.These achievements were made possible through Best Urban Design Award by The to the Fulbright program, fellowship sponsored by the United States Embassy Federation of Architects of the Mexican Republic (FCARM), during together with the U.S. Department of state. the XII National Bienale of Mexican Architecture 2012. SELECTED PROJECTS Fulbright Fellowship, sponsored by • Miami Beach Convention Center Renovation and Public Space Project, the United States Embassy& U.S. Miami Beach,United States,2014-ongoing Department of state. • Mesa Ciry Center Design Competition,Mesa,Arizona,United Stares, 2014 Barsa Award, Institute of International -present Education • 8701 Collins,Biltmore Terrace Hotel Redevelopment,Miami,United States, Cum Laude Diploma 2014-Present • The New Presidio Parklands Competition,San Francisco,United States,2014 LECTURES, TEACHING,VISITING • Landscape Project of Passalacqua,Verona,Italy,2014 CRITIC POSITIONS • Rebuild by Design, Hurricane Sandy Research Competition. New York, 'Different Urban Growth',Academic United States Society of Italian Town Planners XVI • Fort Mason Center Vision.San Francisco,United States National Conference, Napels Italy • Parque Rio Cali.Cali,Colombia Guest teaching positions at University • Melendez City Urban Design Studies.Cali,Colombia of Kentucky, USA and University of Palermo, Buenos Aires • 4A Arizona Street,Public Space Design Competition.Santa Moncia, USA Guest Critic at University of California- • Yongsan Park-Master Plan.Seoul, Korea Pomona,University of Illinois-Chicago, • Sagrera Linear Park-Master Plan. Barcelona,Spain Universidad de los Andes in Bogota • Union Station Master Plan-RFP. Los Angeles, United States and Universidad de Buenos Aires. • Malecon Public Space Design. Puerto Vallarta, Mexico • Freiham Nord Urban Design Masterplan.Munich Germany • Rivercity International Workshop. Gothernburg,Sweden • Gateway Park, Park Design,Taichung,Taiwan • Beirut Waterfront Park. Beirut,Lebanon • Federal Constitutional Court, Landscape design. Karlsruhe,Germany • Valencia Central Park.Valencia,Spain • Campo Matzo Parco delle Mura.Concept Masterplan.Verona, Italy • Port of Pasaia Waterfront Masterplan Competition.San Sebastian,Spain • Playa de Palma Masterplan.Mallorca,Spain • Schiphol Airport Boulevard. Public Space Design.Schiphol,The Netherlands • Schelde Landscape Park Vision. Flanders, Belgium • Shell Centre, International Design Competition. London, United Kingdom • Sr. Denis Masterplan. Paris, France ESf 8 STEVEN T. LEE DESING PROJECT MANAGER Steven Lee joined West 8 as a designer in 2013 and draws on a background in EDUCATION landscape architecture,urban design,and city planning. Prior to joining West 8, Master Landscape Architecture, University of California, Steven was a graduate student in landscape architecture and city planning at the Berkeley University of California,Berkeley.He has a broad range of professional experi- blaster of City Planning (Urban ence including work at landscape architecture firms such as West 8, Fletcher Design), University of California. Studio, Mathews Nielsen,and Peter Walker and Partners;over three years of Berkeley experience at public agencies including the San Francisco Planning Department Bachelor of Arts, Claremont McKenna and Los Angeles Urban Design Studio;as well as research and teaching positions College while at Berkeley. AWARDS Drawing on his multi-disciplinary background,Steven undertakes his design Honor Award, Communications work using a comprehensive,systematic approach that considers history and Category,ASLA, 2013 context,functionality and comfort,sociability,ecology,and the conceptual and Certificate of Merit.ASLA, Northern aesthetic dimensions of design. In this era of unprecedented urban growth,he California Chapter,2013 believes that landscape architecture can lead the way in making human settle- Geraldine Knight Scott Traveling ments ever more livable,meaningful,and adaptive to change. Fellow.2013 California Landscape Architectural Student Scholarship,2013 PROFESSIONAL BACKGROUND First Prize,Thomas Church Memorial • 2013-Present, Designer,West 8 Design Competition,2012 • 2012-2013,Graphics Director,Ground Up Journal • 2013,Fletcher Studio Eisner Prize in City&Regional Planning, 2011 • 2012,Mathews Nielsen Landscape Architects • 2012, Peter Walker and Partners Landscape Architecture California Planning Foundation Continuing Student Award, 2010 • 2011,San Francisco Planning Department Internship • 2006-2009, Urban Planner,Ciry of Arcadia,California SELECTED PROJECTS West 8 New York • 8701 Collins,Miami Beach, Florida • North Shore Open Space Park Vision Plan,Miami Beach,Florida • Ontario Place Urban Park and Waterfront Trail,Ontario,Canada • Innovation Neighborhood, Philadelphia,Pennsylvania �un . +.. .,,17. 101 • WEST 8 ISAAC W. STEIN DESIGNER EDUCATION Isaac Stein is an architect,landscape architect and urban designer for West 8. His University of Miami, Bachelors of deep rooted passion of the relationship between the natural and built environs is Architecture, BArch. what informs his design sensibilities.His role at West 8 involves designing both landscape and architectural elements at a variety of scales and phases of projects. AWARDS Isaac's interest stems from first hand knowledge developed through his travels, AIA Alpha Ro Chi Medal, 2014 study,work experience and his own upbringing by a family of designers,engi- Preston Design Award,2013 neers and contractors in a developing coastal community.This experience has lead Isaac to have a natural understanding of the social,cultural,economic,and Field Constructs Design Competion ecological issues inherent in both architectural and landscape coastal design.His Winner, 2015 undergraduate thesis on infrastructural and landscape opportunities that allevi- Printmaking Award,Lowe Art ate flooding issues of Miami Beach has led Isaac to lecture at Harvard's Gradu- Museum,2014 ate School of Design, the City of Miami Beach's Sea Level Rise Task Force,as well as the 5th Biennial of Subtropical Cities Conference. Isaac's work has been exhibited at the Lowe Art Museum,and published in Visions of Seaside as well as several academic journals. Prior CO joining West 8, Isaac has worked on several public and private projects with Brillhart Architecture, Khoury-Vogt Architects and Leon Krier. PROFESSIONAL BACKGROUND • 2014-Present, Designer,West 8 • 2013-2014 Brillhart Architecture • 2012-2014 Khoury-Vogt Architecture • 2010-2012 Florida Haus SELECTED PROJECTS • Houston Botanic Garden Master Plan,TX • Miami Beach Convention Center Renovation and Public Space.Miami Beach,United States • Ontario Place Urban Park and Waterfront Trail,Ontario,Canada • 8701 Collins,Miami Beach, United States • Governors Island Park and Public Space Project, New York,NY Michael Conner, RLA, ASLA CGA Senior Landscape Architect EDUCATION SUMMARY OF QUALIFICATIONS B.S.Landscape Mr. Conner has more than 25 years of experience in municipal, commercial, and private Architecture sector work.As a certified arborist,he is also knowledgeable in all aspects of urban and Ball State University, community forestry planning and tree inventory and appraisal. He will contribute his Indiana,1985 experience in landscape construction administration, native planting, arborist services, B.S.,Environmental and in ensuring the project meets the possible needs of any FDOT grants. Design Ball State University, PROJECT EXPERIENCE Indiana,1985 Library Park,Weston, Florida; Project Manager, Lead Designer. Responsible for the design detailing and construction administration of a five-acre passive-use park with a Ball State Honors College signature fountain component,outdoor classroom facilities and a historical narrative trail Sigma Lambda Alpha, adjacent to a public library,a middle school and a high school. Mr Connor provided site Landscape Architecture design beyond the conceptual level,planting selection and irrigation design,implementing Honor Society the City's adopted wayfinding and branding components, visibility and security design, PROFESSIONAL and coordination with an architectural sub-consultant for the development of restroom REGISTRATION facilities. Landscape Architect, Peace Mound Park, Weston, Florida; Project Manager. Responsible for the design Florida License detailing and construction administration of a waterfront passive park with the purpose #LA0001181 of ensuring celebrating the existence of an archaeological Tequesta Indian burial mound. ISA Certified Arborist Mr.Connor was responsible for conducting an audit of over 200 existing trees,determining License#FL0777 their health and relocation parameters and coordinating the mitigation of any vegetation that needed to be removed. PROFESSIONAL Bonaventure Boulevard and Blatt Road Roundabout, Weston, FL; Construction ASSOCIATIONS Landscape Architect: Provided landscape design and coordinated with traffic,electrical American Society of and civil engineering for a new roundabout. The project included the integration of Landscape Architects Chairperson 1990 landsca a planting signage,branding,wayfinding,'li lighting, bicycle trails and pedestrian Broward Section pathways. NW 27th Avenue Streetscape, Miami-Dade County, Florida; Project Manager, Lead Florida Urban Forestry Designer.Developed a planting and irrigation design for the FDOT roadway through two P President 1999 ide cities and several districts.Mr.Connor was responsible for all permitting and coordination of several consumptive-use permits for varying zones through various segmented Landscape Inspectors agencies and three municipalities, the implementation of City wayfinding and detailing Society of Florida specialty planting design to provide each city with their own character. International Society Memorial Regional Hospital 35th Avenue Streetscape, Hollywood, Florida; Design of Arboriculture Team Member. Responsible for the construction detailing of hardcape components and planting for a streetscape design and wayfinding for a re-dedicated roadway segment to the hospital campus as part of this LEED-Gold project. SW 48th Avenue Median Enhancement,West Park, Florida; Project Manager, Lead Designer.Assisted the City in obtaining grant funding for the beautification of roadway medians.Provided landscape and irrigation design as well as construction administration for the four-block project. 103 Patrick A. Figurella, PE CGA Director of Engineering, Project Manager EDUCATION SUMMARY OF QUALIFICATIONS B.S.,Mechanical Engineering Mr. Figurella is a project engineer with more than 20 years of experience in project University of Florida, management of roadway . design/reconstruction, utility/drainage infrastructure, Gainesville , municipal review,comprehensive planning and civil site design work including geometric design and permitting. Mr. Figurella is proficient in the use of the latest versions of PROFESSIONAL AutoCAD Civil 3D. Mr. Figurella was the President of the ASCE Palm Beach Branch in REGISTRATION 2003-2004,ASCE Palm Beach Branch Young Engineer of the Year in 2004,and FES Palm Professional Engineer State Beach Chapter Young Engineer of the Year in 2004. of Florida No. 54795 PROJECT EXPERIENCE, • PROFESSIONAL AlA Bike Lanes,Jupiter,Florida.Designing and permitting the expansion of turn lanes, AFFILIATIONS the addition of bike lanes,pervious concrete sidewalks,on-street parking,the replacement American Society of Civil of a 10"Water main and the burial of overhead utilities on a 3/4 mile segment of a two lane Engineers:2004-2005 roadway. Year completed: professional services,ongoing,construction N/A. Past-President for Palm College Avenue Improvements Phase I, Davie, Florida. Designed and permitted the Beach Branch replacement of a 1/2 mile three lane roadway with a 4 lane divided roadway with drainage Florida Engineering improvements and sidewalks on both sides of the roadway in an extremely challenging Society:2002-2003 utility corridor. Year Completed: professional services ongoing,construction ongoing. "Young Engineer of the College Avenue Improvements Phase II,Davie,Florida. Designing and permitting the Year'for Palm Beach replacement of a 1/2 mile two lane roadway with a 4 lane divided roadway with drainage Chapter improvements and sidewalks on both sides of the roadway in an extremely challenging PUBLIC SERVICE utility corridor. Year Completed: professional services ongoing,construction N/A. Village of Royal Palm Lakeshore Drive Improvements, Lake Park, Florida. Designing and permitting the Beach Code Enforcement reconstruction of a 1/2 mile two lane facility,raising the roadway and sidewalks to relieve Board 1998-2004 high tide flooding issues, adding bike lanes and replacing an asbestos water main and aging sewer lines. Year completed: professional-services,ongoing,construction,N/A. Palm Beach County 5-Year Road Program Oversight& NW 1131st Street Improvements, North Miami, Florida. Designed the roadway and Advisory Council drainage improvements of a 1 mile roadway. Improvements included a roundabout,bike 2002-2003 lanes,on-street parking and the preservation of numerous existing landscaping on North Miami's north bicycle corridor.Year completed: professional services 2012,construction 2012. Park Avenue Street-scape Improvements,Lake Park,Florida.Designed and permitted the reconstruction of a 3/4 mile 4 lane undivided roadway into a 2 lane divided roadway with decorative street lighting and landscaping as well as drainage, utility and sidewalk improvements. Year Completed: professional services 2010,construction N/A. Bay Harbor Islands Community Enhancement Project Phase II,Bay Harbor Islands, Florida. Designed and permitted the roadway and utility improvements for 2.3 miles of roadways on the west island of the Town.Improvements included new curbs,pavement, grading and waterlines. Year completed: professional services 2010,construction 2010. Bay Harbor Islands Community Enhancement Project Phase III,Bay Harbor Islands, Florida. Designed and permitted the roadway and utility improvements for 4.2 miles of roadways on the east island of the Town. Improvements included new curbs, pavement, grading and waterlines. Year completed:professional services 2012,construction 2012. • Patrick A. Figurella, Page 2 • South Pennock Lane Improvements,Jupiter,Florida. Designed and permitted the addition of bicycle lanes and sidewalks to a1 mile segment of the two lane undivided facility including the addition of turn lanes at Indian-town Road. Year completed:professional services 2009,construction 2009. Holmberg Road Bicycle Lanes, Parkland, Florida. Designed and permitted the addition of bicycle lanes and sidewalks with the addition of fire hydrants for a 1.25 mile roadway.Year completed: professional services,2010, construction,2011. • AlA Bike Lanes, Jupiter, Florida. Designed and permitted the expansion of turn lanes, the addition of bicycle lanes and sidewalks with the replacement of a 10" asbestos cement water main for a 1/2 mile two lane undivided facility.Year completed:professional services 2006,construction 2007. Midway Road PD &E Study,St.Lucie County,Florida. Managed the PD&E Study from 25th Street to east of US 1. Designed the project alignment alternatives,coordinated all of the studies,the report preparation and the public involvement process including public meetings and the Public Hearing. Year completed: professional services, 2009,construction,N/A. Lyons Road&Flavor Pict Road Alignment Studies,Palm Beach County,Florida. Prepared alternative alignments and exhibits for public hearings including evaluation matrices for six miles of Palm Beach County Thoroughfare Roadways in the sensitive Agricultural Reserve in western Palm Beach County. Year completed: professional services,2005,construction,N/A. Flavor Pict Road, Palm Beach County, Florida. Designed and permitting the construction of 1 mile two lane facility through an unimproved area. Design included coordination with adjacent properties on drainage treatment and the culverting of 1000 feet of a Lake Worth Drainage District Canal. Year completed: professional services, 2005,construction,2006. Boutwell Road Alignment Study & Boutwell Road Extension, Lake Worth, Florida. Prepared alternative alignments and exhibits for public meetings for the study phase of the 1/3 mile extension of a two lane facility. Designed the extension of the two lane facility including drainage design, geometric design, signing&pavement marking,permitting and cost estimation.Year completed: professional services,2000,construction,2001. Roosevelt Avenue Alignment Study, Jupiter, Florida. Prepared alternative alignments and exhibits for public hearings including evaluation matrices for two miles of Palm Beach County Thoroughfare Roadways from Indiantown Road to the Martin County Line.Year completed: professional services,2000,construction,N/A. Lyons Road,Palm Beach County,Florida. Designed the expansion of a three mile facility from two lanes undivided to four lanes divided west of Boynton Beach,Florida.Responsibilities included horizontal and ertical design,signing &pavement marking,permitting, cost estimation and coordination with existing and proposed bridges as well as utilities.Year completed: professional services,2005,construction,2006. Lyons Road, Palm Beach County, Florida. Designed and secured permits for the 1-3/4 mile extension of a two lane divided facility west of Boynton Beach. Responsibilities included horizontal and vertical design, permitting and coordination with off-site developments for.drainage design. Year completed: professional services, 2004, construction,2005. Fairgrounds Road / SR-80 Intersection Improvements, Palm Beach County, Florida. Designed and secured permits for the westward relocation and expansion of the intersection of Fairgrounds Road and S.R. 80. Project included the relocation of water and force mains and the replacement of an existing drainage ditch with culverts and a new retention/detention area.Year completed: professional services, 1999,construction,2000. Lantana Road,West Palm Beach,Florida. Designed the 3/4 mile widening and expansion of a two lane undivided facility to a four lane divided facility. .Responsibilities included horizontal and vertical alignment, permitting and cost estimation.Year completed: professional services, 1998,construction,1999. ' 105 • Patrick A. Figurella,Page 3 • Okeechobee Boulevard (SR-704), West Palm Beach, Florida. Designed the widening of a 1 mile six lane facility to eight•lanes including the demolition of two existing bridges with new overhead signs. Responsibilities included permitting,cost estimates as well as coordination with structural elements and utilities.Year completed: professional services,2005,construction,2009. Yamato Road/I-95 Intersection Improvements, Boca Raton, Florida. Designed the roadway improvements including milling&resurfacing,minor widening and adding a lane to the 1-95 on-ramp of a 1/3 mile six lane facility. Year completed: professional services, 1997,construction, 1998. Palm Beach County Intersection Improvements, Palm Beach County Florida. Designed or assisted with the design of improvements including the addition of turn lanes, sidewalks, bike lanes, drainage, through lanes and signing and marking to the following intersections for Palm Beach County Engineering: • Okeechobee Boulevard/Congress Avenue-right turn lane on Okeechobee Boulevard • Browns Farm Road/County Road 880-left turn lane on both roads • Forest Hill Boulevard/S.R.80 (Two separate projects)-dual turn lane s three approaches first project,added through lanes and right turn lane second project • Forest Hill Boulevard/Haverhill Road-dual turn lanes on Forest Hill Boulevard • Fairgrounds Road/Sansbury's Way left turn lanes on both roads with additional through lane on Sansbury • Kirk Road/Lakewood Road 2 lane to 5 lane widening on Kirk Road. • Lantana Road/Hagen Ranch Road/Fearnley Drive-add 4 turn lanes on 3 approaches • Glades Road/Powerline/Jog Road-added through lane each direction for 1 mile on Glades • Okeechobee Boulevard/Tamarind Avenue(Alignment Study) • Australian Avenue/1-95-Mercer Avenue Okeechobee Boulevard-added lefts both approaches • Seminole Pratt Whitney Road/S.R.80.-added dual lefts and a right on Seminole ytatt • Congress Avenue/Chillingworth Drive-convert Congress Avenue to 5 lane section 1/2 mile • West Atlantic Avenue/Hagen Ranch Road- dual left turn lanes and opposing right turn on West Atlantic, receiving work on Hagen Ranch • Royal Palm Beach Boulevard/Orange Grove Boulevard Convert RPB to 5 lane section 1 mile • Royal Palm Beach Boulevard/Persimmon'Boulevard Convert RPB to 5 lane section 1 mile Lake Park Stormwater Utility Creation/Annual Updates, Lake Park, Florida. Provided engineering services for the creation of the Town's Stormwater Utility including preparation of the ESU Rate Study which determined the methodology for charging each parcel of land in the Town. Also applied that methodology and determined the number of ESU's for each parcel of land in the Town. Updated the rate study and tax roll for two years after the initial study.Year completed:professional services 2010,construction N/A. Mangonia Park Utility Engineering, Mangonia Park, Florida. Provided water and sewer utility engineering services to the Town including construction observation, site plan review, grant writing assistance, construction plan preparation, council meeting attendance and technical expertise. Year completed: professional services ongoing,construction ongoing. Marlin Bay Yacht Club, Marathon, Florida. Designed and permitted the paving, grading, drainage, gravity and vacuum sewer and potable water elements of the eighty building residential condominium project.The project was located on an extremely tight eight acre.parcel. The project featured utility service to the extensive boat docking facilities including potable water,vacuum sewer and fire protection. Year completed: professional services 2008, Patrick A. Figurella, Page 4 , construction ongoing. • Cannonsport Marina,Palm Beach Shores,Florida. Designed and permitted the paving,grading,drainage,gravity sewer and potable water elements of the five building condominium including utility service to the boat docking piers. Year completed:professional services 2006,construction 2008. SR 710 Utility Relocation,Riviera Beach,Florida.Designed the water and sewer relocations in support of FDOT's roadway project. Project included 6,000 LF of 12"W.M.,a 1,000 LF directional bore of a 30"R.W.M.,a 300 LF offset of the 30" R.WM. in another location and other minor relocations. Year completed: professional services 2007, construction 2009. Maritime Academy,Riviera Beach,Florida. Designed and permitted the paving,grading,drainage,gravity sewer and potable water elements of the school. Project featured replacement of an asbestos cement watermain across the project frontage. Year completed:professional services 2005,construction 2006. Tabernacle of the Pentecost, Royal Palm Beach, Florida. Designed and permitted the new campus of the Tabernacle of the Pentecost Church featuring grassed parking to reduce runoff and including SFWMD compensating storage requirements. Year completed:professional services 2008,construction halted. Town of Lake Park Stormwater Utility, Lake Park, Florida. Provided engineering services for the creation of the Town's Stormwater Utility including preparation of the ESU Rate Study which determined the methodology for charging each parcel of land in the Town. Also applied that methodology and determined the number of ESU's for each parcel of land in the Town. Updated the rate study and tax roll for two years after the initial study.Year completed:professional services 2010,construction N/A. Town of Lake Park Municipal Review,Lake Park,Florida.Performed engineering reviews of the paving,grading and drainage elements of new development applications in the Town. Also performed NPDES inspections and reviews for the Town. Year completed: Professional services,2011. • Comprehensive Planning, Various Agencies, Florida. Prepared Comprehensive Plans, Amendments to Comprehensive Plans Evaluation and Appraisal Reports (EARs), or Water Supply Plans related to Potable Water, Sanitary Sewer, Drainage, Solid Waste, and Natural Groundwater Aquifer Recharge elements for the following agencies:. • Town of Loxahatchee Groves First Comprehensive Plan . • City of Pahokee 10 Year Water Supply Plan • • City of Parkland 10 Year Water Supply Plan • • City of Parkland EAR-based Amendments • City of Fort Pierce.Comprehensive Plan Rewrite •.St.Lucie County EAR . • St.Lucie County EAR Based Comprehensive Plan Amendments • Martin County EAR • • City of Port St.Lucie.EAR Based Comprehensive Plan Amendments . . . City of Riviera Beach CRA Marine District South, Riviera Beach, Florida. Designed and permitted a 14-acre Marina District improvements project with the demolition of the entire site and replacement with a new Marina Events Center,two acres of pervious pavements,3000 linear feet of exfiltration trenches,revised Bicentennial Park, the construction of five site roadways,new water and sewer mains,and the filling of the site to accommodate the • future changes in the FEMA-base flood elevation. , .�hm.�+dw �.xGa1A.La. ', Robert McSweeney, PE CGA Director, Construction Engineering and Quality Assurance. • EDUCATION SUMMARY OF QUALIFICATIONS B.S.,Civil Engineering, Mr. McSweeney's broad background entails extensive experience with civil and Florida Institute of environmental engineering firms providing service to both public and private sector Technology,1986 clients in Miami-Dade, Broward and Palm Beach counties. His experience also involves REGISTRATIONS FDOT utility coordination and construction administration as well a design/consulting for State of Florida, the U.S.Air Force. Professional Engineer, At CGA, Mr. McSweeney's responsibilities include civil and environmental engineering #47506 along with related planning, permitting, design and construction administration. As Director of Quality Assurance, he will help to ensure all projects continue to meet CGA's CERTIFICATIONS high standards for quality and constructability. He provides service to both public and Maintenance of Traffic private sector clients in and outside the Tri-County area. (MOT),Intermediate FDOT CIC Manager PROJECT EXPERIENCE FDOT EEO,DBE and Payroll Miscellaneous Engineering Services Contract,Town of Surfside,Florida.Acting Town Compliance on Local Area Engineer/Engineer-of-Record for an ongoing continuing services contract providing projects general engineering services to the municipality. These services include Commission Building Code meeting representation, development plans review and development review meetings, Administrative Core Right-of-Way permit applications reviews, utility coordination, utility franchise agreement coordination, Consent Decree engineering services, and Engineer of Record PROFESSIONAL construction completion certifications.Projects provided under this contract included the AFFILIATIONS $23M Town-wide utility infrastructure rehabilitation program (water, sewer, drainage, -Florida Engineering Society roadway resurfacing and pump stations improvements) and the Biscaya Island Drainage (FES) Improvements. FAU Civil Engineering Miscellaneous Engineering Services Contract, Pompano Beach, Florida. Contract Department Advisory Manager / Engineer-of-Record for a continuing services contract providing general Board engineering, and surveying and mapping services,to the municipality on an as-needed Broward County Unsafe basis.Projects provided under this contract included reclaimed/reuse water main design Structures Advisory and construction administration,Pompano Beach Sidewalk Construction Program,facility Committee assessment reporting, municipal pier renovation inspections, Sample McDougald House site design,Broward County/Pompano Beach Branch Library site engineering design,golf course decorative wall design,and bridge and culvert improvements. Miscellaneous Engineering/Surveying Services Contract, Deerfield Beach, Florida. Contract Manager/Engineer-of-Record of a continuing services contract providing as needed general engineering,and surveying and mapping services to the municipality on an as-needed basis.Projects provided under the contract included: • State Road AlA'S'-Curve Phase II Roadway,Utility and Beautification Project • Intersection improvement design of Goolsby,and Hillsboro Boulevards,and Goolsby Boulevard roadway improvements • Intersection improvement design of Century and Hillsboro Boulevards • • Main Beach Parking Lot Expansion • Cove Shopping Center Parking Lot Redevelopment Hillsboro Boulevard (SR 810) Improvements,Deerfield Beach,Florida. Engineer-of- Record/Contract Administrator; project included surveying and engineering design for reconstruction and improvements to 4,800 linear feet of roadway(Hillsboro Boulevard/SR 810) from Federal Highway to, SR AlA. Improvements include roadway cross-slope correction, underground utilities adjustments/relocations,drainage improvements, mast arm/signalization, utility coordination,,safety improvements, landscape and streetscape elements,decorative lighting and bid assistance. • Robert McSweeney, PE, Page 2 Port Everglades Cruise Terminal 4,Broward County,Florida.Engineering design and permitting of a parking lot expansion program including resolution of existing drainage inadequacies and overall site utility redesign.The utility improvements design included upgrading the existing stormwater management system and complete water distribution systems,in addition to the redesign/reconfiguration of the overall parking area. Downtown Davie, Davie, Florida. Contract Manager/Engineer-of-Record for the engineering design, permitting and construction administration for a 12-acre,light density, mixed-use (residential, retail and office development) project in Davie.Project included legal depositions and expert witness testimony towards resolving drainage issues with adjoining property. Tri-Rail Double Tracking Corridor Improvements. Engineer-of-Record/Utility Construction Manager for a portion of this large-scale project involving planning, permitting, and engineering for the expansion of multiple stations and supporting infrastructure in the tri-county area.The project improvements included new/reconfigured station parking lots and associated stormwater management systems;utility infrastructure improvements including modifications and new facilities for both water distribution and sanitary sewer systems; drainage system modifications and connections including large scale box culvert construction observation, utility, drainage and roadway improvements.The project was a fast-track design/build initiative that involved numerous governmental agencies,municipalities,utility companies(both public and private)and drainage districts. Miscellaneous Engineering/Surveying Services Contract, Deerfield Beach, Florida. Contract Manager/ Engineer-of-Record of an ongoing continuing services contract providing as needed general engineering and surveying and mapping services to the municipality on an as-needed basis. Projects provided under the contract included: • SR AlA S-Curve Beach Roadway and Beautification Redevelopment • Intersection improvement design of Goolsby and Hillsboro Boulevards • Intersection improvement design of Century and Hillsboro Boulevards Wiles Road Extension, West of Lyons Road to West of Florida's Turnpike, Broward County, Florida. Senior Project Administrator for the roadway extension of a multi-lane divided section including drainage,utility installations (water main,gravity sewer,force main and lift station modifications),signalization modifications,roadway lighting, landscaping and irrigation,and pavement markings and signage. NW 12th Street,West of NW 107th Avenue to East of NW 136th Avenue,Miami-Dade County;Florida. Senior Project Administrator for the roadway construction and/or widening of a multi-lane divided section including bulkhead/seawall installation, culvert(s) extensions, roadway foundation stabilization (geo-textile installation), concrete barrier wall installation, drainage, utility installations (water main and force main), railroad crossing modification,signalization,roadway lighting,landscaping and irrigation,and pavement markings and signage. SR 7 (US 441), South of Griffin Road to South of Stirling Road, Broward County, Florida. Senior Project Administrator for the roadway reconstruction and widening of a multi-lane divided section including drainage modifications/retention area construction,signalization,roadway lighting,landscaping and irrigation,and pavement markings and signage. NW 12th Street/HEFT Interchange,Connection with the Homestead Extension of Florida's Turnpike(HEFT) Miami-Dade County,Florida.Senior Project Administrator for the intersection connection of the mainline HEFT to NW 12th Street(excluding toll booth buildings) including ramp connections,two flat slab bridges crossing Snapper Creek Canal,drainage improvements(including lake construction),concrete barrier wall,utility installations (water main, force main including aerial crossings, and lift stations), signalization, roadway lighting, landscaping and irrigation,and pavement markings and signage. -S 109 Bryan Williams, PE CGA Construction Manager EDUCATION;... PROJECT EXPERIENCE Bachelor of Science • Bailey Road Improvement Project, Broward County Highway Construction and Mechanical Engineering Engineering Division, Broward County, Florida. Project manager for the $8 million PROFESSIONAL' construction of roadway widening, sidewalk, new drainage system, new irrigation and RE613TAAT10N landscaping.Responsibilities include:supervision of inspection staff,managing the prime •,Professional'Erigineer contractor,coordination with the local municipalities,utilities and County Divisions. State of Florida • Reconstruction of SR 826/SR836 Interchange,FDOT District 6,Miami-Dade County, ,No-6188i Florida. Roadway project administrator for the$558 million construction of 40 bridges, • MSE walls, traffic signals, highway lighting, ITS components, new roadways, drainage • ' systems, canal realignment, sound barrier walls and landscaping. Responsibilities include: the supervision of inspection staff, plans review for constructability, errors . • and adherence to FDOT Specifications and Contract Requirements, coordination with multiple contractors,local agencies,City of Doral,Miami-Dade County,coordination with - FDOT District 6 personnel, review of contractor maintenance of traffic, installation for . • conformance to construction plans and FDOT Design Index,coordination with local utility .- companies to facilitate timely relocations to avoid construction delays and contractor claims. • Widening of SR 91/Florida's Turnpike from Sunrise Boulevard to Atlantic Boulevard, • Florida's Turnpike Enterprise, Broward County; Florida. Senior project engineer for , the $97 million construction of two new major bridges over the Turnpike, widening of three existing bridges, Open Road Tolling(ORT) conversion and miscellaneous roadway improvements. Responsibilities included supervision of the entire CEI staff, project management, coordination with local agencies, City of Tamarac, Broward County, coordination with FDOT Turnpike personnel,coordination with local utility companies to facilitate timely relocations to avoid construction delays and contractor claims,conducting weekly progress meetings, review of the contractor construction schedule, negotiating contract changes with the prime contractor and the subcontractors, and signing and sealing as-built changes. Districtwide Emergency Response Consultant, FDOT District 4. Senior project engineer assigned to the FDOT District 4 Hurricane Restoration Team at the West Palm Beach Operations Center. Work included coordination and tracking of debris removal and • traffic signal restoration in Palm Beach County. Responsibilities included coordination 1 • with FDOT,municipalities and Palm Beach County Public Works Department,supervision of multiple engineering consultants and contractors,planning and assigning specific tasks to engineering consultants and contractors, review and process invoices for restoration • work in accordance with federal reimbursement requirements, review and approve engineering consultants' invoices,conduct daily progress meeting to review contractors' progress and reassign work to contractors based on their performance and agency needs, and assemble project documentation to provide FDOT backup for FHWA and FEMA , reimbursement. Hurricane Jeanne Restoration Team,FDOT District 4,West Palm Beach Operations Center.Project administrator in charge of coordination conducted by contractors including debris removal, roadway repair,and traffic signal and signing repair and reconstruction. Coordinated with FDOT,municipalities and Palm Beach County Public Works Department, - supervised multiple engineering consultants and contractors, assigned specific tasks to engineering consultants and contractors,reviewed and processed invoices for restoration • work,reviewed and approved engineering consultants invoices,conducted daily progress meeting to review contractors'progress and reassign work to contractors based on their Bryan Williams, PE, Page 2 performance and agency needs, maintained project documentation in conformance with FDOT guidelines and FHWA and FEMA reimbursement requirements. Districtwide General CEI Services, FDOT District 4. Office engineer performing quality assurance and final estimates reviews for Palm Beach residency construction. Responsibilities included the review of ongoing FDOT projects for adherence to FDOT policies and requirements regarding project documentation for final acceptance by FDOT. Districtwide General CEI Services, FDOT District 6. Senior roadway engineer assigned as an assistant to the Department's Lighting and Signalization Coordinator. Responsibilities included performing, coordinating and monitoring lighting and signalization inspections for all FDOT District 6 projects including interim and final acceptance inspections, created and maintained a performance tracking system to ensure signal acceptance, performed traffic signal and street lighting plans review for constructability and adherence to FDOT and Miami- Dade County specifications. NW 12th Street Roadway Construction, Miami-Dade County, Florida. Roadway inspector for construction of a new roadway on NW 12 Street from NW 107th Avenue to NW 111th Avenue. Responsibilities included the inspection of drainage installation, embankment, lime rock base, asphalt paving, street lighting and traffic signal installation. Wiles Road Improvements,Coral Springs, Florida.Project administrator/contracts support specialist in a$4.8 million new alignment/new roadway construction project for Broward County including drainage and signalization on Wiles Road,Coral Springs, Florida. Responsibilities included supervision of inspection staff,coordination with the City of Coconut Creek's Public Works Department, and processing prime contractor's invoices. Generated the specification and contract documents for the subsequent section of Wiles Road. SR 826/Palmetto Expressway from NW 154th Street to the Golden Glades Interchange,Miami,Florida.Office engineer assigned to the milling and resurfacing on SR 826.Responsibilities included preparing monthly estimate for payment to the contractor, tracking and scheduling testing as required by the FDOT testing and sampling guide, maintaining project documentation as required by the FDOT specification for final acceptance (material certification, pay item quantity documentation, material test results), and preparing project documentation for final acceptance. Se-ace Innovations, Sunrise Florida.Vice president of systems integration in charge of all construction-related activities involved with the design and installation of data acquisition systems. Clients included various utility companies across the United States,including multiple FPL facilities. Responsibilities included management of all field crews,scheduling all project-related work activities and management of project budgets. CEI Services for FDOT District 6, Miami, Florida. Electrical inspector and roadway inspector on various FDOT roadway construction projects. Responsibilities included field inspections of roadway, drainage,signalization and traffic marking installations, sampling and testing construction materials and plans review. Projects included traffic signal reconstruction repair damage from Hurricane Andrew; Biscayne Boulevard Phases I,II reconstruction and widening of Biscayne Boulevard from NE 121 Street to NE 151st Street and the Brickell Avenue bascule bridge, $16.S million rpnlarement. David Grasso-O'Brien, LEED AP ,CGA Landscape Inspector EDUCATION SUMMARY OF QUALIFICATIONS 'Bachelor of Science Mr.Grasso-O'Brien is a certified Florida Landscape Inspector with more than eight years in_Environmental of experience. He performs landscape inspections and code enforcement services for Horticulture,University projects within the cities of Weston, West Park, and North Lauderdale. He will provide 20 Florida,Gainesville,FL, his experience in identifying and monitoring invasive plant species and conducting tree 2008; ' and vegetation inventories. Bachelor of Science in Agronomy,University of PROJECT EXPERIENCE Connecticut,Storrs,CT, Landscape Inspector,Calvin,Giordano&Associates,Fort Lauderdale,Florida(April 2001 '05—Present) • Conduct landscape inspections for Hallandale Beach Boulevard FDOT Landscape PROFESSIONAL. • Improvements Project(September 2006). ' REGISTRATION/ • Conduct landscape inspections for Opa Locka Executive Airport,Miami-Dade County CERTIFICTIONS - Aviation Department Landscape Improvement Project(January to March 2007). Florida Nursery Growers • Conduct landscape inspections for Miami International Airport Landscape and landscape Association • Improvement Project(January to March 2007). HPCert#N67 5646 • Conduct landscape inspections and enforce municipal landscape codes for City of ,International Society Miramar(April to August 2005). of Arboriculture ISA • Conduct landscape inspections and enforce municipal landscape codes for City of 'Municipal.Specialist North Lauderdale,West Park and.Weston. 'Certificate#FL-1336AM • Arrange and execute annual landscape inspections of commercial properties for City of Weston. Prepare reports and schedule follow up inspection for code compliance. ,Florida Landscape • Meet with landscape contractors,managers and owners to discuss and educate best Inspector management practices within the City of Weston. Cert#2003-0236 • Meet with irrigation contractors to have them demonstrate irrigation compliance and required irrigation coverage and overlap for City of Weston. FACE Code.Enforcement • Attend special magistrate hearings for City of Weston and City of West Park relating Level 111 Certification to tree preservation and landscape code compliance. LEED Accredited • Monitor for invasive exotic and nuisance species of plants for City of Weston professional BD+C • Assist Code Compliance Department enforcing health and safety codes for City of North Lauderdale (November 2005 to January 2006). PROFESSIONAL • Process tree removal and relocation permits and responsible for inspection ASSOCIATIONS approvals for City of West Park and Weston. Member of International • Record GPS coordinates and identify landscape plant material in GIS format for City Society of Arboriculture of Weston and the City of Lauderdale Lakes tree inventory. Member of Landscape Inspectors.Association of Florida Member of USGBC Memberof Florida Association of Code Enforcement Steven M. Watts, PSM CGA Director of Survey EDUCATION SUMMARY OF QUALIFICATIONS 'BSLS,Purdue.University, 1984 Mr.Watts has 26 years of experience as a surveyor and mapper. Having spent his entire -Lambda Sigma:Land, . surveying career working in Broward County,he is extremely knowledgeable of the rules, 'Surveying Honorary requirements and specifications for completing surveying and mapping projects in the . South Florida area. He specializes in architectural and engineering design type surveys, PROFESSIONAL land acquisition,easements,title research,and computer mapping. REGISTRATION Florida PSM No.4588 PROJECT EXPERIENCE Director of Survey - Calvin, Giordano, & Associates, Inc., Fort Lauderdale, FL. As Director of Survey he is responsible and involved in all aspects of the company's surveying . and mapping projects. General Surveying & Mapping Services - City of Pompano Beach. Boundary & Topographic Surveys: Community Park, Canal Point Park; Legal Descriptions: Avondale Fishing Piers; Topographic Surveys: Pompano Beach Air Park; Taxiway "N" - Pavement Widening,Runway 15-Runway Protection Zone,Magnetic Heading,Runways 6-24,15-33 and 10-28. General Surveying & Mapping Services - City of North Lauderdale. Boundary and • Topographic Surveys,As-Built Surveys,Legal Descriptions,City Limit Determinations and General Surveying Services for the City of North Lauderdale.Additional responsibilities include project surveyor for the topographic survey of the municipal complex,GIS,water control district and utility mapping,Hampton Pines Park and Silver Lakes Middle School ball field renovation. - General Surveying & Mapping Services - City of Coral Springs. Boundary and Topographic Surveys,As-Built Surveys,Legal Descriptions, Design Surveys,Construction - Stakeout,and General Surveying Services for the City of Coral Springs. General Surveying&Mapping Services-City of Coconut Creek.Boundary,Topographic and Design Survey for Facilities Maintenance Area and Copans Road for the City of Coconut Creek. GIS Base Mapping-Broward County Property Appraiser's Office.Property Appraiser's GIS-Base Mapping Projects.Work completed to date includes City of Pompano Beach,City of Fort Lauderdale,City of Margate,City of Miramar,and City of Dania. Projects involved precise coordinate geometry mapping and conversion to Arc-Info polygon coverage. LIS System - City of Miramar. Project Manager for the Land Information System (LIS) completed for the City of Miramar.This project encompasses approximately 20,000 acres of land within the city limits. Coordinate geometry was used to prepare geometrically precise base maps tied to the Florida State Plane Coordinate System. The work was done in an AutoCAD environment to facilitate future GIS applications. The LIS contains information on rights-of-way, plats, blocks, lots, ownership, tax folio numbers and property appraiser information. GIS System - City of Miramar. Project Manager for the development of a geographic information system(GIS)necessary to implement a special assessment for the new water treatment plant.Tax assessor information was digitally downloaded for over 600 parcels _._ - - and compiled into an Oracle data base.Data base records were gee-referenced-to AutoCAD polygon information and compiled into a GIS application. cr ' ., 113 Steve M. Watts, PSM, Page 2 Base Map-City of Port St.Lucie.Project Manager for the development of a computerized base map of 80 square miles comprising the City of Port St.Lucie.The first phase entailed establishing horizontal control utilizing GPS and setting vertical control benchmarks throughout the city.Detailed topographic information was gathered for all the public roads (800 miles) via electronic data recorders and overlaid on a geometrically precise map of the platted subdivisions. Raster images of aerial photography were scanned thus providing a photographic overlay for the digital map. Relocation and Land Acquisition Assistance Program-Base Mapping-Broward County Aviation Department. Project Manager for the relocation and land acquisition project for the Fort Lauderdale-Hollywood International Airport. Directly involved in all aspects of the project including deed and right-of-way analysis for 12 square miles of property and approximately 2,800 parcels.The data base of utilities,runways,rights-of-way,plats,sectional and ownership information serves as the base map for the GIS system. Property Map- Fort Lauderdale-Hollywood International Airport- Broward County Aviation Department. Project surveyor responsible for the maintenance of the Airport Property Map.Responsibilities include the mapping of new parcels,reviewing ownership and easement documentation and working closely with Aviation Department's legal staff on deed interpretation. Surveying and Mapping Services, Pompano Beach Air Park, Runway 15-33. Served as project surveyor for engineering design survey of Runway 15-33 Rehabilitation and Extension.Involved in all aspects of project survey, including project management,field work,engineering coordination,cad drafting and final product deliverables. Surveying and Mapping Services, Pompano Beach Air Park, Taxiway Kilo. Served as project surveyor for engineering design survey of the relocation of Taxiway Kilo. Involved in all aspects of project survey, including project management,field work,engineering coordination,cad drafting and final product deliverables. Surveying and Mapping Services, Pompano Beach Air Park, General Surveying Services. Served as project surveyor for general survey\engineering projects at Pompano Beach Air Park including 1) establishing magnetic compass headings for Runway 6-24, Runway 15-33 and Runway 10-28; 2) pavement widening for Taxiway November; 3) Runway Protection Zone Survey,Runway 15;4)boundary survey of Air Park environs. General Surveying and Mapping Services, City of North Lauderdale, Florida. Performed boundary and topographic surveys,as-built surveys,legal descriptions,City limit determinations,and general surveying services for the City of North Lauderdale.Additional responsibilities included project surveyor for the topographic survey of the municipal complex,GIS,water control district and utility mapping,Hampton Pines Park and Silver Lakes Middle School ball field renovation. Relocation and Land Acquisition Assistance Program,Base Mapping,Broward County Aviation Department. Served as project manager for the relocation and land acquisition project for the Fort Lauderdale-Hollywood International Airport.Directly involved in all aspects of the project including deed and right-of-way analysis for 12 square miles of property and approximately 2,800 parcels.The data base of utilities,runways,rights-of-way,plats, sectional and ownership information serves as the base map for the GIS system. Property Map, Fort Lauderdale-Hollywood International Airport, Broward County Aviation Department. Served as project surveyor responsible for the maintenance of the Airport Property Map. Responsibilities include the mapping of new parcels,reviewing ownership and easement documentation and working closely with Aviation Department's legal staff on deed interpretation. GIS Base Mapping, Broward County Property Appraiser's Office, Property Appraiser's GIS-Base Mapping Projects.Work completed to date includes City of Pompano Beach, City of Fort Lauderdale, City of Margate, City of Miramar,and City of Dania. Projects involved precise coordinate geometry mapping and conversion to Arc-Info polygon coverage. Marcos Mendoza CGA Site and Irrigation Design, CAD and Quality Standards EDUCATION SUMMARY OF QUALIFICATIONS Miami.Dade Community Mr. Mendoza directs the landscape architectural staff in all code compliance and site College„Miami,Florida design issues, ensuring that Quality Control and construction documents are consistent A:A.;in Architecture and thorough, while meeting location-specific permit criteria. He will provide his Florida see, loridasity expertise in the production and development construction plans and in site detailing, as . Tallahassee,Florida well as his on-going experience in meeting the City of Miami Beach's Parks and Recreation Department's specifications on irrigation design. PROJECT EXPERIENCE Fire Station Plaza,Delray,FL Role Construction Plans and Detailing Client: Delray CRA: Responsible for all construction documents of specialty paver selections, intricate paving design pattern detailing, planting design, historical plaque inserts,lighting and drainage design. • • • Middle Beach Recreational Corridor,Miami Beach,FL Role Construction Plans and Detailing Client:City of Miami Beach:Responsible for all irrigation design for a 2-mile long multi- • _ use trail linear park to be constructed on State lands. The irrigation design has to be consistent with the City's standards for product selection and specification and maintenance and water conservation strategies. Lloyds Estate Drainage Park Project,Oakland Park,FL Role Construction Plans and Detailing Client: Oakland Park, FL: Responsible for the development of all demolition and tree dispositions plans for the park site,as well as all construction detailing associated with new retaining walls,fences,lighting,branding elements,and planting and irrigation. Vista Park Phase I,Weston,FL Role Construction Plans and Detailing CLIENT: City of Weston: Responsible for site design and landscape design and construction specifications for an active park that included four league-standard softball fields, four soccer fields, concession stands, restrooms, canal-side nature trail, a tot lot, parking and lighting design. Sombrero Beach Park,Marathon,FL Role Construction Plans and Detailing CLIENT:City of Marathon:Responsible for all construction documentation and technical tY P specifications for hardscape,furnishing installation,shelters and structures,coordination with architectural sub-consultants,and planting for a waterfront park with beach access, volleyball courts,ample seating and picnic areas and outdoor flexible use areas. Gator Run Park,Weston,FL Role Construction Plans and Detailing CLIENT: City of Weston: Passive park design for a five-acre community park, including lighting improvements, continuous walking paths, children's play equipment, planting and irrigation design.The design provided a butterfly garden and shade structures near the adjacent elementary school to build strong connections with the school. • • >•,• ..hn,v N.nc a.mss<ai.n.” ''r 4,•�•. l Manuel J. Docurro, P.E., Page 2 Miami-Dade Trail Glades Range Electrical Feed to Trap and Skeet, Miami, Florida. Project consisted of the complete rebuild and upgrade of the electrical feed to the trap and skeet area of subject site. Mr. Docurro was in charge of the scope of work determination and ensuing electrical design required to upgrade the electrical power facilities to fully meet the customer's requirements. Miami-Dade A.D.Barnes Nature Center Trailer,Miami,Florida.Project consisted of utility provisioning(water, sewer,electrical,telecom) for a new double wide trailer. Mr. Docurro was in charge of the electrical design for the provisioning of electrical power to the new trailer. Miami-Dade Colonial Drive Park Concessions Building,Miami,Florida. Project consisted of a new concessions building for the park and provisioning of all required utilities.Mr.Docurro was in charge of the electrical design for the electrical power provisioning and lighting layout. Miami-Dade Amelia Earhart Park Soccer Complex Phase II, Miami, Florida. Project consisted of two new lighted soccer fields and a new recreation building. Mr. Docurro was in charge of the electrical design for the electrical power provisioning,sports lighting,building interior lighting layout,and lightning protection system. Miami-Dade Oak Grove Park Trailer, Miami, Florida. Project consisted of utility provisioning (water, sewer, electrical)for an existing trailer. Mr.Docurro was in charge of the electrical design for the provisioning of electrical power to the new trailer. Miami-Dade Southridge Park Scoreboard and PA System,Miami,Florida. Project consisted of the installation of a new multi-purpose scoreboard and public address (PA) system for the park. Mr. Docurro was in charge of the electrical design for the power provisioning to the scoreboard as well as the system design and specifications for the PA system. Miami-Dade Zoo Miami Interactive Aviary Exhibit,Miami,Florida. Project consisted of a new exhibit building for the zoo and the provisioning of all required utilities(water,electrical). Mr.Docurro was in charge of the electrical design for the provisioning of electrical power to the new building. Miami-Dade Tropical Park Equestrian Center Agricultural/Industrial Ceiling Fans, Miami, Florida. Project consisted of the provisioning of six industrial large diameter ceiling fans for the existing equestrian center building at subject site. Mr. Docurro was in charge of coordinating the design (structural and electrical disciplines) and performing the electrical design for the provisioning of electrical power and control for the new fans. Additional Project Experience • A.D.Barnes-Walkway Lights,Miami,Florida • Briar Bay Park-Solar Walkway Lighting Upgrade,Miami,Florida • Chapman Field-Ballfields Lighting Upgrade,Miami,Florida • Chittohatchee Park-LED Walkway Lighting,Miami,Florida • Crandon Park- Driving Range Lighting,Key Biscayne,Florida • Haulover Park-New Pay Stations,Miami,Florida • Joseph Caleb Community Center-Seating and Lighting Upgrades,Miami,Florida • Mangus Special Tax District-Landscape/Sign Lighting,Miami,Florida • McMillan Park-Walkway Lighting,Miami,Florida • Ruben Dario-Shelter,Miami,Florida • Southridge Park-Security Camera System,Miami,Florida • Southridge Park-Pressbox,Miami,Florida • Trail Glades Range-Parking Lot Lighting Upgrade,Miami,Florida • Zoo Miami-Concert Field Upgrades,Miami,Florida • Zoo Miami-Anteater Holding Expansion,Miami,Florida Chris Giordano; MSC CGA Director of Management Services EDUCATION SUMMARY OF QUALIFICATIONS BSEET,Electrical ,!Engiineering Technology,, Chris Giordano has ten years of construction management experience.After graduating 'Concentration.on Computer from the University of Central Florida with a Bachelor of Science in Electrical Engineering Systeriis.University of -. Technology, he pursued a career in the construction management industry. Chris held Central Florida,•2005• • • the positions of Project Administrator, Project Manager, Contracts Manager, and finally • Project Controls Manager for the Orion Marine Group before deciding being appointed •PROFESSIONAL Project Administrator at Calvin,Giordano&Associates,Inc. REGISTRATION Florida Marine Specialty . . Chris has managed hundreds of millions of dollars in construction.The clients for these Contractor(Active License) projects ranged from federal, state, local and private clients. Chris gained construction No.SCC131151012 experience throughout the southeastern United States as well as in the Caribbean. ' ;OSHA 10-Hour Safety PROJECT EXPERIENCE Certified Director of Management Services - Governmental Services. Calvin, Giordano, & Associates,Inc.,Fort Lauderdale,FL. • • Coordinates and Assist in the Management of all Government Contracts • • Manages the Production of Bid Documents,Responses to RFIs,and Bidding Process • Recommend Award of Contracts to City Commission • Manage the Contractor's Submittals,Payment Applications,Claims,Change Orders • Ensure Contractors are Maintaining Current Schedule and Budget Goals. • Manage and Direct all Required Subconsultants and Inspectors as Needed • Capital Improvement Projects Managed: • Town of Surfside Utility Rehabilitation Project • Town of Surfside Community and Aquatic Center Construction • • Town of Surfside Comprehensive Traffic Study and Analysis • Town of Surfside Seawall Inspection,Design and Reconstruction • Sunny Isles Beach Newport Fishing Pier Project Administration and Permitting • Sunny Isles Beach North Bay Road Bridge Project Administration and Permitting • Port Sutton Manatee Observation • Jupiter Maintenance Dredging Manatee Observation • Tampa MATOC Dredging Manatee Observation PROJECT CONTROLS MANAGER&CHIEF ESTIMATOR Orion Dredging Services,LLC,Jacksonville,FL.(2008-2009) • Create and Present all PSR & PCSR Reports for Division, Primavera Progress Schedules, Cost and Revenue Forecasts, and Direct Cost and Schedule Support to Project Managers. • Perform all Bid Estimates for Federal,State,Local,Private and International Projects. • Forecast Every Project on a Monthly Basis and Present Findings in Monthly PCSR Meetings. • Managed Multiple Public Works Contracts Concurrent with PCM & Estimating Duties. Marine Construction Projects Managed: • Pier Construction and Cruise Ship Berth Dredging-Waterside Improvements, Labadee,Haiti. • USACE Blount Island Emergency Dredging for Navy Ship Traffic and Mooring - Jacksonville,Fl .� ah.n..ii.N.sm;:�aaN"iJl•s.Int, - Chris Giordano, Page 2 • TPA FY 08 Maintenance Dredging for Commercial Ship Traffic and Mooring-Tampa, FL • Port Everglades Maintenance Dredging for Commercial Ship Traffic and Mooring-Fort Lauderdale,FL Contract Manager;Subaqueous Services,Inc.,Orlando,FL. (2004-2008) • Managed Office Staff of 10 Employees. • Maintained all Correspondence with Owners/Engineers. • Managed$44 million In Annual Contract Backlog. • Created and Attended all Presentations for Governments,Citizens, Conferences and Private Firms. • Created Project Tracking Databases. Marine Construction Projects Managed: • Volusia County Emergency Beach Nourishment-Dune Restoration. • Miami Dade County BEAR 1 (Beach Erosion and Re-nourishment) • Tampa Port Authority Hookers Point Expansion. • Jaxport Dames Point Expansion-Project One. • SFWMD Lake Trafford Restoration- Phase II. • FIND MSA 434/434C DMMA Construction. • Island Pointe Marina Dredging. • Bayou Grande Villas Maintenance Dredging. • Port Everglades Maintenance Dredging. • Panama City Marina and Homeowner Canal Dredging. • Peace River Hurricane Debris Cleanup. • FP&L Hurricane Debris Cleanup. • Hendry County Oxbow Dredging. • SFWMD S-65A Rock Rip Rap Bank Restoration. Engineering Inspector Intern,GLC Construction,Hallandale,FL. (1999-2001) • Air Tested Concrete. • Slump Tested Concrete. • Inspected Pollution Retard Baffles. • • Inspected Mud Work on Drainage Structures. Manuel J. Docurro, PE, LEED Green Associate CGA • Electrical Engineer •EDUCATION SUMMARY OF QUALIFICATIONS Masterof Science in Mr. Docurro has been providing electrical engineering services for more than 15 years. Aerospace'Engineenng He is a senior project manager and electrical engineer at CGA,and his experience includes Sciences. the quality control and design phase of electrical systems for commercial, industrial, University ofGolorado governmental,and recreational facilities. Master of Science in Computer Engineering' PROJECT EXPERIENCE Florida International City of Miami Beach-Mid-Beach Recreational Corridor,Project Electrical Engineer. University _ Provided the electrical design for the new LED bollard lighting system for the proposed Bachelor of Sciencein • walkway. Electrical Engineering City of Delray Beach - NE 2nd Avenue Improvements, Project Electrical Engineer. 'Florida,lntemational Provided electrical design for the new roadway LED lighting system. University City of Jupiter-AIA Bike Lanes,Project Electrical Engineer. Provided electrical design PROFESSIONAL . . for the new roadway LED lighting system. 'REGISTRATION Professional Engineer, City of Weston - Emerald Estates Park Improvements, Project Electrical Engineer. State of Florida,No.58594 Provided electrical design for the new LED walkway lighting system. LEED Green Associate Miami-Dade North Trail Park - Parking Expansion, Athletic Courts and Lighting, .since 2012 Project Manager. Provided electrical design for the recreational sports lighting for the . new skate plaza and basketball courts and conventional (HID) lighting for the expanded COMPUTER SKILLS parking lot. Microsoft Windows Microsoft Office Miami-Dade Gwen Cherry Park-Baseball Fields Lighting,Project Manager. Provided AutoCAD electrical design for the new recreational sports lighting system for the existing baseball Microstation fields. MATLAB Miami-Dade Gwen Cherry Park-Lighted Tennis Courts,Project Manager. Provided PROGRAMMING electrical design for the new recreational sports lighting system for the new tennis courts. LANGUAGES ANSI C Miami-Dade Tamiami Park-Baseball Field#3 Lighting, Project Manager. Provided c++ electrical design for the new recreational sports lighting system for the existing baseball field#3. Miami-Dade Country Village Park-Skate Court Lighting,Project Manager. Provided electrical design for the new recreational sports lighting system for the existing skate court. Miami-Dade Crandon Tennis Center - Multiple Courts Lighting, Project Manager. Provided electrical design for the new recreational sports lighting system for multiple tennis courts. Miami-Dade Wild Lime Park-LED Parking Lot Lighting,Project Manager. Provided -- - electrical design for the new LED parking lot lighting system for the expanded parking lot. Miami-Dade McMillan Park - Parking Lot Lighting, Project Manager. Provided electrical design for the HID lighting system for the expanded parking lot. Miami-Dade Coral Villas Park-Solar Walkway Lighting, Project Manager. Provided electrical design for new solar-powered walkway bollard lighting system. Ii=` .. ' J_ - 119 ., . • • - . - _ . . • . • • ..„ -. • „_ 4. sr • - _ - • - - - -• .1.. • • •-4 411P4 ,...ar• • -• . . • • • • -7 -••• - - •••••• •• • •••*. • _- • • ,. „7";-; •'s ."• • : •"!(•,11..":- . • -4- ,--• •.‘ • • • 4..)a7,30; . . • .-•• - .••. _ - • ••• , " • "-se • "4" .•. ; ;"•.. ::•••• •. •_vni.v - :•-•"-- •• • r• • • '. --.;- ..-• .:[,\ • - I.,••- t•704..Ar•4.4 •.'4•-Alk.; •414- ••••I • , . " • .tt• _ • ,•••• •4" - 4 „„" „ .0* - . •..?! - . • . , ' .• . . „ . ir ••- • : • • West 8 Artist Impression , NSOSP Vision Proposal -i a ti I—off"vim^" _ hi. � - ... ,r 1�y �1.� • aC.. 4,77 r.. .. �- 'CG - - 'sTA . .... , ..,,,, .....,_2_,... .. _ Novi) ... . .. .. . _ _ _ � i i SS iA...�Y __ iii -`- � ..„.4 a r 4- • 'a, s STANDARD FORM 330 ARCHITECT-ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE NORTH SHORE OPEN SPACE PARK PROJECT, MIAMI BEACH,FLORIDA 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER JULY 10,2015 RFQ 2015-211-KB B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE TAMMY COOK,RLA LEED-AP/DIRECTOR OF LANDSCAPE ARCHITECTURE 5. NAME OF FIRM CALVIN,GIORDANO&ASSOCIATES,INC. 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS (954)921-7781 (954)921-8807 TCOOK@CGASOLUTIONS.COM C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) Check) z 0 z . F 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT rs --z z 0^ < O n. U m H a. X Calvin,Giordano& 1800 Eller Drive,Suite 600 Landscape Architecture,Civil Associates,Inc. Fort Lauderdale,Florida 33316 Engineering,Electrical Ill IF BRANCH OFFICE Engineering,Environmental Permitting,Surveying, Construction Administration b. X West 8 333 Hudson Street,Suite 905 Landscape Architecture and New York City,NY 10013 Archtiecture(Design Branding El CHECK IF BRANCH OFFICE and Identity) c. X Nutting Engineers of 2051 NW 112th Avenue,Suite 126 Soils&Geologic Studies Florida,Inc. Miami,Florida 33172 Testing and Inspection Services ❑CHECK IF BRANCH OFFICE Environmental Impact Studies d. X Synalovski Romanik Saye, 1800 Eller Drive,Suite 500 Architecture LLC Fort Lauderdale,Florida 33316 ❑CHECK IF BRANCH OFFICE e. X Saad El-Hage Consulting 5601 Powerline Road#401 Structural Engineering Engineers,Inc. Fort Lauderdale,FL 33309 ❑ CHECK IF BRANCH OFFICE f. ❑CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART CI MIAMI BEACH CGA Shelly Eichner,ACIP PRIME CONSULTANT Principal-in-charge PROJECT MANAGEMENT Tammy Cook-Weedon,ASLA,RLA,LEED AP Project Manager Gianno Feoli Assistant Project Manager CGA Michael Conner,ASLA,RLA LANDSCAPE ARCHITECT David Grasso-O'Brien,LEED AP ABORICULTURE Marcos Mendoza IRRIGATION David Frodsham,PE COASTAL&CIVIL Patrick Figurella,PE ENGINEERING Sandra Lee,ACIP,LEED AP,BD+C ENVIRONMENTAL NATURAL RESOURCES Chris Giordano,MSC Bob McSweeney,PE CONSTRUCTION Brian Williams,PE MANAGEMENT/ ADMINISTRATION Steve Watts,PSM SURVEY&MAPPING Manuel Docurro,PE ELECTRICAL ENGINEERING WEST 8 SUBCONSULTANT Adriaan Geuze,Prof.,Ir.,RLA,OALA LEAD DESIGN Design Director Jamie Maslyn Larson,ASLA,RLA Principal-in-charge,Lead public outreach Daniel Vasini Project Director Steven T.Lee Project Manager Isaac Stein Project Designer NUTTING ENGINEERS Richard Wohlfarth,PE SUBCONSULTANT Paul Catledge,PE GEOTECHNICAL Soon ENGINEERING &stand SAAD EL HAGE CONSULTING SUBCONSULTANT 1- ENGINEERING STRUCTURAL Saad Et-Hage,PE ENGINEERING SYNALOVSKI ROMANIK SAYE SUBCONSULTANT Manuel Synalovski,AIA LEED AP ARCHITECTURE Merrill Romanik,ALA LEED AP .±,.n.a to ....1 123 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 SHELLEY EICHNER,AICP PRINCIPAL-IN-CHARGE a TOTAL b WITH CURRENT FIRM 30 18 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO&ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION M.P.A.,FAU,BOCA RATON,FL (STATE AND DISCIPLINE) B.A.,PSYCHOLOGY AND MANAGEMENT,MCGILL UNIVERSITY, AICP CEP NO.116948 MONTREAL,CA 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms. Eichner is a Senior Vice President and a Partner of Calvin, Giordano &Associates and oversees all private sector and public sector planning activities. She has over 30 years of diversified planning and platting experience in securing land development approvals,land use plan amendments and local government planning. Ms. Eichner previously served as Senior Planner for Broward County's Department of Planning and Environmental Protection.She managed and supervised plat applications,created a permit monitoring system,and monitored compliance with all aspects of development approvals. Duties included coordinating the development review agencies in the preparation and adoption of the ordinances amending the Weston Development of Regional Impact. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Growth Mgmt Director&Provision of General Planning PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Services City of West Park,City of Weston,Town of Surfside, Ongoing Town of Loxahatchee Groves a. (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE®Check if project performed with current firm Responsible for all planning activities including plat and site plan review as well as the creation and modification of land development regulations; establishment of zoning, landscaping, sign codes; and, preparation of a master park plan. Oversees communication and coordination between City management, elected officials, major developers, and residents. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Site Plan Review PROFESSIONAL SERVICES CONSTRUCTION(ifapplicable) City of Miramar,City of North Lauderdale,Florida Ongoing b. (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE Check if project performed with current firm Supervised preparation and presentation of site plan reviews and reports for the City of Miramar under ongoing cost recovery process. Plans from the City are distributed to various plan review disciplines and the final reports are presented in a cohesive and consistent manner. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Transit Oriented Development PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sheridan Stationside Village,Hollywood,Florida Ongoing c. (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE Check if project performed with current firm Coordinated all planning and engineering services for the site plan application and land use plan amendment for the Sheridan Stationside Village, a mixed-use development integrating an existing Tri-rail station and other transit services. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Comprehensive Plan and Land Development Code PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Various Local Governments Ongoing d (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE®Check if project performed with current firm Supervised preparation of Comprehensive Plan Evaluation and Appraisal Reports, EAR-based Amendments, Water Supply Plan Goals,and Capital Improvements Element Updates for various local governments. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Zoning Code PROFESSIONAL SERVICES CONSTRUCTION Of applicable) City Weston,City of West Park,Florida Ongoing e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm Responsible for preparation,presentation and adoption of the City's first Zoning Code.This involved the coordination of workshops and consensus building between the elected officials,residents and developers in the City. 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 TAMMY COOK,ASLA,RLA, LANDSCAPE ARCHTECT a TOTAL b WITH CURRENT FIRM LEED AP 26 17 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO&ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION B.S.LANDSCAPE ARCHITECTURE,TEXAS A&M UNIVERSITY (STATE AND DISCIPLINE) COLLEGE STATION,1987 REGISTERED PROFESSIONAL LANDSCAPE ARCHITECT,FLORIDA NO.0001328 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms. Cook leads the Landscape Architectural staff, has over 26 years of landscape architectural experience with demonstrated strengths in creative design, graphic presentations, and planting design. She has successfully completed numerous large-scale projects, which encompassed design studies, planting designs, and the various inter-related professions and tasks necessary to manage the projects through to completion. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Fire Station Plaza PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Delray,FL Ongoing a. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm Landscape Architect: Led a team of site designers and engineers in the development of a public plaza on a primary threshold into the downtown CRA area. The plaza consisted of specialty paver selections, intricate paving design pattern detailing,planting design,historical plaque inserts,lighting and drainage design. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Community Enhancements PROFESSIONAL SERVICES CONSTRUCTION(Iffapplcable) Bay Harbor Islands,FL 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm b. Landscape Architect:Led a team of civil,utility,traffic and electrical engineers and construction administrators for the creation and implementation of a Town-wide community enhancements project that consisted of specialty paving strategies throughout the community for beautification and traffic calming, irrigation, planting design, water main replacement,storm water management,and street lighting.CGA was successful in conducting all the necessary public outreach and coordinating with each property owner to ensure that existing paver driveways and specialty finishes unique to each property were matched with careful detailing and design. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Neighborhood Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach,FL Ongoing c. (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE Check if project performed with current firm Landscape Architect:Led the team's landscape architecture and engineering efforts in the implementation of the City's BODR,which included character neighborhood landscaping,signage and branding,streetscapes,parking,lighting,and ADA access. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hickory Point Recreational Facilities PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Tavares,FL 1992 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm Landscape Architect: Responsible for the landscape planting design of a waterfront park that included marinas,boat ramps,wetland educational boardwalks,environmental signage,fishing stations and a communal pavilion. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Kane Concourse Beautification PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Bay Harbor Islands,FL 2010 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE®Check if project performed with current firm Landscape Architect: Responsible for the oversight of hardscape and planting of streetscape improvements for the Town's business district,including,street furnishings,wayfinding,and irrigation. _ _ _ 125 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 GIANNO FEOLI URBAN PLANNING a TOTAL b WITH CURRENT FIRM 14 11.5 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO&ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION Master of Landscape Architecture,Florida International (STATE AND DISCIPLINE) University,School of Architecture,Miami,Florida B.A.,Architectural Studies,Florida International University, School of Architecture,Miami,Florida 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Feoli leads the Landscape Department in creative design strategies for urban environments with specialties including urban design,plaza and streetscape design,hardscape design, contextual analysis and branding.He also conducts most of CGA's master planning,transit-oriented designs,community participation efforts and graphic communication services.His experience has encompassed a wide array of project-types,and his strengths lie in creating spaces that foster lively use.He will contribute his experience with designing creative solutions and in the construction detailing of parks, plazas and streetscapes to meet spatial,budget and site restrictions. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Oakland Park Station PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Oakland Park,FL 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager,Lead Designer:Responsible for all conceptual design,site,design and construction design detailing a. of a public plaza at the terminus of the City's culinary district. The design effectively created flexible public environment that could be used as event spaces and could accommodate the needs of City in continuing its adopted branding through the use of elements, furnishings, paver palettes and lighting. The project's challenging shallow dimensions required innovative solutions to address ADA access to adjacent buildings finished floors while maximizing opportunities for the use of space,addressed through the creation of stage settings that served as landings while-providing the project with much needed opportunities to create users'public real engagement and interactions. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 98th Street Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Bay Harbor Islands,FL (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm b. Project Manager,Lead Designer:Responsible for all public outreach,site design,construction detailing,material and planting design of a neighborhood passive park. The park includes a small dog park area, flexible open space, children's play areas, an interactive water feature and a restroom facility. Mr Feoli was responsible for all design components of the park project, including guiding and coordinating the design of the restroom facility and all necessary public outreach through both the Parks and Recreation Committee and the Town Council. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lloyds Estate Drainage Park Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oakland Park,FL 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE g Check if project performed with current firm c. Lead Designer, Responsible for the programming and design of the project site, conducting the necessary public outreach to gather Commission approval and coordinating important aesthetic and sustainable improvements with engineering needs of the project. Mr Feoli was responsible for the conceptual design of all material selections and palette,retaining walls,fences,lighting,branding elements,and planting. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Middle Beach Recreational Corridor PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach,FL Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm d. Project Manager, Lead Urban Designer, Workshop Facilitator - Responsible for coordinating all engineering and environmental efforts associated this 2-mile long linear multi-use trail project on State-owned lands, as well as responsible for all planting and hardscape design and public outreach.Mr.Feoli conducted one-on-one meetings with over 39 condominium properties to gather support for the project,respond to residents concerns,and address design restrictions set forth in the Florida Administrative Code and balance those against resident's expectations. Mr. Feoli was also responsible for shepherding the project through all State and local agency permitting processes. /b 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 DAVID FRODSHAM,PE CIVIL/ROADWAY a TOTAL b WITH CURRENT FIRM ENGINEERING 7 3 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO&ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION B.S.,CIVIL ENGINEERING,PENN STATE UNIVERSITY (STATE AND DISCIPLINE) M.S.,ENGINEERING MANAGEMENT,UNIVERSITY OF PE FLORIDA NO.75507 LOUISVILLE 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Frodsham is a licensed Professional Engineer at CGA with more than seven years of experience in coastal engineering, construction management,permitting,and civil site design.He is proficient in the use of AutoCAD and is fluent in Spanish. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Middle Beach Recreational Corridor Phase II PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Beach,Florida 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE 2 Check if project performed with current firm Responsible for developing civil design plans and technical specifications for a 1.8 mile-long recreational corridor a' along north Miami Beach between the 43rd St. and 63rd St. parking lots. The project's purpose is to create a multi- purpose,public access corridor within a public easement,connecting area business districts,cultural/tourism centers, residential neighborhoods, condominium apartment buildings, parking facilities, parks and the beaches. Plan preparation took into consideration coastal construction permitting criteria,ADA compliance, existing access points, riparian rights,access to emergency vehicles and aesthetic elements. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Emergency Seawall Replacement PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunny Isles Beach,Florida 2014 Under Construction b. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE®Check if project performed with current firm Performed design,permitting,and construction engineering services to replace a collapsed seawall in Intracoastal Park in Sunny Isles Beach. The project was later augmented to allow for the replacement of 669 linear feet of seawalls. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Seawall Replacement PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Surfside,Florida 2013 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE®Check if project performed with current firm Designed replacement of 10 municipally owned seawalls in Surfside,FL. Prepared bid documents,specifications,and acquired all necessary federal,state and local permits as Engineer of Record for project. Solicited and was awarded a $0.5M grant through FIND to replace seawalls. Construction is anticipated to commence in early 2015. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jetty Inlet Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Fort Pierce,Florida 2013 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm d. Construction Engineering and Inspection of landscaping,hardscaping,irrigation,electrical and lighting improvements for Jetty Park in Fort Pierce. Reviewed bid documents and plans for constructability. Provided quality assurance inspection for concrete,asphalt,irrigation and plantings. Responsible for project coordination,review of submittals& shop drawings and responses to RFIs. Monitored traffic control and NPDES plans and operations in order to ensure contractor adheres to FDOT standards and specifications. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Riviera Beach CRA Marine District South Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Riviera Beach,Florida 2013 Under Construction e (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm Responsible for development of drainage calculations and assisted with overall drainage design for a 40-acre waterfront redevelopment project in Riviera Beach, FL. Designed outfall pipes for structural stability and minimal impact to adjacent structures. Secured drainage and environmental permits through USACE and SFWMD. 127 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section Efor each key person.) 12 NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE SANDRA LEE,AICP CEP ENVIRONMENTAL a TOTAL b WITH CURRENT FIRM LEED AP BD+C 23 13.5 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO&ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION M.A.BIOLOGY/ECOLOGY,MAGNA CUM LAUDE,ST.CLOUD (STATE AND DISCIPLINE) STATE UNIVERSITY,MINNESOTA AICP CEP NO.018627 B.A.BIOLOGY/BOTANY,MAGNA CUM LAUDE,ST.CLOUD STATE LEED A.P.BD+C NO.10215598 UNIVERSITY,MINNESOTA 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms.Lee has over 20 years of professional experience and heads up CGA's Environmental Planning Department coordinating regulatory permitting, environmental planning, site assessment, resource management and environmental technical support services. In general,Ms. Lee: provides permitting services for environmental resources permits at the local,state and federal level,coordinates interagency and multi-disciplinary team efforts,provides the most feasible development and mitigation options, and the probable costs for mitigation options, provides tree mitigation plans and tree removal permitting services,conducts wetland delineations and wetland functional assessments,prepares Coastal and Conservation Elements for Comprehensive plans,coordinates on Comprehensive Plan Evaluation and Appraisal Reports(EAR)and EAR based amendments, designs wetland mitigation areas, provides bidding and construction oversight services for the construction and installation of mitigation areas, provides technical support, environmental resource management and environmental planning services to municipalities,manages the compliance monitoring on over 2,000 acres of constructed wetlands and administers the maintenance contract on over 2,000 acres of created and enhanced wetlands,manages field staff conducting wildlife and habitat assessments,imperiled species surveys and compliance monitoring reporting. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Dania Cove Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Dania Beach,Florida 2011 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cosy etc)AND SPECIFIC ROLE Check if project performed with current firm CGA developed a waterfront park design on an archeologically significant site in the City of Dania Beach; the site, containing a scenic mangrove cove,is located along the Dania Cut-off canal.The park design included a fishing dock and platform, picnic pavilions and an exercise path. Native plantings were used to eliminate the park's need for a' permanent irrigation,and plants were selected for their educational opportunities including highlighting the butterfly attracting varieties. The scope included designing a stabilization system for a badly eroded and unstable shoreline embankment along with vegetating the shoreline; designing informational kiosks featuring the historic Native American midden and the site's natural resources; and obtaining all required permits for the installation of the site features. The scope also included coordinating with the County and State on gaining approval for the site design, tracking all expenditures and processing and obtaining all grant funds for the City, from the State and County and closing out the grants and permits. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Dania Beach Basin 5 PROFESSIONAL SERVICES CONSTRUCTION((applicable) Dania Beach,Florida 2007 Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cosy etc)AND SPECIFIC ROLE 2 Check if project performed with current firm CGA has designed this unique stormwater improvement system to benefit both the developed and adjacent natural habitats. b CGA has conducted all the site and wetland functional assessments for permitting and has processed permits through the ACOE,the South Florida Water Management District and Broward County. Permitting required extensive negotiation with various Divisions of Broward County including the development of an Agreement with the County and City for use of the County land,and approval by the County Commission.The construction of the Bio-swale did require unavoidable impacts to wetlands; however, the design plan within the swale included removal of all exotic vegetation, excavation of marginal wetland habitat with revegetation,and increased hydrology to low quality wetlands thereby creating enhancements with a greater functional gain than the functional loss through the impacts.Construction costs$5.4 million. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Blessed John XXIII PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miramar,FL 2009 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cosy etc.)AND SPECIFIC ROLE El Check if project performed with current firm c. CGA was responsible for Environmental Permitting, which included the site assessments, wetland assessments and obtaining a COE, a Broward County and two South Florida Water Management District permits for the development site and the newly constructed off-site mitigation area. CGA designed the newly constructed off-site mitigation area, conducted the construction oversight and long term compliance monitoring and maintenance oversight for the new off-site mitigation area.Project costs are at$4.8 million. 79 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 MICHAEL CONNER,ASLA, LANDSCAPE ARCHITECTURE a TOTAL b WITH CURRENT FIRM RLA 25 10 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO &ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION Bachelor Landscape Architecture (STATE AND DISCIPLINE) Ball State University,Indiana Registered Landscape Architect B.S.,Environmental Design,Ball State University,Indiana FL No.LA0001181 ISA Certified Arborist,FL,No.FL0777 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Conner has more than 25 years of combined experience in municipal, commercial, and private sector work. As a Registered Landscape Architect and a Certified Arborist, he is also knowledgeable in all aspects of urban and community forestry planning and tree inventory and appraisal- particularly in built-out environments in the South Florida area. His expertise lies in site planning,hardscape and landscape design. He also has successful experience in public space creation and planning, environmental mitigation,contract administration,site inspections,and grant writing. He will contribute his expertise in native planting,arborist services,and landscape construction administration for landscape projects. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Library Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Weston,FL 2009 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager, Lead Designer- Responsible for the design detailing and construction administration of a five-acre a. passive-use park with a signature fountain component, outdoor classroom facilities and a historical narrative trail adjacent to a public library,a middle school and a high school.Mr Connor provided site design beyond the conceptual level,planting selection and irrigation design,implementing the City's adopted wayfinding and branding components, visibility and security design,and coordination with an architectural sub-consultant for the development of restroom facilities. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Peace Mound Park PROFESSIONAL SERVICES CONSTRUCTION(ffapplicable) Weston,FL 2014 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE E Check if project performed with current firm b. Project Manager,Lead Designer-Responsible for the design detailing and construction administration of a waterfront passive park with the purpose of ensuring celebrating the existence of an archaeological Tequesta Indian burial mound. Mr. Connor was responsible for conducting an audit of over 200 existing trees,determining their health and relocation parameters and coordinating the mitigation of any vegetation that needed to be removed. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bonaventure Boulevard and Blatt Road Roundabout PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Weston,FL c. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE n Check if project performed with current firm Construction Landscape Architect Provided landscape design and coordinated with traffic, electrical and civil engineering for a new roundabout The project included the integration of landscape planting signage, branding, wayfinding,lighting,bicycle trails and pedestrian pathways. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NW 27th Avenue Streetscape PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami-Dade County,FL (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm d• Project Manager, Lead Designer. Developed a planting and irrigation design for the FDOT roadway through two cities and several districts. Mr. Connor was responsible for all permitting and coordination of several consumptive-use permits for varying zones through various segmented agencies and three municipalities, the implementation of City wayfinding and detailing specialty planting design to provide each city with their own character. 129 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section Efor each key person.) 12 NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE MARCOS MENDOZA LANDSCAPE ARCHITECTURE a TOTAL b WITH CURRENT FIRM IRRIGATION/SITE DESIGN 20+ 14 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO &ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION MIAMI DADE COMMUNITY COLLEGE,MIAMI,FLORIDA A.A.IN (STATE AND DISCIPLINE) ARCHITECTURE 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) Mr. Mendoza directs the landscape architectural staff in all code compliance and site design issues, ensuring that Quality Control and construction documents are consistent and thorough,while meeting location-specific permit criteria. He will contribute his expertise in leading and directing the production and development of construction permit plans and in site detailing for constructability. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Gator Run Park PROFESSIONAL SERVICES "-- CONSTRUCTION Of applicable) Weston,FL (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE n Check if project performed with current firm a. Construction Plans and Detailing: Passive park design for a five-acre community park, including lighting improvements, continuous walking paths, children's play equipment, planting and irrigation design. The design provided a butterfly garden and shade structures near the adjacent elementary school to build strong connections with the school. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sombrero Beach Park PROFESSIONAL SERVICES CONSTRUCTION((((applicable) Marathon,FL 2003 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm b. Construction Plans and Detailing: Responsible for all construction documentation and technical specifications for hardscape, furnishing installation, shelters and structures, coordination with architectural sub-consultants, and planting for a waterfront park with beach access,volleyball courts,ample seating and picnic areas and outdoor flexible use areas. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Vista Park Phase I PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Weston,FL c. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE®Check if project performed with current firm Construction Plans and Detailing: Responsible for site design and landscape design and construction specifications for an active park that included four league-standard softball fields,four soccer fields,concession stands,restrooms,canal- side nature trail,a tot lot,parking and lighting design. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Fire Station Plaza PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Delray,FL d (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm Construction Plans and Detailing: Responsible for all construction documents of specialty paver selections,intricate paving design pattern detailing,planting design,historical plaque inserts,lighting and drainage design. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Middle Beach Recreational Corridor PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach,FL e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 2 Check if project performed with current firm Construction Plans and Detailing:Responsible for all irrigation design for a 2-mile long multi-use trail linear park to be constructed on State lands. The irrigation design has to be consistent with the City's standards for product selection and specification and maintenance and water conservation strategies. 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 DAVID GRASSO-O'BRIEN, LANDSCAPE INSPECTOR a TOTAL b WITH CURRENT FIRM LEED AP 10 10 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO&ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION B.S.,Environmental Horticulture,University of Florida (STATE AND DISCIPLINE) B.S.,Agronomy,University of Connecticut Florida Nursery Growers and Landscape Association HP Cert#H67-5646 International Society of Arboriculture ISA Municipal Specialist Certificate #FL-1336AM FL Landscape Inspector,Cert#2003-0236 FACE Code Enforcement Level III Cert. LEED Accredited Professional BD+C 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc) Mr. Grasso-O'Brien is a certified Florida Landscape Inspector with more than ten years of experience and a LEED AP. He performs landscape inspections and code enforcement services for various municipalities and brings a wealth of experience in horticultural practices. He will contribute his experience in ensuring that vegetation meets grades and standards and is adequately to survive in demanding harsh environments. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Landscape Inspector,Calvin,Giordano&Associates,Fort PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderdale,Florida(April'05-Present) (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE n Check if project performed with current firm • Conduct landscape inspections for Hallandale Beach Boulevard FDOT Landscape Improvements Project (September 2006). • Conduct landscape inspections for Opa Locka Executive Airport,Miami-Dade County Aviation Department Landscape Improvement Project(January to March 2007). • Conduct landscape inspections for Miami International Airport Landscape Improvement Project(January to March 2007). • Conduct landscape inspections and enforce municipal landscape codes for City of Miramar(April to August 2005). • Conduct landscape inspections and enforce municipal landscape codes for City of North Lauderdale,West Park and Weston. • Arrange and execute annual landscape inspections of commercial properties for City of Weston.Prepare reports a. and schedule follow up inspection for code compliance. • Meet with landscape contractors,managers and owners to discuss and educate best management practices within the City of Weston. • Meet with irrigation contractors to have them demonstrate irrigation compliance and required irrigation coverage and overlap for City of Weston. • Attend special magistrate hearings for City of Weston and City of West Park relating to tree preservation and landscape code compliance. • Monitor for invasive exotic and nuisance species of plants for City of Weston • Assist Code Compliance Department enforcing health and safety codes for City of North Lauderdale(November 2005 to January 2006). • Process tree removal and relocation permits and responsible for inspection approvals for City of West Park and Weston. • Record GPS coordinates and identify landscape plant material in GIS format for City of Weston and the City of Lauderdale Lakes tree inventory. !'� ,ano.,;..mn. ate, 131 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section Efor each key person.) 12 NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE MANUEL J.DOCURRO,PE, ELECTRICAL ENGINEER a TOTAL b WITH CURRENT FIRM LEED GREEN ASSOCIATE 15 1 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO &ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION MASTER OF SCIENCE IN AEROSPACE ENGINEERING SCIENCES (STATE AND DISCIPLINE) UNIVERSITY OF COLORADO PE,State of Florida,No.58594 MASTER OF SCIENCE IN COMPUTER ENGINEERING FLORIDA INTERNATIONAL UNIVERSITY BACHELOR OF SCIENCE IN ELECTRICAL ENGINEERING FLORIDA INTERNATIONAL UNIVERSITY 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr.Docurro has been providing electrical engineering services for more than 15 years. He is a senior project manager and electrical engineer at CGA, and his experience includes the quality control and design phase of electrical systems for commercial,industrial,governmental,and recreational facilities. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Villages at Harbor Isles PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Dania Beach,Florida a. (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE 2 Check if project performed with current firm City of Miami Beach-Mid-Beach Recreational Corridor,Project Electrical Engineer. Provided the electrical design for the new LED bollard lighting system for the proposed walkway. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 2nd Avenue Improvements PROFESSIONAL SERVICES CONSTRUCTION((f applicable) Delray Beach,Florida b. (3)BRIEF DESCRIPTION(Brief scope,size,cosy etc.)AND SPECIFIC ROLE®Check if project performed with current firm Project Electrical Engineer. Provided electrical design for the new roadway LED lighting system. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED AIA Bike Lanes PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Jupiter,Florida c. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Electrical Engineer. Provided electrical design for the new roadway LED lighting system. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Parking Expansion,Athletic Courts and Lighting PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade North Trail Park d. (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE El Check if project performed with current firm Project Manager. Provided electrical design for the recreational sports lighting for the new skate plaza and basketball courts and conventional(HID)lighting for the expanded parking lot. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Gwen Cherry Park-Baseball Fields Lighting PROFESSIONAL SERVICES CONSTRUCTION(If applicable) e. (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE❑Check if project performed with current firm Project Manager. Provided electrical design for the new recreational sports lighting system for the existing baseball fields. 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 STEVE WATTS,PSM SURVEY AND MAPPING a TOTAL b WITH CURRENT FIRM 26 < 1 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO &ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 117 CURRENT PROFESSIONAL REGISTRATION BSLS,PURDUE UNIVERSITY,1984,LAMBDA SIGMA: (STATE AND DISCIPLINE) LAND SURVEYING HONORARY FLORIDA PSM NO.4588 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Watts has 26 years of experience as a surveyor and mapper. Having spent his entire surveying career working in Broward County,he is extremely knowledgeable of the rules,requirements and specifications for completing surveying and mapping projects in the South Florida area. He specializes in architectural and engineering design type surveys, land acquisition,easements,title research,and computer mapping. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED General Surveying&Mapping Services PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Pompano Beach,Florida 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE❑Check if project performed with current firm a. Boundary & Topographic Surveys: Community Park, Canal Point Park; Legal Descriptions: Avondale Fishing Piers; Topographic Surveys: Pompano Beach Air Park; Taxiway"N" - Pavement Widening, Runway 15- Runway Protection Zone,Magnetic Heading,Runways 6-24,15-33 and 10-28. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED General Surveying&Mapping Services PROFESSIONAL SERVICES CONSTRUCTION((((applicable) North Lauderdale,Florida 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE❑Check if project performed with current firm b. Boundary and Topographic Surveys, As-Built Surveys, Legal Descriptions, City Limit Determinations and General Surveying Services for the City of North Lauderdale. Additional responsibilities include project surveyor for the topographic survey of the municipal complex,GIS,water control district and utility mapping,Hampton Pines Park and Silver Lakes Middle School ball field renovation. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED General Surveying&Mapping Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Coral Springs,Florida 2013 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE Check if project performed with current firm Boundary and Topographic Surveys,As-Built Surveys,Legal Descriptions,Design Surveys,Construction Stakeout,and General Surveying Services for the City of Coral Springs. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED General Surveying&Mapping Services PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Coconut Creek,Florida 2012 d (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE g Check if project performed with current firm Boundary,Topographic and Design Survey for Facilities Maintenance Area and Copans Road for the City of Coconut Creek. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED GIS System PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Broward County Property Appraiser Office 2006 e (3)BRIEF DESCRIPTION(Brief scope,size,cost;etc)AND SPECIFIC ROLE 2 Check if project performed with current firm Obtained Water Use and Environmental Resource Permits for a former orange grove in St. Lucie County, Florida. Performed periodic inspections of above ground impoundment for compliance with SFWMD permit 133 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section Efor each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE ROBERT MCSWEENEY,PE CIVIL ENGINEERING a.TOTAL B.WITH CURRENT FIRM 26 3.5 15.FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO&ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION BS CIVIL ENGINEERING,FLORIDA INSTITUTE OF TECHNOLOGY, (STATE AND DISCIPLINE) 1986 FLORIDA PE NO.47506 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Robert McSweeney, P.E., has more than 20 years of local experience in South Florida including permitting, design, project management, and construction administration. His main focus over the past 12 years has been in construction administration for municipal/governmental and private sector clients.This work has involved large scale FDOT roadway projects, utility and neighborhood improvement projects, and roadway reconstruction/traffic calming for multiple municipalities. Mr.McSweeney has the experience to serve the City of Hollywood,having served as a contract administrator for multiple continuing services contracts providing engineering service to municipal clients including the City of Fort.Lauderdale,the City of Pompano Beach, and the City of Deerfield Beach. Sample projects included Harbor Beach Neighborhood Improvements and Dolphin Isles Neighborhood Improvements (City of Ft.Lauderdale),24"reuse water main project(one mile)through a neighborhood in the City of Pompano Beach,a bridge replacement in the City of Pompano Beach,and utility and roadway improvements for a portion of SR A-1-A through a business district in Deerfield Beach. He understands the necessary efforts of construction activities in neighborhood improvement projects as well as dealing with the public,and acting as a liaison to the City,the process of overseeing the performance of contractors as well as the efforts required to act as an extension to City staff performing engineering services and construction administration services tasks. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Town of Surfside Miscellaneous Engineering Services PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Contract,Project Manager/Engineer-of-Record Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE 1,3 Check if project performed with current firm Project Manager/Engineer-of-Record for an ongoing town-wide infrastructure improvements project inclusive of a. sewer main and lateral rehabilitation/replacement; sewage pump station(s) rehabilitation; storm drainage system upgrades with new storm water pump stations; and water main and services replacements. Performing continuing services by providing general engineering,and consulting services to the municipality on an as needed basis.Perform review of development plans, utility plans and service upgrades; represent Town as Town Engineer and provide representation/liaison services; provide cost estimating, perform required permitting and assist in Capital Improvements determinations. (1)TITLE AND LOCATION(City and State) (3)YEAR COMPLETED City of Pompano Beach Miscellaneous Engineering Services PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Contract, Contract Manager/Engineer-of-Record 2007-2010 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm b. Contract Manager/Engineer-of-Record for the continuing services contract which provided general engineering,and surveying and mapping services to the municipality on an as needed basis. Projects provided under this contract included reclaimed/reuse water main, and force main design and construction administration, Pompano Beach Sidewalk Construction Program, facility assessment reporting, municipal pier renovation inspections, Broward County/Pompano Beach Branch Library site engineering design,and bridge and culvert improvements. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Deerfield Beach,FL,Miscellaneous Engineering PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Services Contract,Contract Manager 2007-2010 (3)BRIEF DESCRIPTION(Brief scope,size,cosh etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm Contract Manager/Engineer-of-Record of an ongoing continuing services contract providing as needed General c. Engineering,and Surveying and Mapping services to the municipality.Projects provided under the contract included: * A-1-A"S-Curve"Beach Roadway and Beautification Redevelopment * Intersection improvement design of Goolsby and Hillsboro Boulevards * Intersection improvement design of Century and Hillsboro Boulevards * Hillsboro Boulevard CEI Services 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 BRYAN WILLIAMS,PE CONSTRUCTION SERVICES a TOTAL b WITH CURRENT FIRM 24 2 MONTHS 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO&ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION BACHELOR OF SCIENCE MECHANICAL ENGINEERING, (STATE AND DISCIPLINE) UNIVERSITY OF MIAMI PE,STATE OF FLORIDA,NO.61881 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bailey Road Improvement Project PROFESSIONAL SERVICES CONSTRUCTION Q(applicable) Broward County,Florida 12/2013 a. (3)BRIEF DESCRIPTION(Brief scope,size,cos;etc.)AND SPECIFIC ROLE❑Check if project performed with current firm Project manager for the$8 million construction of roadway widening,sidewalk,new drainage system,new irrigation and landscaping.Responsibilities include:supervision of inspection staff,managing the prime contractor,coordination with the local municipalities,utilities and County Divisions. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Reconstruction of SR 826/SR836 Interchange,FDOT D6 PROFESSIONAL SERVICES CONSTRUCTION afapplcuble) Miami-Dade County,Florida Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE❑Check if project performed with current firm Roadway project administrator for the $558 million construction of 40 bridges, MSE walls, traffic signals, highway b. lighting, ITS components, new roadways, drainage systems, canal realignment, sound barrier walls and landscaping. Responsibilities include: the supervision of inspection staff,plans review for constructability, errors and adherence to FDOT Specifications and Contract Requirements, coordination with multiple contractors, local agencies, City of Doral, Miami-Dade County,coordination with FDOT District 6 personnel,review of contractor maintenance of traffic,installation for conformance to construction plans and FDOT Design Index, coordination with local utility companies to facilitate timely relocations to avoid construction delays and contractor claims. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Widening of SR 91/Florida's Turnpike from Sunrise Blvd to PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Atlantic Boulevard,Florida's Turnpike Enterprise 11/2010 Broward County,Florida (3)BRIEF DESCRIPTION(Brief scope,size,cos;etc.)AND SPECIFIC ROLE❑Check if project performed with current firm Senior project engineer for the$97 million construction of two new major bridges over the Turnpike,widening of three c' existing bridges, Open Road Tolling (ORT) conversion and miscellaneous roadway improvements. Responsibilities included supervision of the entire CEI staff, project management, coordination with local agencies, City of Tamarac, Broward County, coordination with FDOT Turnpike personnel, coordination with local utility companies to facilitate timely relocations to avoid construction delays and contractor claims,conducting weekly progress meetings,review of the contractor construction schedule,negotiating contract changes with the prime contractor and the subcontractors,and signing and sealing as-built changes. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Districtwide Emergency Response Consultant PROFESSIONAL SERVICES CONSTRUCTION(f applicable) FDOT District 4 10/2005 (3)BRIEF DESCRIPTION(Brief scope,size,cos;etc.)AND SPECIFIC ROLE❑Check If project performed with current firm Senior project engineer assigned to the FDOT District 4 Hurricane Restoration Team at the West Palm Beach Operations d. Center. Work included coordination and tracking of debris removal and traffic signal restoration in Palm Beach County. Responsibilities included coordination with FDOT, municipalities and Palm Beach County Public Works Department, supervision of multiple engineering consultants and contractors, planning and assigning specific tasks to engineering consultants and contractors,review and process invoices for restoration work in accordance with federal reimbursement requirements, review and approve engineering consultants' invoices, conduct daily progress meeting to review contractors' progress and reassign work to contractors based on their performance and agency needs, and assemble project documentation to provide FDOT backup for FHWA and FEMA reimbursement (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Palm Avenue Improvement Project,Broward County Highway PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Construction and Engineering Division,Broward County,FL Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cos;eta)AND SPECIFIC ROLE❑Check if project performed with current firm e. Project Manager for the $8 million construction of roadway widening, sidewalk, new drainage system including a retention pond, new traffic signal, new irrigation and landscaping. Responsibilities include: Supervision of inspection staff,managing prime contractor,community outreach and public information,coordination with the local municipality86 FDOT,utilities and County Divisions. nm. ..usi..,.•:i. 135 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section Efor each key person.) 12 NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE PATRICK A.FIGURELLA,PE CIVIL/ROADWAY a TOTAL b WITH CURRENT FIRM ENGINEERING 20+ 9.5 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO &ASSOCIATES,INC.- FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION ' B.S.,MECHANICAL ENGINEERING,UNIVERSITY OF FLORIDA (STATE AND DISCIPLINE) PE FLORIDA NO.54795 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Figurella is a project engineer with more than 20 years of experience in project management of roadway design/ reconstruction, utility/drainage infrastructure, municipal review, comprehensive planning and civil site design work including geometric design and permitting. Mr. Figurella is proficient in the use of the latest versions of AutoCAD Civil 3D. Mr. Figurella was the President of the ASCE Palm Beach Branch in 2003-2004,ASCE Palm Beach Branch Young Engineer of the Year in 2004,and FES Palm Beach Chapter Young Engineer of the Year in 2004. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED AlA Bike Lanes PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Jupiter,Florida Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE®Check if project performed with current firm a. Designing and permitting the expansion of turn lanes,the addition of bike lanes,pervious concrete sidewalks,on-street parking,the replacement of a 10"Water main and the burial of overhead utilities on a 3/4 mile segment of a two lane roadway. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED College Avenue Improvements Phase I PROFESSIONAL SERVICES CONSTRUCTION(f applicable) Davie,Florida Ongoing Ongoing b. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm Designed and permitted the replacement of a1 mile three lane roadway with a 4 lane divided roadway with drainage improvements and sidewalks on both sides of the roadway in an extremely challenging utility corridor. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED College Avenue Improvements Phase II PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Davie,Florida Ongoing N/A c. (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE g Check if project performed with current firm Designing and permitting the replacement of a1 mile two lane roadway with a 4 lane divided roadway with drainage improvements and sidewalks on both sides of the roadway in an extremely challenging utility corridor. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lakeshore Drive Improvements PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Lake Park,Florida Ongoing N/A d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE®Check if project performed with current firm Designing and permitting the reconstruction of a 1 mile two lane facility,raising the roadway and sidewalks to relieve high tide flooding issues,adding bike lanes and replacing an asbestos water main and aging sewer lines. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NW 1131st Street Improvements PROFESSIONAL SERVICES CONSTRUCTION Cif applicable) - - North Miami,Florida 2012 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE®Check if project performed with current firm e. Designed the roadway and drainage improvements of a 1 mile roadway. Improvements included a roundabout,bike lanes,on-street parking and the preservation of numerous existing landscaping on North Miami's north bicycle corridor. 87 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section Efor each key person.) 12 NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE CHRIS GIORDANO CONSTRUCTION a TOTAL b WITH CURRENT FIRM ADMINISTRATION 9 5 15 FIRM NAME AND LOCATION(City and State) CALVIN,GIORDANO&ASSOCIATES,INC.-FORT LAUDERDALE,FLORIDA 16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION BSEET,ELECTRICAL ENGINEERING TECHNOLOGY, (STATE AND DISCIPLINE) CONCENTRATION ON COMPUTER SYSTEMS, FLORIDA SPECIALTY MARINE CONTRACTOR UNIVERSITY OF CENTRAL FLORIDA,ORLANDO,FL.2005 NO.SCC131151012 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,eta) Chris Giordano has nine years construction management experience.After graduating from the University of Central Florida with a Bachelor of Science in Electrical Engineering Technology, he pursued a career in the construction management industry.Chris held the positions of Project Administrator,Project Manager,Contracts Manager,and finally Project Controls Manager for the Orion Marine Group before leaving the marine industry to pursue other avenues. He was then appointed the position of Project Administrator at Calvin,Giordano&Associates and is currently the Project Manager for the Town of Surfside Community&Aquatic Center Construction. 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Project Administrator-Governmental Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Calvin,Giordano,&Associates 2009-Present (3)BRIEF DESCRIPTION(Brief scope,size,cost etc)AND SPECIFIC ROLE Check if project performed with current firm Coordinate and Assist in the Management of all Government Contracts Manage the Production of Bid Documents,Responses to RFI's,and Bidding Process a. Recommend Award of Contracts to City Commission Manage the Contractor's Submittals,Payment Applications,Claims,Change Orders,Etc. Ensure Contractors are Maintaining Current Schedule and Budget Goals Projects Managed: • Town of Surfside Community&Aquatic Center Construction • Port Sutton Manatee Observation (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Project Controls Manager&Chief Estimator PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Orion Dredging Services,LLC,Jacksonville,FL. 2008-2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc)AND SPECIFIC ROLE Q Check if project performed with current firm Create and Present all PSR&PCSR Reports for Division, Primavera Progress Schedules,Cost and Revenue Forecasts, and Direct Cost and Schedule Support to Project Managers b. Perform all Bid Estimates for Federal,State,Local,Private and International Projects Forecast Every Project on a Monthly Basis and Present Findings in Monthly PCSR Meetings Managed Multiple Public Works Contracts Concurrent with PCM&Estimating Duties Projects Managed: • Waterside Improvements,Labadee,Haiti • USACE Blount Island Emergency Dredging • TPA FY 08 Maintenance Dredging (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Contract Manager/IT Director;Subaqueous Services,Inc., PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Orlando,FL. 2005-2008 (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE❑Check if project performed with current firm Managed Office Staff of Ten Employees; Maintained all Correspondence with Owners/Engineers; Managed$44 Million In Annual Contract Backlog;Created and Attended all Presentations for Governments,Citizens,Conferences and Private Firms;Created Project Tracking Databases;Maintained LAN with 15 Workstations 10 Remote Laptops and 2 Servers c' Projects Managed: • Volusia County Emergency Dune Restoration;Tampa Port Authority Hookers Point Expansion;Jaxport Dames Point Expansion-Project One; SFWMD Lake Trafford Restoration-Phase II; FIND MSA 434/434C DMMA Construction; Island Pointe Marina Dredging; Bayou Grande Villas Maintenance Dredging; Port Everglades Maintenance Dredging; Panama City Marina and Homeowner Canal Dredging; Peace River Hurricane Debris Cleanup;FP&L Hurricane Debris Cleanup; Hendry County Oxbow Dredging;SFWMD S-65A Rock Rip Rap Bank Restoration 137 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 1 Complete one Section Ffor each project) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED PEACE MOUND PARK PROFESSIONAL SERVICES CONSTRUCTION WESTON,FLORIDA 2014 (If applicable) 23.PROJECT OWNER'S INFORMATION e. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER CITY OF WESTON DENISE BARRETT (954)385-2000 DIRECTOR OF COMMUNICATIONS 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The impetus for the project lied in - ;. t'filP addressing existing ADA accessibility "'j ,,;y c issues and bringing the park up to the , ' same high standards of other parks in ;:-i the city. Another major concern during 4a`"'I r -- the design of the project was the _ r _ i,c preservation of the existing tree canopy I and the shaded, passive feeling of the -..77t".. �: park. Due to the significant amount of \ re-grading that was necessary in order T 091 k i to make the park ADA accessible,85 of y_. - `_ , ,� the nearly 500 existing trees had to be """I 1Kf'"; _ ..: removed, and another 120 trees were :: relocated on site To offset this loss '�` `Y �' .� . . ; .- ��' however, 150 new trees have been -, 4 , p � ' f, AI' ' planted,including 18 specimen Live Oak -4 14 ,��'' -t-- — trees. All of the walkways throughout `'' '`' , 4' `j • the park are now accessible by ;=s` ' 6 ,, ' --. / wheelchair, and in many cases, this is .. C:.-..- 'l = "' made possible through the use of ,. 4 decorative stone retaining walls, which Ia,..1 allowed for the preservation of the many -%-.411 ' ' 1 -/ existing mature trees within the park '' The existing tot lot and swings have 4„-1tT 'r — ig. N. i, = -----J- -�'_ been replaced with a new play area that - - - includes play equipment for children of -- I -` — ` ,„` all ages and physical abilities.The main -7,j _ _, play structure is completely accessible by children in wheelchairs,with a ramp leading up to the main platforms.Another major feature of the park is that it contains a significant archeological site with artifacts from the Tequesta Indians.Throughout the course of the project,care was taken not to disturbed this area,and 8 new bronze plaques with information on the history of the area have been inlaid in the walkways that surround it. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE Calvin,Giordano&Associates Fort Lauderdale,FL Park Master Planning,Landscape Design,Irrigation Design, Arboricultural Services,Civil Engineering,Electrical Engineering b. C, F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 SOMBRERO BEACH PARK PROFESSIONAL SERVICES CONSTRUCTION MARATHON,FLORIDA 2003 ((f applicable) 23.PROJECT OWNER'S INFORMATION A. PROJECT OWNER B. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER CITY OF MARATHON CRAIG WRATHELL (305)289-4130 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Sombrero Beach Park, located in the City ""*"'""' ''¢`_," "'""" - of Marathon, has been for years the core "_ ,tom of the City's civic spaces. The park has 4$ -. _, , ti-+ � been used for daily recreational uses as a _ - ,t beachfront park and for seasonal events, --ti s such as the City's Fourth of July 1 r'- ~ '"�' , . yr • �: r- Celebration. Additionally, the beach park ..,t, ,, i ..e -F. ,b.A +i * "- is a designated turtle nesting habitat, '''!--4-, . "" ` Lt-9. - t �-,�. 4 „ utilized by four predominant species of .( '?� " -'. ,�,_: �s-- _''°^.c. ' turtles. CGA was approached by the City t ,.- 4 '' -• i and the Community of Marathon to --' _ e, . � : ,„ redesign the park to expand its _ 1= - ' > ,.1► programming for recreational uses, -,.. �'�`' -cc`.? ',r, # ` enhance its environmental condition as a r...-- ` s turtle nesting habitat, and provide new - ;;,'' on-site amenities that were sensitive to ' the architectural character of the Florida ---�_ Keys. More importantly, the redesign for ;, �rj 'sue ':'' the park had to preserve and strengthen i -;t ` - the role the public space had with the ....__ .� =; aspects of the community's identity. In 'r` ' S. �: response, CGA expanded the program for ,� I 1 "' ,' _ t the park to include extensive, walkable , t circuits for pedestrian use children's ,'.r . , playground and play equipment, 0./`' restroom facilities, new gateway and „,� ,. controlled access features, added picnic _ , .;, ,.0„: shelters, volleyball courts, and multiple- '_ --''_� ..'-_;rays 1P°:- - - use open public spaces that lend themselves to the personalization of the park by the visitors. The design reestablished a beach dune habitat in a manner that would be conducive to the promotion of turtle nesting and the protection of the nests from tampering or neglectful destruction. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE Calvin,Giordano&Associates Fort Lauderdale,FL Park Master Planning Architectural Design Landscape a. Design Site Furnishing Planning b. c. d. ...,wn.'"?.”!5 a--!'"`r 139 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified 3 Complete one Section Ffor each project) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED LIBRARY PARK PROFESSIONAL SERVICES CONSTRUCTION WESTON,FLORIDA 2009 (If applicable) 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER CITY OF WESTON DENISE BARRETT (954)385-2000 DIRECTOR OF COMMUNICATIONS _ 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) In 2005, the City of Weston mss •+y,,, approached CGA with the idea to design and develop a passive park on six acres of land located adjacent to `` � �. "� f t/V. 1 the new Weston Branch of the ' Broward County Library. The City _ a received a small grant from the State — ;, of Florida, Division of Recreation and _ Parks to assist with the development 5 ,. of the park.CGA oversaw all aspects of " J'': i,., the development of the park from the conceptual design and site details to / the permitting, bidding and construction. '- From the beginning,the City wanted a * d , . strong connection between the park � : ?�'=' " ` and the Library. A paved walkway '•' . » " leads visitors from the Library \.: 11 ` directly to a large circular fountain f �1. . and the"Ring of Florida Authors." The I ��- • low walk and seating area contains 20 - --. _ _bronze plaques highlighting the literary works of famous authors and I playwrights with a connection to ^ Florida.In addition,there is a series of gazebos with terraced seating to accommodate groups from 5 to 6 people,up to 40 to 50 people,in size. The design of the park also features a"walk of discovery,"consisting of a series of 10 bronze plaques inlaid in the park's meandering sidewalk that depicts the history of the area dating back to the Tequesta Indians. The park project also includes both site lighting and specialty lighting, as well as a restroom building and a large open, grassed area. All of the walkways,seating areas and site features are completely A.D.A accessible. The total cost of the park was$2.2 million,and it opened in October 2009. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE Calvin,Giordano&Associates Fort Lauderdale,FL Landscape Architecture,Surveying, Irrigation Design,Civil Engineering Electrical Engineering, Construction Administration, Permitting b. C. d. F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified 4 Complete one Section Ffor each project) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 92ND STREET PARK PROFESSIONAL SERVICES CONSTRUCTION BAY HARBOR ISLANDS,FLORIDA 2010 (If applicable) 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER TOWN OF BAY HARBOR ISLANDS JC JIMENEZ (30S)866-6241 ASST.TOWN MANAGER 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Asa component of the Town-wide parks and ; -' ..7" ®'';; s a,... . •- .y open space master plan discussions i !� moderated by CGA, an under-utilized k. t - parking lot was converted to a park space. ; ' , ,!° �., " �,,r� The program for the park included an open i , y,, •^ + Il green lawn area that could serve for multiple , t -� z' functions and a dedicated dog run area , " ,...3.5 ' . �I� ,yam -_ ;'. Under a very tight and demanding schedule, • . ;: CGA designed, permitted and provided ;. S_ .. -ai -' r construction administration services for the ! ' 1. , entirety of the park. At its core, the park --1-_ * j 'y design sought to establish an urban j.._'._ ---' ' "-. .._ relationship with its surrounding walk-to • - context.The design provides an urban plaza k.,2- I °•t ''Yti''.'.:--... ' "7,•,.`,... that is open and accessible at all times, in �� - -I' ;i. -'P- -_ ..4... 'I!n addition to the multi-use field and dog areas, - which are only open during daytime hours. •' ' x The design was articulated to provide as ' ',..,. much space as users can personalize with `' - various seating options to facilitate visitors' _ . ; • . ' -.`"P _ , 4. ♦ use of the facilities, as well as exercise „ „ � ���������l��..■e.a.■....ef s■ equipment, doggie agility equipment, water '. ;ILii III Milli" Jjlljjjjlll]l,!'oni.e"amil a. fountains,solar-powered lighting and ample use of shade. ii I ii 1IIII� (t_J_+' — ';r , 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a, (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE Calvin,Giordano&Associates Fort Lauderdale,FL Park Master Planning,Landscape Design,Site Furnishing, Construction Administration, Permitting b. c. d. F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 5 Complete one Section Ffor each project) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED DANIA COVE PARK PROFESSIONAL SERVICES CONSTRUCTION DANIA BEACH,FLORIDA 2011 (If applicable) 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER CITY OF DANIA BEACH MARK T.FELICETTY (954)924-6800 x3730 DIRECTOR,P&R DEPARTMENT 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CGA developed a waterfront park design on an ` ..r- . ;� .'!d • - archeologically significant site in the City of - -. t!'c'I ^ -•*V4,1, ' Dania with a scenic mangrove cove, using the "� S'.+ .. '4 sz :' �r21,01# .• site's history as an opportunity to showcase its ,iv% '' !' historical value and ecological importance.The --�t,-� 4 _ _ park features waterfront elements,including a • V� 1' fishing dock and platform, a picnic pavilion - -and an exercise path for the park users. 1 y` - Xeriscape, native planting was utilized to - minimize the park's dependence on irrigation, and plants were selected for their educational d opportunities in highlighting their butterfly attracting varieties and towering Oak trees. The park contains a historic Indian midden, ' -4 2.- t which serves as an opportunity for historical ,, :1111112` -" education. The scope included a phased � '+ - - approach to obtain grant funding for the City, .4 ` _�� while phase II is envisioned to include a _ _ - second scenic overlook area and a bridge to provide a continuous path to loop around the rum n ,• p1+�( .i cove's feature. -- , 't '"-- - .11 •r A- "4' •J ■ 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE Calvin,Giordano&Associates Fort Lauderdale,FL Landscape Architecture, Environmental Planning,Civil Engineering,Surveying, Construction Administration Environmental Graphics Electrical Engineering b. c. F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified 6 Complete one Section Ffor each project) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED ROLLING OAKS PARK PROFESSIONAL SERVICES CONSTRUCTION MIAMI GARDENS,FLORIDA 2012-2014 (If applicable) 23.PROJECT OWNER'S INFORMATION b. PROJECT OWNER B. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER CITY OF MIAMI GARDENS ANTHONY SMITH (305)622-8000 ext.2803 PROJECT MANAGER 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Calvin,Giordano&Associates,Inc.was - 4N 1'V - • contracted by the City of Miami = -,f,..-4,.:. - :ter „ ' Gardens to design a pedestrian trail .-r . '0 ° i. within Rolling Oaks Park and to A • i` z 4 . provide a safe route through the ,.;,t 'a••' ''E surrounding neighborhood to connect . ' - ., . '``,," '. the new trail in the park to an existing �.-a G� ,1 =%_ walking trail in the Dolphin Center ,n >' r f r. , �� .4 r f Park located three quarters of mile a = �� � -i' ., ,t! , l i, ,• away. The design for the trail included i v`!r 4- ,-- , . t�' / - new outdoor fitness stations, seating j . >i�;;2 areas, and LED site lighting. A study ; _ =_✓ti was conducted by CGA to determine -- _ ----— the best route for the walkway - _ ___ 7:-.)-:el- r, through the neighborhood and what _ improvements would be needed. New " """ crosswalks are being added along with - — --, a solar powered, on-demand - -= _ 1 "' --- pedestrian crossing signal where the ^- M trail leaves the park. A custom- ? s designed way-finding signage program was developed for all of the trailhead imill signs, directional signs, and mile markers. This afforded the City of Miami Gardens a unique opportunity for branding within the community. Besides determining the best route through the neighborhood, the CGA team had to carefully plan the route for the trail through the park so as to not disturb the hundreds of existing Live Oak trees on the site.Using GPS technology,the CGA team worked out the best route for the trail in the field,and then returned to the office to translate those points into the final alignment for the pathway.In addition,the existing drainage permit for the site had to be modified for the trail improvements. These new drainage facilities also had to be carefully planned to avoid removing any trees. CGA also provided construction administration services for the project, which is scheduled for completion in November, 2014. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE Calvin,Giordano&Associates Fort Lauderdale,FL Landscape Architecture Civil Engineering Construction Administration b. c. d. 4,, a_me,alos, k,,...ate,e. 143 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 7 Complete one Section Ffor each project) - 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED EMERALD ESTATES PARK PROFESSIONAL SERVICES CONSTRUCTION WESTON,FLORIDA 2014 (If applicable) 23.PROJECT OWNER'S INFORMATION d. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER CITY OF WESTON DENISE BARRETT (954)385-2000 DIRECTOR OF COMMUNICATIONS 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) In 2012 the City of Weston requested ,_•-.- . ._:_-.•-� - .. that CGA prepare several design --'!""' ;t°_` •' - ' a.I options for expansion of the parking f.-• '_' _" �'.,. area at Emerald Estates Park along j '•'r' ;:;° ; ' ''II f with other enhancements. These ' ; " 4r '„ . ` - ,r4') improvements were in response to the e- ; le r T E popularity of two existing picnic ; ,{' _ shelters and the lack of parking for . • ti' f : ;,,. `" ; them,as well as a lack of lighting in the .. ;, , park at night. In addition, all of the ‘1,111IIII _ - . rt E. walkways were replaced, new seating -'w_ areas were created, and new fitness — areas R...- , c - ���;•AIII7 equipment was provided. CGA ,"sti+ - - provided site design,civil engineering, ' ,[/ I •t":ii =Y. • ;_• ' - - electrical engineering, landscape and 1, 1 , II. - ___- r irrigation design, and construction „'` �, '� ��.; administration services for the project. Y�I • There were several trees and palms on '��` the site, which were worthy of rl• - -•- preservation or relocation. The -- +ut >. %,--2 T landscape architecture team worked closely with the civil engineers to site I _ - _L1 -.0.i the new parking areas and drainage �. `x •' facilities in such a way so as to ' _••'1 preserve as many trees as possible. _ The resulting effect is that the new �`" ' improvements to the park look as if they have been there for many years. . . Furthermore, the new seating and fitness station areas afford many more views to the surrounding lake than previously existed. This has greatly enhanced the user experience of all of the visitors to the park. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE Calvin,Giordano&Associates Fort Lauderdale,FL Surveying,Landscape Architecture Irrigation Design,Civil Engineering Electrical Engineering, Construction Administration b. c. d. F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified 8 Complete one Section Ffor each project) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MIDDLE BEACH RECREATIONAL CORRIDOR PROFESSIONAL SERVICES CONSTRUCTION MIAMI BEACH,FLORIDA 2012-2014 (If applicable) 23.PROJECT OWNER'S INFORMATION b. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER CITY OF MIAMI BEACH ELIZABETH WHEATON (305)673-6070 Ext.6121 ENVIRONMENTAL MANAGER 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Calvin,Giordano&Associates,Inc.was .# 4,;;- . - "..... 4.-1- joil �''• i contracted by the City of Miami Beach ' Y ii- i to design and permit an on-grade, J/A „r ADA-accessible pathway that will `i,";: -` ` ,i ? a; support the use of bicycles, Walking, 3'.1'"d.s t ` '" and other non-motorized means of • * - wifr transportation.The MDRC project is a ., ly';t part of the greater Atlantic Greenway • Network,which is a system of bicycle ' -, . facilities throughout the City of Miami , 4. - - f. " Beach. The MDRC will connect to the , 4.3 a•r ."i existing Miami Beach Boardwalk at _ Indian Beach Park on the south and - ti , '- - -- the North Beach Recreational Trail at ' � Allison Park on the north with a 2-mile e., • . ----. , paver walkway, continuing the City's ` r �, unique branding qualities. The path - — : will be permitted in accordance with if '. =Ni. '' _ the Florida Dept of Environmental p- Protection's and the Florida Fish and **- - ',+ $, Y A . -' " Wildlife Conservation Commission's - - y •-•:.-'1 .•„ ": . • ,v'..; Z*P regulations, as the entirety of the EROSION CONTROL UNE project lies within Stat-owned lands. The scope of work includes extensive -- public outreach, branding and site •k* - ; _ -•••■ / design, coastal engineering, dune w-.' _- -- planting plans, lighting design, and bidding and construction • administration.The project will connect business districts,cultural/tourism centers,parks,residential neighborhoods and the beaches. The MBRC will complete a major portion of the essential north-south connector of the AGN and further facilitate pedestrian and non-motorized transportation throughout the City. Design and permitting are anticipated to be completed in Summer,2015,with construction promptly beginning soon after. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE Calvin,Giordano&Associates Fort Lauderdale,FL Landscape Architecture,Electrical Engineering,Civil Engineering, Environmental Permitting, Construction Administration b. c. d. .:.,h Ydn.J\. n Iix-. 145 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified 9 Complete one Section Ffor each project) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 98TH STREET PARK PROFESSIONAL SERVICES CONSTRUCTION BAY HARBOR ISLANDS,FLORIDA 2014 (If applicable) 23.PROJECT OWNER'S INFORMATION c PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER TOWN OF BAY HARBOR ISLANDS JC JIMENEZ (305)866-6241 ASST.TOWN MANAGER a. 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Calvin, Giordano & Associates, Inc. (CGA) 1. provided park design services to the Town for the construction of a neighborhood park that . included an interactive water feature, children's play equipment,flexible open space 'N.,.r'• r 1 '1' a dog park, and solar-powered security • - :- lighting. Additionally, CGA landscape staff -- - coordinated and guided architectural design lr �� -' , `' • _J� fi . efforts provided by a sub-consultant , ,I I architectural firm, Synalovski, Romanik, Saye, - Inc, in the creation of a restroom and storage E: ,- .. — facility to service the park. Because funding was very limited, CGA worked closely with the <4= overseeing Parks and Recreation Committee to t "' ensure that the first phase of the project • - provided the necessary infrastructural , ---- - inprovements for furture,planned components. _ " .,q CGA also worked very closely with contractors -'. - r ' during the design phase to get real-time ilt- -�, -` r i;=-' t.r" i ' - .. R construction costs for estimating and I- is - - , budgeting purposes to ensure that the -, landscape costs met the budgetary constraints. r + ,` J at, _ — ,I.' Will ,t 4p,. E07, ..~. ,..411111. . -74111145.' 1 )11. li •1 - 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE Calvin,Giordano&Associates Fort Lauderdale,FL Park Vision Planning Landscape Architecture Construction Administration b. c. F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAMS 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 10 Complete one Section Ffor each project) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED OAKLAND PARK STATION PLAZA PROFESSIONAL SERVICES CONSTRUCTION OAKLAND PARK,FLORIDA 2012 (if applicable) 2012 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER CITY OF OAKLAND PARK HARVEY RAMBARATH (954)630-4478 ASST.DIRECTOR 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CGA was contracted by the - _ City of Oakland Park to - design a public plaza at a l - prominent location within fi" the City's Culinary District n • The public plaza is the ^, , - `� , ''�` ;' ` linchpin to the newly established District's catalyst for redevelopment, serving ,; _ as a connective means and ,'= .` threshold to a brewery being y, - proposed in a presently 3 �,\ �� _ t _ask, vacant industrial building. 3; _ - ' *' ..' The goal of the plaza's design . ■ :' was to meet the goals of the _ "s t_. � am./District's master plan in • _ __ ;_ �;, 4 I contributing spaces of value -- --•ry' ' � •�- f .1. for social, public use to increase the pedestrian _ •: �� experiences being lent by the so, -- District Additionally, the plaza provides ample areas and infrastructure to serve as the designated location for %` future street markets - this includes ample electrical connection stations, a flexible elevated area that can be used as a stage area, and ample outdoor seating opportunities through the use of elevated planters with seat walls. The design of the plaza required very close attention to detail design to ensure that the quality of the space was of a high architectural quality,consistent with the initial branding strategies already embarked by the City. Lastly, the project was conceived, design and developed through a cooperative process with the assigned City officials,the developers and adjacent property owner,lease and their contractor, and finally with the City-selected contractor contracted to build the plaza project This coordination was a highlight of the project which ensured that the design ideas were clearly communicated and translated into the implementation phase,that all in-building needs were met and scheduled so as to not conflict with the plaza's tight construction schedule,and that the continuity and balance of design elements was achieved between the public space and the improvements proposed by the adjacent building in terms of design treatments,color,signage and motifs. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a, (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE Calvin,Giordano&Associates Fort Lauderdale,FL Landscape Architecture (Hardscape&Planting),Civil Engineering,Surveying b. c. d. nm..o rd ve:V,s,ales Ina 147 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY 27.ROLE IN THIS (Fill in"Example Projects Key"section below before completing PERSONNEL CONTRACT table. Place"X"under project key number for (From Section E, (From Section E, participation in same or similar role.) Block 12) Block 13) 1 2 3 4 5 6 7 8 9 10 Shelley Eichner,AICP Principal in Charge X X X X X X X X X X Tammy Cook,RLA,LEED AP Project Manager X X X X X X X X X X Michael Conner,RLA Design Oversight X X X X X Gianno Feoli Park Design X X X X X X X X X X Marcos Mendoza Site/Irrigation Designer X X X X X X X X X X Sandra Lee,AICP,LEED AP DEP Permitting/ X X X X Environmental Jimmy Messick,PE Civil Engineer X X X X Manny Docurro,PE Electrical Engineer X X X X X X Bob McSweeney,PE Construction Services X X X David Frodsham Coastal Engineer X 26. EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 PEACE MOUND PARK 6 ROLLING OAKS PARK 2 SOMBRERO BEACH PARK 7 EMERALD ESTATES PARK 3 LIBRARY PARK 8 MIDDLE BEACH RECREATIONAL CORRIDOR 4 92ND STREET PARK 9 98TH STREET PARK 5 DANIA COVE PARK 10 OAKLAND PARK STATION PLAZA 0,!,...i...,.,, _ , j5 �, f •!w.• s C y� Y, ,,,,,,'„4"4-,-. :w4 �fi � a 't�' . it`x a # � M n f8 '� yy �e * p _ T 6 e.A.--\--...re'r„irk-`, -•• --.--227t -I-7 .1"?fr 'Of-N'It• •''"illier.--Ag , '` 9 Aw. Icy,-`' k. i• i� , ,: ••m .:........,7,-...:',.-j..i..; _ '_ „, ," , •A t F .yq.,r. y y 4. Y .n 4,s r a .f ' , ; .. ' 1°'.. •A :,....„ ,;:,..,,..3 t �'4. •T% t �'" t: 'f` = " fir.:- .z .. 1 "4.411 t •v"., v . 4 ... . ,, a,i ' jT NI i -?-,... . 4 r -1111116. • - - � T._ - ^ _1�•�. - - . may.. �•C�_ '1 :4 'ice _ r y. we e,,, — A "} +•-sr _ _" . c%yam �A� �. __ " s - �t a ,F J w� .s..WIM ARCHITECT ENGINEER QUALIFICATIONS 1. SOLICITATION NUMBER(If any) RFQ 2015-016-YG PART II—GENERAL QUALIFICATIONS (if a firm has branch offices,complete for each specific branch office seeking work. 2a. FIRM(OR BRANCH OFFICE)NAME 3. YEAR ESTABLISHED 4. DUNS NUMBER CALVIN,GIORDANO&ASSOCIATES,INC. 1937 FEIN 65-0013869 2b. STREET 5. OWNERSHIP 1800 ELLER DRIVE,SUITE 600 TYPE 2c. CITY 2d. STATE 2e. ZIP CODE CORPORATION FORT LAUDERDALE FL 33316 a. SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE TAMMY COOK/DIRECTOR OF LANDSCAPE ARCHITECTURE 7. NAME OF FIRM (If block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (954)921-7781 TCOOK@CGASOLUTIONS.COM 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER M.E.BERRY&ASSOCIATES/BERRY&CALVIN,INC. 1937/1985 044297369 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. Function C. No.of Employees a.Profile c.Revenue Code b.Discipline (1)FIRM (2) Code b.Experience Index Number BRANCH (see below) 02 Administrative 81 Codes;Standards,Ordinances 1 10 Chemical Engineers 1 Construction Management 4 12 Civil Engineers 21 Cost Estimating 4 15 Construction Inspector 21 Educational Facilities 3 21 Electrical Engineers 2 Environmental Impact Studies,Assessments or 4 Statements 39 Landscape Architects 4 Highways;Streets;Airfield Paving;Parking Lots 4 47 Planners: Urban/Regional 9 Hospital&Medical Facilities 4 52 Sanitary Engineers Irrigation;Drainage 6 Permitting Specialists 20 Landscape Architecture 4 38 Surveyors 6 Office Building;Industrial Parks 3 60 Transportation Engineers 3 Planning(Community,Regional Area-wide& 4 State) 08 Computer CADD Technicians 5 Planning(Site,Installation,and Project) 7 38 Field Surveyors 10 Sewage Collection,Treatment and Disposal 4 29 GIS/Data Technology 8 Surveying:Platting;Mapping;Flood Plain 8 Specialists Studies Code Enforcement Specialist 20 Storm Water Handling&Facilities 6 24 Environmental Specialists 2 Traffic&Transportation Engineering 3 24 Environmental Field Crew 1 Urban Renewals;Community Development 4 39 Landscape Designers/ 6 Water Supply;Treatment and Distribution 8 Inspectors 07 Biologist(s)/Indoor Air 1 Zoning;Land Use Studies 3 Quality Other Employees 81 Total 302 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICE REVENUES OF FIRM FOR R LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 mil (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 mil a.Federal Work 0 3. $250,000 to less than$500,000 8. $10 million to less than$25 mil b.Non-Federal Work 8 4. $500,000 to less than$1 mil 9. $25 million to less than$50 mil c Total Work 8 5. $1 million to less than$2 mil 10. $50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b. DATE August 18,2015 / c. NAME AND TITLE SHELLEY EICHNER,AICP,SENIOR VICE PRESIDENT H.ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b. DATE AUGUST 18,2015 - a. NAME AND TITLE SHELLEY EICHNER,AICP,SENIOR VICE PRESIDENT 100 151 STANDARD FORM 330 ARCHITECT-ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1. TITLE AND LOCATION FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE NORTH SHORE OPEN SPACE PARK PROJECT, MIAMI BEACH,FLORIDA 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER JULY 10,2015 RFQ 2015-211-KB B. ARCHITECT-ENGL EER PONT OF CONTACT 4.NAME AND TITLE JAMIE MASLYN LARSON,RLA,ASIA PRINCIPAL,PARTNER WEST 8 NEW YORK 5.NAME OF FIRM WEST 8 URBAN DESIGN&LANDSCAPE ARCHITECTURE P.0 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (1)212 285 0088 (1)212 285 0228 J.LARSON @WESTB.COM C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) � � 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT 41 o aU a ti Calvin,Giordano& 1800 Eller Drive,Suite 600 Landscape Architecture,Civil Associates,Inc. Fort Lauderdale,Florida 33316 Engineering,Electrical a. X Engineering,Environmental Permitting,Surveying, ❑CHECK IF BRANCH OFFICE Construction Administration West 8 urban design& 333 Hudson Street,Suite 905 Landscape Architecture and landscape architecture p.c New York City,NY 10013 Architecture(Design Branding b. X and Identity) CHECK IF BRANCH OFFICE Nutting Engineers of 2051 NW 112th Avenue,Suite 126 Soils&Geologic Studies Florida,Inc. Miami,Florida 33172 Testing and Inspection Services c. X Environmental Impact Studies ❑CHECK IF BRANCH OFFICE Synalovski Romanik 1800 Eller Drive,Suite 500 Architecture d. X Saye,LLC Fort Lauderdale,Florida 33316 ❑CHECK IF BRANCH OFFICE Saad El-Hage Consulting 5601 Powerline Road#401 Structural Engineering e. x Engineers,Inc. Fort Lauderdale,FL 33309 ❑CHECK IF BRANCH OFFICE AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 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 Adriaan Geuze Design Director L TOTAL b.WITH CURRENT FIRM 28 28 15.FIRM NAME AND LOCATION(City and State) WEST 8 URBAN DESIGN&LANDSCAPE ARCHITECTURE P.C,NEW YORK CITY,NY 16.EDUCATION(DEGREE AND SPECJALrZ.ATTON) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Masters in Landscape Architecture,Agricultural University of Landscape Architecture LA002890,Pennsylvania Wageningen,the Netherlands, 1987 Ie.OTHER PROFESSIONAL QOwRCA11ONS(FVeocationx Orgatratiats,Raining tea,e6;.) Member of the Royal Netherlands Society of Arts,The Netherlands,2015 Member of the The Cultural Landscape Foundation's Stewardship Council,Washington DC,USA,2014 Member of the Jury for the Prix de Rome,Architecture 2014 Member of the Dutch Association for Garden and Landscape Architecture(NVTL),The Netherlands international member of the American Society of Landscape Architects(ASLA),USA Full member of the Ontario Association of Landscape Architects(OALA) Curator,2nd international Architecture Biennale Rotterdam,The Netherlands,2003-2005 Visiting Professor,Harvard University Graduate School of Design,USA,1994-present Founder Surrealistic Landscape Architecture Foundation(SLA),The Netherlands,1990-present Founder and principal-in-charge of West 8 urban design&landscape architecture,1987-present 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Toronto Central Waterfront,Toronto,Canada PROFESSIONAL SERVICES CONSTRUCTION(ygplicable) 2006-ongoing 2009-onwards L (3)BRIEF DESCRIPTION(Brief scope,rCe curt etc.)AND SPECIFIC ROLE Check if project performed with e=Mt firm Despite decades of planning and patchwork development projects Toronto Central Waterfront had no coherent vision. In this context,Adriaan in the role of Design Director with the support of West 8 and dtah worked tirelessly to create a consistent and legible image for the 2.2 miles of Central Waterfront,developing the award-winning masterplan and series of iconic subprojects valued at$400 million USD,that have revitalized the Toronto Waterfront (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Governors Island Park&Public Space,New York,NY PROFESSIONAL SERVICES CONSTRUCTION(If applkabk) 2006-ongoing Phase 1 2014,Phase 2 2016 b. (3)BRIEF DESCRIPTION(Brief scope size cost eta)AND SPECIFIC ROLE ®Check if project performed with current firm Proposing a dramatic transformation of this once-abandoned island and accentuating the qualities of this unique place,Adriaan in the role of Design Director has overseen the development of West 8's vision for Governors Island, which with his ongoing design guidance has been developed into richly conceived,feasible and award winning design,that has received much public acclaim and served as a catalyst and driver for the SUS 130 million dollar redevelopment of the entire Island. (I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Madrid Rio,urban River revitalization,Madrid,Spain PROFESSIONAL SERVICES CONSTRUCTION((applicable) 2005-2011 2011 completed (3)BRIEF DESCRIPTION Brief scope,size cwt etc.)AND SPECIFIC ROLE Check if project performed with current firm ` This major infrastructural works,valued at$4,874m, involved the under-tunneling of a 5 mile stretch of Madrid's main ring road which ran along the banks of the River Manzanares,creating an enormous public space in the heart of Madrid.In the role of Design Director,Adriaan act together with West 8 led the Masterplan for riverbanks and the associated urban design and public space design tasks. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Open Space Park Vision,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION Of applicable) 2013-2014 NA d' (3)BRIEF DESCRIPTION(Brief scope size,cost etc.)AND SPECIFIC ROLE Check if ect proj performed with current firm As design director Adriaan helmed the plans setting the design vision and guiding the team throughout the project's duration to assure delivery of the conceptual design vision, that revitalizes 35 acres of parkland and will help define the identity of the surrounding context and make Miami an even better place to live and visit (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) West Kowloon Cultural District Park,Hong Kong 2014-ongoing 2016-ongoing (3)BRIEF DESCRIPTION(Brief scrape size,cost etc)AND SPECIFIC ROLE IS Check if project performed with current firm As design director,Adriaan has overseen the conceptual vision for this iconic waterfront park all the way through to definitive design for this 11 ha$56million waterfront park,that intends to be the green heart of the newly developed Cultural District of Hong Kong,West 8's new concept design,provides maximum flexibility for different uses and programming with an open and landscaped terrain.The park is consists of three major components:The Cultural Boulevard,Waterfront promenade and Green Heart. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 40,:inn.;,,,,mar p+,,..at,,.I7c. 153 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 Jamie Maslyn Larson Principal-in-Charge a TOTAL b.WITH CURRENT FIRM 19 9 15.FIRM NAME AND LOCATION(City and State) WEST 8 URBAN DESIGN&LANDSCAPE ARCHITECTURE P.C,NEW YORK CITY,NY 16.EDUCATION(DEGREE AND SPECJAL/ZAIION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DJSCBUNE) Masters of Landscape Architecture,Utah State University,Logan,UT, Registered Landscape Architect:New York LA002177- 1997 1,Florida LA6667052,Pennsylvania LA002886 Bachelor of Fine Arts,Northern Arizona University,Flagstaff,AZ, 1991 18.OTHER PROFESSIONAL QUALIFI CATIONS(Publications,Organizations,Training,Awa=it,etc.) Jamie Maslyn Larson a Partner at West 8's New York office.As Principal-in-Charge of West 8's American projects. Jamie has committed her career to the implementation of public space projects and possesses a breadth of knowledge on all phases and facets of design,public outreach,and construction administration.She approaches her work with a passion for design and has the tenacity required to realize multi-phase projects with multiple jurisdictions and stakeholders.Her work has varied in scale-from small urban plazas to 1000-acre public gardens.This work has been located across the USA,giving her vast experience leading high profile design projects with issues that are particular to each project and city. 19. RELEVANT PROJECTS (I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Governors Island Park&Public Space,New York,NY PROFESSIONAL SERVICES CONSTRUCTION(if applicable) 2006-ongoing Phase 1 2014,Phase 2 2016 (3)BRIEF DESCRIPTION(S$efmge eta;met ere)AND SPECIFIC ROLE Chat if project performed with tent thin ▪ As Principal in charge,Jamie leads the team to implement award winning design for the 87-acre park.To re-imagine Governors Island as a place for all New Yorkers,an icon for the city,and a beacon in the harbor,West 8led a team of nine consultants through an inclusive public input and design review process from Master Plan through Construction Administration. The project required multiple agency approvals at federal,state and local levels,for which Jamie was responsible. (1)TITLE AND LOCATION(City and Stale) (2)YEAR COMPLETED SoundScape Park,Miami Beach,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009-2011 Completed 2011 (3)BRIEF DESCRIPTION(Eriefscope,size,cost etc.)AND SPECIFIC ROLE H Check if project performed with=rent firm h. Larson also led West 8's design team from Conceptual Design through to Construction Administration for the development of the 2.5 acre award-winning Soundscape Park in the cultural and civic heart of downtown Miami Beach,Florida.The design team was tasked with designing a`world-class"urban park that would support a host of programmatic demands and be accessible to a diverse audience. The team enlisted a combination of design study,client dialogue,public input and budget analysis,refining the park's program to provide maximum flexibility to the client and the public while minimizing hard surface area. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Convention Center,Miami Beach,Florida PROFESSIONAL SERVICES CONSTRUCTION a/appUnable) 2014-ongoing 2018 • (3)BRIEF DESCRIPTION(Nin scope,size.cost etc)AND SPECIFIC ROLE IS Check if project performed with went Sum As principal in charge,Jamie works hand-in-hand with city staff and community stakeholders to add 12 acres of new public spaces, re-stitching the convention center to its neighborhoods and dramatically transforming the daily experience for residents and convention attendees. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Longwood Gardens Master Plan,Kennett Square,PA, PROFESSIONAL SERVICES CONSTRUCTION(if applicable) 2011-ongoing 2014-ongoing IL (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE H Check if ect Prof performed with current firm West 8 has completed Longwood Gardens' first-ever physical master plan, a visionary document tasked with transforming Longwood Gardens over the next 40-years into one of the Great Gardens of the World. As Principal in Charge, Larson directs ongoing work on the implementation stages of the 1,000 acre Master Plan for the botanic garden founded by Pierre du Pont. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Houston Botanic Garden,Houston TX,USA PROFESSIONAL SERVICES CONSTRUCTION(if applicable) 2015-present Anticipated 2018 e. (3)BRIEF DESCRIPTION(Brief scope,size cost etc)AND SPECIFIC ROLE H Check if project performed with current firm Jamie directs the design process for this"start from scratch" effort for the design of the new 120-acre Houston Botanic Garden masterplan located on the former Glenbrook Park Golf Course. Working in sync with the client she ensures that the long term goals for the project are met and that the garden's full horticultural experience will mature and evolve with time. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each ter person.) 12.NAME 13.ROLE IN THIS CONTRACT l4.YEARS EXPERIENCE Daniel Vasini Senior Project Designer a To b.WITH CURRENT FIRM 10 8 15.FIRM NAME AND LOCATION(City and State) WEST 8 URBAN DESIGN&LANDSCAPE ARCHITECTURE P.C,NEW YORK CITY,NY 16.EDUCATION(DEGREE AND SPECIALIZAITON) 17.CURRENT PROFESSIONAL REGISTRATION(SIATEAND DISCIPLINE) Southern California Institute for Architecture(SCI-Arc),Master of Architecture,M.Arch.(Cum laude) URU School of Architecture, Architecture Diploma. IL OTHER PROFESSIONAL QUALIFI CATIONS(Public-aslant Organisations.Training Award',ear) Daniel Vasini currently works as a Project Director for West 8's urban design team under the design lead of Adriaan Geuze. Daniel plays a key role in the firm bridging among New York and the Rotterdam office.His work is informed by firsthand knowledge of the sociopolitical,cultural,historic and ecological issues inherent in contemporary waterfront design,gained over years of research,travel, study and experience across the globe.Throughout his professional career,Daniel has become increasingly aware of the need for more thoughtful waterfront design and careful natural resource management 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(CUy and State) (2)YEAR COMPLETED 8701 Collins Ave Residential Tower,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION IV-applicable) 2014-ongoing 2016-ongoing (3)BRIEF DESCRIPTION Brief scope,she.coat etc)AND SPECIFIC ROLE n Chock if project performed with current firm ` Daniel is Project Leader for this residential development at the northern end of Miami Beach.Working closely with the Renzo Piano, the project architect's West 8 has designed a series of private,public,and semi-public spaces that are inspired by the lush tropical landscape of South Florida.In this unique waterfront context the landscape and open space have been carefully designed using plant species that will thrive in these conditions. (I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Open Space Park Vision,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013-2014 b. (3)BRIEF DESCRIPTION(Brief scope.she,cwt etc.)AND SPECIFIC ROLE Check if project performed with current firm As project manager and senior designer Daniel was responsible for the initial vision and conceptual design of NSOSP.Daniel guided the team in the preparation of illustrative images and a site plan to convey a look,feel and sense of scale of the possible improvements.These design ideas are an early first step in a design process,with the goal to generate excitement for a more connected,inviting,beautiful and functional park in the heart of Miami Beach. (I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED El Malecon,Puerto Vallarta,Mexico PROFESSIONAL SERVICES CONSTRUCTION(ifapplicable) 2011 2011 completed a (3)BRIEF DESCRIPTION Brief scrape,she,cost etc.)AND SPECIFIC ROLE ®Check if project performed with current firm As Project Manager,for the enhancement of the 1km stretch of waterfront in the old town of Puerto Vallarta,Daniel was in charge of day-to-day planning and coordination with the design team,sub consultants and the client.Daniel worked closely with the West 8 design team and other consultants to help successfully realize,on time and to budget the design in a period of only 10 months.The project won The Silver Award for Best Urban Design Project in the Mexican Republic in 2012 (I)TITLE AND LOCATION(Ciy and State) (2)YEAR COMPLETED Fort Mason Center,San Francisco,California PROFESSIONAL SERVICES CONSTRUCTION Of applicable) 2012-ongoing 2018 anticipated (3)BRIEF DESCRIPTION Brief scope she,cost,etc)AND SPECIFIC ROLE lS Chock if project performed with current firm Daniel led the cross-disciplinary team proposal for connecting,activating,and revitalizing Fort Mason Center(FMC)into a leading arts and culture destination. Team West 8's winning conceptual plan calls for design strategies, which strike a balance between innovation and historic preservation granting FMC the flexibility to evolve over time.Emphasizing a pedestrian scale throughout the design encompasses, innovative programming, infrastructural upgrades, community development, ecological values and a world- class waterfront. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Presidio Parklands Competition,San Francisco,California 2014 G (3)BRIEF DESCRIPTION Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm Daniel was Project Lead for Team West 8's proposal for the Presidio Parklands.He oversaw the creation of the team's vision,which features a central elliptical lawn and gathering space, forests, botanical gardens, wetlands, boardwalks and expansive views. Enhanced by layers of program, activity and engagement, the design concept utilizes a flexible approach with a series of explorations and opportunities that inform a collective vision for the Presidio. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1■2004) MANDATORY USE DATE OF FORM 6/2004 155 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Isaac W.Stein Designer a.TOTAL b.WITH CURRENT FIRM 6 2 15.FIRM NAME AND LOCATION(City and State) WEST 8 URBAN DESIGN&LANDSCAPE ARCHITECTURE P.C,NEW YORK CITY,NY l6.EDUCATION(DEGREE AND SPECLILP.ATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) University of Miami,Bachelors of Architecture,BArch. 18.OTHER PROFESSIONAL QUALIFICATIONS(Pablkattont,Orgmizatto"r,Training,Araardr,eta) Isaac Stein is an architect,landscape architect and urban designer for West 8. His deep rooted passion of the relationship between the natural and built environs is what informs his design sensibilities.His role at West 8 involves designing both landscape and architectural elements at a variety of scales and phases of projects.Isaac's interest stems from firsthand knowledge developed through his travels,study, work experience and his own upbringing by a family of designers, engineers and contractors in a developing coastal community. This experience has lead Isaac to have a natural understanding of the social, cultural, economic, and ecological issues inherent in both architectural and landscape coastal design.His undergraduate thesis on infrastructural and landscape opportunities that alleviate flooding issues of Miami Beach has led Isaac to lecture at Harvard's Graduate School of Design,the City of Miami Beach's Sea Level Rise Task Force, as well as the 5th Biennial of Subtropical Cities Conference. Isaac's work has been exhibited at the Lowe All Museum, and published in Visions of Seaside as well as several academic journals. 19. RELEVANT PROJECTS (I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Convention Center,Miami Beach,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014-ongoing Anticipated 2018 (3)BRIEF DESCRIPTION(Brie f scope,rice,cart,eta)AND SPECIFIC ROLE Check if p ojaxpeformed with current firm ". In the role of design coordinator Isaac has assisted the design team in developing West 8's vision for a renewed 40-acre Convention Center District,that dramatically transforms the day-to-day experience for residents and convention attendees alike.Twelve acres of new public spaces have been added to the district,creating a"green civic heart",re-stitching the convention center to its neighborhoods. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 8701 Collins Ave Residential Tower,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(ifappltcable) 2015-ongoing 2016-ongoing b. (3)BRIEF DESCRIPTION Brief scope,size,cost,eta)AND SPECIFIC ROLE H Check if project performed with current ent firm As staff designer and technical support staff,Isaac helped design West 8's proposal for the landscape of this high end residential development.The design gives the appearance that the North Shore Open Space Park,to the south,is continued on the north side of the building,by the use of a private garden.The pool is placed on the ocean side,preserving this flow.Parking is totally underground,leaving the ground level for green space. (I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ontario Place Urban Park and Waterfront Trail Project,Ontario, PROFESSIONAL SERVICES CONSTRUCTION(1j applicable) Canada 2013-2016 2016-2017 (3)BRIEF DESCRIPTION Brief scope,sire,cost,etc.)AND SPECIFIC ROLE H Check if project performed with current firm Isaac is part of the design team for the new 7-acre public park in the downtown Toronto,working particularly on the architectural detailing of the project,Slated for completion by summer of 2016,the park will reinvigorate an under used waterfront into a public focal point creating new linkages to the expansive,780-kilometre waterfront trail system. (I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Governors Island Park&Public Space,New York,NY PROFESSIONAL SERVICES CONSTRUCTION(tfapplicable) 2007-ongoing Unknown Phase 1 2014,Phase 2 2016 (3)BRIEF DESCRIPTION Brief scope.size.cost,etc.)AND SPECIFIC ROLE SI Check if project performed with current firm d. Isaac is part of the design team that is working on the technical detailing and construction administration of Phase a:The Hills-the culminating feature of Master Plan and the newly opened Phase s.The Hills pay homage to the lush,hilly landscapes of pre-colonial Manhattan,and fortify the Island's resiliency in the face of rising sea levels.Made of recycled fill materials,the Hills will rise 3o to 8o feet above the Island,offering visitors breathtaking views of the Statue of Liberty,New York Harbor and all 5 boroughs. (I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Houston Botanic Garden,Houston TX,USA 2015-ongoing Anticipated 2018 e. (3)BRIEF DESCRIPTION xo A () Brief pre,size,coif,etc.)AND SPECIFIC ROLE 1y Check if project performed with current firm Isaac is part of the design team responsible for creating the new master plan for the Houston Botanic Garden.West 8's design will establish and sustain a premier botanic garden that will promote public appreciation and understanding of plants,gardens and conservation of the natural world.Isaac involvement in the project is in the detailing of garden. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 NORTH SHORE OPEN SPACE PARK VISION PROFESSIONAL SERVICES CONSTRUCTION MIAMI, FLORIDA 2013-2014 (If applicable) 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b.POINT OF CONTACT NAME a. POINT OF CONTACT TELEPHONE City of Miami Beach/Terra Francisco Canestri,Project Manager NUMBER Ground Terra Group (305)416.4556 24.BRIEF DESCRIPTION OF PROJECT AND • ,, Y a RELEVANCE TO THIS CONTRACT(Include scope, ' ) ' s size,and cost) , Size:35 acres �_� Scope:Masterplan vision r� West 8 prepared design vision for(NSOSP). I r z West 8 met with City of Miami Beach Staff to fj :;L r I discuss priorities, issues and goals.As requested ' t `'1 �+—�•t --� by the City,West 8 prepared ideas for park / �j aI improvements,taking into consideration „.41 potential development for the City owned parcels west of the park. With City Staff input,West 8 distilled the design ideas into five broad ' recommendations: • 1. Anchor the Park into an Improved Urban - }_.._ •: Framework 2. Revitalize Planting 3. Provide Alluring Walks 4. Frame the Park with a Great Welcome 5. Enhance and Consolidate Programming These design ideas are an early first step in a design process,with the goal to generate excitement for a more connected, inviting,beautiful and functional NSOSP.With measurable benefits including: •Improved context and park edges,with enhanced connections to the surrounding neighborhoods/beachfront and beneficial services that are not located in the park. •Heightened botanic qualities through maintenance of plant conservation areas and augmentation of plantings where needed. •A greatly expanded,universally accessible looping path network for a sense of infinite journeys to explore the park by walking,biking,jogging and blading. •Greater visibility and welcome at all park edges with new gateways/pedestrian realm along Collins Avenue,extension of the Beach walk to the east,boosted landscape buffer to the south,and a more integrated,welcoming interface at the north. • Improved sense of safety,with open sightlines through dense vegetation and new lighting for evening use •Greater yet balanced visitation through the addition of new programs,reorganized destination areas,and improved facilities • A park with a new identity—no longer a generic"open space”but a park with a sense of destination and purpose on par with Miami Beach's other great parks. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. ' West 8 urban design&landscape architecture p.c New York,NY 10013 Landscape Architecture b. c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 _.. 157 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, if not specified. 2 Complete one Section Ffor ea_ch project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MIAMI BEACH CONVENTION CENTER PROFESSIONAL SERVICES CONSTRUCTION MIAMI,FLORIDA 2014-ongoing (If applicable) 2017 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Maria Hernandez,Project Director- ( 305 )673.7000 ext.2584 Convention Center District,Office of the Ci Manaer, 24.BRIEF DESCRIPTION OF - '' .so 4 - PROJECT AND RELEVANCE TO T THIS CONTRACT(Include scope, \ size,and cost) 1` l"t ' Size:6.5 acres 1 , Scope:Concept design,Schematic , `{ s design,Final design,Supervision of ? �- construction,Urban Furniture i • -- _ Situated at the crossroads of I i ' i kr j residential neighborhoods,the ;, ∎, , p_r NWS Concert Hall,the West 8- ` - J ! lirgr tri*designed Soundscape Park, / -° '.; _ Miami Beach Botanical Garden, and Lincoln Road Mall,West 8's '— vision for a renewed 40-acre Convention Center District dramatically transforms the day-to-day experience for residents and convention attendees alike. 12 acres of new public spaces have been added to the district,creating a"green civic heart",restitching the convention center to its neighborhoods.Working hand-in-hand with city staff and community stakeholders,West 8 has transformed the Convention Center's existing 5.8 acre truck staging and parking lot into a new world-class public park with a plant palette that showcases the unique flora and botany of Miami Beach.The outside"frame" of the park is lined with shade gardens highlighting majestic ficus trees;providing a unique,captivating backdrop for relaxing in the shade and for outdoor events.A Veteran's Memorial is seamlessly woven into the park experience. The Park Pavilion,is a striking,one-of-a-kind icon that serves as the programmatic anchor of day-to-day activity in the park. The custom concrete"umbrellas" and full-length glass that encloses the program space provide transparent visual connections from inside the building to the park.The District's new streetscapes have a boulevard-like feel that priorities the pedestrian experience,and the reconfigured Convention Center Drive provides an important connection to Lincoln Road Mall and a dignified drop off for convention-attendees.To the north of the Convention Center,West 8's design removes two acres of hardscape and buildings and opens up green spaces to celebrate the historic Carl Fisher Clubhouse,the City's oldest building and the Collins Canal.Most notably,West 8 championed the preservation of a magnificent Strangler Fig that is now celebrated as a feature in this park area.To address concerns about sea level rise,the park design sets an ambitious new datum around its perimeter,creating a 100-year park that is protected from the threat of potential flooding. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. West 8 urban design&landscape b. architecture p.c New York,NY 10013 Landscape Architecture c. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 3 Complete one Section Ffor each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED MIAMI BEACH SOUNDSCAPE PARK PROFESSIONAL SERVICES CONSTRUCTION MIAMI,FLORIDA 2009-2010 2011 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE City of Miami Beach Howard Herring,President and Chief NUMBER Executive Officer,New World (305 )428-6720 Symphony 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Size:3 acres Scope:Schematic design,construction documentation,construction administration,bidding -= Miami Beach SoundScape transformed an existing parking lot � into a 2.5 acre urban,green oasis adjacent to the Frank Gehry `'. ;, _~ �" designed New World Symphony Campus in the heart of `� � Downtown Miami.Part of a broader effort to revitalize Miami ..r , :. Beach,the SUS 10 million Park functions seamlessly day and r.-7r night as a green sanctuary for locals and visitors and as a special = --- gathering place for major cultural events. The Park design knits r! _46 - together core cultural institutions,brings new life to the center of the City and represents a breakthrough in making music accessible and democratic.The park design team was tasked with -'� designing a"world-class"urban park that would support a host of programmatic demands and a diverse audience.Working from initial concept design through construction administration,with JO significant community input the design team created a park that } ' was accessible and comfortable day-to-day and robust enough to rl host large community events. The commission for SoundScape Park came with a big set of challenges,not least of which was the site's size. Typically,a 3- acre site with multiple programmatic demands calls for a durable,hard surface approach. West 8 felt strongly that our mission was to deliver a park,not a plaza that feels intimate,shady,and soft.A philosophy that guided the design to completion. Through the careful manipulation of topography,shifting veils of palm trees that conceal and reveal views and a mosaic of meandering pathways the illusion is of a Park much larger than its 2.5-acre envelope.After 14 months of planning and construction,the park opened on time and on budget in January 2011,and has seen incredible attendance and success in the community. Miami Beach SoundScape Park complements the NWS campus and celebrates Miami's euphoric vitality and cultural resurgence delivering a unified narrative of music, landscape,and experience. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. b West 8 urban design&landscape New York,NY 10013 Landscape Architecture architecture p.c c. d. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 a i:,nn,d«.mn.s-1/4.a:a hk 159 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 GOVERNORS ISLAND PARK& PUBLIC PROFESSIONAL SERVICES CONSTRUCTION SPACE,NEW YORK,NY 2007-ongoing (If applicable) Phase 1 2014,Phase 2 2016 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE The Trust for Governors Island Leslie Koch,President,The Trust for NUMBER Governorslsland (212)440-2200 • _ *,:1 r "S'-. a - 11 ' t ( 7 24.BRIEF DESCRIPTION OF PROJECT AND C.;:-. + .3".� ' �j 1 RELEVANCE TO THIS CONTRACT(Include `' I scope,size,and cost) g - 'J' S, i. -• - l T ., ', ' y s''t'i.e. ` ■ 1 �: Size:87 acres . `, _+�" - •' ScopeMaster plan,schematic design,construction• .. .i.-r-L .. __.• �_;1 1 'r u.. . .�„ �..t2;. - "•1- 4„ ; ,.� t:' . documentation,construction administration,• t' maintenance plan development,arts master plan, �. '"" a. _ furniture,renovation,concept for historic distric ��" I •El I . , ' T I The Governors Island Park and Public Space >,,s It -- -;,k,y="'' _ _ - - I : - - Master Plan proposes a dramatic• '�= -` — . ' _ 3 - ' transformation of this once-abandoned island "? , w t7 and accentuates the qualities of this unique r r- r t '� �` place, transforming Govemors Island into•• #` ../ w both a destination and landmark. Developed• ,.. „ ti.. U• A from the 2006 international design competition winning entry, the vision has :..-.-es "-•,.• ► since been developed into a richly conceived � .l 4„4.<< -0--.; - �r✓✓ - . ,. - and feasible 87 acre Master Plan, which has - - *: _ -- • .„ - - ':• i',,,..24 served as the catalyst and driver for the $US130 million redevelopment of the Island. Phase 1 of Governors Island, opened in 2014,has created 30 acres of new park and public spaces and adds key visitor amenities to the historic North Island.It features memorable new landscapes and offers visitors a range of new experiences: picnicking on gently sloping lawns, biking the Island's meandering pathways, swinging with friends on clusters of custom hammocks or playing softball on fields with the Statue of Liberty as a stunning backdrop. Visited by nearly 500,000 people in 2014, Phase 1 has catalyzed a vibrant park community and establishes a strong foundation for the Island's future growth. To achieve this, the design team spent hundreds of hours on the Island, in all types of weather and seasons, to understand and incorporate micro and macro site conditions.They observed visitors'use and mapped and analyzed actual events. West 8 also understood from the outset that the new Park and Public Spaces would need to be resilient in the face of rising waters. Rather than withdrawing in the face of the advancing waters, the design lifts the majority of the Island out of the flood zone. West 8 designed a park that will allow people to enjoy the connection to the salt winds, swirling waters and expansive views of the harbor while ensuring that the trees planted in 2013 grow into a great forest over the next few generations. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. West 8 urban design&landscape New York,NY 10013 Landscape Architecture b. architecture p.c c. d. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 TORONTO CENTRAL WATERFRONT, PROFESSIONAL SERVICES CONSTRUCTION TORONTO,CANADA 2006-ongoing 2006-ongoing 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE TORONTO CENTRAL Chris Glaisek,Vice President, NUMBER WATERFRONT,TORONTO, Planning&Design,Waterfront (416) 214-1344 eat.274 CANADA. Toronto 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) ,�, w Size:87 acres ir Scope:Urban design masterplan, landscape architecture, schematic design, construction documentation, supervision .�° of CA, long term monitoring of delivered project, � ? bridges/wavedecks, sustainability concept, furniture design . 4 . ... The Central Waterfront extends 2.2 miles along Lake r 1 ,i Ontario and is in close proximity to the city's central business district. The water's edge is one of Toronto's most valuable assets,yet,despite decades of planning — – "'Q° and patchwork development projects,there was no , • coherent vision for linking the pieces into a greater ' a �� .��� whole–visually or physically.In this context,the _ f Y/�//�. r r i i fundamental objective of the project,which received its ^�� �'_ main impetus as an international design competition in 2006,was to address this deficiency by creating a consistent and legible image for the Central Waterfront, in both architectural and functional terms. Connectivity between the vitality of the city and the lake and a continuous,publicly accessible waterfront have been West 8's award winning Master Plan priorities. The plan expresses a vision for the Central Waterfront that brings a sustainable,ecologically productive `green foot'to the rich culture of the metropolis. It suggests a new coherence and continuity along the waterfront,produced by four seemingly simple gestures that create a new`Multiple Waterfront'. The proposal creates a waterfront that is public,diverse and expressed through a multiplicity of experiences.The completion of the first phase of realization includes the design and construction of Queen's Quay Boulevard and the design of public space and three wave decks. The total budget for the project is US$400 million. Upon winning the design competition,West 8 immediately began to create a visible and exciting series of art installations and bikeways, literally bringing Torontonians to the waterfront and raising awareness of the master plan's ambition.The success of these localized interventions has provided widespread enthusiasm for the eventual build-out of the entire plan. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME ' (2)FIRM LOCATION(City and State) (3)ROLE a. h. West 8 urban design&landscape New York,NY 10013 Landscape Architecture architecture p.c c. d. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 tt aj�.,n�,. e :+,.■•at..i,. 161 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 8701 COLLINS AVE,MIAMI BEACH, PROFESSIONAL SERVICES CONSTRUCTION FLORIDA 2014-ongoing (If applicable) 2016-ongoing 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE 8701 Collins Development LLC Francisco Canestri,Project Manager NUMBER Terra Group (305)416.4556 24.BRIEF DESCRIPTION OF `< , k +'", 4 PROJECT AND RELEVANCE ;, TO THIS CONTRACT(Include a j. 4. • , • 1}+ • ,. scope,size,and cost) � `i ^e v'`a sus: 15 acres r - Scope:full Landscape • tiJ o� �r1 • Architectural Design& � ; . Sr ' Implementation Services 4ti, � �: ' -. R Situated at the northern end -• of Miami Beach,the 8701 ' 4 Collins Ave project,which •` t • . •.has a budget of$125 i„ i • million for construction Ntl1a4� tf -I '� • 7 _f.�_. _'t_- ��_�ter..■and$3million for '� - � ' landscape,is set to serves as a new gateway to the -' city of Miami Beach.Working with Renzo Piano architects,West 8 has designed a series of private,public,and semi-public spaces that are inspired by the lush tropical landscape of South Florida. Extending all the way to the end of the property they create a building surrounded by green and a landscape that complements and integrates into the surrounding context. In the heart of the garden West 8 has designed two overlapping water features,that establish an illusion of tension where they meet.The very thin line of water reflects the light and pulls your eye towards the expansive beauty of the Atlantic ocean. Creating a dialogue within the space was fundamental to the design. Situated on the waterfront,this area would naturally exist as a dunescape. So the planting palette has been carefully chosen to with species that thrive in these conditions and includes a zoning related to the biotope conditions. Starting from the beach a beautiful canopy of coconut will be planted then behind that an orchard of sea grapes,specially pruned to enhance their unique silhouette. Further back is a collection of multi-trunked Gumbo limbo trees,a species very known within Florida. In this way the chosen planting palette helps define the identity of the site.This combination of architecture and landscape established an unquestionable richness of design.Construction of the project is slated to begin in 2016 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. West 8 urban design&landscape New York,NY 10013 b architecture p.c Landscape Architecture c. d. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 EL MALECON,PUERTO VALLARTA, PROFESSIONAL SERVICES CONSTRUCTION MEXICO 2011 (If applicable) 2011 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE Municipality of Puerto Vallarta Lic.Salvador Gonzalez Resendiz NUMBER Subsecretario de AdministraciGn del ( +52 ) 1-322-226-80-80 Gobierno del Estado de Jalisco 1 '-i• 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO • THIS CONTRACT(Include scope,size,and cost) -. -- - Size:4.7 acres Scope:full Landscape Architectural Design&Implementation + K I pe: P 9 P —... ,' = t-_ -__ Services f " _ The urban renewal of the iconic waterfront(locally known i i = as El Malec6n)in the old town of Puerto Vallarata was �" .;a' ( 1 designed by West 8 working in joint venture with Estudio flt -" . - r ' ��L L _� I 3.14. The design removes one driving lane from the _ •,:-� r. 1 "K" m." 'Ir " Af Malec6n and within this existing profile a bike lane was /,{ - - ` established. Pedestrian routes were prioritized and ' "� 14' ■ ` 1 e designated terrace areas were delineated within the now e z. _ broader sidewalk at the edge of city fabric towards the _ ocean,allowing social life to spill out onto the boulevard - and re-establishing the pedestrian thoroughfare along the twelve blocks,that comprise the 1 km long waterfront on Banderas Bay. The$5.7million project which,won a Silver Award for Best Urban Design Project in the Mexican Republic in 2012,was designed and executed in only 10 months. The public space design for the Malec6n is underpinned by a series of strategies that aim to reclaim the public realm for the human scale. The design creates much needed shade along the waterfront promenade and provides uninterrupted views to the Pacific Ocean. The Malec6n becomes a comfortable and vibrant pedestrian esplanade at all hours of the day and night.The impact of this vitality is twofold,as it also provide new economic opportunities for street front retailers that further activate the public space during the daytime. .The new lighting scheme for the Malec6n of Puerto Vallarta is better calibrated than the pre- existing one,effectively addressing concerns about the perception of security while offering a distinctly more romantic evening atmosphere, which we call the"Moonlight effect". In recognition of the fact that the Malec6n is the social heart for human encounters in the old town of Puerto Vallarta--the main design feature of this public space design is the narrative of Mosaic paving. The pattern is inspired by two of Vallarta's main contextual characteristics:the craftsmanship tradition of river stone paving technique,and the strong ethnic presence of the Huichol Culture West 8 commissioned prominent Huichol artist Fidencio Benitez to illustrate the legendary story of Vallarta in a large painting.The new public realm derives authenticity from this Huichol artist's symbolic narrative alphabet,creating an iconic river stone carpet paving-"Mosaico Vallarta"-updating the public realm with a unique identity that is truly only possible within that Mexican context. Repositioning Puerto Vallarta for the twenty first century an as unique tourist destination. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. • b West 8 urban design&landscape New York,NY 10013 architecture p.c Landscape Architecture c. d. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 4, u1,,.: d .1,s,ai.,m. 163 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 8 Complete one Section Ffor each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED PRESIDO PARKLANDS COMPETITION, PROFESSIONAL SERVICES CONSTRUCTION SAN FRANCISCO,CA 2014 (If applicable) NA 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE The Presidio Trust in partnership NUMBER with the Golden Gate National Noreen Hughes ( 415)561.5300 Parks Conservancy and National Project Manager,The Presidio Trust Park Service 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) -,-1 Size:13 acres 1 Scope One of five finalists selected to develop a conceptual design - proposal for the site —• The New Presidio Parklands,which have arisen from the - ( 1 '1"4w"c °'"" '. replacement of the elevated highway that cut through the " Presidio for seven decades with a below-grade roadway � # covered by tunnels,will link the heart of the Presidio to 1 Crissy Field and offer visitor amenities and panoramic . Golden Gate views. Team West 8's design proposal for the site is rooted in the elegance of this extraordinary setting,is intended to honor • - -4• J - -` the site's legacy as a military post,and engage all . = communities.Their design welcomes and connects,honors >�•..,: • R"' ' and educates,orients and amplifies—complementing,not . a '. * ' competing with the inherent drama of the Presidio itself, Crissy Field,the Golden Gate Bridge,Alcatraz and the City 4 6:. -.i beyond. The design features a microcosm for the multiple y' ;�:" experiences of the Presidio: forests to lose oneself in, gardens,marshes,boardwalks,expansive views,all composed to create an unrivaled destination for the Presidio that is recognizable and memorable,yet full of surprises. Enhanced by layers of programs and activities that engage and animate the spaces of The Gateway.The clarity of the design concept for the New Gateway site embeds a flexible approach that is not a grand solution,but a series of explorations and opportunities that can inform the still-to-be-developed collective vision for this critical capstone for the Presidio. Within this simplicity lies an inherent complexity of places and movement that allows the park to respond to many users and uses—improving connectivity,establishing identity,building community,and restoring ecology— in a flexible frame that makes a memorable and instantly identifiable world-class destination--the New Gateway for the Presidio. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. b. West 8 urban design&landscape New York,NY 10013 Landscape Architecture architecture p.c c. d. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 9 Complete one Section Ffor each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED URBAN PARK AND WATERFRONT TRAIL AT PROFESSIONAL SERVICES CONSTRUCTION ONTARIO PLACE,ONTARIO,CANADA 2013-ongoing (If applicable) 2015-ongoing 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE Government of Ontario Mandy Downes,Infrastructure NUMBER Ontario, (+1)416-327-5246 24.BRIEF DESCRIPTION OF PROJECT AND c f `it. RELEVANCE TO THIS CONTRACT(Include scope,size, �;: . }+,. } - ! and cost)lei s ~i- r Size:7.5 acres •it"'� • . Scope: Concept design,Schematic design,Final design, . , : � ,�-. , Standard details,Concept and custom detailing Urban t . , v Furniture,Lighting Design,Park Pavilion Design ;Z. -- #r � - -- , The design for the new$7.5 million dollar Urban z : � a, ,F;* ,e" Park and Waterfront Trail at Ontario Place t — • . _y .. _ proposes a dramatic transformation of a portion of r'4 - the East Island into a naturalized green refuge '' _ ,3N that celebrates the legacy of Ontario Place and the r . '' landscapes of Ontario. The park and trail will become a new landmark on Toronto's waterfront t and a destination that draws visitors in all seasons,day and night.Wooded areas,planted slopes,rolling lawns,and an extensive pathway ' system will bring a green footprint to a section of Toronto's waterfront that until now has been an inaccessible asphalt parking lot. The park and trial,designed by the team of LANDinc and West 8,is inspired by Ontario's iconic landscapes and natural materials and Informed by extensive public feedback.The Ontario experience is expressed in the park design by embracing the concept where land meets water/where water meets land and celebrating the distinctive experiences associated with being at the lake: stunning views,picturesque scenery,exposure to the elements,and the sound of the waves.The design reinvents a flat, non-descript parking lot by altering the topography to create a new landscape with an upper wooded park and a lower park that hugs the water,connected by a meandering mobius circuit—a continuous,sinuous trail—linking the upper and lower park areas to the water's edge and the city.Providing access to part of Toronto's waterfront that has been closed to the public for more than 40 years and creating new linkages to an expansive,780-kilometre waterfront trail system. The design also increases planted areas from 8%to 60%.New plants/trees create an urban forest and improve the ecology of the park,creating new wildlife corridors between the natural areas on the site and those on adjacent properties.Designed with social,ecological and environmental sustainability principles in mind,Ontario Place will again become a destination and a landmark for Toronto. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. West 8 urban design&landscape New York,NY 10013 Landscape Architecture b. architecture p.c c. d. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 Zahn 0w,a,M,::a,so..m.,.l,x 165 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 10 Complete one Section Ffor each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED LONGWOOD GARDENS, PROFESSIONAL SERVICES CONSTRUCTION KENNETT SQUARE,PENNSYLVANIA 2010-ongoing (If applicable) 2015-ongoing 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE Longwood Gardens,Inc. Paul Redman,Director- NUMBER Longwood Gardens ( 610) 388-5246 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Size: 1077 acres �Y Scope: 40 year Physical Master Plan,Pre-Schematic Design r' d for North Entry project, Schematic Design of Custom ?* Furnishings, Full landscape architecture design services (Concept through Construction Admin)for Main Fountain Garden Renovation Project, Design Review of Master Plan projects not designed by West 8 =_ I .� The client group provided our design team with a heady brief for Longwood Gardens: fix the underwhelming entrance;address outdated infrastructure; add new facilities;expand educational programming; expand performing arts programming; utilize the entire 1,077 acre site including 600 acres - • of previously private property;and affirm _ Longwood's place as one of the greatest gardens in -_ the world.This combination of immediate needs and bold aspirations on a generational scale required a master plan that incorporated a visionary,multi-layered approach. Garnering enormous quantities of client feedback and site analysis clarified Longwood's strengths and weaknesses Longwood Gardens' first-ever master plan provides a clear framework for the garden's next generation,delivering physical strategies to accommodate increasing visitation and expanded programming while building a philosophical foundation that clearly articulates the historical and contemporary relevance of gardens.The magnitude of the master plan, including giant infrastructural interventions,heavy traffic engineering proposals,new gardens,ecological restoration and complex architectural restorations alongside contemporary new construction Simultaneously,the master plan solves real problems on-the-ground, resulting in a practical,living document that outlines an incremental and ongoing transformation by combining a number of exciting, high-visibility projects with crucial infrastructural and operational upgrades. One of the major capital projects,now underway is the$90-million "New Heights: The Fountain Revitalization Project,"West 8 is responsible for the design of the garden's public spaces to harmonize with the original design,the enhancement of the Main Fountain Garden's horticultural elements and the creation of new gardens that will provide new amenities for Longwood's guests.The new public spaces will achieve a renaissance for the Garden while retaining its identity as recognizably"Longwood." 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. b West 8 urban design&landscape New York,NY 10013 Landscape Architecture architecture p.c c. d. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26.NAMES OF KEY 27.ROLE IN THIS 28.EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. Place"X"under project key number for (From Section E, (From Section E, participation in same or similar role.) Block 12) Block 13) 1 2 3 4 5 6 7 8 9 10 Adriaan Geuze Design Director X X X X X X X X X X Jamie Maslyn Larson Principal in Charge X X X X X X Daniel Vasini Project Manager X X X X X X Steven T.Lee Project Designer X X X Isaac Stein Project Designer X X X X 26. EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 NORTH SHORE OPEN SPACE PARK VISION 6 8701 COLLINS AVE 2 MIAMI BEACH CONVENTION CENTER 7 EL MALECON 3 MIAMI SOUNDSCAPE PARK 8 PRESIDIO PARKLANDS URBAN PARK AND WATERFRONT TRAIL AT ONTARIO 4 GOVERNORS ISLAND PARK&PUBLIC SPACE 9 PLACE 5 TORONTO CENTRAL WATERFRONT 10 LONGWOOD GARDENS AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 " 167 H.ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEE AS NEEDED. 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE August 27,2015 c.NAME AND TITLE ADRIAAN GEUZE,PROF.,IR.,RLA,ASLA OALA FOUNDING PARTNER,DESIGN DIRECTOR,PRINCIPAL AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2C MANDATORY USE DATE OF FORM 6/2004 1 _ ARCHITECT-ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any) PART II—GENERAL QUALIFICATIONS (If a firm has branch offices,complete for each specific branch office seeking work) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR 4.DUNS NUMBER WEST 8 URBAN DESIGN&LANDSCAPE ARCHITECTURE P.0 ESTABLISHED 2008 N/A 2b.STREET 333 HUDSON STREET,SUITE 905 5.OWNERSHIP a.TYPE "C"Corporation 2c.CITY 2d.STATE 2e.ZIP CODE NEW YORK, NY 10013 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE N/A 7.NAME OF FIRM 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS of block la is a branch office) (1)212 285 0088 j.maslyn @west8.com West 8 urban design&Landscape architecture b.v. 8a.FORMER FIRM NAME(S)(If any) 8b. 8c.DUNS NUMBER ESTABLISHED 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.No.of Employees c.Revenue a. a.Function b.Discipline (1) (2) Profile b.Experience Index Code FIRM BRANCH Code (see Number 02 Administrative 10 1 Codes;Standards,Ordinances 39 Landscape Architects 9 6 Construction Management 39 Landscape Designers/ 13 12 Cost Estimating Inspectors Other Employees 46 0 Educational Facilities Environmental Impact Studies,Assessments or Statements Highways;Streets;Airfield Paving;Parking Lots Hospital&Medical Facilities Irrigation;Drainage Landscape Architecture 8 Office Building;Industrial Parks Planning(Community,Regional Areawide &State) Planning(Site,Installation,and Project) Sewage Collection,Treatment and Disposal Surveying:Platting;Mapping;Flood Plain Studies Storm Water Handling&Facilities Traffic&Transportation Engineering Urban Renewals;Community Development Water Supply;Treatment and Distribution Zoning;Land Use Studies Total 78 19 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM 1. Less than$100,000 6. $2 million to less than$5 million FOR LAST 3 YEARS 2. $100,000 to less than$250,000 7. $5 million to less than$10 million (Insert revenue index number shown at right) 3. $250,000 to less than$500,000 8. $10 million to less than$25 million a.Federal Work l 0 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 18 5. $1 million to less than$2 million10. $50 million or greater AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) MANDATORY USE DATE OF FORM 6/2004 n,.a.,a., i x .•,is 169 c.Total Work 18 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b.DATE August 27,2015 c.NAME AND TITLE ADRIAAN GEUZE,PROF.,IR.,RLA,ASLA OALA FOUNDING PARTNER,DESIGN DIRECTOR,PRINCIPAL AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004) \A AuIIATl1DV I!Cr I1ATC!1C CrlDAA AM MA -— — - • . lit 40( ../t', ' l , '• , z, ' ilk -. . • I ' ..... _ T.....- %,. r--- , ..-:- k. •. rit.-,,,z,.,,lit-V -, N___ „. :-,„,.- . , ,r__ .___Iii fr ; ..,. • ,.....tr91,......-.--,0 , : 7/401 's .. "s• 11 ilt .V. • .... ....••-.-_,.. .■:::;,-...."1,. ..sr-a...." 4.7.1."....,....7* ..a... --- ,:ir ; ■0./-' .. --' -4,-'-' -V. al1-7'.' -,...4b-r, ..r.. ... -,- "" '''',..X ''',4-1.0, WO; - .-, '1,4 4 .. ". 14. - 41 r d., -..■='.,...s.,ett..,x...:,,:,,_-* ., • 4- . _ 1 ..„,„ 00 --, .. 0 -4 ..,• .44 . . . ...".. , ,. . . , West 8's proposal for Palma de Mallorca beachfront,Spain 1 i. .,:. . 171 1— S fA"?DAF ) FIT-3 V 332 SYNALOVSKI RUMANIK SAYE ARCHITECT- ENGINEER QUALIFICATIONS PART I—CONTRACT SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1. TITLE AND LOCATION(Ckyand State) Architectural&Engineering Design Services for the North Shore Open Space Park Project. - City of Miami Beach,FL 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER July 10`h,2015 RFQ#2015-211-KB B.ARCHITECT—ENGINEER POINT OF CONTACT 4. NAME AND TITLE Manuel Synalovski,AIA, LEED AP,Managing Principal 5. NAME OF FIRM Synalovski Romanik Saye,LLC 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS 954.961.6806 954.961.6807 msynalovski @synalovski.com C.PROPOSED TEAM (Complete this section for the,N11110 contractor and all key subcontractors.) (Check) re cc UJ m 0 9. FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT CL a7 Synalovski Romanik Saye,LLC 1800 Eller Drive Architect a. x Suite 500 [ ]CHECK IF BRANCH OFFICE Fort Lauderdale, FL 33316 b. x [ ]CHECK IF BRANCH OFFICE c. X [ ]CHECK IF BRANCH OFFICE d. x [ ]CHECK IF BRANCH OFFICE 6. X [ ]CHECK IF BRANCH OFFICE f. x [ ]CHECK IF BRANCH OFFICE g. x [ ]CHECK IF BRANCH OFFICE h. x E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Co_mplete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Manuel Synalovski,AIA,LEED AP Managing Principal a TOTAL b WITH CURRENT FIRM 30 25 15. FIRM NAME AND LOCATION(C6),and State) Synalovski Romanik Saye, LLC-Fort Lauderdale,FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Architecture, 1983,University of Miami Florida,Architect;Texas,Architect;Connecticut,Architect Illinois,Architect;Puerto Rico,Architect 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) NCARB,AIA,LEED AP,UBCI, Broward County Board of Rules and Appeals,President B'nai Aviv in Weston,Board Member Area Agency for the Aged,Sponsor for:Children's Harbor in Pembroke Pines,Kids in distress in Wilton Manors,Jewish Federation of Broward County, Rotary Club in Weston, Samuel Scheck Hillel Day School,UNICEF USA,Broward Community College 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(C ,and State) (2)YEAR COMPLETED Lighthouse Point Police Station(Lighthouse Point.FL) PROFESSIONAL SERVICES CONSTRUCTION(vAppdca6le) 2007 2008 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm When an elementary school adjacent to the Lighthouse Point City Hall was vacated, our firm was contracted to develop the a. program for a new 20,000 SF police facility and offices for the Building and Code Enforcement departments. The $1.3 million budget allowed for the enclosure of an existing breezeway for maximum security. Building facades were enhanced, a new sally port for prisoner transfer was added, and the buildings' interiors were renovated. Classrooms were converted to roll call rooms, training rooms, offices, holding cells, locker rooms, and a fitness center. School administration space was reconfigured into a reception and dispatch area.The third onsite structure was demolished and replaced by secured police parking, landscaping, and site furnishings that connected the police station with City Hall. (1) TITLE AND LOCATION(Cry and State) (2)YEAR COMPLETED Library Park(Weston,FL) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 2007 2008 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b A 5 acre passive "reading" park located adjacently to the Weston Branch Library, creates a strong connection between both facilities with a paved walkway that leads directly from the library.The park offers three(3)beautiful gazebos that are often used as outdoor venues for Library events and by avid readers,lighted pathways,a Weston History Walk providing education relating to the City's archeological past, Florida Author's Fountain, seating and open areas for picnics and ample parking. One of the rare amenities offered at this park is free WIFI throughout. SRS was responsible for designing the Restroom Building and making it consistent with the overall design of the park and as well as completely ADA accessible. (1) TITLE AND LOCATION(Cr*and State) (2)YEAR COMPLETED Fire Station#70 (Miramar,FL) PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2006 _ 2007 (3) BRIEF DESCRIPTION(Brief scope,size,cost,eta)AND SPECIFIC ROLE [X]Check if project performed with current firm c. A new 14,000 SF fire station was required to replace an existing structure. City ordinances called for Mediterranean style architecture to complement other City buildings.The fire station includes four bays,public conference room,communications room, day room, dining room, kitchen, lockers and restrooms, fitness room, individual sleeping quarters, and support spaces for the bunker area. (1) TITLE AND LOCATION(cry and State) (2)YEAR COMPLETED Weston City Hall(Weston,FL) PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2006 2007 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm The City of Weston's new City Hall building is located on the same campus as the Weston Police Services Center (Broward d. Sheriff's Office - District VIII) and Fire Station No. 81 in the heart of Weston, FL. The 14,000 SF City Hall building exterior complements the existing public safety buildings and provides a physical presence in the center of the vibrant and active City.The facility houses a public lobby, City administrative offices, and a 162-seat Commission Chamber.SRS worked closely with the City to create spaces that reflected the needs of the City and set a tone that was both elegant and inviting for the community.In addition to being the Architect of Record, the firm also performed the Interior Design services for the facility, playing an integral role in the design and selection of the finishes,fabrics,and furniture. (1) TITLE AND LOCATION(City end State) (2)YEAR COMPLETED Lauderhill City Hall(Lauderhill,FL)—(LEED Silver) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 2007 2008 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm When Hurricane Wilma destroyed Lauderhill's Municipal Complex in 2005,its replacement was planned as an eco-friendly"Green" community hub that would also revitalize the City's business center. The 40,000 SF, four-story structure was built on a four-acre e' site in the City's central business district. The new City Hall occupies a prominent position in the community and reflects the diversity and pride of the City's population by portraying a Florida Tropical style.City Hall provides workspace for the offices of the Mayor, Commissioners, City Manager, City Clerk, Finance, Building, Planning and Zoning, Code Enforcement and Utilities departments, Redevelopment Agency, State Housing Initiatives Partnership, Office of Business and Neighborhood Enhancement, and Human Resources and Information Technology departments.Its 150-seat Commission Chamber with prefunction areas is open to the community for civic events. .Any.��..a,��a�,.y- i,. 173 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 Merrill Romanik,AIA,LEED AP Principal/Project Manager/Architect a. TOTAL b WITH CURRENT FIRM 22 22 15. FIRM NAME AND LOCATION(City and Stale) Synalovski Romanik Saye, LLC-Fort Lauderdale,FL 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Architecture,University of Florida 1989 Florida,Architect; Interior Designer Master of Building Construction,University of Florida 1992 Master of Architecture,Georgia Institute of Technology 1994 Cnntinuina Fducation 1897-Present 18. OTHER PROFESSIONAL QUALIFICATIONS(Publcatlorra,Organizations,Training,Awards,etc.) NCARB,AIA, International Association of Interior Design, International Association of Police Chief Certification for the design of Police and Fire Facilities 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and SW (2)YEAR COMPLETED West Manatee Fire&Rescue Fire Station#2(West Manatee,FL) PROFESSIONAL SERVICES CONSTRUCTION(VAppttcabt) 2013 2014 (3) BRIEF DESCRIPTION(Brief scope,size,coat,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm In partnership, Ross Built and SRS worked closely with the West Manatee Fire Rescue District to renovate Fire Station #2. This a• was the third remodel and renovation done for the West Manatee Fire Rescue District,SRS recently completed renovations on the Fire Rescue Administration Building as well as Fire Station#1.The existing fire station, built in 1986,was improved inside and out so that the fire fighters and EMS staff remained operational 24/7 in their existing facility.SRS added 2721 S.F.of new space to the already existing 7066 S.F.,for a reception area, Dining Room, Kitchen, Day Room and Fitness/Gym area. Inclusive of this was a new Fire Sprinkler System for the entire building.To adhere to ADA requirements, a handicap ramp was added for easy access to the hulk-Jinn (1) TITLE AND LOCATION(C4 and Sta e) (2)YEAR COMPLETED Fleet Maintenance Facility(Plantation,FL) PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2008 1 2009 (3) BRIEF DESCRIPTION(Brief scope,.size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm When Plantation's Fleet Maintenance Facility was destroyed by Hurricane Wilma in late 2005, the City used grant money and b. insurance funding to create a state-of-the art multifunctional new facility on the original public works site.With the City's greatly increased population over the past decades, the 40-year-old prefabricated metal building was outdated and insufficient to meet community needs.With a$2.2 million budget,the facility was replaced by a 15,900 SF structure that serves a 500-vehicle fleet, including cars, trucks, and equipment.The building houses six large-engine service bays,two smaller bays,administrative spaces, • parts room,storage space,personnel lounge as well as showers, lockers,and restrooms. (1) TITLE AND LOCATION(City and Stale) (2)YEAR COMPLETED Lighthouse Point Library(Lighthouse Point,FL) PROFESSIONAL SERVICES I CONSTRUCTION(If Applicable) 2005 2007 (3) BRIEF DESCRIPTION Piet scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Synalovski Romanik Saye, LLC was the architect for the City of Lighthouse Point City Hall Renovations/Remodeling and Library Expansion/Renovation.SRS was integral in assisting the City in preparing and acquiring the grant money to fund this project. c The newly expanded and renovated library offers an additional 3800 SF.The area is divided into both public and staff areas.The public area includes a nine-seat computer teaching lab;a meeting room with high-tech distance leaming projection equipment and a flat screen television (plus small kitchenette); a dedicated teen space which houses the library's collection of audio-visual resources including DVDs, videocassettes, and books on both cassette and CD; and a new inviting spacious colorful children's department. Two small administrative offices were provided; one office houses the elevator to the second floor private storage area.What began as a$48,000 cosmetic treatment morphed into a$1.2 million capital project funded jointly by General Obligation bonds issued by the City of Lighthouse Point, a $285,000 State of Florida library construction grant, and most significantly the generous donations of private individuals businesses and service aaencies City (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Northside Elementary School(Fort Lauderdale,FL) PROFESSIONAL SERVICES CONSTRUCTION Of Applicable) 2004 2005 (3) BRIEF DESCRIPTION(Brief scope,size,coat,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d Designated as an historical structure, Northside Elementary School was built in 1927, but over the years several additions were built. None, however, paid homage to the Mediterranean design and U-shaped courtyard configuration of the original two-story classroom building.Working closely with the School Board of Broward County and the City of Fort Lauderdale's Planning&Zoning Department and Historic Preservation Board, we created a plan to protect the integrity and beauty of the original campus while adding a two-story, six classroom structure directly onto the historic building. The L-shape created by the addition allowed for a secondary courtyard that extended the open exterior corridor system of the older buildinq and updated the chiller unit. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Public Works Campus(Pembroke Pines,FL)(seeking LEED PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Silver) 2011 2014 131 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e. The City required a Public Works Campus to serve its growing population.A 15-acre parcel was designated as the site for multiple buildings totaling 88,600 SF.The$14 million project is a redevelopment effort that will also feature natural wetlands and passive park areas.Service departments include Public Works,Purchasing,Engineering, Utilities,Fleet Maintenance,Storage,and Fueling Station.Buildings are organized around public and secured parking fields to allow public access and staff vehicles.The new campus will meet LEED Silver criteria. STANDARD FORM 330(1120041 PAGE 2 .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.) 1 21.TITLE AND LOCATION(City and Sate) 22.YEAR COMPLETED Civk Center(Pembroke Pines,FL) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 2013 2015 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Pembroke Pines Paul Edelstein,Asst.Dir Public Works 954.437.1116 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) A beacon in the community, Civic Center at City Center in Pembroke Pines will be a four-story, flexible-use civic center where plays, conferences, small concerts and other performances will take place.The main hall in the Civic Center will have up to 3,500 seats with the flexibility to accommodate a small crowd using retractable seats and to cater to more uses as well. In addition,the Civic Center will also house the new Commission Chambers on the ground level and the City's new administrative offices on the top two floors. The public lobby engages the visitor with great wall of natural light, a cascade of lights hovers above, glass elevators and escalators help move the •eo•le throu•h the s•ace,and the finishes are el-•ant,modem and sleek. . • -tea '""�. : ��' �i._ t IS t1'1 - ii 1. DID_�.� .- s (EY . ' �. ;gym.- - ��zE�t�� •_ t r;� , . .._.., . i i _ , _,..t..— illd ... rt. ,1 ' t.. T► jj 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)FIRM LOCATION(City and Sate) (3) ROLE a. Synalovski Romanik Says,LLC Fort Lauderdale, FL Architect (1) FIRM NAME ' (2)FIRM LOCATION(Cry and Stale) (3) ROLE b. (1) FIRM NAME (2)FIRM LOCATION(Cdy and Slate) (3) ROLE C. (1) FIRM NAME (2)FIRM LOCATION(City and Sate) (3) ROLE d. „1 e" 175 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.) 2 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Plantation Community Center(Plantation,FL) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 2014 2015 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Plantation Danny Ezzeddine, Dir.Design&Const.Mgr 954.249.6480 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) A new 12,500 SF community center will enhance Plantation Woods Park, located within the Plantation's"Historic District."The new$2 million community amenity embraces the whimsical wood-themed park and offers the citizens of Plantation three meeting room spaces and an aerobics/dance studio that may all be converted into one large space for events for over 300 people,a game room, a warming kitchen, administrative offices, restrooms and storage. The structure appears to float into the existing park and provides the indoor spaces in a light, airy and natural way. SRS has also designed two other Community Centers for the City @ Jim Ward Park and Volunteer Park. • , _ %-fr"::1 111" . // • •yam, / r .4 • • I I J ti h.' 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)FIRM LOCATION(Cay and State) (3) ROLE a. Synalovski Romanik Saye,LLC Fort Lauderdale, FL Architect (1) FIRM NAME (2) FIRM LOCATION(CAyand State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION ply and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2)FIRM LOCATION(Cayand State) (3) ROLE e. (1) FIRM NAME (2)FIRM LOCATION(Cay and State) (3) ROLE f. 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.) 3 21.TITLE AND LOCATION(Cry and State) 22.YEAR COMPLETED Fort Lauderdale High School Concurrent Replacement, PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) (Fort Lauderdale,FL) 2011 2014 23.PROJECT OWNERS INFORMATION a. PROJECT OWNER b POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER School Board of Broward County Greg Boardman/Project Manager 754.321.1620 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) A $17 million replacement for an existing, outdated high school is under construction and will be completed in two phases. For Phase I, our firm is responsible for design services inclusive of schematic design through construction completion. The project consists of two three-story buildings: one for administrative functions, and the other housing academic activities. New parking and remodeling of existing science laboratories are also underway. The classroom building accommodates Public Service and Cambridge University School Magnet programs,general science,culinary arts,and ESE studies as well as traditional courses. I ' P\i.— ' '� . .irl!`-_-7:7 tiny SIT �i- X110,:n +" .»'"- - . • . • x -^i imp -— - :I = r' I .,y• '-t e 3 ' _ • / -` / ` t I , /ter- •-...,_:,.•-...,_:,..,' • I j 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3)ROLE a. Synalovskl Romanik Saye,LLC Fort Lauderdale,FL Architect Interior Design (1) FIRM NAME (2) FIRM LOCATION(City and State) (3)ROLE b. (1) FIRM NAME (2) FIRM LOCATION(CSy and State) (3)ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3)ROLE d. .,n.,..;..a,..,s k:k.,,i.,.I.,- 177 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.) 4 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Public Services Facility(Sunrise,FL) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) Phase 1 completed in 2009 Phase 2 completed in 2013 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Sunrise Alan Gavazzi/Asst.Dir.Comm. Dev. 954.572.2487 1. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) In designing a new multi-departmental public services complex for the City of Sunrise, a primary challenge was to allow each department's connectivity to the whole while enabling them to operate separately. Their differing hours of operation and varying levels of security were carefully considered in the site plan to balance strategic accessibility with maximum protection.The buildings include: Public Works (16,440 SF), Leisure Services (8,356), Fleet Maintenance (18,648 SF), Fueling Station (4,728 SF), and Trash Transfer Station (5,508 SF). Each department's functional, equipment, and material storage needs were thoroughly assessed. A tilt-up wall system was utilized for cost- and time-effectiveness. Our firm monitors onsite construction progress, ensuring quality control throughout. The 51,000 SF project was budgeted at$7.5 million. The Fueling Station was completed in the last quarter of 2009. The remainder of the project has just been completed at the end of 2013. +e.eaaa Illibli - : �\� _ \ - r � :ry w ::K._L - .. .l4. _ cj ,, r e _.----" 4 ` i !'� _. _ 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)FIRM LOCATION(City and State) (3) ROLE a. Synalovski Romanik Saye,LLC Fort Lauderdale,FL Architect (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(Cay end State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3)ROLE C. (1) FIRM NAME (2)FIRM LOCATION(City and State) (3) ROLE t. 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.) 5 21.TITLE AND LOCATION(City and Sete) 22.YEAR COMPLETED Miramar Pineland Park(Miramar,FL) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 2011 2013 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Broward County Parks&Rec. Sue Goldstein/Project Manager 954.357.8060 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) At roughly 157 acres, Miramar Pineland is a unique combination of scrubby flat woods to the north and restored wetlands and associated prairie to the south. Its slash pine forest, in the northern half, is one of the largest intact resources of its kind in the county. The two distinct vegetative communities are separated by fairly deep ravines that were cut when the site was once popular with off- road-vehicle enthusiasts. It will be one of the most diverse sites in the Broward County Parks and Recreation Division: part regional park,part nature center,and part natural area.The public will be able to enjoy the Pineland Trail(approximately 3,700 feet of walkway that is a combination of concrete trail and elevated boardwalk with overlook); the Wetland Trail and Boardwalk (a trail combining concrete path and aluminum boardwalk that runs approximately 2,400 feet along and through the park's wetland mitigation project);a large covered playground; the Division's first interactive children's water-play Splash Pad; restroom facilities;three rental shelters; and an entrance gatehouse. • • ii F .- 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Synalovski Romanik Saye,LLC Fort Lauderdale,FL Architect (1) FIRM NAME (2) FIRM LOCATION(Cry and Sate) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(Ctly and State) (3) ROLE d. ,150, "s:rdan 3's v.a,.s.I,h' 179 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,H not specified. Complete one Section F for each project.) 6 21.TITLE AND LOCATION(Cry and State) 22.YEAR COMPLETED Fire Training Fleet Maintenance Facility(Hollywood,FL) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 2009 2010 23.PROJECT OWNERS INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Hollywood Bob Wertz/Project Manager 954.921.3992 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) On one campus adjacent to a City Park, the City of Hollywood Fire Department provided their Staff with a new$5.6 million"training- based"Fire Station Facility(11,236 SF)as well as a Training Tower(8,775 SF)and Fleet Maintenance Facility(15,276 SF).The close proximity of these facilities allows the City to maximize the learning experience for the staff at one location, and allows the staff to conduct Community Outreach via informational programs on Fire Safety. The new Fire Training and Fire Fleet Maintenance Facilities was completed in June 2010.It received the America's Crown Communities Excellence 2010 Award. I � : _ 4 t µo >I . L ' __.' • _� lr' .a* O _ _ _ _ te— - - •S'+s rT M' - _' - ^---— ,�? jii)A era.4i ,.....44. .1 110 - ` a 4 sr•25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(Cry and State) (3) ROLE a. Synalovski Romanik Says,LLC Fort Lauderdale,FL Architect Interior Design (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. 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) - 7 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Dania Beach Paul DeMalo Library(Dania Beach,FL) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) (LEED Gold) 2009 2010 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Broward County Library District Sue Goldstein/Project Manager 954.357.8060 1. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The 10,000 SF Dania Beach Paul DeMaio Library represents a great leap forward in the redevelopment of this quiet beach side town. The 10,000 SF Library unites cutting edge technology and 21st century sustainable environmental strategies with the Florida Vernacular Architectural prevalent when Dania became Broward's first city in the early 1900s.With the goal and motto of"Established in History, Preparing for Tomorrow,"the Library's historic design features were combined with state-of-the-art technology and construction methods. Pastel colors, porches, louvered awnings, multi-pitched roof lines,and sweeping overhangs respond to Florida's tropical climate, while the Library's technological resources offer visitors a highly satisfying experience. With a $3 million budget, the Library is the keystone of this downtown site which provides tremendous community connectivity and access to public transportation. An adjacent multi-story parking structure will support Library activities as well as staff and visitor needs of the future City Hall replacement and planned hotel,retail,and residential towers on the site. ..` _ b 0 ..,,, jilt. ,,.. ....,. brik 4- te • • li L 1#1.ji ,. .. ,. /11 1 - �o ' 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(CRyand State) (3)ROLE a. Synalovskl Romanik Says,LLC Fort Lauderdale,FL Architect (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 a. (1) FIRM NAME (2)FIRM LOCATION(C and Stat.) (3) ROLE 1, ,c ;111.1,iw,tlatu.i k,,oc JI.,I,, 181 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.) 8 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Plantation Police Expansion and Renovation(Plantation,FL) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 2008 2009 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Plantation Danny Ezzeddine,Dir.Design&Const.Mgr 954.797.2256 1. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The City of Plantation's existing Police Department was a 34,000 SF facility. Due to population increases and annexations, the police force had doubled in size since the original structure was built in the early 1980s. Faced with space issues and drastic technology changes, the City of Plantation charged MSA with analyzing their programming needs and creating a phased master plan in order to accomplish the work while still allowing for the existing station to continue operating 24/7.The process revealed that the Police Department's needs would require an additional 34,000 SF in order to fulfill the Department's needs today. The solution required an eight-phase approach that included the construction of a new sally port,a holding cell facility,a fitness center with locker 1 rooms, a roll call room, interview rooms, report writing rooms, offices for Patrol, Street Crime, and Traffic personnel, an administration office,a community room,and a new open and inviting public lobby.max¢ i Pam 4 r .r I _ c ; h' 7. S f a 11 4 a �' r • — • —_ -+---- -.-,r This work was completed as part of our Continuing Professional Services agreement with the City of Plantation. In addition to the Plantation Police Expansion and Renovation, we completed the following projects with the City: Fire Station No. 2 Remodeling, Fire Station No. 4 Bunk Room Addition, Fire Station No. 6,Volunteer Park Community Center, Jim Ward Park Community Center, Public Works Fleet Maintenance Facility,and Central Park ADA Improvements. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Synalovski Romanik Saye,LLC Fort Lauderdale,FL Architect (1) FIRM NAME (2)FIRM LOCATION(City and State) (3) ROLE b. (1) FIRM NAME (2)FIRM LOCATION(Clly and Slate) (3) ROLE C. (1) FIRM NAME (2)FIRM LOCATION(CRy and State) (3) ROLE d. (1) FIRM NAME (2)FIRM LOCATION(City and State) (3) ROLE 0. 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.) 9 21.TITLE AND LOCATION(Cay and State) 22.YEAR COMPLETED Sunrise Athletic Complex(Sunrise,FL) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 2006 2007 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Sunrise Alan Gavazzi/Asst. Dir.Comm.Dev. 954.572.2487 1. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The 29-acre Sunrise Athletic Complex, initially developed in the 1970s, needed upgrades and renovation for degraded equipment and eroded site conditions.We provided an improvement plan for five baseball fields with dugouts and new scorer's towers,as well as improvements to lighted tennis courts, basketball court,two racquetball courts,and two soccer fields.Enhancements were added to the tot lot,playground equipment,restrooms,and a community building.The budget of$883,600 included drainage upgrades,a new multipurpose football field,new pedestrian sidewalks and pathway lighting,grading improvements on the existing fields,replacement of two existing pedestrian bridges over a water body, and construction of new vehicular barriers and landscape improvements along the perimeter of the site. y S -. .--7:-•_...5... c--ks . -.*..-:_ . __ . iser..). _. .. i J;# "� . „...: ../ ,• - \• " lily ._ % . 25.FIRMS FROM SECTION C'INVOLVED WITH THI S PROJECT (1) FIRM NAME (2)FIRM LOCATION(CAyand State) (3)ROLE a- Synalovski Romanik Saye,LLC Fort Lauderdale, FL Architect (1) FIRM NAME (2)FIRM LOCATION(Cd),and State) (3)ROLE b. (1) FIRM NAME (2)FIRM LOCATION(cay and State) (3)ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(CA),and State) (3)ROLE e. (1) FIRM NAME (2) FIRM LOCATION Ply and State) (3) ROLE f. .A,..G.rd:r s,».,n.,hr 183 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.) 10 21. TITLE AND LOCATION(City and Stem) 22.YEAR COMPLETED Miramar Police Substation(Miramar,FL) PROFESSIONAL SERVICES CONSTRUCTION(if Applicable) 2005 2006 23.PROJECT OWNER'S INFORMATION a PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miramar Bissy Vempala/City Engineer 954.602.3320 1 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The City of Miramar is a rapidly growing linear-shaped municipality, extending for several miles from east to west. As community development progressed toward the west,a police presence was required to meet the needs of this growing population.The 20,000 SF Miramar West District Police Substation is part of a municipal hub that includes the Sunset Lakes Community Center, Fire Station No. 100,and a community recreational facility.The substation includes a public reception area,community room,roll call room, administration spaces for the substation's leadership,traffic division,code enforcement,detectives bureau,staff lounge,SWAT storage, and ei•ht-lane tactical trainin. ran.e. ..- +� - .may -�,�T '7 1�y":.'' It"''- '-.1.' , . _..,:-,:,....7.40.:i,-,_-_,,,a..z.i.e.,sxm' ...; .i..'0.'_--71--/ i !..—.. ;—-. , — *Y,:"12 - ' ' --'..I --- ! -J14::: J ,..,:sk :SL........ 417,-Nkrt - _ �-�_,.��. r- � r It.. . It, 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(CRy and State) (3) ROLE a. Synalovski Romanik Says,LLC Fort Lauderdale, FL Architect (1) FIRM NAME (2) FIRM LOCATION(CR),and State) (3)ROLE b. (1) FIRM NAME (2) FIRM LOCATION c*y and Stat.) (3)ROLE c. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3)ROLE d. (1) FIRM NAME (2) FIRM LOCATION(CRy and State) (3) ROLE 0. (1) FIRM NAME (2) FIRM LOCATION(CRyand State) (3)ROLE f. G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26.NAMES OF KEY 27.ROLE IN THIS 28.EXAMPLE PROJECTS LISTED IN SECTION F 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.) 1 2 3 4 5 6 7 8 9 10 Manuel Synalovski,AIA,LEED AP Managing Principal x x x x x x x x x x Merrill Romanik,AIA,LEED AP Project Manager/Architect x x x x x x x x x x 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Civic Center(Pembroke Pines,FL) 6 Fire Training Fleet Maintenance Facility(Hollywood, FL) 2 Plantation Community Center(Plantation,FL) 7 Dania Beach Paul DeMaio Ubrary (Dania Beach,FL)(LEED Gold) 3 Fort Lauderdale High School Concurrent 8 Plantation Police Expansion and Renovation Replacement, (Fort Lauderdale,FL) (Plantation,FL) 4 Public Services Complex(Sunrise,FL) 9 Sunrise Athletic Complex(Sunrise,FL) 5 Miramar Pineland Park(Miramar,FL) 10 Miramar Police Substation(Miramar,FL) STANDARD FORM 330(1/2004)PAGE 4 h," ,_Y�.,•s 185 H.ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE ' • 32. DATE August 27th,2015 33. NAME AND TITLE Manuel Synalovski.AIA,LEED AP,Managing Principal STANDARD FORM 330(1/2004)PAGE 5 1. SOLICITATION NUMBER pl any) ARCHITECT— ENGINEER QUALIFICATIONS RFO#2015-211-KB PART II—GENERAL QUALIFICATIONS (If a firm has branch offices,complete for each specific branch office seeking work.) 2a. FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4. DUNS NUMBER SYNALOVSKI ROMANIK SAYE,LLC 2009 962303488 2b. STREET 5.OWNERSHIP 1800 Eller Drive,Suite 500 a.TYPE 2c. CITY 2d.STATE 2e.ZIP CODE LLC Fort Lauderdale FL 33316 b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE Yes Manuel Synalovski,AIA,LEED AP-Managing Principal 7.NAME OF FIRM(II bock 2a,s a brand"once) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS 954.961.6806 msynalovski @ synalovski.com 8a.FORMER FIRM NAME(S)(II any) Bb.YR.ESTABLISHED 8c.DUNS NUMBER Manuel Synalovski Associates,LLC 2009 962303488 Manuel Synalovski,Inc. 2006 Manuel Synalovski Architects,Inc. 1994 Manuel Synalovski,AIA,NCARB 1986 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c.Revenue a.Function b.Discipline c.No.of Employees a.Profile b.Experience Index Number Code (1)FIRM (2)BRANCH Code (ses below) 06 Architects I Interns 5 C10 Commercial Building;(low rise);Shopping 4 37 Interior Designers 2 F02 Field Houses,Gyms,Stadiums 2 02 Administrative 3 E02 Educational Facilities:Classrooms 5 001 Garages;Vehicle Maintenance Facilities;Parking 2 001 Office Building;Industrial Parks 3 P13 Public Safety Facilities 4 S11 Sustainable Design 2 105 Interior Design;Space Planning 2 J01 Judicial and Courtroom Facilities 1 L04 Libraries;Museums;Galleries 1 R04 Recreational Facilities(Parks;Marinas;act.) 3 S12 Swimming Pools 1 H10 Hotels;Motels 2 C11 Community Facilities 4 007 Dining Halls;Clubs;Restaurants 2 A08 Animal Facilities 1 All Auditoriums&Theatres 1 CO5 Child Care/Development Facilities 2 C06 Churches;Chapels 2 H11 Housing(Residential,Multifamily,Apartments, 2 Other Employees 9 Total 19 11 ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. 42 million to less than$5 million (Insert revenue index number shown at right) 2. 3100.000 to less than 3250,000 7. $5 million to less than$10 million a.Federal Work 0 3. $250.000 to less than 3500,000 8. $10 million to less than$25 million 4. 3500.000 to less than S1 million 9. $25 million to less than$50 million b.Non-Federal Work 7 5. 31 million to less than$2 million 10.$50 million or greater e.Total Work 7 _ 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE (411 , b. DATE August 27th,2015 c. NAME AND TITLE Manuel Synalovski,AIA,LEED AP, Managing Principal AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(112004)PAGE 6 MANDATORY USE DATE OF FORM 511/2004 187 STA ND.RD FORM 330 SAAO EL-HAGS CONSULTING ENGINEERS E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT +. VCe C CYOCnrCUrC a. TOTAL b.WITH CURRENT Saad El-Hage p Project Engineer FIRM 28 14 15 FIRM NAME AND LOCATION(City and State) Saad Elia El-Rage Consulting Engineers,Inc.(5601 NW 96'Ave,#401,Fort Lauderdale,Fl.33309) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Master Of Science,Civil Engineering Professional Engineer 42550,(Florida,Civil Engineering) Bachelor Of Science,Civil Engineering Threshold Inspector 965 (Florida,structural inspection) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) ACI,ASCE 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CONST.STARTS 2013 DEPARTMENT MAINTENANCE FACILITY.BROWARD COUNTY AVIATION DEPARTMENT PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (FORT LAUDERDALE,FL) STRUCTURAL DESIGN a (3)BRIEF DESCRIPTION(Brief scope,sine,cost,etc.)AND SPECIFIC ROLE 2 BLDG&3 STORY OFFICE BLDGS(CONCRETE JOISTS,TILTUP WALLS) 1 STORY WAREHOUSE WITH PARKING ROOF DECK.(D.T,TILTUP WALLS) Check if project performed with current firm (13.0 MILLIONS) PROVIDE STRUCTURAL CONSTRUCTION DOCUMENTS. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 2013 PUBLIC WORK BUILDING,UTILITIES AND ENGINEERING DEV1SION. PROFESSIONAL SERVICES CONSTRUCTION(If applicable) CITY OF COCONUT CREEK,FL STRUCTURAL DESIGN b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm 2 STORY BUILDING,CONCRETE JOISTS,TILT-UP WALLS (7.0 MILLIONS) PROVIDE STRUCTURAL CONSTRUCTION DOCUMENTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 2013 FORT LAUDERDALE HIGH SCHOOL(FORT LAUDERDALE,FL) PROFESSIONAL SERVICES CONSTRUCTION(If applicabe) STRUCTURAL DESIGN c (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm 3 STORY BUILDING,STEEL JOISTS,TILT-UP WALLS (35.0 MILLIONS) PROVIDE STRUCTURAL CONSTRUCTION DOCUMENTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 2013 MONTESSORI ACADEMY CHARTER SCHOOL(PEMBROKE PINES,FL) PROFESSIONAL SERVICES CONSTRUCTION(It applicable) STRUCTURAL DESIGN d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE © Check if project performed with current firm 3 STORY BUILDING,STEEL JOISTS,TILT-UP WALLS (4.8 MILLIONS) PROVIDE STRUCTURAL CONSTRUCTION DOCUMENTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED END OF 2013 POLICE TRAINING FACILITY (PEMBROKE PINES,FL) PROFESSIONAL SERVICES CONSTRUCTION(If applicable) STRUCTURAL DESIGN e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE © Check if project performed with current firm 1 STORY BUILDING,ROOF TRUSSES,MASONRY WALLS (1.6 MILLIONS) PROVIDE STRUCTURAL CONSTRUCTION DOCUMENTS STANDARD FORM 330(6/2004)PAGE 2 ARCHITECT ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any) PART II -GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4 DUNS NUMBER Saad Elia El-Rage Consulting Engineers 2001 01-994-6487 2b.STREET 5601 NW 9'"Ave.,Suite 401 5.OWNERSHIP a TYPE 2c.CITY 2d.STATE 2e.ZIP CODE Corporation Ft.Lauderdale FL 33309 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(If block 2a is a branch office) all TELEPHONE NUMBER Sc.E-MAIL ADDRESS 954-771-8149 SEHENGRSIBELLSOUTH.NET 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees a.Profile c.Revenue Index Code b.Discipline Code b.Experience Number (1)FIRM (2)BRANCH (see below) 57 Structural Engineer 1 C10 Commercial Building 1 08 CADD Technician 2 C10 Shopping Centers 1 C11 Community Facilities 1 E02 Educational Facilities 1 G01 Gara•es 1 001 Office Buildings P13 Public Facilities Other Employees 2 Total 4 I 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR 1. Less than$100,000. 6. $2 million to less than$5 million LAST 3 YEARS 2. $100,00 to less than$250,000 7. $5 million to less than$10 million (Insert revenue index number shown at right) 3. $250,000 to less than$500,000 8. $10 million to less than$25 million a.Federal Work 1 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 3 5. $1 million to less than$2 million 10. $50 million or greater c. Total Work 4 •• HORIZED REPRESENTATIVE • oregoing is a statement of facts. a.SIGNATURE 1riW b.DATE 8/1.8/2015 c.NAME AND TITLE Saad Elia El-Hage- Structural Engineer •�.^°�y j,n in.Ji..hmnc s v;.<a...o, 189 ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1.TITLE AND LOCATION(City and State) 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER B.ARCHITECT-ENGINEER POINT OF CONTACT 4 NAME AND TITLE aad El-Hage 5 NAME OF FIRM Saad Elia El-hage Consulting Engineers, Inc. 8.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS 954-771-R144 954-771-R1.Rq SFHFNGRSBRFI I SnIITH NFT C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) w F o V 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT >a a 40. cn� x 56,01 NW 9Th Ave.,#401 Senior Project Engineer Saad Elia El-Hage Cons.Engrs,lnc. a. Fort Lauderdale,Fl.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 f. ❑ CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(8/20041 PAGE 1 MANDATORY USE DATE OF FORM 5/2004 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27.ROLE IN THIS 28.EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL(From CONTRACT(From (Fill in"Example Projects Key"section below before completing Section E,Block 12) Section E, Block table.Place"X"under project key number for participation in 13) same or similar role.) 1 2 3 4 5 6 7 8 9 10 ;aad El-Rage Project Engineer • • 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 6 2 7 3 8 4 9 5 10 STANDARD FORM 330(6/2004)PAGE 4 F,;n,, .,�.,,. +:,.,a,.• 191 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 Slate) 22.YEAR COMPLETED City of Miami Beach,Florida,Qualification Based Continuing Contract- PROFESSIONAL SERVICES CONSTRUCTION(Irapplicable) Various projects Ongoing Ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Mr.Hermes Diaz,P.E. 305-673-7080 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Since 2009 Nutting Engineers of Florida, Inc. (NE) has Pnhlic Works Department-Engineering Division been holding this Qualification Based Contract to provide geotechnical engineering and construction materials -Hibiscus and Palm Islands testing services for various departments within the City of -Neighborhood#9-City Center South Beach Bicycle Miami Beach. We have also worked on multiple projects -17th Street Siyialization in Miami Beach with other engineering firms, general contractors and architects. Projects under this contract to date include: Capital Improvements Projects Office: Normandy Shores Golf Course Club House Replica NE provided geotechnical engineering and construction materials testing services for the construction of a new 8,000 SF one-story replica of the 1940's club house i 11.c +• k.+ er- ._ �. 1 *_ building. i'' 'rya ri.hrivt, . arm-•- —1/74,..• �rr r'Neighborhood#RR-Sunset Lands 1 and 1 NE provided geotechnical engineering and construction {e -. ? 6? materials testing services for the installation of new storm - '`,; } . � * ` water sewers and portable water lines. + , ,06, ` n f -Bayshore 8D-Sunset Islands 3 and 4 la tr r ' N;t f' -Neighborhood#8E-Sunset Islands 1 and 2 Outfall �► . -Flamingo Park Football Field Improvements — .�n+r- ,ice -Bayshore#8E-Sunset Islands 1 and 2 Right-of-Way • 110e 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (QV and State) (3)ROLE Nutting Engineers of Florida,Inc. Miami,Florida Geotechnical Engineering Firm-full scope of 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) PAGE 8 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 Miami-Dade GSA,Miami,Florida-Joseph Caleb Center New Courthouse PROFESSIONAL SERVICES CONSTRUCTION(If applicable) and Parking Garage 2009 ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT c.POINT OF CONTACT TELEPHONE NUMBER Miami Dade GSA(Gen Sery Admin) Mr.Alex Rodriguez,RA,LEED AP 305-375-5965 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Performed preliminary geotechnical investigation in 2003 Project general contractor selection phase.Nutting has (c/o F.R.Aleman)when the design involved a proposed already been retained for the construction material testing 8-9 story building.Nutting performed an additional and threshold inspections for this project. geotechnical investigation in 2009,requested by Bermello Ajamil and Partners,as well as a Phase I and II Environmental Assessment on the property. Portions of the site were filled with various types of debris to depths of approximately 12 feet causing large depressions in the pavement areas. We worked with the client and the structural engineer to provide the best economical solutions for foundation support. Currently plans include the phased construction of a three level 149,500 SF parking garage and a separate 2-story 38,000 SF courthouse annex building on the approximate 1.44 acre site.Construction is expected to be reinforced concrete frame with precast prestressed joists and cast in place concrete decks.—600 16-inch diameter, 100 ton auger cast piles are to be installed for foundation support. Ground slabs are structural and the walls will be engineered unit masonry. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Nutting Engineers of Florida,Inc. Miami,Florida Geotechnical Engineering Firm-full scope of 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 0. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. STANDARD FORM 330 (6120041 PAGE 9 nom.6w,,am,s kss.sit„ion, 193 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 Florida Keys Aqueduct Authority,Monroe County,Florida-Numerous PROFESSIONAL SERVICES CONSTRUCTION(N applicable) Projects 1995-ongoing ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT c.POINT OF CONTACT TELEPHONE NUMBER Florida Key Aqueduct Authority Mr.Ray Shimokubo/Mr.Tom Walker,P.E. 305-296-2454 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT T- - -l •- _ I Nutting has provided geotechnical engineering and r . _ _ i• construction materials testing services to the Florida Keys ---- Aqueduct Authority for over 15 years. wt Projects include: +1' . • Distribution Pump Station - I.. .% ."e~ ~ — 1 • Directional Drilling @ 18 Mile Stretch - .♦ _ • Cross Key Pump Station Tower �'�Ac i • Key Largo Maintenance Building y !` ,, • Ocean Reef Distribution System ",.. ~` Improvements-Phase II • Main R.O.Warehouse . „ `` • Rockland Key Property(Site I&II) . _ ..-- t • North Crawl Key , • Ocean Reef Vacuum/Pump Station 1n • Key Largo Pump Station , - " _, i • Key Largo WWTP zr • Duck Key Waste Water and Water Line i:-:• :. iir:7 • Conch Key WWTP 1 • Layton Key Waste Water and Water Line . _ . ., I ri Installations _• • Distribution System Upgrades along US-1 . , • Islamorada Pump Station ; s l� L Estimated fees:$150,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME I(2)FIRM LOCATION(City and State) (3)ROLE a, Nutting Engineers of Florida,Inc. Miami,Florida Geotechnical Engineering Firm-full scope of services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (11 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 i(2)FIRM LOCATION(City and State) (3)ROLE S. (1)FIRM NAME ' (2)FIRM LOCATION(City and State) (3)ROLE f STANDARD FORM 330 (6/2004) PAGE 10 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 end State) 22.YEAR COMPLETED City of Coral Springs,Florida-Various Projects PROFESSIONAL SERVICES CONSTRUCTION(Mappticabie) ongoing ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT c.POINT OF CONTACT TELEPHONE NUMBER City of Coral Springs-Various Mr.Isaac Kovner,P.E. 954-345-2160 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Nutting Engineers of Florida,Inc.has been providing 2012 and Prior: geotechnical exploration and engineering,construction Emergency Water Services Interconnect Upgrade- materials testing and inspection services on many Performed geotechnical engineering for the installation of ro ects for the City of Coral Springs,mcludin -.5,100 linear feet of 16"diameter HDPE pipe via p ty g: directional drilling at numerous locations. 2014 Projects to Date- Water Treatment Plant Lime Preparation Building- Performing construction material testing for: Performed geotechnical engineering(through Eckler -Coral Hills force main Engineering),later retained by the City to perform Performed geotechnical engineering for: construction materials testing and inspection services for -Westside municipal site a 1,650 SF building including a 24'high silo situated on -East Royal Palm Boulevard four columns to house-200 tons of lime. -Tennis complex storage shed Police Department Tactical Building-Performed 2013 Projects to Date- geotechnical engineering and construction materials Performing construction material testing for: testing services for the-3,000 SF metal building. -Multiple lift station rehabilitations -Forest Hills wellhead rehabilitation Coral Springs Water Treatment Plant-Performed -Pipe rack slab geotechnical exploration/engineering,construction -City garage lift removal materials testing and inspection services for numerous -Waste transfer station projects including: Performed geotechnical engineering for: -Wellhead replacements -CRA North Parking Lot -Generator project East Royal Palm Boulevard entrance -Phase I/Phase II miscellaneous plant improvements 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City end State) (3)ROLE a. Nutting Engineers of Florida,Inc. Miami and Boynton Beach,Florida Geotechnical Engineering Firm-full scope of 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 a. (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE f. STANDARD FORM 330 (6,20041 PAGE 11 195 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 City of Miramar,Florida,Qualification Based Continuing Contract- PROFESSIONAL SERVICES CONSTRUCTION(Ifappipde) Various Projects ongoing ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT c.POINT OF CONTACT TELEPHONE NUMBER City of Miramar-Various Depts. Ms.Bissy Vempala/Alex Shershevsky 954-602-3320/954-602-3315 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Nutting Engineers of Florida,Inc.(NE)holds a Ansin Sports Complex qualification based continuing service contract with the Old City Hall Site City of Miramar to provide geotechnical engineering, Everglades High School Restroom,Light pole Installation construction materials testing and inspection services. Bass Creek Road Staging Area Vizcaya Park 2014:Police Specialty Vehicle Storage Building @ Miramar Multi-Service Center West Water Treatment Plant-Performed geotechnical Miramar Regional Park exploration/engineering for the proposed single-story, East Miramar Infrastructure Improvements 8,000 SF vehicle storage facility. City of Miramar Projects(via other consultants) 2013:Miramar Community and Cultural Historical Miramar Infrastructure Improvements Amphitheater @ Miramar Regional Park-Performed 6 and 8 Inch Water Main-Area#1 geotechnical exploration/engineering services for the proposed restroom buildings(2),an office structure,a Post Office Vehicle Maintenance Facility 24 Inch 4,000 person capacity amphitheater(band shell)and a Diameter Force Main seating area. Fire Station#107-Performed construction materials West Water Treatment Plant Reverse Osmosis testing services during the construction of a new 1-story, Expansion- New CO2 storage tank,electrical generator approximately 14,450 SF fire station including 6,450 SF and fuel storage tank as part of the Reverse Osmosis of equipment bays. Facility expansion at the West Water Treatment Plant.NE performed a geotechnical exploration,special inspections Projects under this contract include: on the in-place anchors and materials testing services Miramar Police Department(2013) during construction,paved parking and associated East Miramar Fire Hydrant and Line Improvements utilities. (2012) Miramar Parkway Improvement,Parc 25(2012) City of Miramar Overflow Parking Facility 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a, Nutting Engineers of Florida,Inc. Miami and Boynton Beach,Florida Geotechnical Engineering Firm-full scope of services (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE b. (11 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 s. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE t. STANDARD FORM 330 (6/2004) PAGE 12 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 City of Lauderhill,Florida,Qualification Based Continuing Contract- PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Various Projects Since 1972 ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT c.POINT OF CONTACT TELEPHONE NUMBER City of Lauderhill Mr.Martin Cala,PE/Ms.Joan Fletcher 954-654-4293/954-730-4204 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Nutting Engineers of Florida, Inc. (NE) has been Lauderhill Fire Station#1-2009 providing geotechnical exploration/engineering, NE performed geotechnical exploration/engineering for construction materials testing and special/threshold the construction of a new detached 2100 SF addition inspection services various projects for the City of located along the western side of the existing Fire Station. Lauderhill. In 2011 Nutting was awarded a qualification based continuing service contract to further provide those West Ken Lark Park-2009 services. Projects for the City include,but are not limited NE performed geotechnical exploration/engineering for to: the construction of a new track loop,additional basketball courts and a T-ball field including dougout structures, Lauderhill Performing 4 rta Center and library - sports lighting,and a new 400 square foot storage 2111: building. Currently performing construction materials testing and threshold inspection service for the construction of an approximately 33,000 SF performing arts center and City of Lauderhill Water Treatment Plant-2009 adjacent 10,000 SF library.The geotechnical exploration/ NE performed geotechnical exploration/engineering for engineering services for this project was performed by the construction of a 3,000 gallon above ground storage others. tank supported upon a concrete pad designed as a mat foundation system and an adjacent one-story,concrete Lauderhill Municipal Complex 2008-2009 block electrical pump house on a shallow foundation NE was retained by Cubellis/ SGR to perform a system. geotechnical exploration to determine subsurface conditions for a new four-story,approximately 40,000 SF municipal building, parking and utilities. The City of Lauderhill then hired Nutting Engineers to perform construction materials testing and threshold inspections 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and Sate) (3)ROLE a. Nutting Engineers of Florida,Inc. Niami and Boynton Beach,Florida Geotechnical Engineering Firm-full scope of 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 O. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. STANDARD FORM 330 (6/2004) PAGE 13 197 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 City of Margate,Florida-Various Projects PROFESSIONAL SERVICES CONSTRUCTION(U applicable) ongoing ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT c.POINT OF CONTACT TELEPHONE NUMBER City of Margate-Various Depts. Mr.Wendell Wheeler 954-972-0828 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Other services provided to the City of Margate include Nutting Engineers of Florida,Inc.has been providing but are not limited to: geotechnical exploration and engineering,construction -Environmental Services - materials testing and inspection services on various Drainage Evaluations -Construction Materials Testing Services projects for the City of Margate,including: -Inspection Services Reclaimed Water Pipeline Canal Crossing-Performed Margate Boulevard Roadway Dips -Performed geotechnical exploration/engineering for the installation geotechnical exploration/engineering(through Chen& of Associates)to investigate pavement failure or dips and f a 20-inch diameter high density polyethylene (HOPE) evaluate the conditions pertaining to the asphalt pipe beneath the existing canal at the site. The thickness,base course and subbase course thickness and underground crossing is planned to occur on the west side material. of the canal at 802 NW 69th Terrace and continue eastward beneath the canal to 6630 NW 9th Street at the * - City of Margate Wastewater Treatment Plant. _.' - j Proposed Reclaimed Water Filtration Facility- ▪ a Provided geotechnical exploration/engineering services 'i - }�} for the proposed construction of a new water filtration ; " t facility.Project includes the construction of a new 1.3 million gallon reclaimed water storage tank,an above ° °°'°"� ` . ground deep water filter tank,and an above ground +�+tsf' ��► chlorine contact basin at the City of Margate Water _ Treatment Plant. I`1 • v � a fared• 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (t)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE Nutting Engineers of Florida,Inc. M iami and Boynton Beach,Florida Geotechnical Engineering Firm-full scope of services (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (11 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 0. (1)FIRM NAME (2)FIRM LOCATION(city and State) (3)ROLE f. STANDARD FORM 330 (6/2004) PAGE 14 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 City of Hollywood,Florida-Various Projects PROFESSIONAL SERVICES CONSTRUCTION(If applicable) ongoing since'02 ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT c.POINT OF CONTACT TELEPHONE NUMBER City of Hollywood,Various Depts. See Below See Below 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Nutting Engineers of Florida,Inc.has a relationship with New Pipeline on Arthur Street to Hollywood Blvd., the City of Hollywood dating back to 2002 with a Arthur Street and North 12th Avenue to North 14th geotechnical study and asphalt coring services for the Avenue Ocean Walk(for Mr.Moe Anuar).Since then we have DIW Booster Pump Station @ Hollywood WTP, provided dozens of geotechnical studies as well as Hollywood Boulevard provided construction material testing,laboratory testing Additional Finished Water Storage Tank(West)-Alt. and inspection services directly for Hollywood personnel. 2012 and 2011Projerts:(tecting_services) 2014 and 2013 Prnjects: 48"Force Main Repair @ Taft Street and North 31st WTP Scrubber System Expansion,Hollywood Boulevard Road and North 35th Avenue(Geotechnical) Signal and Road Improvements®Taft Street and North Alleyways between 54th and 55th Avenue(Geotechnical) Hollywood WWTP @ 1621 North 35th Avenue(Testing) Water Main Improvements @ South 35 Avenue between Hollywood Boulevard and Washington Street Force 2012 and 2011 Projects_(Geotechniral Studies) Main Upgrade @ South Park Road Dixie Corridor Septic to Sewer Conversion,Dixie WWTP Reuse Water Expansion,North 14th Avenue Highway between Sherman Street and Taft Street Hollywood Marina Piers C,D,E @ Polk Street 14th Avenue Drainage Improvements @ North 14th Sewage Lift Station Upgrades @ W-18,W-3,N-3 Avenue&various streets west of North 14th Avenue Drainage Study @ NW 29th Street between NW 6th Personnel contact: Avenue and Florida Turnpike Mr.Clece Aurelus,954-921-3930 Dixie Corridor Septic to Sewer Conversion,Dixie Mr Leslie Pettit,954-921-3995 Highway between Pembroke Road and Sheridan Street Mr James Mortel,954-621-3930 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and Stale) (3)ROLE a. Nutting Engineers of Florida,Inc. Miami and Boynton Beach,Florida Geotechnical Engineering Firm-full scope of 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 a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE t. STANDARD FORM 330 (6/2004) PAGE 15 3 ,z ..y „ 199 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 Broward County,Florida,Qualification Based Continuing Contract- PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Various Projects 1987 ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT c.POINT OF CONTACT TELEPHONE NUMBER Broward County BOCC Mr.Michael Hagerty 954831-3217 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Since 1987 Nutting Engineers of Florida has continuously Edgar P.Mills Multi Purpose Center and Parking held a qualification based contract with Broward County Garage,Fort Lauderdale-3-story 57,000 SF building, for environmental services,geotechnical engineering and 3-level 77,000 SF parking garage exploration,construction material testing,and inspection services. West Regional Library,9601 West Broward Boulevard, Plantation Projects types:roadway expansions/improvements/ widenings,libraries,park and recreational facilities, Multiple intersection improvements including W/WTPs,administration buildings,drainage evaluations, improvements at Royal Palm Boulevard and University parking lots,Fort Lauderdale-Hollywood Airport Drive expansion program. Pembroke Park 17/27 Fire Station,2610 SW 40th Broward County Health Department-Tobacco Avenue,Hollywood Education Center-Proposed 2500 SF classroom addition,Fort Lauderdale EDP Laboratory,3211 College Avenue,Davie Sanders Park(Project#9158)and Sample Road (Project#8548),Pembroke Park-installation of 1500 if of water main I Office—Building A(1500 SF),Plantation- pre-demolition asbestos building survey 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. Nutting Engineers of Florida,Inc. Miami and Boynton Beach,Florida Geotechnical Engineering Firm-full scope of 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 O. (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE t. STANDARD FORM 330 (6/2004) PAGE 16 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28.EXAMPLE PROJECTS LISTED IN SECTION F 26.NAMES OF KEY PERSONNEL 27 ROLE IN THIS CONTRACT (Fill in"Example Projects Key"section below before completing table. (From Section E,Block 12) (From Section E,Block 13) Place"X"under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 Richard C.Wohlfarth,PE Main Point of Contact ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Paul Catledge,PE Senior Project Manager ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Scott Ersland Drilling Division Manager ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Don Tyson Senior Driller ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Pavel Cruz Field Operations Manager ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Miami Dade County Qualification Based Contract 6 City of Miramar Qualification Based Contract 2 City of Miami Beach Qualification Based Contract 7 City of Lauderhill Qualification Based Contract 3 J.Caleb Center Courthouse,Parking Garage,Miami 8 City of Margate,Various Projects 4 Florida Keys Aqueduct Authority City of Hollywood,Various Projects 5 City of Coral Springs,Various Projects 10 Broward County Qualification Based Contract STANDARD FORM 330 (612004) PAGE 17 s 201 H.ADDITIONAL INFORMATION 30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY ATTACH SHEETS AS NEEDED Safety Director:An aspect that sets Nutting Engineers of Florida, Inc.apart from other firms is having on staff a full-time Safety Director,Mrs. Mattie Allen,who ensures that our team members are providing services in the safest way possible,benefiting both the City and the Nutting team.Our team has developed a strict Safety Program which includes a standard method of operations and employee training program to minimize risks at all costs,taking all precautions against accidents,injuries,liabilities and other work stoppages for the benefit of and to protect our personnel,our clients and the safety of all parties involved. Mrs. Allen's'daily procedures include un-announced job-site visits("safety checks")to ensure appropriate safety harnesses/vests,hard hats,eye wear,footwear and procedures are being implemented.Through use of our GPS tracking system she also monitors the speed and driving patterns of the members of the fleet.She oversees mandatory safety meetings,where she or a topic geared outside speaker address different topics,such as proper titling techniques,job site safety,protective gear usage,safe driving techniques,OSHA practices,to name a few. Mrs. Allen is also responsible for the"Jessica Lunsford Act"Screenings for our employees that work on school projects. Given our number of relevant qualification based contracts with School Districts and Counties,including Broward, Miami Dade,Martin and Indian River Counties,a lot of our employees are already screened and badged throughout South Florida and the Treasure Coast. She also oversees the in-house"Safety First" incentive program which includes quarterly meetings and newsletters as well as the CPR and First Aid training of every field AND in-house Nutting employee. Nutting Engineers of Florida is proud to report in the last 3 years our EMR has dropped from 1.4(2008)to.96(2010) This was accomplished through the concerted effort of all employees. Our Drug-Free Workplace Program is an integral part of our Safety program. Our stringent Drug Free Workplace Program,overseen by Mrs.Betsy Butler,Principal,and Mrs.Mattie Allen,Safety Officer,involves pre-employment and random testing of every employee regardless of rank or position.Three to four employees are randomly chosen per month by an outside testing agency.The chosen employees are immediately dispatched to a testing facility to provide a sample.An employee is also sent for testing if there is reasonable suspicion, as well as post-accident situations.In any situation,if the employee tests positive for drugs and/or alcohol,they may be subject to disciplinary action including 12 months of random testing,referral to the Employee Assistance Program(see below)and/or suspension,or immediate termination. An added benefit of Nutting's employee benefit package includes an"Employee Assistance Program"(EAP),a confidential outside resource Center,at no cost to the employee and their dependents.Access to the EAP is through self-referral or by a supervisor.One of the many benefits offered at this Program/Center is substance abuse assessment and counseling or referral,as well as counseling for marriage,divorce adjustment,job-related issues,parent/child, mental health and legal/financial consultations. 31.SIGNATURE 32 DATE December 22,2014 33 NAME AND TITLE Mr.Richard C. Wohlfarth,P Principal/Vice President/Director of Engineering STANDARD FORM 330 (6/2004) PAGE 18 R • .4iii t. .f� ;` :' ,! r y i 1 . ;:-. iy-;_--4-:- . d' - i �-:� a, iy '�, i it - w. • '''?"" . Ale . -AN a-s ' � ._ .,'.+--� -r, `•.y, ._ '`R,. - 1 F z4a .rho- ..I a'c.' •'+' i V• _ - _ _ -sue '� s"i�a.• J . i.,.., . • •.ai. i ; 4 ( O .. rte. 3, NSOS Park Today Site Image STANDARD FORM 3 O NUTTING ENGINEERS OF FLORIDA INC STANDARD FORM 330 ARCHITECT-ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR THE NORTH SHORE OPEN SPACE PARK MIAMI BEACH,FLORIDA 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER AUGUST 18,2015 RFQ 2015-211-KB B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE RICHARD C.WOHLFARTH,P.E./DIR.OF ENGINEERING/PRINCIPAL-IN-CHARGE 5. NAME OF FIRM NUTTING ENGINEERS OF FLORIDA,INC. 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) C U dF 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT —z z at. ¢ o v a. X Nutting Engineers of 2051 NW 112th Avenue,Suite 126 Soils&Geologic Studies Florida,Inc. Miami,Florida 33172 Testing and Inspection Services ❑CHECK IF BRANCH OFFICE Environmental Impact Studies b. ❑CHECK IF BRANCH OFFICE C. ❑CHECK IF BRANCH OFFICE d. ❑CHECK IF BRANCH OFFICE e. ❑CHECK IF BRANCH OFFICE 1. ❑CHECK IF BRANCH OFFICE 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 C.Wohlfarth,P.E. Dir.of Engineering/Principal-In-Charge a.TOTAL b.WITH CURRENT FIRM 26 21 15.FIRM NAME AND LOCATION(City and State) Nutting Engineers of Florida,Inc.,Miami,Florida 16.EDUCATION (DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Florida Professional Engineer#50858 University of Florida-B.S.Civil Engineering Registered Building Inspector BN#3580 SBCCI#6528 ACI Level 1,UBCI 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards,etc.) Florida Engineering Society-Past Chapter President,National Society of Professional Engineers,Treasure Coast Builders Association,American Red Cross First Aid&CPR Certification 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade County,Qualification Based Contract-Multiple Depts.inc. PROFESSIONAL SERVICES CONSTRUCTION(Happdcabie) DERM,Public Works,Parks&Rec.,Aviation,Fire Rescue,Water/Sewer ongoing ongoing (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE ✓I Check if project performed with current firm '' MIA multiple concourses-new,reconstruction,repairs;multiple runway repairs;North Terminal Program,various parks and marinas inc.Halley Park Marina,Sunny Isles Fire Rescue Bldg.,multiple road and drainage improvements. Phase I/II environmental assessments,geotechnical exploration/engineering,site and building pad preparation monitoring, construction materials testing(soil,concrete,grout),special/threshold inspection services. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miramar,Various Departments,Broward County PROFESSIONAL SERVICES CONSTRUCTION(U applicable) ongoing ongoing (3)BRIEF DESCRIPTION (Brief scope,sze,cost etc.) AND SPECIFIC ROLE ✓ Check if project performed with current firm b. Provide geotechnical engineering, construction materials testing and inspection services per a qualification based continuing service contract. Projects include the City of Miramar Overflow Parking Facility, Fire Station#107,Police Department, East Miramar fire hydrant and line improvements, Old City Hall site, Ansin Sports Complex, Miramar Multi-Service Center,numerous parks and infrastructure improvement projects. (1)TITLE AND LOCATION(City and Stela) (2)YEAR COMPLETED Florida Keys Aqueduct Authority,Various Projects PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 1995 ongoing (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE Check if project performed with current firm e' Key Largo WWTP, Conch Key WWTP, Layton Key Waste Water and Water Line Installation, Islamorada Pump Station and the Distribution System Upgrades along US-1. Construction of waste water treatment plants, water and wastewater line installations, pump stations and distribution system upgrades in Monroe County. Geotechnical engineering/exploration services and construction materials testing services. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Various K-12 Schools-Dade,Broward,Palm Beach,Martin,Indian River PROFESSIONAL SERVICES CONSTRUCTION(If applicable) ongoing ongoing (3)BRIEF DESCRIPTION (Brief scope,size,cost etc.) AND SPECIFIC ROLE Ii,(I Check if project performed with current firm d. Qualification based contracts most of which date back to 1986. Includes classroom buildings,renovations,additions, athletic facilities,fields,parking and drive areas,libraries,administration buildings,storage buildings,chiller buildings, sidewalks,covered walkways,curbs,etc.Geotechnical engineering,monitoring services,construction material testing, special/threshold inspections and environmental services. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Florida Water Management District,Multiple Counties PROFESSIONAL SERVICES CONSTRUCTION(H applicable) ongoing ongoing (3)BRIEF DESCRIPTION (Brief scope,size,cost etc.) AND SPECIFIC ROLE 'f Check if project performed with current firm O. Recent projects include the G-87 replacement, the G-13 culvert replacement and the G-103 Weir replacement with gates. Gates and culvert replacements in Miami-Dade,Broward,Palm Beach and Osceola County.Qualification based continuing contract since 2007 for geotechnical engineering,construction materials testing,special inspection services. STANDARD FORM 330 (6/2004) PAGE 2 ,,,, ;. a,•,Iw 205 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 Paul Catledge,P.E. Senior Project Engineer a.TOTAL b.WITH CURRENT FIRM 7 5 15.FIRM NAME AND LOCATION (City and State) Nutting Engineers of Florida,Inc.,Miami,Florida 16.EDUCATION (DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Professional Engineer registered in the State of Florida Louisiana State University #68448 Bachelor of Science,Civil Engineering Troxler Nuclear Gauge OSHA Safety Hazardous Materials Certificate 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications Organizations,Training,Awards,etc.) Florida Engineering Society Broward Chapter-current President-Elect,American Red Cross First Aid and CPR 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade County,Qualification Based Contract-Multiple Depts.inc. PROFESSIONAL SERVICES CONSTRUCTION(If applicable) DERM,Public Works,Parks&Rec.,Aviation,Fire Rescue,Water/Sewer ongoing since'00 ongoing (3)BRIEF DESCRIPTION (Brief scope,size,coat,etc.) AND SPECIFIC ROLE LiCj Check if project performed with current firm ' MIA multiple concourses-new,reconstruction,repairs;multiple runway repairs;North Terminal Program,various parks and marinas inc.Halley Park Marina,Sunny Isles Fire Rescue Bldg.,multiple road and drainage improvements. Phase I/II environmental assessments, geotechnical exploration/engineering, site and building pad preparation monitoring, construction materials testing(soil,concrete,grout),special/threshold inspection services. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Hollywood,Various Projects listed below PROFESSIONAL SERVICES CONSTRUCTION(M applicable) ongoing ongoing (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE U Check if project performed with current firm b' Lift stations, roadway improvements, drainage improvements, water main replacements, water treatment plants and building construction throughout Hollywood including the Young Circle parking and traffic improvement project, Garfield Street Parking Garage,Charnow Park,Dowdy Field,Rotary Park Improvements,Raw Water Piping Floridan, Water Main Replacement Program,Hollywood WWTP. (1)TITLE AND LOCATION(CO and State) (2)YEAR COMPLETED City of Miami Beach,Neighborhood#8E Sunset Islands 1&2,Hibiscus&Palm PROFESSIONAL SERVICES CONSTRUCTION(demi/cable) Islands Project,Neighborhood#9 City Center Bicycle Project 2010-2011 ongoing (3)BRIEF DESCRIPTION (Ws/scope,size,cost,etc.) AND SPECIFIC ROLE 11 Check if project performed with current firm `' Drainage evaluation and improvement projects throughout the City. Performing geotechnical exploration/engineering services and construction materials testing services. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Lauderhill,West Ken Lark Park PROFESSIONAL SERVICES CONSTRUCTION(II applicable) 2009 2010 (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE L/j Check if project performed with current firm d' NE performed geotechnical exploration/engineering for the construction of a new track loop, additional basketball courts and a T-ball field including doug out structures,sports lighting,and a new 400 square foot storage building. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miramar Community and Cultural Amphitheater at Miramar Regional Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) ongoing ongoing (3)BRIEF DESCRIPTION (Brief scope,size,cost etc.) AND SPECIFIC ROLE � Check if project performed with current firm Performed geotechnical exploration/engineering services for the proposed restroom buildings(2),an office structure,a 4,000 person capacity amphitheater(band shell)and a seating area. STANDARD FORM 330 (6/2004) PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY 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 Miami Dade County,Florida,Qualification Based Continuing Contract- PROFESSIONAL SERVICES CONSTRUCTION(N applicable) Various Departments,Various Projects 2000-Present ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT c.POINT OF CONTACT TELEPHONE NUMBER Miami Dade County Various Depts. Tyrone Brown/Joaquin Menendez 305-876-0529/305-876-0529 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT This CCNA continuing services contract is one of our MIA Taxiway Settlement Investigation many continuing services contract.Since 2000,we have Homestead General Airport Runway 9-27 performed environmental services(Phase I/II Runway 12-30 Center Light repairs MIA Environmental Assessments),geotechnical exploration and engineering,construction materials testing and PARKS AND RECREATION: inspections as well as special/threshold inspections to Country Village Park Southern State Park Martin Luther King Jr.Park Miami Metro Zoo Rhino various department of Miami Dade. North Trail Park feeding exhibit Wild Lime Park Haulover Park Marina Completed projects include,but not limited to: Eureka Park Field Home Pelican Harbor Marina PUBLIC WORKS DEPARTMENT: Buccaneer Park South Dade Greenways Park Drainage studies&related improvements at Amerifirst Rock Ridge Park Black Point Park Park;Subdivisions:Zunjik States,Sleepy Holly,Nikis, Costa Brava,Crestview,Sunset Cove,Century Garden Village,Bibiana States,Port of Miami Rip Rap Project @ Pilot Station,roadway improvements at multiple locations WATER AND SEWER: FIRE RESCUE: Sludge dewatering facility expansion at SDWWTP Sunny Isles Beach Fire Station#10 Emergency installation of 64-inch water main Dolphin Station#68 South Miami High Water Treatment Plant Lifeguard Headquarters Main Facility Alexander Orr Underwater Treatment Plant Cutler Bay Fire Rescue Station#34 Installation of 16-inch H.D.P.E.& 12-inch force mains at Bear Cut Channel AVIATION DEPT: South Miami Heights WTP perimeter wall,landscaping Miami Northside/Concourse A Utility Corridor ER-47819 Florida monitoring well installation Runway Pavement Investigation at Opa Locka Airport SDWWTP HLD upgrades North Terminal Development Program 747B 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (City and State) (3)ROLE a. Nutting Engineers of Florida,Inc. Miami,Florida Geotechnical Engineering Firm-full scope of 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 C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330 (6,2004) PAGE 7 207 ""Al Iii It 4.Riert : • , ..,• ' -..., . : • t ... . --- -4 wi- ..\•:s.v:-• •-4. . - ‘ , •-.. . 'If • , . , \ , , • . , ..4,, - - . i ts%: . , A '1...-1.7. . •,:..,..,, • ..1. • S . .-t:,-/,‘":1• 42. ./ v.• 5 .. . .11,t . • .„ ,at • .. i..• . '‘,.. • -I - A • -- ..•:2 14 -- •- -... ' . - ,. th'i - - . - .. illiitig ', •:t '.'. 2. , - 2,- -I• ,-- • •,. rr,-"Ilalii 1 , I:. • 10- 6 ■' -... , tO 11--•. ____. sow .II'T. •.••A.a it. •4 Apr t7.•• MINI=ACINIS... 61"••••■,.........11....11414,--4ri ..),'' . -4411.111°. .911411111111111111 11■•■'swim - :.• -41111114114411PIS, )( ! ........................... .;• •‘'..' ,,,„•• 4.4411i6,1%,, •"... -'): '*N . ,N\slitut----•••_ ,.\81/4- ......:::::, ,.... i,, ' ';1,,•. 1111•: t'- -I-i: ._, • • • !!: I ; - :cie 1111111 . ., „.!il• ..... •-t- o' . '4• -:".• . a.44._, •■■ li, ...,., • fr'••;;0 . • . •••- ,° .-•' ' 'i ' 'ic..- • . • 4. ' N., ••••••" 4,: t. s. r•z_.,-,:..-..--..--.-•..,X-..-:-.-.-.4..-...,-...z1....r...•...,4:.•....•.-.•:..•...•,.,‘..4,•‘._.-...-1 c.....,.1-,.•-I--•,,•••s■._-1.".-.3...N„"t.4 1•1.0... 11--l,-\-f-i.....--p,...I',bf, •,4-.=,‘.•,...'_•.■r•■.1_•`,..-4■•• .1.4-■--.'--••IA\,.o •_.-.,-..-...,_.•,t..'..".• .i:t,./I.rV;'•'.': -.,i.----,-s\-y 4l_„'i._■-"N',-,A_.1 %4,.t_-,--t-•----- t i-;.;:.•-t 1.A iiNO.s.%..1u_.o.•_.t%Pr__i,4.•._d*#".;O.-...N.---1,-,b-,1". ...11.4.,4.1a.1.,,..1,,.13-...A■..• v r i-da,l„ 1 4 1.•1.„•,1.--X k:4-,--4 Iil P a-q•v S-. C 4:.•\_ ,1\111,Id•,111 1\111,-P N11,\1.*-.,N1--1:-,4.r'...4 ,-,•..4N,...111. 4 \,-v,4'N•66-•1_-.0_s-„0_.N I.,:N'eV k.,O','_''_•V.-v,._.., .:I A 4I\.I1 •I.A..4.,._I:.4I..,I-•1- __‘O•/5\. 4.f' ; / ; / t . 1 - \ i ••,, , * i1 ‘ 1 . •. -, .:.0 .. , aWA i .. a .11z I . _ ,= • . . r, 1,./. • 5, • • • 10. ik, • ‘ 6 1: •• ...• i • I• ,F:- .. •-4*.i. 4.1; i , . -'••- A It . A - ir. r. ..\ - • '• 1"..,t, „Z.",ti • i, i ,r, ..alti, \\444- d . \ ' . - •. lir, I . • ,....,.,..• .••,. . . ,..1... ri!ka 1,. i ‘ ■ - .- i !.....-.. 1 - , - --...-. ..„ • -- , .#...:. :it -..-. ,-• . , '''..- •.7- - ,:lk, . . . i, •. 4' ,L. N ..,., ;,, , 1 11 1' roor • f I. - , y Sf ' ''"‘"*.. ' 15-A-' lil, ■ 1 t:'.t i. : I: • Aid N l , :rfil--- t ' \ i I i it . . i K - ,,,* iliWill ,,Z ft. if :, ! , 1 3,....-'••.• . . .-4. i • , lei V ...., ,,, • - , 1 i '1. ■ ,. : •.. :....4...p.: ,. k . ,. . • ‘ - . "----- r 1 , • , -:-, "-1 N.,..-1 .1', • ''. t I II %.d ,, .0" 1 --....,:‘, ---__ t-I:-'. it• .. 3,. . : - •,.0-7-7.- -.iII 4 A- ''""4 .r.' • P-1 r f,t - . ..- .. fii, ti..r; r ,:.jr4 . .1::I.. . _ 4 4 , - • ... •i ;IT 4 p It ''•' •'.' , Br ...--- .',,, . • . $e 1,i;, s''• Na.-•-SOT A1V- ...--- ":r.. .1 .,A,it. ' • ••••71°,• 111. ---' -,---• - ,. -.......,,,_,...... - - - _ '`I''''•'''',7:4•1 .r..7•717...-• ..•,,,l.. ;', 1 • ' \ t • • i $ - e. i , , :, , ■ - ...-4•1"---- 44. . . -.... ' .4,7• ,t I* P....t."--•- ,.. ----.---'--------^•^ - "-P`. - _. -■..wW.....10.1.1111.11111111111 1....m:4141110§. Illinill * ''''' . 1,, Z ,.... ,44.j.f....e,.,- P, ''.' -. ■.;..I."-- . . , ;:."'41NL';'. ....LIMik"...A:. ., '. .... ,..... .. •...'..I.V.., .0101... `Po....., W. ... li a'''.- . 0.,:. • '+`. , -:..,11 .•• :‘■1"...,,:r 1.`.'' ' ..''''''.',-,■*"7-• • .•••••-. ,...`. -, •• - -- • -, .... 0 ■ A A'.•■■••• • ' . ..4'a...4" • ,A A •■.. . ''.. .e.'.''. A I, k A., • ''.*. ., ..''''''.'Park . : 1.1::ye:e4ki. *:,,,-- ,,,.„.0 -,iwitc4.0.,:':.-_,.;-..z •..'"rt.„;,tot.i.....v:....* -...*:• .. L.L •- . . „.. • - .FL West 8 ,--,.• ...-,r.4, . ., •'- 1184..,,, ',.,L " ' ' . -. -•“. ., .., , -, - - :4:e"'A.714-181i, - •L ., s'.' -..seafti3., • L. -- . ? *-,...,"" ' • .. , ..."-44.4541 ,- .' -;intrO !...-.....• ii„-,-, fr- • - ..tz - • • . . p . .y , . • • • . • _. . . p. ,.... - .It...,.. t,- . • . ...... • ...,, .-• : .. .,.- f - . . •.. - ' ..•-7"..." ' ..__'_.‘"a -" • ?'- . ....,1 ,.. i -I „ 'Ne04.*-.., .., . .. 1 • , ' ......' ' . . . P ' .„' ''t I.. n.0 V •• .111 1 . •.• a . •• . -. ivik..,-1111. • • .0 '■• • - illif "--N• . - 1 - ''....!"1- 4:•••■• ' - - .-' l''''s";;1• .fl* - ... •- ,eifit...• 1. te- a •e 4,' • Z'--,..' - r ' • ... .- ) ir- 4 -4 b ...."-:,- 1•/' , -, e.. . „I-M-4' • ' .: -,. •• 0„r --f.,-.". * -•i 4., -* -4 -=-. .17'-'t:'..,-'• : '` , •-., . '4 -,;a i.- , .i.t.e"e;..t., •••• ,--.. `-• , Alltii fo. -. l*C..... 44- „, „IA,, 44..- ... -I' •--!3,-* ' - - • - • • 141; "•••••'e. ' le. 1r 'ar's. . '' ' ' . ,-- N - 0• 0 • • .44"- .1 •. 0 • , ...- 1-A, i 1 ... . . . • • -.....4 - 1 - • -;-■ - 'Jo.;.• .4. .. % --4° ' e- ••••'-' -. . .- -• " 4IR oaPikarr... ..1 -• •". . ,- AL-. ",- .. .P'• 11) -' 4 7 * . . '4- -"• --- - ' -.. 49-744. , itt- „ .; .• ,. .1'. e...* .1 . . -ii. , , •- e. . „ • .1.,,,,,,-... w"*. .: l'1411; ' .:-.:...'• . 4!):•,k : a '.. ••.•- .- ' 4 1 •:,t•SC„if i • .t• • •' ,,- 4. ' 4.1 • .o..&- _,.‘,.4 to ••' ,..;. ; N ) . •. ,...4" Pr ie ‘st.))1-';"4.-1, ' :till t....-•:. /11.. .. . :...,: ;..).4 4-4 1,'. -,.. '4. f,. . 4' ---**1 ' ' .. 4.• ....4 *.-jpi i.. \: .• ' • I *II' '' ' , . . . • -,, 4 i :5: h 2 .- ... ,...r. . 4- 4,..i. •,„.. ..:4,,. • , ..., . .:' 'f4' ' - ...,. 1. V.- • .- •.• . . t:.% .ii.i'i. -r.. . .,.; .. ,... . , ..z.. . t „.... ._ , rag..! 4 ■ , p t .w.., C .:•C .! • ••• . ). -air.. ..'.....-4f O. • ,.* ..4.-"... ' • ...".. A w ' " ,..----, .-4 - 4`,ret ..t * 0'-4 , 1,iii %:, r ,• • Art....• ,..„ ......,.. ....,. .-,.-4,4:1-•,,, v - . • , , -.... . .. • . 1'i . 4, ■ '',e, t . AP" . . st . • .1 , •''.r P -• •N I I I P I..- \'' . ' `yr "• .tg ,-6. . • ,,,?..307-- • • -Jahe'' 4',. . 0 P'* ., - - .1- .t. • '‘" -.•- 'V- 't.- --.' • 47:%-:'.'14 " ' .iirsAl. •,:t"'4'.. '••-•: ,- l't. -- • '' .,-.41t/t: '-` 4.--: 'P--'4%f• ,..•''..:•-‘.-4, '01:441 --.t.. . 4i,e' .1-tft...- 7.1 . N !,- .• 41eir.40. C7144: ej.'1,11)S '- v..2.. .4.-''''.1.1', -,, - '• .1,-;'17 4.* •...1.e ... ..L--•.•a'.. -',.ille, , ' ! '''k.e. •P" r.-=,' .. os . , _„_._ j!K .14,7%••,..-:.. .. J3/4 44, ^ ''''t 9 ,, -I 11,46„. IL . ,-...-., A.,14. e' ..,.,• "LIMO tt,"----, ' .1•7 .. ;11.4" a-,,...z...p.,..*.;lc.:.,..: - rr,, ,...,, ..,--. -. • -7... ....., ? _.- _, ql-L• .: .i.i.,74,,,,:;,,."-IP;lip,f.,..-A. -,.,,,z T_V-,.- soti,!..,..._-. -A. . Vi. 4,;r: i„....:,-- .4 '41.5t---..- , ' • ."1'''-',...."-*- ...e.... '1. - . %I. '`.--w. - _It\ ..,‘ ..,. "...,. (air4k..., - .;• ,:- ,-1,- .. ., - - IPA,. , • - • -:-: ...e..1,,• ,. • " ' - , 4 -4.e`N ..- 41.0)(7,-.:' ----- "...- • sr ""! '- ,--'4- - -•• • lit .01 .; '`).•,... Al / CIAL A .. i''''4-r.-4-A •- ° ,0 • • / ,, . -...tAeir r--- • :,4 t Iirt;'...'....'',..: ' '4.i. ':- ... ,ILT•e *i....;r:.••=1 ,.. ..' 117-7 '. Th.:..Z_Isir. .4ib;‘,.‘4 -1,,v.;;;.° a'' -.. _ , ., ' .e......:. .-: - •-• „, •_., -- =-_-, ..:4_-', .' ' ' , ;, s t,, - -. ' 1,-. ."'"'"i . . ' i 4.'-- - • , .. 1 ,,, -- .--41,11. *- - -,..• ,- . .' ar 11.,-.. , iy,7 1 '• 9 ■ 40_ . -4. 1 ..1.,.:--,, ,...t..5...-.-A-7,4,'"`,.•"4 ti•... •4" ,.... -..,. -4*,:,•,,,,,•••1'.' .. ,ge: MIMI 0 M --s.: ,1 .. ' ,y,.$, '..4..,` •41.( .::.• 4;• .-4 414.#1. -• • . . tet ‘"ir. , ,- - . •-•X , , i„.4 . tl , .,, .._,Art _.-• . * , it ... - • .... '' I Tr, - ''w- _'z .:,-t.lk ; ,..' r'-' /.74- --..s.',4• st, .'.. • . ...,. ,... , , -•--tr-4.4.1... i- ... ...rt- .,.. 4., . * • - -' : r'' j ft- ' -. ' • ), • • ...t... / ;or - *-5. 141'y . ,,,E Ai,.,;...,,,„ 4, i .., . .'y A -,aV:4-S. •-• 41_ .... .... ta• 0.440,...... , ,_ .t.411* • , -l'Alii , •, ,f . ,,..• . . ail V . ikt rk . .. - , - _ '• Li_ -...:‘,-.41 t- .: ,. .k-, t4.,• ,,..4.n , , -.1e --,t . 4r1; c'-- ''''.- . .. ."- ,,,,, ___ , , If•P i ,4 z" •••• -,- .. 1 • •••••■ si) , 4 Ili! '''4'.'f.-‘1- */ . .... ,. . . - 1. :t, . I ■ . •-. O' .:+ 1 . . ) • , •c.,',..- _ . --.... ,.... -• 1• N.,,.. . 0 12 A r •' .• . , .. • 4.••••■• ..'--*--- '''----..' -.1 It•\ 6-4---t . , ......_ .. : ..- 6 ' ; 1 3 • _...... '•. ":71 4.' .. . .‘• •■•,.-- Mi , .- -. •s••. • ' • • • .... -- .... ,.,..., !:;*"',-‘'. . • ' .. - - •£.' • lir. . '..'.... - , . ,s, f,..-- . ,'''' .;34-1...-• ..? ,11,-•,..e. " ."- •••-^1- ',4%; • 4..f. 4r:44C *. , .._ , . ..., ... :k.J• ..als , •■•• ••• --..'" ',...44.4...., .. 'r. '.! -- •- . - '' ..- • . • 4..,•I ..,-••e ‘......* ,. ., • -., ......1,...........-, ,.- . ...yr, :,,,,ip,„ _......,- .44, ' ' •-•••,...,.N.'0'-'. - ' • . . ' .2`. 0.t..--.• ' -:-4 -7.79.7..:- -: ' ' °'"-Ar r:-. . - ..4-1V-• . .:• ' se*.• -1*. :••L''' -4 '' ‘ -- ''.'"011116 ".. '''''' ''''.id '. ,,1"'..f.'f..;.,'".2.'•. - ,l''' ap,..,''''‘ . '..A.:4-.• • , • ' '... • - ''T-,..., s-.... ' • '7.r - ..'i* - *- '' ‘.7707.r, '.. ' ' '""C*' 't-. - * ';. •1� l ��J . '7r-*�47. � k-J /•7— ♦,-4,1-7,-,- .- p_Z. n '1. • may,' 7 t - 4 '....ti • M I 1-, , • • �. ,�f .F. Y i ` p+,p ' t M + • � t } 4 il,:- e 4...i. .. ,,,r, ....,L....414i- . ,1/4,0:Hiri',....la,.. it.,.. , ,S.,...? 6., , y■ •,1:„ ..4,. .. ' -./1.1.6.-- ''' ,, rf , , "th_ ' 1 a l't 'Of: . . i -ft,,, ".....VII ..1P 111. , r ,77,It..rf.„10 4.1v7„7, ,tok-.2..._ It 2 7•– �+ h''r` ` '� �•��1.. +fit - e "�1 + �, 'l r. i 'f 1 `. I �}:,.. . . .•,"7 s,•a `" `,,i4:, • .• ' - •�.� ,: °• • � P • ... _ . 4 ,* IL ifilt, . , V.. . a Ilj 84, :4,41 t S,... 1 1 • : . .'. .4'. '. • • 3— e i I t -0/:4: ' i riiiiitila „ a ! r 4 �{r. v.- 1111.1111 �r Are 1 i t\ I et, 41111 lkr.s Ill; — '411. . _ — .,. _ A 1 ,.. ., • . . w HAMMOCK GROVE _ j ;. T,:,; PLAY AREA 3. - 7,„r A 41...r.,,,A2.1$ tN --. Y 1 1 �r i! �fL�i a ,..s.,. ':2:,:1-"". *. r _ I ... Irv._:::.may,7-4;121e7 4 - •• ,' r`_mow. + .�:_. . a, +- "° - •ae9fL9' ,- ry •••, r 7_.-".�• .,�• L ". .--dab i„f` ,.=� i,. ""...,�4.r �� f .. .. y.... ,.. r • mss• -.,�,.*: '°' 'ri.. _ `•�` -1.7.gran Z.,,i7:09 mac K d _7. 6:,- 'r' ?ay Spaces P:er:,:-K NY.West 8 - - ' . , RECEIPT DUB! & BRADSTREET Jacqueline Chavez From: Bada, Kristy <KristyBada @miamibeachfl.gov> Sent Thursday,August 20,2015 10:23 AM To: Jacqueline Chavez Subject RE:SQR Report-RFQ 2015-211-KB A/E Design Services for the North Shore Open Space Park Project The Supplier Qualification Report for Calvin,Giordano&Associates,Inc.from Dun&Bradstreet has been received. Krtsty Bada, Contracting Officer ll Procurement Department 1700 Convention Center Drive,Miami Beach,FL 33139 Tel:305-673-7000 Ext.6213 / Krst'Bada c r'lamiceac-f.,cv We are committed to providing excellent public service and safety to all who live,war*and play in our vibrant,tropical,historic community. From:Jacqueline Chavez 1mailto:JChavezCa�coasolutions.com1 Sent: Tuesday,August 18, 2015 2:51 PM To: Bada, Kristy Subject: SQR Report- RFQ 2015-211-KB A/E Design Services for the North Shore Open Space Park Project Good Afternoon Ms. Bada, I would like to confirm you received Calvin,Giordano&Associates,Inc.SQR report from Dun&Bradstreet. Thank you, Jacqueline Chavez Proposal Coordinator I Marketing Department(Broward) Calvin,Giordano&Associates,Inc. 1 1800 Eller Drive I Suite 600 I Fort Lauderdale, FL 33316 Office:954.921.7781 Direct:954.766.2740 I Fax:954.921.8807 ✓ Fort Lauderdale I West Palm Beach I Port St. Lucie I Homestead I Clearwater I Jacksonville I Atlanta This transmission may contain information that is privileged, confidential and/or exempt from disclosure under applicable law. If you are not the intended recipient,you are hereby notified that any disclosure,copying, distribution, or use of the information contained herein(including any reliance thereon) is STRICTLY PROHIBITED. If you received this transmission in error,please immediately contact the sender and destroy the material in its entirety,whether in electronic or hard copy format. Thank you. ohm •rJ.,n,5 tk, ,<,I.., 211 1 4,0,--, — ....— . iiN,.....liov ._ _ .,' r ate. f �. e _ . - .-.•'. . . i t F>� �• tiro .'`` F' — z- \- / . \r .-aZ-.", • • ..a..• '^ •c. . l' t. .••:•V S a� 6 ,: ij f• i y t ' •% . ••••/ w• 3 ' • s r.. 1-7---- ' i IS ' -4' 't' l 4 _ - -r� i, yr . ?. . VII � 1 ti', �_� _ ' i• � tom- {� - � ( - - i _ i 4 .4k ....... .. _ , , , .... _ _.. , _ .._ _ .. ...._ ..._, , ,,. :. _ _ 4. . j, _ ■ -) 1 1 - _ .i ,� "•:! - 1 - MKS i• _ j -c_c .� ja. i gi} L . y. �' � . Jubilee Gardens,London. United Kingdom,West 8 ..',• ..e IT`' ,., -i, "- ' 4,-• -• ., ..''''‘'.;' • .•ive ..." - ■ \ 4,-.• 1, ..,„• ,...r. . ' WV'II - * . I „, +V,.;.■4''7*, It' -:'‘ n• . 1 • „ Agn.,`•y•,,,,....V".PSI„..Y3I0 , 41., .. ...e't,"°.• 'Os• irr, , A.•,- " '•,-'' .. -r-',?...I. :•:•c .• - . N ■ •;',....''.-jilt , ,41.. •• •-,•• _ :„...::IX N ... - ' . ,•-r:.I,„...t ^3" - - -., 71,; _.?,...s',,.., , , , .":".1 ' •-- k \ --,•••■ N , .. . r• . — \ 1 .., . • .. ,.....■ '.''''• '••• . .vtle- It ' •it: Arc ' '' 441". ' N . . ,, •.•vo. •,, --- "N •••• ,' '','. ;'I 4 . i ,Y..„7.it ■ .....,, N. 11*-1'. • '■ . Z• .- .., Y-""., - ' • .... Eiii ,,, _ . • _. _ -,, • --..1 -1 I • .. :;• 44 e 1.. ,• • J,_ . . •.‘x - ,---'-•-• --P..' -T. -. I. Ili kJ 114 1, . . , .-. :-.t .... .,.....-_ , _.... _ ....... ._ ...,.. ... ‘,..,... d . • NI • __— _ _ ,._......., --- __ a .,. .•••••- - ,..._ ..v.,...i .,4..,, ...,,,....immo,x,, _ IIK . - • ,• _ __ -, sli" - ' '.' . '..... --fili11■1•1...". _-_.. ........* ......--. ,.........-.... , ' .. ''' .- .."'".--.- ---"'....'"- .....'"."*". '''......... .••■•■••, 11.:/./.•••••••.....'"'"%.„;__, • ' .i - . . „ ••••.... ',.........a ,c,- ..'':= .•••••••-•.10E*.,...... ......1."....... . - / (' -rii...' ,... •.,71 -".,..• . . •••-•--..„ - {..=yi I. I=....m.•..■.. .„ ,‘,...."....■. ' . z., i , L... '', /..1 --:-...-••-• '',.='....-"ri.......??.+' '.." '1...... ......... ..........* .„. , . . . ••1 -", .,•.,,......,V• - ....ji .,,:r - ...,.=:•4 f.-....... __,7, _.„,...,,,,,.......= . . ,- ....iP. .....„...-..1„ . . -- • .._.. ----• ---=:....„...4 "1' -'.-'7 ."' -"'s --. ''' .----_-,," -4$„----. •:03. - , ••••-•...,. , • .. — • ,-- • - . -,' • - - , ... , . .... „, • , ' ,.. 2_.•. ,,t. ' ''•' ""'''`.4 ( It ; ;-, rr ..,i'-';$ 4Ir ...`,. '• .2., .::•. . 1 -i .. •ROA CIFI----t- :. Iv 1 t _{. if, 'r: :"1 . - .. iiMirirlOt ; ritaLviti- - • 1 - ' -,-,.. 1 1 1 $ .' I ' i • 6 . 'j -Gy_, , ,..._ .., ....1. MIN ---- --lir-`• , , - II, . _ 1 i • IA -, q ----• m....,„_____ . - "-' ____ .........____ , `;'"",---,------------- --- —:------- - .,_-_, -_---,, -- . , .. ..,•,. , ..,....... ."Jr- „......_. - "0"--k i•-• - — a t , i - • __ . t •• 4 -- ......---- .• 4 . ,,r-7-..,''..-' • I ....- •: - ---:--ri::i Ar . • _ - 4C , . '-71(=:". _IP .47.00.011/041..,,,,_ "s*Ve•0(4,,,. -st.; (.41. -,..,...,441 i,eitptilt._,....„ - 4, ,-0-7, 1"...t.'.14.•=r.,,,LIor„,....e.'1.."t"..00, .y.• :Alt. *".".1'''''.V."407','"ttiti'.`",:derr, ,,'• -r- 4"1'...;";g4'A.Z,- ".„. "--.>_----'•'- ; . ' •'•4,'P,...7'1°' •&" '* '''.. '.:".." J ...e. ,.." %if ' -. . 0# • - •, , •••,••-lc , . . • .........,.., , --- -.4----,-- ....,- -- _ , - - \--- -.- - .-- •••••""'" -,.-•• f _-. ,.,-- -- •-• _....,.. . ' ....• ---- --- --- - ',„„..., r -- .-......A, ....... .._..... ) --..,,,_...._., . ..... .... • ..I., .--.-l., APPROACH TO TEAMWORK APPROACH IN UNDERSTANDING OF URBAN ISSUES CGA and WEST 8 have crafted a collaborative structure that will deliver a high quality design and ensure that it is supported by sound research, engineering and technical expertise for ease of implementation. The team is divided into two categories:The Core Design Team and the Technical Expertise Team. The Core Design Team will involve the strong participation of the designers at West 8 in the capacity of Design Lead with the active contribution of the CGA's project management team. Together, we will work towards further developing the initial vision that was originally developed by West 8 for the North Shore Open Space Park and shepherd it through the design development and community participation phases. Throughout this initial process of design development, the Core Design Team will solicit technical and expertise with regards to the local natural resources, agency permit requirements, and understanding of local conditions from the Technical Expertise Team. Because the CGA Project Manager and Assistant Project Manager will be involved and integral to both entities, it will facilitate continued communication and exchange of ideas to arrive at solid, implementable and buildable solutions that meet the budget criteria established by the City. An integral component of the success of this approach to team work is the ability for CGA PMs and West 8 Design Staff to communicate easily about ideas of identity, design emphasis,safety,responsiveness to natural conditions and conversation,and an underlying shared value of the impact good design has on branding and providing opportunity for residents of the City to create community through shared experiences. PROJECT TIMELINE AND PHASING OPTIONS While we have outlined a very detailed and comprehensive methodology to guide the development of the project through its implementation, we understand that this is only a recommendation that will need to be vetted by City Staff and further tailored to meet the unique expectations of the project. These include how and to what extent the City envisions to engage the public outreach components, how many meeting and input methods the City deems appropriate for the community, and any short- and long-term components to be included in the project to address present-day demands within the current budget allocations for the project,as well as envisioned future components needed CO address possible goals and objective components of the City's Comprehensive Plan in providing services and facilities. Throughout this process, CGA and West 8 make the commitment to work closely with City Staff to develop a project timeline and phasing approach that best meets the milestones and deadlines the City wishes to meet. NORTH SHORE OPEN SPACE PARK PROJECT CGA + WEST 8 CORE DESIGN TEAM / PUBLIC OUTREACH Adriaan Geuze,Prof.,Ir..RLA.GALA Design Director Jamie Maslyn Larson,ASLA,RLA Principal-in-charge,Lead public outreach Tammy Cook-Weedon,ASLA,RLA,LEED AP Project Manager Daniel Vasini Senior Project Designer Gianno Feoli Assistant Project Manager Steven T.Lee Project Coordinator Isaac Stein Project Designer Shelly Eichner,ACIP Principal-in-charge CGA + SEHC + NE + SRS RESEARCH / EXPERTISE / ENGINEERING Tammy Cook-Weedon,ASLA,RLA,LEED AP Project Manager Gianno Feoli Assistant Project Manager Michael Conner,AS LA,RLA David Grasso-O'Brien,LEED AP Marcos Mendoza David Frodsham,PE Patrick Figurella,PE Sandra Lee,ACIP,LEED AP,BD+C Chris Giordano,MSC Bob McSweeney,PE Brian Williams,PE Steve Watts,PSM Manuel Docurro,PE Saad El-Rage,PE Richard Wohlfarth.PE Paul Catledge,PE Scott Ersland Manuel Synalovski,AIA LEED AR Merrill Romanik.A.IA LEED AP 1,10":*"''.�� a;a,. . ;a 215 PROJECT APPROACH APPROACH IN UNDERSTANDING OF URBAN ISSUES Our design process and steps,whether for small or large-scale projects, is not limited to the early phases of the project or bound within the pages of a sketchbook. We are inspired as we listen to input at meetings,research a site's history and culture,perform cost analysis, or review contractor's work on-site. We work corroboratively with the design team and stakeholders from the outset of the project to integrate client feedback, site constraints, site opportunities, public input and budgetary realities resulting in a highly efficient and coordinated design and implementation process. 11 ate•° -i: { ' l• II 1- ''‘..AL,....-: ..., .. ..„1.• -,,,c- -..,. ... - ..„..,,,, leAft.--1,;""i*. . - l''''''' '''''.4.,,,-;'4410iler,-li. . 4 Visibility and site lines,West B's initial concept improves the security of the park In developing the North Shore Open Space Park Vision Plan,West 8 conducted extensive research, analyzed the site and context, and engaged with stakeholders and city staff CO understand current park issues as well as priorities and goals for future park improvements. Through this process,West 8 identified several key challenges that the plan would address, such as overgrown plantings,poor sight lines and safety concerns,worn-out facilities,and a lack of programming.Concurrent to the Vision Plan,West 8 conducted a detailed study of the West Lots,considering building typologies,streetscapes,and the relationship between new development and an enhanced North Shore Open Space Park(NSOSP).The result is a deep, holistic understanding of the park and the larger North Beach neighborhood and a vision that is underpinned by a series of design principles that establish the foundation for the main elements of the park and further define its identity within North Beach. NSOSP is already an asset for the local community of North Miami Beach. Its unique ecosystem and biotope are the main components of the park's DNA. Thus, our overall design intention is to curate and preserve the Park's natural costal condition.The further development of West 8 design vision will continue to enhance and accentuate a number of key elements that exist within the Park today. In our vision,an active park with diverse programming, is crucial aspect of NSOSP's future success. The renewed identity of the Park will be characterized by the diversity and richness of its vegetation and the unique ecological condition. Indeed understanding the current environmental conditions of the park is imperative to defining the boundaries of the ecological zones so they are both protected and in balance with the other programmatic and elements of the Park.Likewise, the future system of pathways,goes hand-in hand with the new planting strategy. Helping to delineate vegetation clusters,ecological zones and link the different Park programs. 81st STREET ✓`" . ' 85th STREET s �'fc Irk .•..• \ ''6�.' ✓ s1.j�� 87th STREET •. NEW GATE 0. 41► ,:-.-< -lam .+ NEW w -.r West 8's initial ��e Alp: ' r' concept creates a hierarchy of spaces - ^ 4Y�7 providing direct ac- cess to the beach _�. Moving forward,the North Shore Open Space Park Project and Vision needs to be further defined by the aspirations of the local community and the City-The following principles,will inform the development of the Park and imbue it with renewed character and identity,enriching the ecology and transforming NSOSP into a benchmark for 21st Century Parks. 01.IMPROVEMENTS OF THE PARK EDGE AND MAIN GATES. a The current fence,at the interface of the park and the urban condition,will be revitalized. Improving the edge condition will immediately improve the overall impression of the Park. An essential part of the welcome arrival, the park edge will include strategically lill positioned gates,as future landmarks that will provide a new icon and reference point for the community. Great park, Great edges! Bouquet Approach 02.DEFINITION OF ECOLOGICAL ZONES AND VEGETATION CLUSTERS. The definition of the ecological zones, are based on the environmental assessment report, ...oia.1,4tS, • -, and the advice and expertise of environmental and local leadership groups.The informed �'������ �� creation of vegetation clusters will improve the park experience and enhance the dialogue Lasso Pathways between the different park atmospheres in a cohesive way. Vegetation clusters will be defined by the intuitive pathway systems that also function as a protective boundary. toe 03.BOUQUET APPROACH:INTRODUCING THE LASSO PATHWAY SYSTEM. ---,5-- ;-' ' "" 4. The Lasso pathway system defines the vegetation clusters,open space areas, site programs x-y�'�r -�1' and gives the Park new character. Informed by the existing topographical conditions, a 'Lj series of diverse lasso chains, introduce hierarchy and harmony to the Park. The Lasso Park layers pathway surrounding the vegetation clusters creates the so called "bouquet effect", that can be applied to wild Seagrape clusters,groups of Sabal palms, or to prevent access to an ecological zone. 04.VISUAL CORRIDORS:PARK SAFETY,CREATING A DIALOGUE WITH THE CONTEXT AND IMPROVED USER EXPERIENCE The definition of the vegetation clusters and ecological zones will determine the landscape composition of the park. Creating new visual corridors to the ocean, and enhancing the So .l.Grlana s A.a uto Inc - 217 Park'experience'will allow for better navigational cues,improve safety and create a sense of awareness of the Park's context and its unique identity.Composition,is an essential element of landscape design and is fundamental to establishing a set of holistic design criteria that are in harmony with the continually evolving character of the Park. 05. PROGRAMMING:IDENTIFYING DIFFERENT ACTIVITIES AND USES Activating the park with different park functions is a key tool to attracting the residents of North Beach,and also expanding the local user base.A balance must be struck between passive areas and the diverse needs of the different user groups.Improving the existing facilities and planning the future allocation of space for long term use and future concessions is essential. Community Outreach for this phase of work will be fundamental to developing a better understanding of the wants and needs of the community and a means to deciphering measures to sustainably implement programming without adverse impacts on the natural assets of the Park. diIMr�I 1 arrsigra- nit West 8's initial concept accommodated an extension of the dunescape Having practiced in the South Florida region for over so many years, CGA has grown and responded to the increasingly urbanized character of our surrounding cities and municipalities. Having had experience in such urban areas has made us sensitive to urban issues—many of which are being faced by Miami Beach's conditions as one of the few truly walkable communities in the South Floridian region.These issues include: • Architectural vision • Gateways and signage • Increased cost of design solutions • Continuity of pedestrian access • Dependence on foot-traffic and alternative modes of transportation • Provision of context sensitive responses to design challenges • Increased spatial limitations need to be negotiated with more extensive services and amenities, including ample walking paths,way-finding signage and furnishings • ADA accessible routes, • Lighting • Safety and CPTED best practices • Continuity of built-design environment for`defensible spaces' • Definition of character areas for branding and identity,and • Landscape vegetation planted in sound methods of horticultural best-practices that promote the longevity and survival of canopy and character-giving plants All of these should be considered with long-term commitments in mind, such as maintenance and continuity of quality. In particular interest to Miami Beach,we have the understanding that all future improvements sought need to be conceived in a manner that benefit the surrounding area's users and communities, which is essential to the success of this project in integrating North Shore Open Space Park into the community in the same manner that other park spaces throughout the City enjoy of the high demand of open space recreation characteristic of Miami Beach. Demonstrating that the community's needs can be addressed in tandem with improvements,integrated in a manner sensitive to the people being served,increases value in the area's culture,traditions and uniqueness. CGA also believes it is important that any improvements designed and planned are orchestrated programmatically with an understanding of the demographics of the users in the neighboring or adjacent areas so as to achieve a concerted, overall goal for true space activation. Many of our experiences have included exactly these types of coordination, including: • Provision of recreational landscape improvements • Character lighting, furnishings and pedestrian amenities • Public Art • Landscape Improvements coordinated with drainage considerations • Landscape vegetation tolerant of salinity and drought tolerance • Alternate paving materials, including colored concrete and pavers,pervious pavers and textured surfaces • Open space improvements,beach access and markers • Wayfinding and signage • Dune reconstruction and turtle-sensitive lighting options • Seamless upgrades of entire area's public spaces,working in coordination with design guidelines driving architectural character of the built environment • Expansion of sidewalks,crosswalks,and pedestrian areas to facilitate increased connectivity and multiple-use patterns • Increased safety in pedestrian-use areas • Edge treatments to minimize patrons'sense of"being trapped"inside the facility— which ultimately increases a perception of being unsafe and results in less use of the public park • Ensure planting strategies that allow for phasing of landscape architectural improvements and standards that promote longevity in tree or palm canopy and the minimization of excessive glare or`heat islands',and • Provision of sustainable,green practices and standards to allow for increased environmental soundness of improvements,including: - Minimizing sand erosion and protecting turtle nesting habitats - Curbing hear islands brought on by over-exposure of paving surfaces to direct sunlight,thus prolonging their longevity and life-span - Continuity of canopy coverage - Provision of shaded areas that promote pedestrian activity and facilitate outdoor uses; - Minimizing the impact on storm water drainage systems through the use and detailing of permeable surfaces. 110 ti Gorda7 aes ht. 219 „iir . CI .. '--- ,11 , . 7 lit * .-. _ :11p0 01. . , .# .....,-.74. v` a ' ^ ' , ,,+' L . -_ '' t A Tr I.r ii it. . , - 6 _ ir lir • :. _ i 4 giiiill The following is a detailed description of the methodology to the anticipated tasking of the scope of work to be provided by the Calvin,Giordano&Associates,Inc. (CGA)in collaboration with West 8 urban design&landscape architecture p.c and other subconsultants,herein known as CGA team for the City of Miami Beach(City) relative to the design,permitting,and construction of the proposed North Shore Open Space Park(NSOPS).The purpose of this approach and methodology is to convey the process,steps and tasks envisioned by the design team to achieve the goals expressed by the City in the issuance of the Request for Qualifications. These are to serve as a guiding principle on the process and,if awarded,may be used as a basis to further refine the tasking of such scope during the negotiations phase. Our goal through this verbiage is to convey our understanding of the project,our extensive comprehension of the processes needed to complete the project,and what we opine to be the most efficient way to complete the project to meet the City's expectations. It is important to note that coordination with the permit agencies are paramount to meet this schedule,therefore we would recommend streamlining the design modifications approval process to rely on directive of Staff with the input of the community and stakeholders. The purpose of the Project is to implement elements of the approved vision plan for the park in several phases of construction—the first of which we understand has a budget of$5 million dollars and includes the removal of some elements originally planned in the vision package to bring it into budget. This phase one enhancements shall include a well-defined pedestrian entrance,a pedestrian beach access, multi-use walkways,an programming design to provide a range of spaces for general and passive uses,increase safety in the park,establish a park identity,enhance connectivity to the surrounding neighborhood, implement CPTED and Defensible Space standards to encourage individuals to utilize the park more freely,and to provide landscape planting improvements that is sensitive to the area's unique and sensitive natural character and to its identified conservation areas. The Phase Two elements may include those elements eliminated from the phase one budget for.At the discretion of the City,the CGA Team can provide full design,engineering and construction documents for both phases one and two,even if phase two may not be implemented immediately. This will provide the City with an opportunity to have permit-ready and construction-ready plans to solicit accurate cost proposals from building contractors for future budgetary purposes and to expedite the complete development of the project to its fullest potential. me 1 ?fig 4• _ r - ._. f,, i TS a..• / ..._# _, ..' .1 r ..-f . ' - _ I ' .4MitimcW, p_i-ft.- ,... -, fk,.41;.: ,...._..., . • :, 41. !all ill + "t� . hir . ffidi { s +~ ' ,�-4- . .•ii _ ,..._. iiiimiii IIIIIIFIIIIIIIIIIIIIIIIINIII um ;. The CGA and West 8 team shall provide conceptual drawings,surveying,geotechnical services,design development,cost estimates,construction drawings and documents,permitting, bidding services,and construction administration for the park project as detailed in the itemized task provided. The initial vision's budget for the park was identified as having a total probable construction cost of$6 million- while the City has identified through the RFP that the available budget for all improvements has been targeted at$5 million. As such,an important component of the project will be our ability to provide value engineering services to bring the design elements into the project budget's margin. This scope of services assumes that any of the identified proposed park improvements will be sited as landward as is practical and that impact to the beach/dune system will be minimized up-front in the conceptual design and layout of the park elements.This scope assumes that the DEP will not object to the extension of the beach walk recreational corridor,nor to the proposed park elements and components envisioned to occupy City-owned property, the location of the improvements,and/or any of the construction materials—provided that these design elements provide avoidance and minimization to natural resources and do not negatively impact potential sea turtle nesting or vegetative habitats. This scope assumes that there will be no third-party comments submitted to the DEP during the permitting process that will trigger significant negotiations or re-design of the project,and that no petition for an Administrative Hearing pursuant to Ch. 120 of the Florida Statutes will be filed upon permit issuance. This scope of services also assumes that the approved conceptual vision plan will be the guiding document for the project and that additional public outreach,beyond those public meetings identified,should be required for consensus building. This scope is provided as a suggestion of method and should be edited and refined further in conjunction with City staff upon award. CONSULTING SERVICES PART 1A-DESIGN PLANNING SERVICES West 8's portfolio of projects spans the globe,we understand that a key to success is finding local firms to develop the technical,community input and local regulatory expectations. For this proposal West 8 will act as the subconsultant and design lead to the prime consultant CGA.A local based firm who have vast local expertise in the area and within Florida in order to leverage each dollar to make one design statement. ..,i,n,;4wm,:s..s..,nz ilk 221 ' The key design team members provided in Tab 2 will lead the process described here and ensure the fantastic vision for NSOSP meets reality.Time and again,our time-tested methodology delivers an executable vision and sets the stage for implementation.The following steps outline the Team's activities that would be undertaken to prepare the Schematic Design package for NSOSP Project. 1.1 INITIAL SERVICES 1.1.1 Risk Assessment Plan Development:CGA will work with the City to revise and append the provided Risk Assessment/Quality Control Plan for the Project,and will set up the Project Quality Assessment checklist for use during subsequent phases of the Project. 1.1.2 Project Kick-Off Meeting:The CGA project team will attend one(1)kick-off meeting with the appropriate City representatives to introduce key team members to the City staff and review available master planning and reference documents defining the Project scope. Preliminary project goals,schedule,budget,and quality control will be discussed. Based on this meeting,CGA will schedule the site inventory visit.CGA shall prepare and distribute meeting minutes. 1.2 SITE RECONNAISSANCE 1.2.1 Site Survey:The City is to provide all available as-built surveys/plans of existing below ground and above ground electrical equipment,utilities and other structures within and adjacent to the Project area.As they become available,the City shall provide copies of plans for other pedestrian and vehicular transportation corridor improvements adjacent to the park or in the surrounding area.The City shall also provide CGA with copies of any available plat maps,property surveys,aerial photographs,and recent Miami-Dade County beach surveys.Transmittal of data in a standard electronic format is preferable. This data will be compiled and used to facilitate comprehensive planning during the design phases.CGA will provide complete design surveys necessary for documenting the context for design and permitting the project in accordance with the Florida Department of Environmental Protection's(FDEP)specifications as defined in Chapter 62B-33.0081 of the Florida Administrative Code. The survey will include: 1.2.1.1 Defining the horizontal locations of the Coastal Construction Control Line(CCCL) 1.2.1.2 Defining the horizontal locations of the Erosion Control Line(ECL) 1.2.1.3 Determining the horizontal locations of the contour lines corresponding to elevation 0.00 1.2.1.4 Determining the horizontal locations of the Seasonal High Water Line 1.2.1.5 Determining the horizontal locations of the seaward line of vegetation and outline definitions of existing natural vegetation 1.2.1.6 Locating the horizontal limits of the dune boundaries 1.2.1.7 Providing topographic information of the existing dune at 20-foot intervals for the dune areas fronting the proposed park area 1.2.1.8 Locating all trees in accordance to applicable ordinances 1.2.1.9 Preparing up to five(5)sketch and descriptions for Utility Easements as determined by the City and CGA Team 1.2.1.10 Preparing and providing base maps for the design reflecting results of design survey and upland property lines 1.2.1.11 Providing horizontal datum relative to State Plane Coordinates,NAD 83/90 Florida East Zone 1.2.1.12 Providing vertical datum relative to NAVD 1988 1.2.2 Vegetation Mapping:The CGA team will map the areas of existing native and non-native vegetation within the proposed Project area for use in the landscaping design and to evaluate areas of exotic vegetation that will be required to be removed,as well as potential environmental impacts of the Project.Any existing dominant exotic and native plant species that are regulated by the Ciry,County and/or DEP will be noted. 1.2.3 CGA will prepare a final base map by compiling the Site and Coastal Topographic Survey and Vegetation Mapping data to illustrate the visible existing conditions and topographic contours within the Project area.The Final Base Map will become the basis for the design development portion of the Project. 1.2.4 Site Reconnaissance Visit:The CGA team will schedule and attend one(1)meeting at the Project site with City Staff to observe existing conditions,identify potential design opportunities and challenges existing and expressed in the master plan,and document/discuss relevant features/areas of interest.Issues affecting the feasibility and possible layout of the proposed park features,landscaping,and other amenities will be discussed. 1.3 INITIAL CONCEPTUAL DESIGN AND COST OPINION NSOSP success hinges on its ability to achieve longevity over generations, not seasons. To transform this place it is necessary to anchor design ambitions with a pragmatic attitude towards sustainability,phasing,operations,and engineering. Cost is also a major driver to the success of the park,the Team proposes to engage the cost estimating component of the project early on,we will help guide decisions relative to the design components and the elements to be included,modified and excluded from the approved conceptual vision plan.CGA will work closely with our cost estimators to develop the cost parameters throughout the design development and construction detailing of the project to meet the City's expectations. 1.3.1 Refined Conceptual and Schematic Design:Based on the North Shore Open Space Park Vision Plan documents that were produced by West 8 and are included in the RFQ and direction provided by the City in the Kick-off Meeting and Site Reconnaissance Visit.The CGA team will develop a refined conceptual design in preparation for City Staff review and approval. A list of the modifications from the master plan will be issued.Typical illustrative details will be provided,including: 1.3.2.1 Locations of proposed park design elements,existing trees,adjoining properties, existing access points to the beach,possible enhancements,ADA access routes and facilities, and other pedestrian connections. 1.3.2.2 Updated cross-sectional drawings showing the proposed changes in elevation throughout the site, including any impact on the fronting drainage. 410,,:ahm.,;Wwn.s ._a,,11$ 223 1.3.3 Initial Cost Opinion:CGA will provide an initial opinion of probable construction cost for the proposed Project based upon the conceptual design plan to confirm those proposed elements that are generally within the available City budget.This analysis will provide an opinion of unit costs relative to proposed Project elements compared to the Master Plan's probable costs. 1.4 REFINED CONCEPTUAL PLAN—CITY STAFF REVIEW Refined Conceptual Plan:City Staff Review:The CGA team will coordinate with Ciry staff to review and obtain comments regarding the proposed Project. It's important that the Client team have time to reflect on the content,evaluate priorities and shop ideas around to elected officials and other leaders.We have provided time throughout the process for the City to organize this feedback and provide it to the design team prior to moving to next steps. Materials to be provided by CGA Team are anticipated to include the Initial Conceptual Design, including typical details,to illustrate the proposed Project design. 1.5 CONCEPTUAL DESIGN DEVELOPMENT 1.5.1 Conceptual Design Development Revisions:Throughout the design documentation phases, West 8 and CGA will continue to hone and test the design with regular quality control measures and in-house Design Reviews. These are periodic work sessions where the team assigned to the project,together with other stakeholders and the consultant team members review the project for consistency with the project scope,client and community expectations and ultimately with the Team's'own quality expectations.These sessions are egalitarian in that everyone is encouraged to participate in a deep level of critique and dialogue to challenge the team in its level of creativity and responsiveness to the project's goals. Furthermore,West 8's vast experience around the globe makes us proficient in seeking our and responding to local approvals and political processes that might prove challenging along the way.As such the Team will conduct revisions as necessary to incorporate direction given by City Staff.We remain focused on listening and responding to these in an open and honest way to be the Client's agent to safeguard project intent. The CGA team will incorporate into the conceptual plans those Project modifications collectively identified as preferable by the City,given regulatory and other potential restrictions.The CGA team will coordinate with City staff to review comments received at the Community Design Workshop. 1.5.2 Follow-up meeting with City Stalfi CGA will meet with City Staff to review the modifications as directed by task 1.5.1 1.5.3 Refined Conceptual Design:CGA will conduct minor revisions to incorporate modifications provided by City Staff and agreed upon at the follow-up meeting Task 1.5.2. 1.5.4 Refined Cost Opinion:CGA will provide a refined opinion of probable construction cost for the proposed Project based upon the conceptual project plan to confirm those proposed elements that are generally within the available City budget.This analysis will provide an opinion of unit costs relative to proposed base and alternate Project elements. 1.5.5 Approval of Conceptual Design Meeting:CGA will meet with City Staff to review ��LINCOLN PARK' the modifications as directed by task 1.5.4 to obtain a final approval on the conceptual design QU: T11D0 for the project.This conceptual design will serve as the Basis of Design that will be utilized to conduct discussions with DEP Staff to convey the project's scope to the state officials to solicit comments and feedback,as well as it will serve as the basis of.During this meeting,the CGA Team and City Staff will discuss the DEP Pre-Application Meeting. 1.5.6 DEP Pre-application Conference Call: CGA will review the inventoried Reconnaissance Dare,Survey and Approved Conceptual Design for the proposed project and for completion el regarding anticipated preliminary coastal construction permit requirements discussions lk and code requirements [Chapter 62B-33, Florida Administrative Code(F.A.C.)J of the — DEP. CGA will prepare for and conduct one(1)Pre-Application Conference call with the Florida Department of Environmental Protection(DEP) Bureau of Beaches&Coastal - ' �•,.�M: , to convey the Refined Conceptual design and begin the conversations about the permitting process to be followed.CGA will discuss with DEP staff the proposed design components of the Project relative to their regulations,and solicit input as to the acceptability of any - s f • critical design elements.Because the park improvements identified in the master lie west uC _� _ of the existing beach walk,it is anticipated that FDEP will be mostly concerned with any >afRi • vegetation plantings being proposed between the Erosion Control Line and the beach walk as ; .-m! ' well as any possible light fixtures being proposed in the park,as these should be amber,turtle- friendly. Public Outreach for Miami SoundScape Park,West 8 1.6 PUBLIC OUTREACH PROCESSES 1.6.1 We acknowledge the strength that comes from bringing diverse perspectives,local insight, understanding and specific experience to complex urban projects.Together CGA and West8 with their vast experience in public input processes in the area,will initiate the community engagement process and lead it throughout the project duration.The Team will work closely with the City to target important stakeholders and key community players that can facilitate in fostering participation in the public outreach process and where they can serve as delegates and ambassadors of the improvements the City is planning for the park site.To engage community members and public agencies together in a meaningful dialogue and supports consensus-building.West 8 and CGA are well versed and experienced in all types of public input processes, from one-on-one meetings, to town hall style open houses to workshops that respond to specific project needs,whether working with a broad range of City officials, active citizens,advocates,stakeholders,or special-interest groups. 1.7 FINAL DESIGN APPROVAL 1.7.1 Approval of Conceptual Design Meeting:CGA Team will meet with City Staff to review the design and comments and directive obtain from FDEP to solicit final directives on potential minor modifications to the design and to obtain final approval on the conceptual design for the project.This approved conceptual design will become the basis of the final design and construction drawings. It is understood that at this point the planning phase of the project is finalized and any further design modifications resulting from City directives shall be done under an additional services agreement.This excludes any minor modifications to the design necessary to address and obtain permits from any agency having jurisdiction over the project during the permitting phases. ,k.,.Gtadw S a,x..,t.,.la, 225 PART 1B-DESIGN AND ENGINEERING SERVICES 2.1 LANDSCAPE ARCHITECTURAL,ARCHITECTURAL AND ENGINEERING SERVICES 2.1.1 Landscape Architectural and Hardscape Design:Landscape Architecture design services will include the initial layout and geometry of the park based on the design development planning phases. Landscape planting design will be completed in accordance with the design development for the proposed Project improvements.An initial list of plant species to be used adjacent to the path will be developed,along with typical details regarding arrangement of these plants.Hardscape concepts will be developed,including preliminary structural design,retailing walls,materials,colors,and finishes for the path, edging, fixtures,and other features.Architectural features will be schematically developed and interactive features and elements will be identified. Particular to the architectural features and their design impact on the adopted master plan which were omitted are the required FEMA finished floor level elevation of the multi-use beach observation facility and the impact this elevation change has,coupled with its extensive ADA access,on the envisioned adjacent uses of the interactive water feature. 2.1.2 Engineering Design:The CGA team will provide the initial engineering design services required for the Project elements outlined in the design development.The design team will review and coordinate with CGA's Civil engineer regarding grading and drainage design.The grading design will be initialized to meet the aesthetic intent of the landscape planting areas. It is assumed that any existing beach access points across the dune will be maintained or streamlined.Access to street ends,existing properties,and other access corridors will be reviewed.Access for emergency vehicles will be reviewed and illustrated.Cross sections for the park will be developed that will include the improvements and anticipated construction strategies. 2.1.3 Electrical Engineering:Parking lot lighting,site and walkway lighting,pedestrian scale bollards,and other appropriate landscape lighting may be used,as preliminarily approved by the City and conforming to FDEP's criteria.CGA will coordinate site lighting relative to the project's aesthetic considerations.The electrical and lighting plans along with associated riser diagrams will be defined indicating the proposed lighting and photometrics.The electrical power riser diagram will be defined consistent with load requirements and voltage drop calculations.Service entrance requirements will be coordinated with FPL consistent with available and/or new service configurations and locations. 2.1.4 Irrigation Design:Irrigation will be designed for the Project's vegetation generally consisting of permanent,underground irrigation for the portion of the park west of the beach walk and temporary irrigation any native vegetation areas between the existing beach walk and the Erosion Control Line.The design shall include system layout,service connections,list of materials and installation details consistent with the other City park projects and as directed by specifications drafted by the Parks and Recreations Department, or as directed by City Staff.The system will include controllers,valves,heads,main and lateral piping,backflow preventers and flow sensors. 2.1.5 Signage Design:The CGA team will provide up to 2(two) design concepts for Project signs, pedestrian location,directional and interpretive signage,consistent with City requirements for durability and legibility,as well as aesthetic considerations.CGA proposes to utilize Folia- brand signage products mounted on aluminum frame structures where required,in designs consistent with the City's adopted signage master plan. 2.2 CONSTRUCTION DRAWINGS AND SPECIFICATIONS 2.2.1 30%Preliminary Construction Drawings 2.2.1.1 CGA will prepare preliminary construction plans at approximately the 30% level of completion illustrating details of the proposed Project.The preliminary design drawings will illustrate plan and sectional views of the improvements and will include general details of paving and grading.All path geometry and elevations will be established,including slopes and ADA considerations and accesses. Drainage design(slopes,swales,drainage structures,and underground piping)will be developed as appropriate for the improvements.Paving and utility connection (water/electrical)design will also be developed as required.The plans will incorporate existing conditions and basic design elements including details of park elements,vegetation,and lighting. The 30%preliminary plans will graphically convey the engineering,landscape architectural and architectural design,and be formatted for a logical sequence of construction. During this 30% stage,an internal Quality Assurance/Quality Control review will be completed. This review includes each department,the AutoCAD manger,an independent reviewer,and the QA/QC Director before any documents are released.This step ensures that quality and completeness are at an appropriate level before submittal. CGA will submit a complete set of all 30%plans to City Staff for review and comment relative to compliance with City Standards. 2.2.1.2 Updated Cost Opinions: Updated cost opinions that include quantities,unit costs, and total costs will be submitted to the City for review. 2.2.1.3 30%Comments Review Meeting:CGA will meet with City Staff review all comments and obtain direction for further development to be reflected in 60% plans. It is expected that the City will provide clear direction on how to resolve potentially conflicting comments as issued by different City Departments. 2.2.2 60%Final Construction Drawings 2.2.2.1 CGA will incorporate comments and agreed-upon resolutions from the City's review of the preliminary design plans and the comments review meeting into the final construction drawings.A subsequent submittal of the design plans will be made to the City at the 60%level of completion.It is anticipated that the review comments from the 60%level drawings will be minor in nature. During this 60%stage,an internal Quality Assurance/Quality Control review will be completed.This review includes each department,the AutoCAD manger, an independent reviewer,and the QA/QC Director before any documents are ti •>k,,,..,1.•,e" 227 :y�yam�'- ..cc' ...,,� , �.,. - • .4- ar►• .+ •. ~f ` -- • } NORTH .l is tv , z- - + _ SHORE ..,i`Ie - _ ' -- a OPEN SPACE i PARK " . l: �,•,,,,r ,r { ^, 1- .-.:.1�..,�.� r _ r.,,, •Aar .a te �~�`' %., , <.k e. + A : . r' .. r _}•�,ir r • �. ifll _ _- 11!,1{11 ' ► ,� r � AA I f : • • '11 ri. .. _. .. •_,.,.,.t.. _•.• . ____ . . • _._, „...„,,.....,.,,....,,,,,,,„...„.*:,..„...,. ._. loaraidabio,.. . if.. , ......,. .....,•,.:„ w a .. .......1M i'S . - . .4 4.. mot` j, ',* �ty�` •/� ���•::=11.4, t- ^.` ;tit , T� _ _ - = xY- - .j1� :z. -.�� "-_.`__ - •' �. •sir►' A• _ • A 1 • art t• r ,,, „� L'ra .` .fir. r' 'f= i ^I F1, T -- -' issue as -�.. ;-- _F• y S. .. _ 1111 � b[• -'gib es .. ... __• WO + , r - ^ter�a! V2 ,r - .. ' - • .- �. urniner • r !!■ Camp 4— * 1 - 463Y4 .yam f - ` O •-4 '4 / .� . - 4. 1 ‘ . ... 3 r {,, . - ,r tits . — i..7"�S�Q 'slim' '- L y 1 '� , ..Tt: r ?�7.rj; 1 III €s?`.• ',Sr r = r �W '1,P7'.. } °`.4. 44.4. am .. ¢' j ,%/, i - y'_ a. �.7 t X11, 4 f ` -4;,.. 4"" ` op filiP7 - , •- ..! .,i9,-. ,),. 4 :, ---;•,, . .•:' :•-",.__ _ -4 '-, • 11 4 o. - �z� .� � • y � t Ty.ai _ _ ''''-•Alihi- rai All. --III ... �1.(. _ 1r . t' '� z f�f 4 J Kr. ` i 3_... •. t,''c Ir. � ...: s IA ., -w? +r'. 'bC •, ,„1, .... . T y l '- xv • . . • - • 1' '' ".•111212 A , � °yr ,o. „lip:-p " s 7 THE 0 .i.sIzTE ,..„...... . _ ....._ . ,...„,. .. .... .... .. ,, ip -::,...,,:: ' A '4-, -1r* yr • - i li ft k„ �• I `c i`j' "• ' � * °t� 1 14.11 i. • • :.,...4.---_4.s.. _ .. , V� ► 1 -, is• • , . ^ ,.. a- � --. '}r• .2 -1.1 i1} 11,61 ., 1- • ---:.- -- --a: c ' . - =Z-t! --1--'s. 1—......- ' = .- . ''"=""'--x.r....4 HI• y ...,. . ! •;- .ems- a..,,...„, . :__ :..,4wri...• .: _...1 ��.� _ - Via, y released.This step ensures that quality and completeness are at an appropriate level before submittal. The drawings will be prepared with industry-accepted guidelines for the production of construction drawings on 24"x36"sheets at appropriate scales. 2.2.2.2 Updated Cost Opinion:The opinion of probable construction cost will be revised and submitted with the design submittal package. 2.2.2.3 Preliminary Technical Specifications:CGA will prepare preliminary technical specifications in the Construction Specifications Institute(CSI) format for all Divisions of specifications required for the construction plans.The City will be responsible for all"up-front"bid package documents such as General Conditions,Construction Contracts,etc. 2.2.2.4 60%Comments Review Meeting:CGA will meet with City Staff review all comments and obtain direction for further development to be reflected in 90% plans.It is expected that the City will provide clear direction on how to resolve potentially conflicting comments as issued by different City Departments. 2.2.3 90%Final Construction Drawings 2.2.3.1 CGA will incorporate comments and agreed-upon resolutions from the City's review of the 60%Final Construction Drawing plans and the comments review meeting into the final construction drawings.A subsequent submittal of the design plans will be made to the City at the 100%level of completion. It is anticipated that the review comments from the 90%level drawings will be minor in nature.During this 90%stage,an internal Quality Assurance/Quality Control review will be completed.This review includes each department, the AutoCAD manger,an independent reviewer,and the QA/QC Director before any documents are released. This step ensures that quality and completeness are at an appropriate level before submittal.The drawings will be prepared with industry-accepted guidelines for the production of construction drawings on 24"x36"sheets at appropriate scales. 2.2.3.2 Revised Cost Opinion:The opinion of probable construction cost will be revised and submitted with the design submittal package. 2.2.3.3 Revised Technical Specifications:The CGA Team will develop revised Technical Specifications to reflect construction and installation specifications for all planned components,particularly with an attention to criteria necessary to address. 2.2.3.4 90%Comments Review Meeting:CGA will meet with City Staff review all comments and obtain direction for further development to be reflected in 90% plans. It is expected that the City will provide clear direction on how to resolve potentially conflicting comments as issued by different City Departments. 2.2.4 100%Final Construction Drawings 2.2.4.1 CGA will incorporate comments and agreed-upon resolutions from the City's review of the 90%Final Construction Drawing plans and the comments review meeting into the final construction drawings. Ic is anticipated that comments or directives for revisions will be completed and the scope to develop the design drawings shall be considered finalized. At this 100%level of completeness,a final internal Quality Assurance/Quality Control review will be completed.Any additional or subsequent submittals of the design plans shall be made under a separate additional services agreement.The drawings will be prepared with industry-accepted guidelines for the production of construction drawings on 24"x36"sheers at appropriate scales. Final 100%Construction Drawings will be sealed by Florida Registered Landscape Architect, Registered Architect or a Professional Engineer,as appropriate. 2.2.4.2 Final Cost Opinion:The opinion of probable construction cost will be finalized and submitted with the final submittal package. 2.2.4.3 Final Technical Specifications: The CGA Team will finalize the Technical Specifications to reflect construction and installation specifications for all planned components,particularly with an attention to criteria necessary to address. 2.3 PERMITTING 2.3.1 Basic Permitting Services:It is anticipated that City of Miami Beach Permits,including Permits from the Public Works and the Building Departments,will be required for the Project.The City will prepare applications and process these permits. CGA will assist the City in processing the permits. CGA will meet with representatives of the City toward securing the required approvals for site and civil improvements.Specifically,the 90%level of drawings will be presented to the City for processing through the required City Departments, and the 100%final drawings will be submitted for permit. 2.3.2 DEP CCCL Permit Application:The City will provide CGA with an executed CCCL permit application form,a DEP permit application fee(amount to be determined),and a letter from the Planning and Zoning Department indicating their approval of the project and confirming that the project"does not contravene local setback requirements,or zoning codes"and"is consistent with the state-approved local Comprehensive Plan."The City will provide CGA with the relevant legal descriptions and ownership/control documentation for the proposed Project area.CGA will prepare and submit a permit application package containing this information,as well as the Project design plans,for the proposed project.Any significant design changes made after submittal of the permit application will be considered a change in scope.Significant design changes include,but are not limited to,the enlargement of footprint,addition of structures seaward of the CCCL,relocating structures farther seaward, or new activities. 2.3.3 DEP and FWC Marine Turtle(Lighting)Review CGA will coordinate with the lighting and landscaping team members toward obtaining lighting plans,cut sheets,and the lighting table required by the DEP and Florida Fish and Wildlife Conservation Commission (FWC) for review and approval.CGA will also maintain telephone contact with the FWC to expedite their review and approval of the proposed exterior lighting.CGA will confer with the team landscape architect,lighting consultant,and City as to questions, revisions,or ti•.a,no s a ,ties 231 additional items that may be required by the FWC to assist the City in obtaining approval for the proposed exterior lighting. It is assumed that no lights will be proposed that would be visible from the beach(such as fixtures near or seaward of the dune crest). 2.3.4 DEP Division of State Lands Consent of Use Application(if necessary):Regulations require that a Consent of Use or easement be obtained by any entity(local,private, commercial)prior to construction or other activities on State-owned lands.All lands east of the Erosion Control Line are owned by the State of Florida. If the Division of State Lands is not able to confirm that Consent of Use is provided through an existing City Plan or Agreement,a separate application for Consent must be submitted. If required,CGA will coordinate with the City to prepare and submit a State Lands Consent of Use request to the DEP Joint Coastal Permitting(JCP) program.This is an important component towards preparing the site for providing future ADA access improvements to the beach that do not comprise a part of this project. 2.3.5 DEP Division of State Lands Consent Processing(if necessary):CGA will confer with DEP staff to advise them of the details of proposed construction and identify areas of staff concern.CGA will maintain telephone contact with the DEP to expedite their review and processing of the Consent of Use application CGA will provide a sketch illustrating the general boundaries of the Consent approval relative to DEP reference monuments.This scope of services assumes that a surveyed legal description of the boundaries of the Project upon state lands will not be required,and that a Consent to Use State Lands,rather than easement, will be required/issued. 2.3.6 DEP Permit Processing:CGA will confer with DEP staff to advise them of the details of the proposed construction and to identify areas of staff concern.CGA will maintain telephone contact with the DEP to expedite their review and processing of the permit application.CGA will review available working drawings to ensure their compliance with DEP criteria toward expediting the DEP Final Order. In addition,CGA will confer with the team members and City as to questions, revisions,or additional items that may be required by the DEP and will represent the Project before DEP staff to assist the City in securing a DEP Permit(Final Order)for the proposed Project. 2.3.7 DEP Final Notice to Proceed:CGA will provide services to assist the City in securing a DEP "Final Notice to Proceed"authorizing commencement of construction.Specifically,CGA will provide services relative to coordinating and processing final construction drawings and meeting Special Permit Conditions outlined in the Final Order. 2.3.8 Pre-Construction DEP Conference:Subsequent to issuance of the DEP Notice to Proceed, the CGA permitting project manager will schedule and attend one(I) Pre-Construction Conference with the DEP Field Representative,City,Contractor,and Project team members, as required in the Special Permit Conditions outlined in the Final Order. 2.3.9 Miami-Dade County Permitting:It is anticipated that the project will require permitting through Miami-Dade County's Water and Sewer Departments,as well as it may require permitting through DERM for impacts on trees where the City's tree preservation ordinance does not suffice. The City will be responsible for all permit application fees.CGA will process all permit applications,respond to comments and obtain the necessary permits for construction of the park.These permits will be required for the any restroom facility upgrades, if needed,and the shower areas or other water feature. PART 2- BIDDING AND AWARD SERVICES 3.1 PROJECT BIDDING 3.1.1 CGA will prepare a bid form with unit quantities and documentation for inclusion with the bid package as directed and approved by the City.Permits for the Project will be included in the appendices of the package.The City will be responsible for all document reproduction services for the bid packages. 3.1.2 Bid Package Review: CGA will attend a meeting with the City Project Manager to review the compiled bid package.This bid package is expected to be a performance-based contract and not a conventional low bid project.CGA will review the bid package and provide comments. 3.1.3 Pre-Bid Meeting:CGA will assist in and attend one(1)pre-bid meeting with the City and contractor(s) and respond to pre-bid questions. 3.1.4 Bid Opening Meeting: CGA will assist in and attend one(1)bid opening meeting with the City. 3.1.5 Bid Review:CGA will review construction bids and qualification packages and make a comparative analysis of the data collected 3.2 CONTRACT AWARD 3.2.1 Recommendation of Award:CGA will prepare a recommendation of award to the most qualified bidder to assist the City in the award of a construction contract. 3.2.2 Contract Execution:CGA will assist the City in conducting contract execution services once the approval for award has been secured by the authorized City agent. 3.3 FINAL PUBLIC NOTIFICATION CGA will prepare a publication brochure not to exceed 2 pages to serve as a communication device to convey to the public at large the award of the contract and the anticipated schedule of construction. It is anticipated that this will be followed by a memorandum as necessary notifying public of when expected construction will be scheduled and what construction impacts they should expect. CGA will provide this publication in an Adobe PDF format to facilitate the City to post it on the City's Website. "1,,.6,ord.,M,a .a„Y°" 233 PART 3-CONSTRUCTION ADMINISTRATION SERVICES The Construction Administration Services outlined herein anticipate a construction period of 6-7 months for substantial completion and possibly 2 additional months to project close-out. Special requirements pertinent to materials testing,EEO and DEB compliance verifications,and compliance with Davis-Bacon Act requirements are not included and shall be provided through an additional services agreement. 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 that shall be at the City's sole discretion,CGA agrees to extend said services under the approval of an additional services agreement in conformance to Schedule B Consultant Compensation,for the duration required to complete the Project. 4.1 PRE-CONSTRUCTION CONFERENCE CGA will attend one(1)pre-construction conference with government agencies and contractor/sub-Contractors 4.2 CONSTRUCTION PHASING PLAN REVIEW • CGA will review and comment on Contractor-drafted construction phasing plan and the equivalent of a pedestrian-scale"maintenance of traffic" to ensure continual use of the adjacent sidewalks and beach walk. Review and Comment on Contractor-drafted construction scheduling should be carefully drafted to not impact socio-cultural events and seasonal,natural events. 4.3 CONSTRUCTION SITE INSPECTIONS 4.3.1 CGA will conduct daily inspections for compliance with plans and specifications.CGA will conduct interim inspections for substantial completion 4.3.2 Professional Landscape Architect Site Observations:A CGA Landscape Architectural designer will conduct routine visits to the site to determine if the work is being performed in accordance with the construction documents.It is anticipated that these visits will not exceed eight(8)two-hour site visits. 4.3.3 Professional Engineer Site Observations:A CGA Professional Engineers will conduct routine visits to the site to determine if the work is being performed in accordance with the construction documents.The number and duration of these visits shall be determined by the final design of the Project and at the direction of the City staff. 4.4 REVIEW OF DRAWINGS,AS-BUILTS AND CONSTRUCTION-RELATED DOCUMENTS 4.4.1 The CGA team will review,approve and process all pay requests and perform a relevant inspections to determine,in general, if the work has been completed in conformance with the intent of the Contract Documents. 4.4.2 The CGA team will conduct final reviews of as-built and record drawings for water,sanitary sewer and storm drainage/grading as prepared and submitted by contractor/sub-contractor. This is limited to two (2) reviews for each type of as-built.Additional as-built reviews may be performed for under an additional fees agreement. 4.4.3 The CGA team will issue interpretations and clarifications of the Contract Documents,and evaluate requested deviations from the approved design or specifications. In connection therewith,CGA will review,prepare and process any work change directives or change orders requestedby the Contractor or City. 4.4.4 The CGA team will review and process shop drawings,samples and ocher data which the Contractor is required to submit. 4.4.5 The CGA team will review and process all contractor-issued closeout packages. 4.5 PROJECT TEAM MEETINGS 4.5.1 In addition CO chose meetings specifically noted within other phases of this agreement,the CGA design team will attend up to six(6) local meetings with City Staff,project team members,and/or other stakeholders to present/discuss elements of the proposed Project.These meetings are estimated to be an average of two(2) hours each. 4.5.2 CGA will conduct meetings with the Contractor and appropriate regulatory agencies when requested and as necessary for consultation or conferences in regard to the construction of the project. 4.6 FINAL WALK-THROUGH 4.6.1 The CGA Project Team will perform one(1) final site walk through with the Contractor and governmental agencies 4.6.2 CGA will prepare a punch list of the findings and comments issued at the final walk-through and conduct their follow-up services to ensure that contractor addresses all comments 4.7 FINAL CERTIFICATION 4.7.1 CGA Staff will prepare all final certification documentation required to permitting agencies upon completion of construction of the project. 4.7.2 Subsequent to completion of construction,CGA will schedule and attend one(1)on-site Final Inspection Conference with the City,County,FFWC,DEP Field Representative and Contractor,as required by the Special Permit Conditions outlined in the Final Order. If any project elements are not in compliance with the DEP permit and additional coordination and/ or meetings are required, these services will be provided under a separate scope. c .�ann...mordano a a,,.,aca..lac 235 CAPABILITY TO PERFORM AVAILABILITY OF RESOURCES The CGA team will leverage its vast resources of creativity and experience to meet the schedule for The North Shore Open Space Park Project. WEST 8 and its team will bring a serious commitment to communication, openness and exciting design to coalesce around the further development of the design vision.We will be respectful of the value of the time of others,providing a clear,organized meeting schedule, agenda outlining our expectations,and follow through after meeting. West 8 believes in leveraging the enthusiasm,creativity and skills of our capable and talented designers and our collaborators.The firm has worked on and lead numerous international projects,each of which have included a host of consultants and collaborators from around the globe, all of whom have inspired, engaged, and taught us on each commission we undertake.Additionally, staff from each of our offices frequently collaborate on a single project,and are sometimes embedded in the offices of our collaborators(or vice-versa).Our studio environment; an egalitarian, interactive process in a well-supported and organized structure, is perfectly suited to asborb the demands of the schedule for North Shore Open Space Park Project. CGA will be servicing this contract out of our headquarter Ft. Lauderdale office located at 1800 Eller Drive. This is our primary office location and the venue from which the majority of our technical staff provides services. Because we serve as municipal staff and,in keeping with our reputation of being prompdy responsive,we ensure that the availability of our staff never goes below 40 percent for our senior staff and 30 percent for our technical support staff,amending our staffing needs as necessary.This is a strategy that we maintain to allow us to meet the impromptu and unexpected demands of all of our clients without sacrificing the needs of others.CGA guarantees that we will have the necessary staff to meet all the needs no matter what they are. Because we are a large firm, we have over 80 ongoing projects, each in various levels of development, design and finalization. All of our projects adhere to a strict project management system, wherein we weekly ensure that milestones are met and risk management is averted, by addressing the anticipated staffing needs of each project and matching those needs with the most capable resources. CGA has been able to accommodate its workload,while keeping our mantra of personalized attention combined with responsive solutions for each and every client. Additionally, CGA has the experience and in-house resources to seamlessly cover almost any eventuality that is encountered.The graph below outlines our current and anticipated workloads for availability of our CGA team members TECHNOLOGICAL CAPABILITIES Technical Equipment CGA+West 8 347 computers 64 portable computers 16 licences AutoCAD 2011 6 licenses AutoCAD 2012 42 licenses AutoCAD 2013 5 licences Maya 2013 3 licences for 3D Max 2012 7 licences FormZ 5 licences Rhinoceros 2 licences Maxwell render 47 licences Office 2007 47 licences Adobe Creative Suite 9 printers 1 tracer Server PC-IBM-windows 2003, 35 drawing posts equipped with PC CAO-DAO with 24"screen, 10 workstations equipped with fixed desktop PC 19" 4 Plotter AO+,3 A3/A4 color copiers printers on a network, 7 Scanners 6 Projectors 1 Model Workshop 1 Wood(model)Workshop Workload Availability 'WORKLOAD AVAILABILITY 1 + 90 T _r _� T _ — ± + —+— 60 —1— so = —= IM = _= f = = IM = �_ M f f IMAM f IM f AM —IM f f as f f =RIM Mi NM a f NM MI IM MIMMI 40 ms M N as MI ME IMAM M U ■■ MB BM MO M M M MI SW IMAM M _M_ =UM MD MI — 11111 =UM OWN=�_ =II MO /MOM IMAM IMAM M N M ff == AM IMMIIM 30 f ff IMIM M MIMES a M N fIM MN NM f MB N f= Mine Mine " �f f f_ sa IMIMEN MN Mr MOM NM MI MN 20 Me �__� t• _M_ s� IMAM M M ON MO WI IM = IMAM 11=MI Mine IMF IMAM N N MIf Mine = MI =f i■ M IMAM IMAM MM. NM MI M IMAM 10 = Mine �� Mine == == M -= �� _++ f M N =S _M Mine =f M MOM AM�IMMO& Wm MI MI f IM� N M iN =5 0 = as N Cook FeoB Connor Gram Mendoza Frodsham Flpwelh Lee Daniel Docurro AVALABLUY 40 45 55 40 40 55 45 60 40 45 WORKLOAD 60 SS 45 60 60 45 55 40 60 5S ulsI ..3i,rEllE a.1,,...xes II.0 237 • I r✓` _ '.—` "t[ Y ^ f '1 { A.3?' ': .1=- Js i flv 4 ' r.� f {__ r . /• , ``s� .t -4 J� 444 tt ;.:! a 2•• ai ; .0 ;� � f A„, AI, I i'" t Ji • • - . . ."!4;-.7:7 --.N.,V 73- '-1-!!1`'.`, . :9771'1,44-__n :: fr.—1.. - - sl -.b I v 4:V.'"....'-'4 �` `S� ` ice t �F � b'a rI S - *4:.. , • . -, ' `k` '- � • xs4 T= s —. li -ti-7.L. . -' \"' Ni, ,1% i-'•' ii.,11� - • ' 5 s t 4 x - . � Y r , ' '4:.•;;;, , te � • - , 1 -.J i !w L y-= i ', .� • •)•1a � . 4 r. � .t A _ r 1._ . l, �'; i - AID Y- J b ,.)�. ...4.4,-.',';,. Ya "" `3is ti• 4'' Y N.7", r - r k{r. -. 1 K ....sr, WfiiiY 54 7,.....:-r—, < y a •4_ _ _ i� 7`-' ----- y f ---! "ems ( ..' � — lit NILL,... -k. - \ ■;f )e.t. ET.- . a , 4 .....„.....,..,-J \- - ;.---- - %..i,, ,,,,,,,,--t- . . , - •sp. , if -------- -, ,r2„-- ,.. . ___ .- .- -mita "" -4.- bilikelaii - ----- -. 11'i. -4 48 t... w i‘ 11‘%Im.' ini*--.. i _ ilKilii` 't ' . ..,,:....,..............„,,,- -,_,„.4.-....rilia:t _.,Traiiiiii ,.......1 I f[..L•i, IT. ir.., r _......igiii---_ . ,. ! ,,,...,.. .. .__...____ . „....1 ni, 1 1, 1 i _ . . . ,i _ •„ _ . : : _ ■S Iv. 1 '110 k... ', i i -,■•••• • .'i _., 1_ 111, • 1 it .-,4- ,:::,,It".--,-.,:i, .f....._ . I-6.2, ..'....,, I):i:. if, " Si'<0 . 4. -,.:,I.ro.(11.2--,0.711,1-rour.„ ";,,,,....' '..-4, :, 01 I . .11 ::. 1 .,jill••,.. ,.. 6,.. *-1,Ni,.___.%.t•:..-,--. -e•- -,,,..., ... ..ie a.:•-• - -,;'..'•4.y./.1,y._-:-,--1 ' i..:.- , ,, ..1 r , ji.x....., ,,,,t lei,. .....,..,,,e_17.,,,o. .- --$.,..,,, ,..,.,' , 7, , :-IN:.. - trtf r ) ; ,,,,.„.... ___. ,.._ .;,....„,. . ..,,.....„ . . .. . . . ,..:, ,. ..:......: .I.t• v", 17 • : , - ! „. t Lk --Q, :,-- . ..,A4t,-- .-- - -.1--,,,f- -iii,i•Ig... .' A '' ' 1 ::3 !-1 4111 ) ,,-0 ,, ,,,/, ) ) .,.. ,., • ___„-- -. -,...„______ '1 ill 14 ._ _ ,:s4- ,,,,,. it— - - --,-:'4*'-111M- ii, '----- ' ' - • ~� '. - - _ -^ _ _^`�_^ ------ _ i cu r y" � •O r v a, 3 '0 h 4-)'''r,) ca O a, a r o = Ln Q _I 0 •• , �✓1 U CI) tu 46 Cris' • + ~ w r"'i v o Cd ''�i C:::) >- O cC _CO i v in Cr) 9 oN C/1 •> 4., N o M • r~.+. te w Z \ o mi .1_, ..1_, H o Y 8O Q ? -� w ti C p > •� ��ec v p +, Co�4 r �ib J r"i c C! ., L f , 4 '.., 0, -'i� ° w z Cr) N v o o ,AA 2''A . /4,4' c71 vi .- ch 0 ._ cm c., cu , O N o c o c. CP 0 v :r, 5 ■ CALVI-2 OP ID:KR AC-°RO CERTIFICATE OF LIABILITY INSURANCE o/22015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. H SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Brown&Brown of Florida,Inc. NAME 1201 W Cypress Creek Rd#130 ri.Sra►:954-776-2222 ,No):954-776-4446 P.O.Box 5727 ADDRESS: Ft Lauderdale,FL 33310-5727 ADADDRESS: Eric Martin Woodling NSURER(S)AFFORDING COVERAGE /WC INSURER A:Hartford Casualty Ins.Co 29424 INSURED Calvin,Giordano& INSURER S:American Guar&Liab Ins Co 26247 Associates,Inc. INSURER C:Twin City Fire Ins.Co. 29459 Attn:Dennis Giordano 1800 Eller Drive#600 INSURER 0:Hartford Fire Insurance Co. 19682 Ft.Lauderdale,FL 33316 INSURER E:Landmark American Ins.Co. 33138 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. OLTRR TYPE OF INSURANCE NSR WYD POLICY NUMBER BM IXBYYYY1 IYWDDIYYYPY1 UNITE GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERALLIAsiurr 21UUNLK3645 01/01/2015 01/01/2016 DAmAgg?E;ENTED Kel $ 300,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 10,000 PERSONAL A ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEM AGGREGATE LIMIT APPLES PEtt PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY ECa7 n LOC AUTOMOBILE LABILITY COMBINED SINGLE LIMIT $ 1,000,000 D X ANY AUTO 21UENJB7000 01/01/2015 01/01/2016 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY III.AJRY(Pr accident) $ AUTOS AUTOS X HRED AUTOS XON-OWNED PROPERTY DAMAGE AUTOS (PER ACCIDENT) $ X UMSMELLA LAB X OCCUR + EACH OCCURRENCE = 10,000,000 B EXUMA LIAB CLAIMSMADE AUG594812806 01/01/2015 01/01/2016 AGGREGATE f 10,000,000 DED X RETENTION S 0 S WOMEN COMrBIBATION X TWORY C STATU- 0TH AND E - A PLOYER"LIABILITY YIN LaeTS ER C ANY PROPRIETOR/PARTNER/EXECUTIVE 21WBN03209 01/01/2015 01/01/2016 EL EACH ACCIDENT $ 1,000,000 OFIRICERAAEMBER EXCLUDED? NIA (ANNI,dory In NH) EL DISEASE-EA EMPLOYEE S 1,000,000 DE CSRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT $ 1,000,000 E Professional Liab LHR746782 08/27/2014 06/27/2015 Per Claim 2,000,000 Retention:5200,000 RETRO DATE 8/27/1959 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more imam Is required) CERTIFICATE HOLDER CANCELLATION V.1.,r.1.. I i A1-V 111V SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Calvin,Giordano Associates THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Inc 1800 Eller Drive#600 AUTHORED REPRESENTATIVE Ft Lauderdale,FL 33316 ©1988-2010 ACORD CORPORATION. All rights reserved. IOW 0 r_Surd n S.W,cwa.Lc. , >... 241 ACORO ( /DD CERTIFICATE OF LIABILITY INSURANCE 3/23/20�15 THIS CERTIFICATEIS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATIONIS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: COOL INSURING AGENCY INC/PHS A°HCIw,Ear. (866) 467-8730 FAX (ND (800) 308-5459 111131 P: (866) 467-8730 F: (800) 308-5459 1DDRESS: 301 WOODS PARK DRIVE INSURER(S)AFFORDING COVERAGE NAX% CLINTON NY 13323 INSURERA: Sentinel Ins Co LTD INURED INSURERS INSURER C: WEST 8 NEW YORK, INC INSURERS: 333 HUDSON ST RM 905 INSURERE. NEW YORK NY 10013 INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TIPTOP POLICY NVOOA I LB= LID DOODWM) anoonarrn COMMERCIAL GENERAL LLABILJTr EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED 01,000,0 0 0 PREMISES(E.....nu) A X General Liab X 01 SBA ZC9127 01/06/2015 01/06/2016 MEDEXP(Any one person) 810,000 PERSONAL a AOV INJURY $1,0 0 0,0 0 0 GEM_AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE j 2,0 0 0,0 0 0_ POLICY JPER0.I X l LOC PRODUCTS-=AMP AGO $2,000,00 0 OTHER: COMBINED AUTOMOBILE LIABILITY )SINGLE LIMB $1,000,000 ANY AUTO BODILY INJURY(Per parson) $ A ALL OWNED SCHEDULED 01 SBA ZC9127 01/06/2015 01/06/2016 BODILY INJURY(Par accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per sodded) X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $4,000,000 A EXCESEUAB CLAIMS-MADE 01 SBA ZC9127 01/06/2015 01/06/2016 AGGREGATE $4,000,000 DEO X RErENT1ON s 10,000 $ WOZL.&SCOMPLPNATION PER I 10Th- ANDamoTER4'LUaDJTT STATUTE l ER ANY PROPRIETOR/PARTNER/EXECUTIVE YIN EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) WA EL DISEASE-EA EMPLOYEE $ I yes,describe under $ DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY UNIT DESCRIPTION OF OPERATIONS/LOCATIONS/YENICLES(ACORD 101,Additional Ren,mtre Schedule may be eWChed I Iron apau b required) Those usual to the Insured's Operations. Certificate Holder is an Additional Insured per the Business Liability Coverage Form SS0008 attached to this policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. RAB Lighting AUTHORIZED REPRESENTATIVE 170 LUDLOW AVE �t•L NORTHVALE, NJ 07647 O 1988-2014 ACORD CORPORATION.All rights reserved. II. ___.........1 SAADEN1 OP ID:RP1 ACORO CERTIFICATE OF LIABILITY INSURANCE DATEIMMIDD/YYYY) ki.....------- 08/19/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Harry J Sonenblum Riemer Insurance Group PHONE --- FAX - Hallandale Branch [AC.No tot)$00-742-1691__- _ 1(NC N�_954-454-9552 PO Box 250 E-MAIL -- - Hallandale,FL 33008-0250 ,ADDRESS: __—_ Harry J Sonenblum _ _ INSURER(S)AFFORDING COVERAGE_-- ---- NAICY _ _ INSURER A:OId Dominion Insurance Co. _ _ _ INSURED Saad Elia EI-Ha ee Consulting - } 9 9 INSURERe:Travelers Insurance Co. 136161____ Engineers,Inc. - -- - - -- INSURERC:Tudor Insurance Company ? 5601 NW 9th Avenue,#401 - --- -------- ---_.______---------- .._-.- Ft.Lauderdale,FL 33309 INSURER D• INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. __ iii tiff?" --Amu_SUBRT- P/UCY EFF I POLICY EXP LTR I TYPE OF INSURANCE I NSR I D I POUCY NUMBER 1MMIDOlYYYY) IrtMMIDDIYYYYI LIMITS I GENERAL LIABILITY i I ! EACH OCCURRENCE I S 1,000,000 F—• I I DAMAGE TU HEN IeU I A . X I COMMERCIAL GENERAL LIABILITY IBPG4954A 04/30/2015 04/30/2016 I PREMISES(Ea occurrence) I$ 50,000 CLAIMS-MADE I X j OCCUR I j I ! MED EXP(Any one person) S — 5,000 L___1___-_--__.___— —__ I I i PERSONAL Si ADV INJURY I S 1,000,000 fj_-- _—_ I GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE OMIT APPLIES PER: I PRODUCTS-COMP/OP AGG I S 2,000,000 j_—' �l PRO- I i — —_--_ POLICY! !JFCT i LOC I i I i S IAUTOMOBILE LIABILITY ! I I !CO MccidenntSINGLE LIMIT I S - -- ANY AUTO 1 I BODILY INJURY(Per person) I S 1 ALL OWNED 'SCHEDULED BODILY INJURY(Per accident)I$ 1 ' 'AUTOS AUTOS ( --!-- --- 1 NON-OWNED I I PROPERTY DAMAGE 1 S L—J HIRED AUTOS !_�AUTOS I (PER ACCIDENT) I I i i I I S i —{I UMBRELLA LIAR I 'OCCUR I I EACH OCCURRENCE I S I EXCESS LAB ~� I _~_ CLAIMS-MADE/ I 1 AGGREGATE I S I DED I I RETENTION S I I I S WORKERS COMPENSATION I I NC STATU- i OTH- 1 AND EMPLOYERS'LIABRJTY YIN I TORY LIMITS B I ANY PROPRIETOR/PARTNER/EXECUTIVE IN/A IXAU6365$T89515 03/1812015 03/1$/2016 i E.L.EACH ACCIDENT s — 100,000 OFFICER/MEMBER EXCLUDED'/ I I '(Mandatory M NH) I I E.L.DISEASE-EA EMPLOYE S —_- 100.000 I If yes.descnbe under i I I E.L DISEASE-POLICY LIMIT I S 500,000 DESCRIPTION OF OPERATIONS below I A !Professional Liab 001918201 02/01/20151 02/01/2016 jOccurrenc 1,000,000 'Aggregate 1,000,000 i I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule.If more space is required) Engineer's Office CERTIFICATE HOLDER CANCELLATION PROOF OF COVERGAE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. A[UUT'H'/'JORIRI_ZEEwD REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD mom. w•,o., s�,,w,..,,• oh 243 - -go 0111111111‘1 . _t. ) a.Niiiiiir' all et`: - gioroli;, _ _, -- • k • qr.. ry ?. .f' :. ,._ , . 4 . , , . .., .',.., it "I Si .4.N4 _ 4, Ali: 41111. ', 1 tlo 11 1 4 . kanor_ i • • �. i t: - . :- i INA w _ --''''' _ t filt • ._ ..\ g ~ L 14 ` n sift_ .r • Y A� _ ►, tom ,1114 i. 4 .. S 4 ' 1� EF -.. ▪ - •-• i IR 7 ' r µms ,' 0.0700118#10- i 28 p lir T . Miami Beach SoundScape Park, -Floridia,West 8 r ;; k w .c lk Ali _.: Client#: 1053727 SYNALROM ACORD, CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/15/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed.If SUBROGATION IS WANED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER C TACT USI Insurance Services,LLC, PHONE 813 321-7500 FAX 1715 N.Westshore Blvd.Suite 700 EA�MAIL ice'No) Tampa,FL 33607 ADDS ' INSURER(S)AFFORDING COVERAGE NAIC INSURER A:Travelers Indemnity Company of 25682 INSURED INSURER e:Travelers Casualty and Surety C 19038 Synalovskl Romanik Says,LLC INSURER Eller Drive#500 SURER c:Catlin Insurance Company,Inc. 19518 INSURER D: Fort Lauderdale,FL 33316-4210 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE )N�aRLSWVD POLICY NUMBER (M1 YDIYYYY) (MPO1JCMIDO vYYPY) LIMITS A GENERAL LIABILITY X X 6609D35342A 12/23/2014 12/23/2015 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISESO(EaE ci ante) $1,000,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY 81,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY ^I JE a LOC $ A AUTOMOBILE LIABILITY X X 6609D35342A 12/23/2014 12/23/2015 CEa aOMBINEccideD nt)SINGLE LIMIT 1 00i 0,000 ( ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY Per accident) $ AUTOS AUTOS S _ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) UMBRELLA UAB _ OCCUR EACH OCCURRENCE $ _ EXCESS LAB CLAIMS-MADE AGGREGATE $ _ DED I RETENTION$ $ B WORKERS COMPENSATION X UB4188T094 12/23/2014 12/23/2015 X WC STATU- I KH- AND EMPLOYERS'LIABILITY y/N 70RY LIMITS 1 ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 Ir yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Professional AED679709121 12/10/2014 12/10/2015 $2,000,000 per claim Liability $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more apace Is required) Professional Liability coverage is written on a claims-made basis. CERTIFICATE HOLDER CANCELLATION For Proposal Purposes SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE O490P ex .pt.,ao ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD IVO'"'"."ud'" " °"'''" 245 #S13899831/M 13899672 MRLEW r. ____ . A:111"III■ - ---- 'c. tl .II P' 'We.'-' "4 0 -tiVh-III„, Qy, - :Y!• 1 ..• -,l ' • i �-y ea,s i_' a +•�`•�•. • 6 • V.•16.•- • /7 ...6-•C: • . ' ,.'. t . ' • ' 0 . 7.7.,:,....:::,,,.... ... .-,.--.',5iik i;9b-z-,.:...,,,e4t,...:.,,,,, ,--- -...,,.-- _. ,,,..„,.. •.,,tot- -,., _,..-_, , * �. - `•r' •4=at-- ior. '-...'1.- 1ar f ; °', • ' ' :y x-.4- � J s t ; y ` c - ^. ,d, _� : y_' r ' ' _.• wr -- _ ~ r=. a. a -- - _ •.,,�•• i •+.*.':- •77 _ - . Y a .. • '!o• _ • ',.. 6 rrdano & _ - '-:,-• _.�- c tea .:y.... • �*. �.+ �. _ ..- w - - •.. F _.t j @-.pp raj 'WV�� * T ., • •YAM. 6 .'4 4 •.' ".- :AL.''' ''' _ w- !+� ., T .�. . ,. � — -: - :6.'0 ••''- ''-''-'k.' 4 4... w'.a 4c` - s'qr - �y 66.00p _ mo w} . �M■ ♦' - w c'0..• iW'% P. – 'ai ; k _- ..f —