Loading...
Agreement with Coastal Systems International, Inc. a l� -aI3 3� AGREEMENT BETWEEN CITY OF MIAMI BEACH AND COASTAL SYSTEMS INTERNATIONAL, INC. FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR MAURICE GIBB MEMORIAL PARK PROJECT PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2016-138-KB RESOLUTION NO. 2016-29538 i TABLE OF CONTENTS DESCRIPTION: PAGE ARTICLE 1. DEFINITIONS 1 ARTICLE 2. BASIC SERVICES 6 ARTICLE 3. THE CITY'S RESPONSIBILITIES 10 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 12 ARTICLE 5. ADDITIONAL SERVICES 14 ARTICLE 6. REIMBURSABLE EXPENSES 15 ARTICLE 7. COMPENSATION FOR SERVICES 15 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 16 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 16 ARTICLE 10. TERMINATION OF AGREEMENT 17 ARTICLE 11. INSURANCE 18 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 19 ARTICLE 13. ERRORS AND OMISSIONS 19 ARTICLE 14. LIMITATION OF LIABILITY 19 ARTICLE 15. NOTICE 20 ARTICLE 16. MISCELLANEOUS PROVISIONS 20 SCHEDULES: SCHEDULE A- SCOPE OF SERVICES 25 SCHEDULE A-1 - CONSULTANT SERVICE ORDER FOR ADDITIONAL SERVICES 26 SCHEDULE B - CONSULTANT COMPENSATION 27 SCHEDULE C - HOURLY BILLING RATE SCHEDULE 28 SCHEDULE D - CONSTRUCTION COST BUDGET 29 SCHEDULE E - PROJECT SCHEDULE 30 ATTACHMENTS: ATTACHMENT A- RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 31 ATTACHMENT B - REQUEST FOR QUALIFICATIONS (RFQ) 32 ATTACHMENT C - CONSULTANT'S RESPONSE TO THE RFQ 33 ii AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND COASTAL SYSTEMS INTERNATIONAL, INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR MAURICE GIBB MEMORIAL PARK This Agreement made and entered into this day of , 20 (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 Coastal Systems International, Inc., a Florida Corporation having its principal office at 464 South Dixie Highway, Coral Gables, FL. 33146 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, the RFQ No. 2016-138-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 September 14, 2016, the City Commission approved Resolution No. 2016-29538, respectively, authorizing the City to enter into negotiations with Bermello Alamil and Partners, Inc; and if not successful, authorizing the City to enter into negotiations with Coastal Systems International, Inc., as the second highest rank proposer; and if successful, to execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant (Coastal Systems International, Inc.) have successfully 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. 1 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the 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 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 2 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: • GSLA Design, Inc. — Landscape Architect • Basulto &Associates, Inc. — Mechanical, Electrical, Plumbing and Lighting Engineering • RVL Architecture + Design, P.A. —Architectural and Structural Design • Ardaman & Associates, Inc. —Geotechnical Engineering • Lisa Hammer—Horticultural /Arboricultural design 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 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 3 any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance- oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design-build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (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 4 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. 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. 5 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 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 6 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, 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 7 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. 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). 8 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 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. 9 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans 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 10 accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non- conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that 11 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 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. 12 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent(5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any 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 13 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). 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). 14 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" fee for provision of the Services, including reimbursable expenses, for the Project shall be $ 318.000, 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). 15 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. 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 16 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. 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. 17 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 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. 18 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. 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. 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 19 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: Capital Improvement Projects Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: David Martinez, C. I. P. Director All written notices given to the Consultant from the City shall be addressed to: Coastal Systems International, Inc. 464 South Dixie Highway Coral Gables, Florida 33146 Attn: Andres Perez 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 20 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 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. 21 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. 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 22 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. [REMAINDER OF THE PAGE LEFT BLANK INTENTIONALLY] 23 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: , 1 " ,c.... ,%,,.,,, y. /- , ... . RAFAEL GRANA O, CITY CLERK PHILIP LEV i • A ,9 �4 s \. . 0��� APP ED AS TO _ ., ;, •..Zti FORM &LANGUAGE &FOR EXECUTION INOORPOORATED *4 (. q4 .< 11' wv , of`=' . 'i`‘. .4:- �� City Attorney VZpi1° Dat \ k',‘--1-1 Attest COASTAL SYSTEMS INTERNATIONAL, INC. 1110 , wilkill.4 '4AI !Ill Sig to /:macre - Signature/Pr-•ident Li ..An Zocu1, F. ficvveut 5oI551) Print Name Print Name 24 SCHEDULE A-SCOPE OF SERVICES 25 COASTAL COASTAL SYSTEMS INTERNATIONAL,INC. I I 464 South Dixie Highway.Coral Gables, Florida 33146 Tel: 305-661-3655•Fax: 305-661-1914 �I www.coastalsystemsint.com SYSTEMS IN IKINATIO\AL SCOPE OF SERVICES The following is a detailed description of the Scope of Work to be provided by the Coastal Systems International, Inc. (Coastal Systems) (The CONSULTANT's) team for the City of Miami Beach (City) relative to the design and implementation of the proposed "Maurice Gibb Park Project (Project). The purpose of the Project is to create a passive park by developing the construction documents for this project located at 18t Street & Purdy Avenue, Miami Beach, FL. The Proposed improvements, as described in the RFQ NO.2016-138-KB may include a VitaCourse Path, Viewing/Fishing Platform, Pavilion, Bath House Facility, Floating Dock for Boats and Kayak, Open Sodded Area, Landscape, a Single Small Dog, Dog Park, and ADA Children's Play Area. The Park site is approximately 2 Acres in size. The CONSULTANT's shall provide engineering, landscape architecture, surveying and environmental assessment, as necessary for the Project. The work shall include, but not be limited to, surveying, geotechnical, planning, conceptual drawing(s), design development, opinion of probable costs, construction documentation,bidding/award, and construction administration services for the Project. The CONSULTANT's basic services shall consist of Seven Tasks (inclusive of Master Planning, Schematic Design, Design Development, Construction Documents, Regulatory Permitting, Bidding and Award, Construction Administration). Scope of Services and including, without limitation, any and all of the CONSULTANT's responsibilities and obligations, as set forth in the General Conditions of the Construction Contract. The CONSULTANT shall become familiar with the Project site through frequent site visits,research, and examination of any record drawings/documents, as applicable, and shall notify the City of any field, on-site, or off-site conditions not shown or incorrectly shown on the record drawings, as may have been reasonably discovered. At the CONSULTANT'S request, the City will facilitate the CONSULTANT'S access to the Project site and/or facilities for investigative purposes. Frequent site visits and meetings shall continue through all design phases of this Agreement until the CONSULTANT is thoroughly familiar with the existing conditions, any problem areas, and/or existing hazardous conditions or materials. These site visits and meetings are part of the CONSULTANT'S Basic Services, are considered due diligence, and the CONSULTANT shall receive no additional compensation for such design phase site visits and meetings. Provided the CONSULTANT has conducted a good faith investigation, the CONSULTANT and the CONSULTANT'S subconsultants shall not be responsible or held liable for undiscovered hazardous or unforeseen conditions or materials. Page 2 The program requirements shall be developed and approved by the City and Community for facilities included in this Project. The CONSULTANT will be required to meet with City staff to validate these documents, and make necessary adjustments to meet current needs. At a minimum, the proposed facility will include programming for the following facilities: VitaCourse Path Viewing/Fishing Platform Open Sodded Area Landscape Single, Small Dog,Dog Park ADA Children's Play Area Add Alternatives: Included in Master Plans Only Bath House Facility Pavilion Floating Dock for Boats Floating Dock for Kayak CONSULTANT shall conduct conference calls with the City and/or Atkins regarding the contamination issues at the Site. CONSULTANT shall prepare and distribute meeting minutes for all conference calls with the City and Atkins. CONSULTANT shall review the data included in Atkins' SAR Sampling Plan dated July 3, 2015 provided to CONSULTANT by the City. CONSULTING SERVICES Basic Services consist of the following: Task 1—MASTER PLAN PHASE The CONSULTANT shall attend a Site Reconnaissance Visit. This site visit shall also be attended by applicable CITY staff. The intent of this task is to facilitate the CONSULTANT'S understanding of the project needs. This may include document review, department interviews and requests for additional information to be facilitated by the CITY. As part of the pre-design development services, CONSULTANT shall conduct field verification of the tree survey provided by the City. This is necessary to prepare the Tree Disposition Plans required by the City of Miami Beach Code of Ordinances. The CONSULTANT shall prepare draft meeting minutes including action items and individuals responsible for further action. and forward them to the CITY for review and comments. The CONSULTANT shall finalize and distribute accordingly. Subsequent visits (at no additional cost to the CITY) may be required to gather additional information. This task includes further document research, exploration and documentation of existing conditions. and discussions with particular on-site personnel to understand their current conditions, shortfalls and future needs. The CONSULTANT shall inform the CITY of any additional document or visitation needs so that information can be researched in an organized and timely manner. Secondary meetings with other agencies,code officials or utilities may also be necessary as part of this task. www.coastalsystemnsint_com Page 3 The CONSULTANT shall prepare draft meeting minutes and forward them to CITY for review and comments.The CONSULTANT shall finalize and distribute, accordingly. Deliverables: • Attend Site Reconnaissance Project Site Visit • Prepare and Distribute Meeting Minutes • (1) 8.5"x11"Word Document • Project Schedule TASK 1.1 -Field Operations CONSULTANT shall obtain all available As-Built drawings from the City of the existing Project site. Task 1.2—Bathymetric and Marine Resource Surveying The CONSULTANT shall arrange for and coordinate the efforts of licensed surveyors to prepare a bathymetric and marine resource surveys within the Project limits to meet the intent of the approved Project Scope. Fee Proposal for these services shall be submitted to the CITY for review and approval to include in the fee structure. Deliverables for Task 1.2-Bathymetric &Marine Resource Survey—As a result of this Task, CONSULTANT shall deliver the following: • One(1)24"x 36"digital PDF of the Bathymetric Survey Plan&Marine Resource Survey Plan • One(1)ACAD file of the Bathymetric Survey Plan&Marine Resource Survey Plan • One (1)24"X 36"paper copy of the Bathymetric Survey Plan&Marine Resource Survey Plan Task 1.3- Geotechnical Evaluation The CONSULTANT shall arrange for and coordinate the efforts of a geotechnical firm to perform boring / test excavations as necessary to adequately define the soil characteristics for the purposes of design. Proposals for these services shall be submitted to the CITY for review and approval to include in the fee structure. Deliverables for Task 1.3- Geotechnical Evaluation—As a result of this task, CONSULTANT shall deliver the following: • One (1)written engineering report in PDF format • PDF copies of test results Task 1.4-Initial Master Plan(3 Options) The CONSULTANT shall attend an initial Planning Session to be scheduled with representatives of the CITY and the CONSULTANT. The purpose of the session shall be to clarify Project goals to the user group(s) so that viable conceptual alternatives can be explored. At this meeting, the CONSULTANT shall review the background information, program and site options in preparation for an open "brain-storming" www.coastalsystemsint.com Page 4 discussion regarding the benefits and disadvantages of each. This planning session will establish the groundwork for the development of initial conceptual alternatives. The CONSULTANT shall prepare draft meeting minutes and forward them to the CITY for review and comments.The CONSULTANT shall finalize and distribute, accordingly. Based on the results of the site visit. materials presented at the Kickoff Meeting and during subsequent background gathering, and discussion and conclusions made at the initial planning session, the CONSULTANT shall develop preliminary conceptual alternatives that are responsive to the project program, budget, and schedule. Initial testing parameters and investigative work recommendations shall also be identified.The CONSULTANT shall assemble graphic images identifying alternative Project design concepts, if applicable, to allow the CITY a full understanding of proposed alternatives. The conceptual alternatives should depict the size and shape of hardscape finishes,general site materials,plant massing and location of furniture. The CONSULTANT shall develop up to 3 project conceptual alternatives graphically representative of Phase I 30% -Schematic Design level of detail. In this effort, the CONSULTANT shall meet with the CITY to review the various alternatives and discuss the benefits and disadvantages of each so that decisions can be made on the recommended alternatives and priorities. Each alternative will have a preliminary rough-order of magnitude (ROM) Estimate of Probable Costs, equal to a Phase I 30% -schematic design level of detail, to be able to compare and differentiate each alternative and make planning decisions. Upon completion of the work session the CONSULTANT shall make revisions to its proposed conceptual plan (Schematic Design level -Phase I-30%), as necessary,to develop a Recommended Approach. Deliverables for Task 1.4-Initial Master Plan—As a result of this task, CONSULTANT shall deliver the following: • One (1)PDF of each of the three(3)conceptual design alternatives • One (1) Excel of Rough order of Magnitude Estimate of probable Costs of each of the three (3) conceptual plans TASK 2—SCHEMATIC DESIGN SERVICES The purpose of this Task is to establish requirements for the preparation of schematic plans for the Project. Task 2.1-Design Intent Kick-off Meeting The CONSULTANT will meet with the CITY to discuss requirements for the preparation of schematic plans, establish requirements with regard to constructability and value engineering reviews, establish requirements for the preparation of Statements of Probable Construction Cost by the CONSULTANT. Task 2.2 Regulatory Agency Pre-Application Meeting Coordination The CITY will provide all available surveys, permits, environmental reports, and other historical data/documents related to the existing or historical marine structures (i.e. deck and sewall). www.coastalsystenisint.cocn Page 5 CONSULTANT will coordinate and attend pre-application meetings with the Miami-Dade County Department of Regulatory Economic Resources (RER),Florida Department of Environmental Protection (FDEP) and the U.S. Army Corps of Engineers (Corps) relative to the proposed Project. Coastal Systems will introduce the Project intent; discuss Project specific permitting requirements, Submerged Land use confirmation, the timeframe for permit evaluation, and any mitigation that may be required for this type of project. CONSULTANT will receive agency input as to the acceptability of specific critical elements of the design and summarize these discussions for the CITY. Task 2.3 Schematic Design Documents The schematic designs completion stage milestone shall consist of the completed survey, work products of the previously outlined Tasks, illustrated in plan and elevation views, and with applicable sections and details. In addition, the CONSULTANT shall include draft technical specifications. Also, this submittal shall include the CONSULTANT's Statement of Probable Construction Cost of Cost Engineers to be consistent with the overall not-to-exceed Project budget. Deliverables for Task 2.3—Schematic Design Plans—As a result of this Task, CONSULTANT shall deliver the following: • One (1) 24"x 36"digital PDF and ACAD files of Schematic Design Drawings • One (1)digital PDF of the Schematic Design Draft Technical Specifications • One(1)Excel and PDF file of the Schematic Design Cost Estimate TASK 3-DETAILED DESIGN DEVELOPMENT CONSULTANT shall prepare detailed design documents consisting of architectural, structural, civil, mechanical, plumbing, electrical, landscape, tree disposition and/or relocation plan, and irrigation drawings, as applicable. All contract documents are to be provided in accordance with applicable standards and with the requirements of all applicable state, local and federal regulatory agencies having jurisdiction over the Project. Technical specifications shall be prepared in conformance with Construction Specifications Institute (CSI) formats.The CITY, shall furnish the CONSULTANT with standard CITY specification outlines for Divisions 1. For reference purposes,the City will provide copies of its standard Job Order Contract(JOC) specifications. CONSULTANT shall provide additional sections that the CONSULTANT may require, not already provided through the CITY standards, subject to review and comment by the CITY. CONSULTANT must review CITY standards and adopt and change/update where necessary. Specifications shall be provided to the CONSULTANT in "Microsoft MS-Word" format. CONSULTANT shall prepare a Landscape and Tree Disposition and/or Relocation Plan. The plans will include proposed landscaping (trees, shrubs and groundcover), based on the Schematic Design Documents. The plans will also include tree deposition and/or relocation based on the Schematic Design Documents and results of the coordination of the grading plans for the soil remediation plan prepared by Atkins regarding the contamination issues at the Site. www.coastalsysternsint.com Page 6 Deliverables for Task 3—Design Development Plans—As a result of this Task, CONSULTANT shall deliver the following: • One(1)24"x 36"digital PDF and ACAD files of Design Development Drawings • One (1)digital PDF of the Design Development Draft Technical Specifications • One (1)Excel and PDF file of the Design Development Cost Estimate Task 3.1—Design Development Public Presentation and Meeting The Consultant will coordinate with City staff to plan and attend one(1)Community Design Workshop in the City of Miami Beach for public review and comment regarding the proposed Project. Materials to be provided by Consultant are anticipated to include the Initial Conceptual Design, including typical details to illustrate the proposed Project design. The City will secure a meeting location and publish appropriate Public Notices for the workshop. Task 3.2- Community Design Review Meeting The CONSULTANT shall attend and participate in one (1) Community Design Review Meeting(CDRM) to review the design progress. This task will to occur prior to the Design Review Board (DRB). The CITY shall schedule, find location for, and notify residents of said meeting. The CONSULTANT shall prepare draft meeting summary and forward them to the CITY, who shall review, provide comments and distribute accordingly. The CONSULTANT shall prepare for, attend and present its documents at this meeting. Meeting shall be scheduled at the design development completion stage. Note that presentation format shall consist of a brief Power Point presentation to review Project status,plus review of actual full size plans for the project. The CONSULTANT shall provide sufficient staff at the meeting to address concerns by residents at two (2) plan stations. It is anticipated that the CONSULTANT will attend one Pre-CDRM meeting with CITY staff to review the proposed format of the presentation. Deliverables for Task 3.2 - CDRM—As a result of this task, CONSULTANT shall deliver the following: • One (1)copy of presentation in power point format. • One(1)PDF copy of meeting summary. TASK 4—CONSTRUCTION DOCUMENTS The purpose of this Task is to establish requirements for the preparation of contract documents for the Project. • Discuss requirements for the preparation of contract documents, inclusive of drawings, specifications and front-end documents. • Establish requirements with regard to constructability and value engineering reviews. • Establish requirements for the preparation of Statements of Probable Construction Cost by the CONSULTANT. • Establish requirements for the Community Design Review Meeting (CDRM) to occur before the DRB meeting and 30% Design Submittal. www.coastalsystemsint.com Page 7 • Discuss contract document revisions based upon the input received from the residents at the Community Design Review Meeting(CDRM). • Specify requirements for review of contract documents with jurisdictional permitting agencies prior to finalization. • Discuss the CONSULTANTs QA/QC of Design Documents. To facilitate the implementation of a Public Information Program, the CONSULTANT shall provide electronic files of all Project documents, as requested by the CITY for posting on the program website. The CONSULTANT shall provide the electronic files for technical specifications, construction drawings in MS-Word,AutoCAD and Adobe Acrobat file format. The review process shall consist of 30%, 60%, 90% and 100% (permit set) complete submittals. Contract documents shall be subject to constructability and value engineering reviews to be performed by others. CONSULTANT shall work with the CITY to adjust and revise Project scope as may be deemed necessary to meet established budgets as the design evolves from earlier to latter stages of completion. Task 4.1 - CPTED& DRB Meetings The CONSULTANT shall provide for one(1)presentation to the DRB and Commission and/or other City Departments meetings as necessary to gain the required City approvals in order to proceed with the Design Development phase of the project. A pre-application meeting with Planning Department will also be required. CPTED Submittal — CONSULTANT shall prepare the necessary drawings and plans for submission to the City for review and comment of CPTED measures indicated on the plans. Design Review Board Submittal (DRB) - CONSULTANT shall review the Design Review Criteria in the City Code to understand and address how the project shall be reviewed to ensure that all required exhibits are submitted. CONSULTANT shall meet with Planning Department staff for a pre-application conference prior to the submittal of an application package. CONSULTANT shall prepare all necessary base site plans for this review. CONSULTANT shall prepare and distribute meeting minutes from the pre-application conference with City staff. CONSULTANT shall complete the DRB Application Form and provide to the City for execution. CONSULTANT shall prepare documents drawn to an appropriate scale including Location Map and Site Plan. CONSULTANT shall provide detailed architectural plans and elevations for the renovation to the existing restroom building including floor plans surface materials, design features and elements, texture, color, as well as all attachments such as signs, lighting fixtures, awnings and appurtenances which are attached to the walls or roof. CONSULTANT shall also prepare a contextual sketch(plan view) or detailed computer photo image of the project showing elevations of the proposed project, 3-dimensional or perspective drawings or sketches, which clearly delineate the elevation details of the project. Colored elevations or perspective drawings, displaying the exterior surface and color scheme shall be provided as needed to communicate the intent. CONSULTANT shall provide a landscape plan, which meets the minimum requirements of the City of Miami Beach Landscape Ordinance, and indicating the location, spacing, size, quantity, overall height and type of all existing and proposed plant materials. Such landscape plan shall also clearly delineate all walkways, walls, decks, fences, patios and site features, as well as the elevations of these items. All wwwcoastal systems in t.com Page 8 landscape plans shall be prepared by, and bear the signature and seal of, a Professional Landscape Architect,licensed to practice in the State of Florida. A lighting plan including photometrics of all exterior lighting shall be provided indicating all lighting on the structure and throughout the site, inclusive of manufacturer's cut sheets and/or design details of all light fixtures.These shall be included in the submitted landscape plan. The CONSULTANT, DRB submittal shall also include a tabulation of all pertinent zoning data and full demolition plans. Each consultant providing drawings in the DRB submittal shall prepare a disclosure of interest form. The submittal shall consist of fifteen (15) copies of both the application and all exhibits listed below and a compact disc containing PDF's of the same. All plans prepared for this submittal shall be provided to the City in ACAD format and as many hard copy versions as required by the City's Planning Department. B&A shall attend one, (1) meeting to present the information developed for the DRB Submittal to the DRB committee. Deliverables for Task 4.1 —CPTED &DRB Meetings—As a result of this Task, CONSULTANT shall deliver the following: • One(1)24"X 36"digital PDF and ACAD files of all final plans submitted for CPTED • One(1)24"X 36"hard copy of all final submitted CPTED plans • Fifteen (15) hard copies of the final DRB submission material and one (1) digital PDF file and ACAD file of all final drawings. • One (1) 81/2" X 11" hard copy and Word document of all minutes of meetings attended by CONSULTANT Task 4.2- Construction Documents Consultant to provide one (1) drawing review meeting after each CD submittal to review the 30%, 60%, 90% and 100% submittals as per scope of services outline. • The 30% design completion stage milestone shall consist of the completed survey, work products of the previously outlined Tasks, illustrated in plan and elevation views, and with applicable sections and details. In addition, the CONSULTANT shall include draft technical specifications and a draft schedule of unit prices bid (bid form) identifying the items, units, and quantities to be bid by prospective contractors as part of their bid submittal. Also, this submittal shall include the CONSULTANT's Statement of Probable Construction Cost of Cost Engineers to be consistent with the overall not-to-exceed Project budget. • The 60% design completion stage milestone shall consist of work products of the previously outlined Tasks, with all proposed improvements identified in approved BOOR, illustrated in plan and elevation views, and with applicable sections and details. In addition, the CONSULTANT shall include draft technical specifications and a draft schedule of unit prices bid (bid form) identifying the items, units, and quantities to be bid by prospective contractors as part of their bid submittal. Also, this submittal shall include the CONSULTANT's Statement of Probable Construction Cost of Cost Engineers to be consistent with the overall not-to-exceed Project budget. www.coastalsystemsint.corn Page 9 • The 90% design completion stage milestone shall consist of a near final construction document set including technical specifications and construction drawings for all Work. Prior to the preparation of the 90% design completion stage drawings, the CONSULTANT shall incorporate changes to its design based upon review comments received. In addition, the CONSULTANT shall provide its Statement of Probable Construction Cost with this submittal to be consistent with the overall not-to-exceed Project Construction Cost Budget. Prior to 90% design, CONSULTANT shall meet with appropriate regulatory agencies to confirm that the Project design meets regulatory requirements. • The 100% design completion stage milestone shall consist of the 90% documents updated to include all constructability and design review comments, and regulatory agency comments. The CONSULTANT shall provide its Statement of Probable Construction Cost, and unit price bid form, modified as needed. to reflect final permit and regulatory agency comments and modifications. Deliverables for Task 4.2 - Construction Documents—As a result of this Task, CONSULTANT shall deliver the following: • One (1) 24"x 36"digital PDF and ACAD files of 30% Site Construction Drawings • One(1)digital PDF of the 30% draft Technical Specifications • One(1)24"x 36"digital PDF and ACAD files of 60% Site Construction Drawings • One(1)digital PDF of the 60%draft Technical Specifications • One(1) 24"x 36"digital PDF and ACAD files of 90% Site Construction Drawings • One (1)digital PDF of 90%Technical Specifications • One(1)24"x 36"digital PDF and ACAD files of 100% Site Construction Drawings • One (1)digital PDF of 100%Technical Specifications • One (1)Excel and PDF file of the 30%cost estimate • One(1)Excel and PDF file of the 60% cost estimate • One(1)Excel and PDF file of the 90% cost estimate • One(1)Excel and PDF file of the 100% cost estimate TASK 5 -PERMITTING REVIEWS CONSULTANT shall prepare applications and such documents and design data as may be required to procure approvals from all such governmental authorities that have jurisdiction over the Project. The CITY will pay all permit fees. CONSULTANT shall participate in meetings, submissions, resubmissions and negotiations with such authorities. CONSULTANT shall respond to comments by such authorities within fifteen(15)working days of receipt of comments unless a different time is agreed to by CITY. It is the intent of this scope of services that the CONSULTANT be the responsible party for formally transmitting and receiving permits to and from the respective jurisdictional authorities. However, since the CITY is to track and monitor progress on the preparation and review of permits and subsequent requests for information, CONSULTANT shall also copy the CITY on all permit related correspondence. This includes CONSULTANT generated minutes from meetings held with related parties. It is recognized by CITY that the time period required for obtaining permits is beyond the control of the CONSULTANT, except with regard to issues concerning permittability of the proposed design and the CONSULTANT's ability to respond to permitting agency requests for information in a timely manner. At the time of scope www.coastalsysternsint.com Page 10 preparation, governmental authorities that have or may have jurisdiction over Project have been identified as follows: • Florida Department of Environmental Protection • Miami-Dade Department of Environmental Resource Management • The City of Miami Beach Building Department • The City of Miami Beach Fire Department • The City of Miami Beach Planning Department • The City of Miami Beach Public Works Department • U.S.Army Corps of Engineers Deliverables for Task 5.0 - Permitting — As a result of this Task, CONSULTANT shall deliver the following: • One(1)digital PDF of written responses to each agency comments on the drawings. • One(1)PDF file of all documents submitted to each agency • One (1)copy of written response to City building department comments in digital PDF format. • One(1)PDF file of all signed and sealed drawings submitted to each agency. TASK 6-BIDDING AND AWARD SERVICES The City will be advertising for a Contractor and award to the lowest and best bidder. The CONSULTANT shall assist, advise and evaluate bids and recommend award. CONSULTANT to prepare project manual in PDF format with construction drawings. Task 6.1 - Construction Document Review CONSULTANT shall assist the CITY during the bid and award phase of the Project's construction contract. Task 6.2-Bid Document Delivery CONSULTANT shall provide the CITY with reproducible, camera ready, sets of contract documents for each bid package. The CITY Procurement Department shall reproduce documents and handle the advertising, distribution, sale, maintenance of plan holder lists and other aspects of bid document delivery to prospective bidders. CONSULTANT to prepare project manual in PDF format with construction drawings. Task 6.3 -Pre-Bid Meeting and Bid Opening The City shall conduct one pre-bid conferences. CONSULTANT shall attend the pre-bid conference and bid opening for this Project and review,and advise the City accordingly. Task 6.4-Addenda Issuance CONSULTANT shall provide the City timely responses to all inquiries received from the City from prospective bidders by preparing written addenda. Format for addenda shall be as provided to www.coastalsystemsint.com Page 11 CONSULTANT by City. These queries and responses shall be documented and a record of each shall be transmitted to the City on a same day basis. CONSULTANT shall prepare and distribute necessary addenda as approved by the City. The CITY will consolidate responses and prepare and distribute the addenda to all plan holders of record accordingly. Task 6.5 -Bid Evaluation and Bid Opening CONSULTANT shall review acceptance letter of the winning bid prepared by the City Review is to confirm that acceptance letter is consistent with project and schedule. The Consultant shall be present with the City when the bids are opened and shall evaluate and make recommendations to the City regarding the acceptance and award of bids to qualified responsive and responsible contractor. CONSULTANT shall evaluate the bids for completeness, full responsiveness and price, including alternative prices and unit prices, and shall make a formal recommendation to City with regard to the award of contract. Non-technical bid requirements shall be evaluated by others. This scope of services includes no additional allowance for CONSULTANT's time to provide clarification and justification as needed,during the process of bidding or in the event of a bid protest. Task 6.6- Construction Contract Award CONSULTANT shall provide sets of construction contract documents, inclusive of addenda, for execution by the CITY within five(5) working days of request by the CITY. Deliverables for Task 6-Bidding and Award Services—As a result of this Task, CONSULTANT shall deliver the following: • One(1)Project Bid Tabulation in PDF and Excel formats • One (1)copy of written responses to contractor questions submitted during bidding process in PDF format and Word document • One(1)copy of project manual in PDF format with construction drawings TASK 7- CONSTRUCTION ADMINISTRATION SERVICES The CONSULTANT shall perform the following tasks related to the construction administration of the Project.These tasks shall be performed during the duration of all construction. CONSULTANT's compensation includes construction administration for the duration (through completion and issuance of final certification) of the Project. CONSULTANT's construction administration services tasks shall be required during the duration of all construction (through Project completion and final certification) at the negotiated total amount and rates. No over-time rates will be considered. Task 7.1 -Pre-Construction Meeting The CONSULTANT shall attend one (1) pre-construction meeting with CITY and Contractor. The CONSULTANT will prepare and distribute agenda and subsequent meeting minutes to all attendees and other appropriate parties. www.coastalsystcrosint.com Page 12 Task 7.2-Requests for Information/Contract Document Clarification(RFIs/CDCs) The CONSULTANT will receive, log and process all RFIs/CDCs and requests for proposal (RFPs). Whenever an RFI involves the interpretation of design issues or design intent, the CONSULTANT shall prepare a written response within three (3) calendar days and return it to the CITY. In addition, should certain items within the contract documents require clarification, the CONSULTANT may be requested by the CITY to prepare and forward CDCs. The CITY will hold the CONSULTANT directly responsible for any impacts resulting from untimely responses. Task 7.3- Requests for Changes to Construction Cost and/or Schedule The CONSULTANT will receive, log and evaluate all requests for Project cost and/or schedule changes from the Contractor and report such to the City at the bi-weekly progress meetings at a minimum. The CONSULTANT shall distribute and update the Change Order log at each progress meeting. Changes may be the result of unforeseen conditions or interferences identified by the Contractor during the routine progress of work, inadvertent omissions (betterment) issues in the contract documents. Regardless of the source, CONSULTANT will evaluate the merit of the claim as well as the impact of the potential change in terms of Project cost and the schedule. CONSULTANT will review claims and/or change order requests with City. No claims assistance services are included under this task. Task 7.4-Processing of Shop Drawings The CITY will receive. log and distribute shop drawings to the CONSULTANT for its review. The CONSULTANT shall have five (5) calendar days from the time of receipt in its office, to review and return shop drawings to the CITY. The CITY will hold the CONSULTANT directly responsible for any impacts resulting from untimely review of submittals. Task 7.5—Pay Applications CONSULTANT shall review and certify monthly Contractor pay applications. CONSULTANT shall verify if work has been completed per construction plans and pay application description. CONSULTANT shall make recommendations to City for approval or denial. Task 7.6—Bi-Weekly (every two weeks) Construction Meetings The CONSULTANT shall attend bi-weekly construction meetings with the Contractor and applicable CITY staff for the duration of the Project Construction Phase. The purpose of these meetings shall be to review the status of construction progress, shop drawing submittals, and contract document clarifications and interpretations. These meetings shall also serve as a forum for discussion of construction issues, potential changes / conflicts and any other applicable matters. The meetings may include site visits to visually observe / address construction related concerns that may result from discussion during the construction meeting. The CONSULTANT will prepare meeting minutes and distribute to all attendees and other appropriate parties. Based on field observations and other construction related activities, the CONSULTANT shall identify and document any issues, field conditions, Contractor performance related items, and other risks/concerns that may impact the cost and timely delivery of the Project, and the expectations of the www.coastalsystcrosint.com Page 13 CITY, as well as the Contractor's plans and recovery schedule to mitigate those risks and meet contractual obligations. Task 7.7—Weekly Site Visits The CONSULTANT shall be required to perform the following site visits and shall be conducted by the appropriate professional consultants. After each Site Visit, the Consultant, and/or the Consultant's sub-consultants, shall complete and submit to the City, a report("Site Visit Report") which shall,at minimum,contain the following information: a) Site Visit report number; b) City,Facility name,Project title,Project number and location; c) Name of contractor/subcontractor; d) Start and finish time of Site Visit and weather conditions; Project site administrator sign-in and sign-out; e) Personnel on-site,by trade; f) Progress/quality of work by trade; g) Photographic record with captions(digital format); and h) Remarks/Actions On the basis of Site Visit observations, the CONSULTANT shall inform the City and the Contractor immediately, in writing, of the progress (or lack of progress) and quality of the work, and the CONSULTANT shall endeavor to guard the City against defects and/or deficiencies in the Work. The CONSULTANT shall have access to the Work at all times, whether it is in preparation or progress, in order to meet its responsibilities and obligations under the agreement. Task 7.7 -Project Closeout Upon receiving notice from the Contractor advising the CONSULTANT that the Project is substantially complete, CONSULTANT, in conjunction with appropriate CITY staff, shall schedule and conduct an overview of the Project. The overview shall include CONSULTANT'S development of a "punch list" of items needing completion or correction prior to consideration of final acceptance. The list shall be forwarded to the Contractor. Upon notification from Contractor that all remaining "punch list" items have been resolved, the CONSULTANT, in conjunction with appropriate CITY staff, shall perform a final review of the Project. Based on successful completion of all outstanding work items by the Contractor, the CONSULTANT shall assist CITY in closing out the construction contract. This shall include, but not be limited to. providing recommendations concerning acceptance of the Project and preparing I collecting necessary documentation including, but not limited to, lien waivers, Contractor's final affidavit, close-out change orders, certificates of substantial and final completion, consent of surety to final payment, and processing of the final payment application. In addition, the CONSULTANT shall coordinate with the Contractor as necessary to transfer record drawing markups or CAD files, which the CONSULTANT shall update the corresponding CAD files for record purposes and certify the Project as complete, in accordance with all applicable jurisdictional permitting requirements. www.coastalsystemsint.com Page 14 TASK 8-ADDITIONAL SERVICES: No additional services are envisioned at this time. However, if such services are required during the performance of the Work,they shall be requested by City and negotiated. TASK 9-REIMBURSABLES Task 9.1 -Reproduction Services The CONSULTANT shall be reimbursed at the usual and customary rate for reproduction of reports, contract documents and miscellaneous items, as may be officially requested by the CITY. Unused amounts in this allowance shall be credited back to the CITY at the completion of the Project. Task 9.2 - Travel and Subsistence Not required at this time. www.coastalsystemsint.com 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 26 SCHEDULE B CONSULTANT COMPENSATION Description Fee(s) Task 1 — Master Plan Phase $ 42,458 Task 2 —Schematic Design Services $ 28,770 Task 3— Detailed Design Development $ 34,678 Task 4 —Construction Documents $ 94,867 Task 5— Regulatory Permitting/ Permitting Reviews $ 32,475 Task 6— Bidding and Award Services $ 7,318 Task 7—Construction Administration Services $ 48,060 Subtotal for all tasks and related subtasks (Tasks 1 through 7). $288,626 Other Deliverables: Marine Resource Survey $ 2,374 Bathymetric Survey $ 3,000 Geotechnical Investigation $ 4,000 Project Total including Other Deliverables $298,000 Allowance for Reimbursables (Not to Exceed) $ 20,000 Overall Contract Value(Including Allowance for Reimbursables) $318,000 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. 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. 27 SCHEDULE C HOURLY BILLING RATE SCHEDULE HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $116.15 Other) Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 Mechanical Engineer $116.15 GIS Specialist $ 86.25 Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal(Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer $ 94.30 Designer $ 95.45 Job Captain $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2 wi GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94 88 Construction) • Notwithstanding the above hourly rate schedule, any hourly rate for job classifications / positions not listed herein shall be negotiated, but shall never exceed $172.50 per hour. 28 SCHEDULE D CONSTRUCTION COST BUDGET • The City's Construction Cost Budget is $2 million. 29 SCHEDULE E PROJECT SCHEDULE 30 ID ; $ Task Name Duration 7 Aug_201'17 .Nov 19_ F _ S S M 1 Master Plan Phase 45 days 2 Pre-Master Plan Services 2 days . 3 Marine Resource Survey 2 days 4 Bathymetric Survey 1 day 5 Visioning Process 10 days I. 6 Mater Plan (3 options) 35 days • 7 Schematic Design 22 days 8 Design Intent and Kick-off Meeting 1 day 9 Regulatory Agency Pre-Application Meetings 15 days 10 Schematic design with Cost Estimates 20 days 11 Schematic Design Review Meeting 1 day 44 12 Design Development 23 days j 13 Pre-Design Development Services 2 days; g 14 Geotechnical Investigation 2 days i 0 Nr 15 Design Development Plans with Updated Cost Estimates 20 days 16 Landscape and Tree Disposition and/or Relocation Plans 5 days Task Project Summary Split External Tasks 11111111111111111111111 Project:(2017-07-05) Maurice Gibb Me Progress IIIMIIIIIIIM External Milestone Date:Thu 7/6/17 Milestone ♦ Deadline V Summary Page 1 ID Task Name Duration 7 Aug20,17 Nov 19 ,_ 17 Design Development Public Presentation and Meetings 1 day 18 Construction Documents 120 days 19 30%Drawings with Updated Cost Estimates 20 days 20 30% Drawing Review Meeting 2 days 21 Crime Prevention Through Environmental Design (CPTED) Su 2 days 22 Design Review Board Submittal (DRB) 12 days ' 23 Pre-Application Conference with Planning Department 2 days 24 Preparation of Plans and Supporting Documents for ReviE 5 days 25 ', Presentation and Meeting with DRB Committee 5 days l 26 60% Drawings and Technical Specifications with Updated Cos 30 days 27 60% Drawing Review Meeting 2 days 28 90% Drawings with Updated Cost Estimates 30 days 29 90% Drawing Review Meeting 2 days 30 - 100%Drawings and Technical Specifications with Updated Co 20 days 31 100% Drawing Review Meeting 2 days 32 Regulatory Permuting Application and Process 140 days110 — — L Task Project Summary Split ,,, External Tasks Project: (2017-07-05)Maurice Gibb Me Progress MIIII=IMMII External Milestone • Date:Thu 7/6/17 Milestone ♦ Deadline V Summary Page 2 ID Task Name Duration t_7 Aug 201'17 Nov 19 S S 33 Miami-Dade REP Class I Permit(Class II, if required) 4 mons [ 34 FDEP ERP Permit 4 mons [ 35 Federal US-ACOE 6 mons! [ 36 NPDES Permit 30 days [ 37 City Building Department(including PW, if required) 3 mons 38 Bidding Assistance and Award Services 139 days 39 Preparation of Project Manual with Construction Documents, F 10 days 40 Bid Tabulation and Schedule of Values 5 days j 41 Procurement Starts7 days 42 Pre-Bid Meeting 5 days 43 Advertise and Responses to Bidding RFI's 45 days 44 Bid Evaluation and Recommendation 30 days 45 Prepare Award Package 21 days 46 Commission Approval 1 day 47 Contract Execution 27 days 48 Construction Administration Services 270 days Task Project Summary Split External Tasks 11111111111111111111111 Project:(2017-07-05)Maurice Gibb Me Progress MIIMIII External Milestone Date:Thu 7/6/17 Milestone Deadline Summary IIII Page 3 ID Task Name Duration L7 ,Aug 20, Nov 19 F S - S 49 Pre-Construction Meeting 5 days 50 Submittal Review 8 mons 51 Respond to RFI's 8 mons 52 Change Order Review 8 mons 53 ^', Pay Applications Monthly Review 8 mons 54 Site Visits and Bi-weekly Meetings 8 mons 55 Substantial Completion Walkthrough 30 days 56 Final Completion Walkthrough 30 days 57 Record Drawings 15 days 58 Project Permit Close-Out 30 days Task Project Summary ` Split External Tasks Project: (2017-07-05)Maurice Gibb Me Progress =IINIIIIMIIM External Milestone Date:Thu 7/6/17 Milestone Deadline IIIIIM Summary Page 4 ID Task Name Duration x'17i_Feb 18y '18 M _ 0 —— T W T -- F-i 17 Design Development Public Presentation and Meetings 1 day 18 Construction Documents 120 days 19 30% Drawings with Updated Cost Estimates 20 days 20 30% Drawing Review Meeting 2 days 21 Crime Prevention Through Environmental Design (CPTED) Su 2 days; 22 Design Review Board Submittal (DRB) 12 days 23 Pre-Application Conference with Planning Department 2 days I. 24 Preparation of Plans and Supporting Documents for ReviE 5 daysl 1 25 Presentation and Meeting with DRB Committee 5 days 1 26 60% Drawings and Technical Specifications with Updated Cos 30 days ', • 27 60% Drawing Review Meeting 2 days Li. 28 90% Drawings with Updated Cost Estimates 30 days 29 90% Drawing Review Meeting 2 days' 30 100% Drawings and Technical Specifications with Updated Co 20 days 1 31 100% Drawing Review Meeting 2 days 0 32 Regulatory Permitting Application and Process 140 days Task Project Summary Split External Tasks Project: (2017-07-05)Maurice Gibb Me Progress MIIIIIIIIIII External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 5 ID „ T W Task Name i Duration %'17 Feb 18,'18 May T TF 33 Miami-Dade REP Class I Permit(Class II, if required) 4 mons _ 34 FDEP ERP Permit 4 mons 35 Federal US-ACOE 6 mons 36 NPDES Permit 30 days 1. 37 City Building Department(including PW, if required) 3 mons 38 Bidding Assistance and Award Services 139 days f 39 Preparation of Project Manual with Construction Documents, F 10 days; 40 Bid Tabulation and Schedule of Values 5 days 41 Procurement Starts 7 days 42 Pre-Bid Meeting 5 days 43 Advertise and Responses to Bidding RFI's 45 days 44 Bid Evaluation and Recommendation 30 days 45 Prepare Award Package 21 days 46 Commission Approval 1 day!, 47 Contract Execution 27 days 48 Construction Administration Services 270 days Task Project Summary Split External Tasks 11111111111111111111111 Project: (2017-07-05)Maurice Gibb Me Progress MIIIIIIMIIM External Milestone Date:Thu 7/6/17 Milestone Deadline Summary IIIIIIIIIIIIIIE Page 6 ID Task Name > Duration .9„.18 .-_'Aug 19,'18 I Nov, S S M T 17 Design Development Public Presentation and Meetings 1 day 18 Construction Documents 120 days 1 19 30%Drawings with Updated Cost Estimates 20 days 20 30% Drawing Review Meeting 2 days 21 Crime Prevention Through Environmental Design (CPTED) Su 2 days 22 Design Review Board Submittal(DRB) 12 days 23 Pre-Application Conference with Planning Department 2 days 24 Preparation of Plans and Supporting Documents for Revile 5 days', 25 Presentation and Meeting with DRB Committee 5 days 26 60% Drawings and Technical Specifications with Updated Cos 30 days ', 27 60% Drawing Review Meeting 2 days 28 90%Drawings with Updated Cost Estimates 30 days 29 90% Drawing Review Meeting ,2 days 30 100%Drawings and Technical Specifications with Updated Co 20 days 31 100% Drawing Review Meeting 2 days 32 Regulatory Permitting Application and Process 140 days Task Project Summary Split ,, External Tasks Project (2017-07-05)Maurice Gibb Me Progress MIIIIIIIIIIII External Milestone Date:Thu 7/6/17 Milestone Deadline Summary IIIIIIIIIIII Page 7 ID Task Name Duration b 18 Aug^_ 19,'18 Nov0 . — — -- S S — M 33 Miami-Dade REP Class I Permit(Class II, if required) 4 mons 34 FDEP ERP Permit 4 mons 35 Federal US-ACOE 6 mons 36 NPDES Permit 30 days 37 City Building Department(including PW, if required) 3 mons 77 38 Bidding Assistance and Award Services 139 days 39 Preparation of Project Manual with Construction Documents, F 10 days; 111 40 Bid Tabulation and Schedule of Values 5 days i 1 41 Procurement Starts 7 days I n 42 Pre-Bid Meeting 5 days I. 43 Advertise and Responses to Bidding RFI's 45 days • 44 Bid Evaluation and Recommendation 30 days • 45 Prepare Award Package 21 days 46 Commission Approval 1 day 47 Contract Execution 27 days 48 Construction Administration Services 270 daysll Task Project Summary i Split ,, External Tasks Project:(2017-07-05) Maurice Gibb Me Progress IIIINII External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 8 ID Task Name Duration '18, 18 _ Feb.17,'19___ M (Class0 E T . F S _. i 33 Miami-Dade REP Class I Permit II, if 4 mons': W 34 FDEP ERP Permit 4 mons 35 Federal US-ACOE 6 mons I 36 NPDES Permit 30 days i 37 City Building Department(including PW, if required) 3 mons 38 Bidding Assistance and Award Services 139 days 39 Preparation of Project Manual with Construction Documents, F 10 days 40 Bid Tabulation and Schedule of Values 5 days 41 Procurement Starts 7 days 42 Pre-Bid Meeting 5 days, 43 Advertise and Responses to Bidding RFPs 45 days 44 Bid Evaluation and Recommendation 30 days 45 Prepare Award Package 21 days 46 Commission Approval 1 day 47 Contract Execution 27 days E 48 Construction Administration Services 270 days Task Project Summary Split External Tasks Project: (2017-07-05) Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 9 ID Task Name ! Duration !18,'18 Feb 17 '19 M.' W T F S 49 Pre-Construction Meeting 5 days Ii 50 Submittal Review 8 mons 1 51 Respond to RFI's 8 mons i 1 52 Change Order Review 8 mons 1 53 Pay Applications Monthly Review 8 mons 1 54 Site Visits and Bi-weekly Meetings 8 mons 55 Substantial Completion Walkthrough 30 days 56 Final Completion Walkthrough 30 days I 57 Record Drawings 15 days 58 Project Permit Close-Out 30 days Task Project Summary Split External Tasks 11111111111111111111111 Project:(2017-07-05)Maurice Gibb Me Progress IIIMIIM External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 10 ID Task Name Duration iy 19,,'19 ,Aug 18,'19 0 SM T W —.._ — — 33 Miami-Dade REP Class I Permit(Class II, if required) 4 mons 34 FDEP ERP Permit 4 mons 35 Federal US-ACOE 6 mons 36 NPDES Permit 30 days j 37 City Building Department(including PW, if required) 3 mons,' 38 Bidding Assistance and Award Services 139 days 39 Preparation of Project Manual with Construction Documents, F 10 days 40 Bid Tabulation and Schedule of Values 5 days 41 Procurement Starts 7 days 42 Pre-Bid Meeting 5 days 43 Advertise and Responses to Bidding RFI's 45 days 44 Bid Evaluation and Recommendation 30 days j 45 Prepare Award Package 21 days i 46 Commission Approval 1 day l 47 Contract Execution 27 days 48 Construction Administration Services 270 days Task Project Summary Split External Tasks Project:(2017-07-05)Maurice Gibb Me Progress IIIIIIIIIIII External Milestone Date:Thu 7/6/17 Milestone Deadline Summary IIIIIII Page 11 ID Task Name j Duration y_19_,_'19 ,Aug 18,'19 0 S M T ' W -... 49 Pre-Construction Meeting 5 days 50 Submittal Review 8 mons 51 Respond to RFI's 8 mons 52 Change Order Review 8 mons 53 Pay Applications Monthly Review 8 mons 54 Site Visits and Bi-weekly Meetings 8 mons 55 Substantial Completion Walkthrough 30 days • 56 Final Completion Walkthrough 30 days 57 Record Drawings 15 days 58 Project Permit Close-Out 30 days Task Project Summary "''' Split External Tasks 11111111111111111111111 Project: (2017-07-05)Maurice Gibb Me Progress MIIIIIIIIIMIIIM External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 12 ID Task Name Duration ov7 1 19 Feb 16,'20 T F S S 33 Miami-Dade REP Class I Permit(Class II, if required) 4 mons 34 FDEP ERP Permit 4 mons 35 Federal US-ACOE 6 mons 36 NPDES Permit 30 days 37 City Building Department(including PW, if required) 3 mons 38 Bidding Assistance and Award Services 139 days ', 39 Preparation of Project Manual with Construction Documents, F 10 days 40 Bid Tabulation and Schedule of Values 5 days 41 Procurement Starts 7 days!, 42 Pre-Bid Meeting 5 days 43 Advertise and Responses to Bidding RFI's 45 days 44 Bid Evaluation and Recommendation 30 days 45 Prepare Award Package 21 days 46 Commission Approval 1 day 47 Contract Execution 27 days 48 Construction Administration Services 270 days Task Project Summary Split External Tasks Project:(2017-07-05)Maurice Gibb Me Progress INIMIIIMINMIIN External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 13 ID „ Task Name Duration ov_T F 17'19 Feb 16,'20 � S S ' 49 Pre-Construction Meeting 5 days 50 Submittal Review 8 mons 51 Respond to RFI's 8 mons 52 Change Order Review 8 mons 53 Pay Applications Monthly Review 8 mons 54 Site Visits and Bi-weekly Meetings 8 mons 55 Substantial Completion Walkthrough 30 days , 56 Final Completion Walkthrough 30 days 57 Record Drawings 15 days 58 Project Permit Close-Out 30 days Task Project Summary °` ' Split External Tasks 11111111111111111111111 Project:(2017-07-05)Maurice Gibb Me Progress IIIIIIIIIM External Milestone Date:Thu 7/6/17 Milestone Deadline Summary IIIII Page 14 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 31 RESOLUTION NO. 2016-29538 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. RFQ 2016-138-KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES MAURICE GIBB MEMORIAL PARK, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BERMELLO AJAMIL AND PARTNERS, INC., AS THE TOP RANKED PROPOSER; FURTHER, SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH BERMELLO AJAMIL AND PARTNERS, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH COASTAL SYSTEMS INTERNATIONAL, INC., AS THE SECOND HIGHEST RANKED PROPOSER; FURTHER, SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH COASTAL SYSTEMS INTERNATIONAL, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TBG PARTNERS, AS THE THIRD HIGHEST RANKED PROPOSER; FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on May 11, 2016, the City Commission approved the issuance of Request for Qualifications (RFQ) No. RFQ 2016-138-KB for architectural and engineering design services Maurice Gibb Memorial Park; and WHEREAS, Request for Qualifications No. 2016-138-KB (the "RFQ") was released on May 18, 2016; and WHEREAS, a voluntary pre-proposal meeting was held on May 24, 2016; and WHEREAS, on June 21, 2016, the City received a total of five (5) proposals; and WHEREAS, the Committee convened on July 7, 2016 to review and score the remaining proposals; 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, and a copy of each proposal; and WHEREAS, the Committee's ranking was as follows: Bermello Ajamil and Partners, Inc., Coastal Systems International, Inc. and TBG Partners tied for top rank, followed by Miller Legg as fourth ranked, and EDSA, Inc. as fifth ranked; and WHEREAS, the evaluation of the Proposers' Statements of Qualification is a two-step process in which the Committee scores the qualitative criteria (Prime Proposer Experience and Qualifications and Approach and Methodology) as the first step in the process, with quantitative criteria (Veterans Preference and Volume of Work awarded by City within last three years) added by the Procurement Department as the second step in the process; and WHEREAS, as a result of the scoring of the qualitative criteria during the first step in the process, the Committee scored Bermello Ajamil and Partners, Inc., as the most qualified firm, Coastal Systems International, Inc. as the second most qualified firm, and TBG Partners as the third most qualified firm, with the three-way tie between the three firms resulting from the subsequent scoring for Volume of Work awarded by the City within the last three years; and WHEREAS, in order to resolve the three way tie for first rank, the City Manager reviewed the results of the evaluation process and the qualifications of the top-ranked firms and factors set forth in Section 2-369 of the City Code; and WHEREAS, based on the factors set forth in Section 2-369 of the City Code, the City Manager concurs with the qualitative scoring of all of the proposers as performed by the Evaluation Committee, and accordingly recommends award to Bermello Ajamil and Partners, Inc. as the most qualified firm, particularly given the firm's experience on past projects for work involving the design of waterfront parks similar to the Maurice Gibb Memorial Park, followed by Coastal Systems International, Inc. as second most qualified firm, and TBG Partners as third most qualified firm; and WHEREAS, after reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Mayor and City Commission approve the resolution authorizing the Administration to enter into negotiations with Bermello, Ajamil & Partners, Inc., as the top qualified proposer; and, should negotiations fail, authorizing the Administration to enter into negotiations, Coastal Systems International, Inc., as the second highest qualified proposer; and, should negotiations fail, authorizing the Administration to enter into negotiations with, TBG Partners, as the third highest qualified proposer; further, authorizing the Mayor and City Clerk to execute the agreement with the successful firm. 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 (RFQ) No. RFQ 2016-138-KB for architectural and engineering design services Maurice Gibb Memoria ,Park, authorize the Administration to enter into negotiations with Bermello, Ajamil & Partners, Inc., as the top ranked proposer; further, should the Administration not be successful in negotiating an agreement with Bermello, Ajamil & Partners, Inc., authorize the Administration to enter into negotiations with Coastal Systems International, Inc., as the second highest ranked proposer; further, should the Administration not be successful in negotiating an agreement with Coastal Systems International, Inc., authorize the Administration to enter into negotiations with TBG Partners, as the third highest ranked proposer; and further authorize the Mayor and City Clerk to execute an agreement, upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this // day of S `o4'201 • s p hilip Levin��o ATTEST. � � .. ,. =�r�',t, / 7 �. .. / APPROVED AS TO 4afL ` _ ~_� �' .; � / FORM&LANGUAGE &FOA Rafael . G'. =do, c ity C erk ray ; - ' \ ON T:\AGENDA\2016\September\Procurement\RFQ.2016 138-KBD urice:Gibb\R Q-2016-138-KB M rice vib Resolution.doc \ I V(24 •{`jam � / wJ AMMO,', AA-p Data Resolutions -C7 M MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: September 14, 2016 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. RFQ 2016-138-KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES MAURICE GIBB MEMORIAL PARK, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BERMELLO AJAMIL AND PARTNERS, INC., AS THE TOP RANKED PROPOSER; FURTHER, SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH BERMELLO AJAMIL AND PARTNERS, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH COASTAL SYSTEMS INTERNATIONAL INC., AS THE SECOND HIGHEST RANKED PROPOSER; FURTHER, SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH COASTAL SYSTEMS INTERNATIONAL, INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TBG PARTNERS, AS THE THIRD HIGHEST RANKED PROPOSER; FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution. ANALYSIS BACKGROUND The City requested for proposals from professional consulting architectural/engineering firms for design services for Maurice Gibb Memorial Park which have proven experience in the preparation of construction contract documents for parks with facilities and amenities. The successful firm shall have the financial resources and technical expertise to provide the environmental mitigation and protection plan, and conduct the design, permitting, bid and award, and construction administration services for these park improvements, 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. RFQ PROCESS On May 11, 2016, the City Commission approved to issue the Request for Qualifications (RFQ) Page 424 of 2277 No. RFQ 2016-138-KB for architectural and engineering design services Maurice Gibb Memorial Park. On May 18, 2016, the RFQ was issued. A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on May 24, 2016. RFQ responses were due and received on June 21, 2016. The City received a total of five (5) proposals. The City received proposals from the following firms: Bermello Ajamil & Partners, Inc., Coastal Systems International, Inc., EDSA, Inc., Miller Legg, and TBG Partners. The Evaluation Committee convened on July 7, 2016 to consider proposals received. The committee was comprised of David Gomez, Senior Capital Projects Coordinator, Office of Capital Improvement Projects, City of Miami Beach; Margarita Wells, Environmental Resource Manager, Environment & Sustainability Department, City Of Miami Beach; and Cynthia Casanova, Assistant Director, Parks and Recreation Department, City of Miami Beach. 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 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 Attachment A. The evaluation process resulted in three (3) top ranked firms consisting of Bermello Ajamil and Partners, Inc., Coastal Systems International, Inc., and TBG Partners. The evaluation of the Proposers'Statements of Qualification is a two-step process in which the Committee scores the qualitative criteria (Prime Proposer Experience and Qualifications and Approach and Methodology) as the first step in the process, with quantitative criteria (Veterans Preference and Volume of Work awarded by City within last three years) added by the Procurement Department as the second step in the process. As a result of the scoring of the qualitative criteria during the first step in the process, the Committee scored Bermello Ajamil and Partners, Inc., as the most qualified firm, Coastal Systems International, Inc. as the second most qualified firm, and TBG Partners as the third most qualified firm, with the three-way tie between the three firms resulting from the subsequent scoring for Volume of Work awarded by the City within the last three years. In order to resolve the three way tie for first rank, the City Manager reviewed the results of the evaluation process and the qualifications of the top-ranked firms and factors set forth in Section 2-369 of the City Code. Based on the factors set forth in Section 2-369 of the City Code, the City Manager concurs with the qualitative scoring of all of the proposers as performed by the Evaluation Committee, and accordingly recommends award to Bermello Ajamil and Partners, Inc. as the most qualified firm, particularly given the firm's experience on past projects for work involving the design of waterfront parks similar to the Maurice Gibb Memorial Park, followed by Coastal Systems International, Inc. as second most qualified firm, and TBG Partners as third most qualified firm. CONCLUSION After reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Mayor and City Commission approve the resolution authorizing the Administration to enter into negotiations with Bermello, Ajamil & Partners, Inc., as the top qualified proposer, and, should negotiations fail, authorizing the Administration to enter into negotiations, Coastal Systems International, Inc., as the second highest qualified proposer; and, should negotiations fail, authorizing the Administration to enter into negotiations with, TBG Partners, as the third highest qualified proposer; further, authorizing the Mayor and City Clerk to execute the agreement with the successful firm. KEY INTENDED OUTCOMES SUPPORTED Page 425 of 2277 Maximize The Miami Beach Brand As A World Class Destination FINANCIAL INFORMATION The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. This project will not utilize grant funding. Legislative Tracking Capital Improvement Projects/Procurement ATTACHMENTS: Description o Attachment A-- Evaluation Committee Scoring and Ranking o Resolution Page 426 of 2277 Y C1- '- U) Tr co X w Q J QI� ,- c —I O O O i_ a ooc C N co co to .- m cc Q 1— Q co 0 0 to o 0 wco CtQ 2 C) _c c ,- N U) N C c9 tY N W > O O MIn O O � CD rn ‘- 00 Cr) c C cr) 1- U') N M N co N I.LNO n N V N =• 0 co 2 < co C) cc0 C) co Uco 0 V Y co • Z L c caZORre YaCOMa c • a c • 5O2Q o CD c 0 ce — NWWNW N eD ch 4t F_- W W d 2 Z (� 2 o U) c C) = CeMZCem °' Q w w O Cl) m O. 0 2 H ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 32 MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3'Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS (RFQ) 2016-138-KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR MAURICE GIBB MEMORIAL PARK June 14, 2016 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). RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Tuesday, June 21, 2016, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. ATTACHMENTS. Exhibit A: Pre-Submittal Meeting Sign In Sheet Exhibit B: Preliminary Survey II. ANSWERS TO QUESTIONS BY PROSPECTIVE BIDDERS AT THE PRE-BID MEETING AND VIA EMAIL. 01: Who is currently under contract to do the remediation for this park? Al: The Remediation Plan is being prepared by Atkins and is currently under review by FDEP. The contractor has not yet been selected. Q2: If someone is pursuing as a Prime consultant on one team, can the same company be on another team as a sub consultant? A2: Yes. Q3: Is it possible to submit as a prime consultant as well as a sub-consultant on another team for this same RFQ? A3: See response A2 above. Q4: Who is on the Evaluation Committee for this proposal? A4: Evaluation committee has not yet been established. Q5: Will the Marine Patrol Building remain as is, be removed, or be redesigned as part of this 1 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2016-138-KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR MAURICE GIBB MEMORIAL PARK scope? A5: It is anticipated that the Marine Patrol Building will remain as-is. Should the alternate to add transient docks to the project be selected, the Marine Patrol building may be upgraded and/or replaced to include additional amenities associated with a bath-house. Q6: Is the existing parking area north of the Marine Patrol Building part of the Park? A6: No scope is anticipated for parking areas, as part of this project. Q7: Has a master plan for this park already been prepared? A7: A master plan for the park has not been prepared. Q8: What is the budget for this project? A8: $1.7 million Q9: Who will design the playground? A9: The selected design team shall be responsible for providing sufficient details and criteria for the eventual contractor to provide specialty design/engineering and pricing for the playground. Q1O: Is the seawall a part of the scope? Al0: The seawall is an alternate which may be added to the scope of work Q11: When does the City anticipate beginning construction? Al 1: Immediately following environmental remediation activities. Q12: Is this project a conventional design, bid, build or will it be a design build? Al2: Design, bid, and build separate from each other. Q13: Is there a survey available? A13: Yes, please see Exhibit B. Q14: The minimum requirements for the Prime; is landscape or architect acceptable, is there a preference by the City? A14: There is no preference for the design discipline of the Prime responder, provided they meet the experience requirements. Q15: When does the City anticipate selecting a firm? A15: An evaluation committee will be organized/convened following receipt of proposals. Their recommendation will be forwarded to the City Commission in July. 2 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2016-138-KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR MAURICE GIBB MEMORIAL PARK Q16: The minimum requirement regarding the 10 years' experience does this relate to new or improvement projects? A16: New and improvements of similar budget. 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(c�miamibeachfl.gov. Procurement Contact: Telephone: I Email: Kristy Bada 305-673-7000, ext. 6218 j 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. Sid; r04 j •enis Pr•curement Director 3 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2016-138-KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR MAURICE GIBB MEMORIAL PARK 1 EXHIBIT A MIAMIBEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: MAY 24, 2016 TITLE: RFQ 2016-138-KB-For Architectural and Engineering Design Services Maurice Gibb Memorial Park NAME COMPANY NAME PHONE# (PLEASE PRINT) E-MAIL ADDRESS Kristy Bada Procurement- CMB 305-673-7490 kristybada(a�miamibeachfl.gov �s -�- 'g2PA civ 4c4o 34FP. tit► i2 k(Aber a 13ritx3c.a,r-e,.Gar+ `g'. e �r � G�P -��e- rep,„ 353-0,pct cA}nex .0-owt alis-ctc z. Ck©w(ez_ �t �bSv VG L-G G ,°A)..-. ., 13,., c rsa ve to e F3 33 Kafir Ckc De4cc - - c- -S 1-+cp1 2053 beck m rn Y e- iRe (a b�\' `ccO) )4 a VAN/rfc, Ag 44.\ e,t)Glee e dam, 1 MI1AM !MI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: MAY 24, 2016 TITLE: RFQ 2016-138-KB-For Architectural and Engineering Design Services Maurice Gibb Memorial Park NAME COMPANY NAME (PLEASE PRINT) PHONE# FAX# E-MAIL ADDRESS sol h a GIA VelA M& afireAssoc ... ConFeivekizCA Ai Stkr v 760 JoivuOMFt,�th cc CMI civitivj Ooa3 taa 1 Sls. D r)ilmet coo cc/volt i'Dah ?)a Tern Da44-civ Not F v Al vr,veZ Cal Coil 2 EXHIBIT B SEE SHEETS 2 & 3 OF 3 FOR LEGEND & LOCATIONS AS—BUILT TABLE B ."1: fill mem le m a_weE mama. EL mum rel kr r.:— LOCASON SKETCH :'.A. .' Nar..titts_r ...._ , ....P.If&--"""I J 1 1 1 -rf.,..T- 1 I -111°:••• • I } \ .._,....,_., NBOVVBEO a ett g ! 1 I' :' ' :"2 _ -i.•r.::_ i ='I g • 1414, - E. q— - '' ''' SE iii: 5 a 1 i lill/ ; ..4:ii: a t ''''' ' 2,:-.T: `'. ..2.E. I I al Lor.. '' 1 1 1 i •'HII...,it.3 r-_:%.,,,,.' _ - --:,....../ ..-...../ MII KM III. JJwe', A, loos 1-:,:g. • BOO :Mi171' 4:a 1 ri 5 al AS-BUILT LEGEND g --3-00o)--- ADO ...2.-r. r..z.',...i.1.-- cn 011.0104C K. MILL DifICEPTION: PO4 =tx...LE eanwmws0 .`'.k :,4 proNiet:0:0r,y07::,.40.X.00174.:a2 ro.s.""=,0.furZA'4•Zar.=0: 0_ mum. I 0,0=1. c'F'00'01S Sil 11,...n.vont Z. Zronc0K ro=er0700 ir7007•I',47ffis po'lCio,14*.7:"ZarniEL:::'07M17..75::: ule' ItaTnrro ‘80 4 3 ; i E9 2NOTE I SF:7o Ze'.1?—'',_,Toilb°•,zo.v....—,,,—.--, -g---;,7-,---..-,...---1.---x....7-,.....z.z..1,---srTz..a.v.-.T. i:,,•,'..,7417.71,F,;,474.`4,,E.7.aszt-,r4,,..-=7,%,•:,"iirg• -......=7....,-,..— ,, .....i. 18237C . .. .. I BILK la 1 ISLAND VIEW SUBDIVISION ill I I 1 BLOCK la 1 ISLAND VIEW SUBDIVISION 1 ur.ofo, .0.. ....7.1........'.,.. X i VA i i. —— in L _ cm moo.mu spun. / c, EP ....1. . ..041 :41i 6. ..66.60,..... i 2..'..-,.....„ P....UftILY:71: . cm ... ......, ... .. >,,, ,••• ,.. 0...,rea/POST 1 cm)11 .4 ...,,... ... _......, .! 9 - 0 S 01.6646 IS(6) MI ....... 1 k i ...,>.. ••" "'..,,.....,,,,- ti.g. N 766.91.(C) 6.66...)6) smar.,, ' PP P».7,„ roF. .... 0..l•-,,6 ..... 3. : Zrz707.4==. 5 os oi E,1 __41 .. . . ,..,---....--.. i••••.. • •"‘",413 ••== S.. 1 1....7''' Wii.." iir,..__L.Q",. ___,.. ,...i.,.. .1, . .. . _ -• .., , E...:: Ef.,. ... ...„.... •. . n.,.Pas, i E- r.":- e a o...Lou - — — — ' a- .., .. ...,er....,. ,..., ,— ..... 3.•• PI., 4. J(' i POI. irc O.- • .•on.) . .......... . ..... I . , 1 ... .. ,.., . ... .........._ . _cr... g g 111111i g ..„....,,_ -re L,!.,-.-..„. .,‘,...,,g loot. ........ •SweL7 ;17- 07..""'"'. Le um.P.33 .I q r n ' : 1 _.. ®'Z. u• ...,". g:#01nipiNtsio=popair„j.... fir 5 ilidill944'14:- -1:1"ti:" - 0 _ ..... v• ....Fa. CIME=MIN Milill 1.11.11=11 . 6. 6-6.... : oln-pl IMMIll= . 7 0. ompp..0.11. ,, . UP 4. . ......Pio Du ...a PAL F.1300,•73 ''''. ''. .' ' 'IV '''''ISLAF:ND VINY'SnI1BDIVI;.' . • *--. .- i . 0....Br P6/96 ./12...3-16 •.0..• kw 0 Eco.ft ALAS, Pa 6 PG IIS MOCI) 0 m T 9.....' ...... aws......... ., . . " in. . 'a'' — •• I'• : " At $,!-..-• :: ,* La M . nuv.ancook. Ps ..... • .. . .,10...1 . LOT 10 Ae. — (1',.. 1,^ 1-..... a ... ................,. spree ...no....munows fp 0.0..0 god ma.bp..1 al Fr scum rtr. It rt I •' 30....3 ill i tno uffinu n,t•ornamarm CII ______ —— -—a,,,'at,;•140 4 up moo Isom nu . %rot wse itAilA24.4144AagkZklaeltil1kik046.6,'66. 2'.11paL up 2.;.rott... .F ry .•...5.0.1. . .0 P. pe . O .P.. t). .....• ,,..0L'M w A2 E92...2 .„.,„„, iii. iip,...z. iii.i: ..— • ; 71-0——,0— - =▪ ............ .' .1., BISCAYNE \; , ., - . ki,.... ...V \_,,,, 9 ............ 6.).411. rer g ........c.,.........., 41'4 .... .... Ilili. g ree. .... 7 c. F.r, ..,„, --34,FD--- EALPIVIC C. *0.f.t. S.CET NO. 2 0 3 sxErrs te2376 0. soca 6 ...v.s , \ a ISLAND VIER'SUBDIVISION l ,. W Az R. r v, .. r � mow„ w `� . .1a Eg PURDY AVENUE .'a 01,9L6.6(C) �•^ ... r 'N1 y 55 _ _\ %ti�,w ;V. 66.6 w,•• ma m.". fli F 2 22y, 156Q.911(C) \ F. a ti,'.rnr.N�'.'..N '. .+, �® .ww r,m • a 2 \\`��`.y a� cac r 6 _ m--l`` y�,� ® N- 9.7�-'" i,.-,mr7 5-eT' , .oar unag o p i L YI ILMI� Q`W'� ,-^ 1�•r.rl Leo' sar.,..y'°\ _t�1m i Ill�` m' F fa / N= —-,—.--..0,, *,...-\„.,...,- A 7ib"Ir k- 775 1e- `”\1\ oar Reosoos ---fr """-'" ,4 " ,;!",7..,y 1.0,..,.-.- tI 11,1Z WO MY= �i ,� 61 "° ��, ., O cr {'� 1 L-19].51 , ,.a ;n4-- Ks,' 0:._ / v SI �9v ♦C CS=1T24'9 `,I z ,,,51711::90: rmA' �i r'.m �m BLOCa 5 +1l -596.10• . �}�r d r® • ISLAND V(Ee SUBDIVjISION ye IA ' •• I g l Lq55 o ?..wa l , u P h e PC(115,u.o.�R.l , 4 0 �,'' u rm v ',rip SSS. \ of "UVJ �1 5 Rlt1" ,••\ A/II LOT 3 Lor � W )4111. Eay' • A �'1„ n" o Y 'a. . 1 --I_�.. LOOT♦ �� ,�I � i .. .. ra nr"../1" 0,)t\f1.— al w wu.wm r Y U a 4 _ —J +LOT 5 l..� �t 1 aumV�a I �� m� N ,,.® `L°iT, LO ��}•�}�1 N .�a. !�P6.•I, 1' •f••f67?•�� dt� ., .r .., a 1 i .��`�r•,,lr A •1.•.� 'mow -•y1�•f{s•r•fry;,�.lr�1�`nq y1 / • F L g 08 La •�. • 1f•f•.''' V. • -•... aws...o o .,ma s:.,'... '‘,505155114,115.10801,04.A........"-'• wn. u„ .. � .. x c n4156.9c,• C,re ol.°1;g.'e1x \44. + Z a la- p BISCAYNE mn •. ® .�.... m BAY „ .ur.. I...m ro...>.. r we rC svrs REQUEST FOR QUALIFICATIONS (RFQ) For Architectural and Engineering Design Services Maurice Gibb Memorial Park RFQ 2016-138-KB RFQ ISSUANCE DATE: MAY 18, 2016 STATEMENTS OF QUALIFICATIONS DUE: JUNE 17, 2016 ISSUED BY: KRISTY BADA MIAMI BEACH Kristy Bada PROCUREMENT DEPARTMENT 1755 MERIDIAN AVENUE, 3RD FLOOR; MIAMI BEACH, FLORIDA 33139 305.673.7490i kbada@miamibeachfl.gov www.miamibeachfl.gov "As ..; A! 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.oublicpurchase.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 Maurice Gibb Memorial Park Project ("the Project"). Additionally, the terms "FIRM", "PROPOSER", "CONSULTANT," "PRIME PROPOSER" 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 park is located at 1700 Purdy Avenue, and contains approximately 3.4 acres.The Department of Parks&Recreation and the Environment& Sustainability Department participated in developing a scope of work for the park improvements that includes: a playground, bathrooms, a pavilion, a vita course, picnic pavilions, walkways with lighting, park benches, open sodded areas, landscape and irrigation. Alternates that could be added to the scope of work are transient docks, non-motorized docks, a bath house, a seawall or living seawall, and a fishing/viewing pier/path. Contract documents, as a result of this RFQ, will include details for the construction for the Maurice Gibb Memorial Park. Scope of Services is pursuant to Appendix C, Section C-2., of this RFQ. 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 will have the financial resources and technical expertise to provide the environmental mitigation and protection plan, and conduct the design, permitting, bid and award, and construction administration services for these park improvements, 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). 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued MAY 18, 2016 Pre-Proposal Meeting MAY 24, 2016 AT 10:00AM Deadline for Receipt of Questions JUNE 7, 2016 AT 5:00 PM Responses Due JUNE 17, 2016 AT 3:00 PM REQ 2016-138-KB 3 1 A i'vA I BEACH 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 305-673-7000 ext.6218 KristvBada(a miamibeachfl.00v 5. PRE-PROPOSAL 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 Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3RD Floor 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-PROPOSAL 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). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any means other than through PublicPurchace 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. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the RFQ 2016-1 38-KB 4 iv A'AI BEACH City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. 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.m iamibeachfl. ov/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 CITY CODE SECTION 2-488 ISSUES BENEFITS FOR DOMESTIC PARTNERS - - " • LIVING WACE REQUIREMENT e r • LOCAL PREFERENCE FOR MIAMI BEACH BASED VENDORS - - • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE CITY CODE SECTION 2-374 DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 70-300-3 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 2-449 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers 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. Proposers 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 responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879,the Proposer shall adopt a Code of Business Ethics ("Code")and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable RFQ 2016-138-KB 5 ,',A,1,;-.1,/,1 BEACH 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. 14. AMERICAN WITH DISABILITIES ACT (ADAI. Call 305-673-7490 to request material in accessible format; sign language interpreters(five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals 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. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. Omitted Intentionally 18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a 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, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, 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 proposals. 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 Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the RFQ 2016-1 38-KB 6 i"`A f .1\A i BE AC H selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 21. Postponement/Cancellation/Acceptance/Rejection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, 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. 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, 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. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers 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. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers 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 Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and RFQ 2016-1 38-KB 7 IA ovR\ BEACH found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, 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. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or its officers, employees, contractors, and/or agents,for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it 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. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit(and cause hotel operator to prohibit) discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability in the sale, lease, use or occupancy of the Hotel Project or any portion thereof. 34. DEMONSTRATION OF COMPETENCY. 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, including: A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals 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. RFQ 2016-1 38-KB 8 BEACH C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F.The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. 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. 36. 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. 37. 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. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. 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. 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City,where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. RFQ 2016-138-KB 9 BEACH 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, 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 Proposers 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. 45. MODIFICATIONIWITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers 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 Proposal. 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). REG) 2016-138-KB 10 M1 �1", ,�,Ei BEACH 48. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers 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 Proposal. 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. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract,to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank Balance of Page Intentionally Left Blank RFQ 2016-138-KB 11 A. i ,,.r ' 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 Prime Proposer and Prime 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, as required herein. 1.3.1 Request for Qualification Similar Experience. For each project that complies with the minimum requirements on Appendix C, Section Cl, No. 3, submit project name, project contact information (phone and email) and prime proposer's role in project. TAB 2 Experience&Qualifications 2.1 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 this information to consider the firm's previous and current workload. 2.2 Qualifications of Prime Proposer (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. 2.3 Qualifications of Prime Proposer's 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. 2.3.1 Prime Proposer's shall identify the Project Lead Designer that shall be in compliance with the minimum requirements on Appendix C, Section Cl. 2.4 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report RFQ 2016-138-KB 12 j\\J^,, :ANA BEACH (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.comiwebappiwcsistores/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 3.1 Submit detailed information on the approach and methodology, how Proposer plans to accomplish the required scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, strategies for assuring project is implemented on time and within budget. 3.2 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). 3.3 Submit 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). REQ 2016-138-KB 13 ,M,I, i v'\1 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 PROCUREMENT DEPARTMENT. 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 Maximum Points Prime Proposer 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 2 POINTS 10 4. Volume of Work Points: Points awarded to the proposer for volume of work awarded by the City in the last three (3)years in accordance with the following table: Less than$250,000 5 $250,000.01 —$2,000,000 3 Greater than$2,000,000 0 RFQ 2016-138-KB 14 A AMI BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer A B C Step 1 Points 82 76 80 Step 2 Points 10 5 5 Committee Total 92 81 85 Member 1 Rank 1 3 2 Step 1 Points 85 85 72 Step 2 Points 10 5 5 Total 95 90 77 Committee 3 Member 2 Rank 1 2 Step 1 Points 80 74 66 Step 2 Points 10 5 5 Total 90 79 71 Committee 3 Member 2 Rank 1 2 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission,which may be different than final ranking results. RFQ 2016-1 38-KB 15 APPENDIX A MIAMI Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2016- 138-KB Architectural and Engineering Design Services for Maurice Gibb Memorial Park PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Solicitation No: Solicitation Title: RFQ 2016-138-KB Architectural and Engineering Design Services for Maurice Gibb Memorial Park 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 2016-138-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 ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Statement of Qualifications,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. REQ 2016-138-KB Appendix A— Page 2 7. belew= • Commencing J • ry 1, 2015, the hourly living wage rate will be $11.62Ihr with health benefits of at least same(in a particular year). 8. _ Beach. YES z. •. e. - •• - - - -•• --• - .• - • . ' . . • - --- " " ._ - •- * : - -- - - -• - - - - - YES tV9 C. Please check all benefits that apply to your answers above and list in the "other" section any additional domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic BENEFIT Firm Provides for Firm Provides for Firm docs not Em ithh Employees with Provide-Benefit Spouses Domestic Partners Health Sick Leave Family-Medical-Leave Bereavement Leave REQ 2016-138-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 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. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting,divesting from, or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. REQ 2016-138-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 2016-138-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 Requirements 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 2016-138-KB Appendix A— Page 6 APPENDIX B t\v/A\ 1 I BEA " No Bid " Form RFQ No. 2016- 138-KB Architectural and Engineering Design Services for Maurice Gibb Memorial Park PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Note: If is important for those vendors who have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid." The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations by the City. Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal _Insufficient time to respond _ Specifications unclear or too restrictive _ Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) 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 PROCUREMENT DEPARTMENT ATTN: Kristy Bada STATEMENTS OF QUALIFICATIONS #2016-138-KB 1755 Meridian Avenue, 3►d Floor Miami Beach, Florida 33139 RFQ 2016-138-KB Appendix B — Page 1 APPENDIX C IBEACH Minimum Requirements & Specifications RFQ No. 2016- 138-KB Architectural and Engineering Design Services for Maurice Gibb Memorial Park PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor 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. Determination of compliance with the minimum eligibility requirements is strictly at the sole discretion of the City of Miami Beach. PRIME PROPOSER: 1. The Prime Proposer (Architectural/Engineering Firm) shall be certified as "Landscape Architect or Architect or Certificate of Authorization" by the State of Florida, Division of Business and Professional Regulations, as applicable. LEAD DESIGNER: 2. The lead designer shall be an Architect or Landscape Architect licensed by the State of Florida, Division of Business and Professional Regulations. REQUIRED SIMILAR EXPERIENCE: 3. The Prime Proposer shall have completed construction documents for no less than three (3) park projects within the last ten (10) years. Listed park projects shall be no less than 3 acres with comparable amenities and features. Submittal Requirement: For each qualifying project, submit project name, project contact information(phone and email)and prime proposer's role in project. C2.STATEMENT OF WORK REQUIRED. The City's Office of Capital Improvement Projects is seeking to hire a Consultant to develop the construction documents for this project located at 1700 Purdy Avenue, Miami Beach, FL. Proposed improvements will include a playground, bathrooms, a pavilion, a vita course, picnic pavilions, walkways with lighting, park benches, open sodded areas, landscape and irrigation. Alternates that could be added to the scope of work are transient docks, non-motorized docks, a bath house, a seawall or living seawall, and a fishing/viewing pier/path. The Consultant shall provide architectural, landscape architecture, structural engineering, mechanical, electrical, plumbing engineering, civil engineering, Environmental Engineering, Florida Department of Environmental Protection Coastal Permitting, Department of Environmental Resource Management Permitting, construction cost estimating and geotechnical services for the Project. The work shall include, but not be limited to, , geotechnical, design development with deliverables at 30%, 60%, 90% and 100% development stages, estimates of probable construction cost at each stage of development (including 100%), presentation materials to include renderings for Design Review Board (DRB) and/or Historic Preservation Board (HPB), construction documents, permitting, bidding / award, and construction administration services for the Project. Construction Documents shall include all necessary drawings and technical specifications needed to construct the improvements and shall be defining documentation of what is authorized and approved. Proposer shall: • Prepare utility coordination, permits and advise of all fees associated with all site, utility etc.work. • Coordinate with the environmental remediation plan and activities. • Prepare presentation materials to illustrate the conceptual and final designs and participate in RFQ 2016-138-KB Appendix C — Page 1 public outreach, DRB and/or HPB, and regulatory agency review meetings. • Obtain all required building permits as well all necessary permits from other regulatory agencies as 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 award. The selected firm shall be required to perform a variety of forensic tasks to verify existing site and environmental condition and the accuracy of any available as-built drawings, surveys and maps to be used for development of the contract drawings. The subject property has been identified as containing environmental contaminants. As such, the City is finalizing an environmental remediation plan, under separate contract, and expects to perform remediation activities prior to commencement of construction for this project. The selected firm will be required to use the remediation plan in the planning and design of the project, and comply with any requirements of the remediation permit. The City of Miami Beach may elect to combine the remediation project with the construction portion of this project as a single ITB. In that case, the consultant shall be required to coordinate any permitting or construction efforts, and will be required to provide CA services for the construction portion either during or after remediation activities. 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 Board and/or Historic Preservation 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 RFQ 2016-138-KB Appendix C — Page 2 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 of the project. 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, at cost rate, pre-approved additional expenses, such as, but not limited to, reproduction costs,and permits cost(s). RFQ 2016-138-KB Appendix C — Page 3 APPENDIX D MIAM I BEACH Special Conditions RFQ No. 2016- 138-KB Architectural and Engineering Design Services for Maurice Gibb Memorial Park PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor 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 architectural and engineering design services for a particular project are precluded from bidding/responding to the competitive solicitation for the design construction of the project. RFQ 2016-138-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 2016-138-KB Appendix D — Page 2 APPENDIX E MAMI BEACH Insurance Requirements RFQ No. 2016- 138-KB Architectural and Engineering Design Services for Maurice Gibb Memorial Park PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 tv\ IAIV\ I 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, 1755 Meridian Avenue, 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 2016-138-KB Appendix E — Page 1 APPENDIX F MIAMI BEACH Standard Form 330 RFQ No . 2016- 138-KB Architectural and Engineering Design Services for Maurice Gibb Memorial Park PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2016-138-KB 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 Poley,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 by the 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 responsibilities and/or provide unusual or unique expertise. qualified firms and their references. 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 agencys 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 agencys 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 CFR)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 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). 23a. Project Owner. Project owner or user, such as a 15. Firm Name and Location. Name, city and state of the firm government agency or installation, an institution, a corporation or where the person currently works, which must correspond with private individual. one of the firms (or branch office of a firm, if appropriate) listed in Section C. 23b. Point of Contact Name. Provide name of a person associated with the project owner or the organization which 16. Education. Provide information on the highest relevant contracted for the professional services, who is very familiar with academic degree(s) received. Indicate the area(s) of the project and the firm's(or firms')performance. specialization for each degree. 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 any other professional qualifications relating to this contract, requested by the agency for each example project. such as education, professional registration, publications, organizational memberships, certifications, training, awards, and foreign language capabilities. STANDARD FORM 330(REV.3/2013)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 contract 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 XXXX 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 on 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 Part4.6. 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. the Internet website for the NAICS codes appear in FAR Part 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 II 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.312013)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 A10 Asbestos Abatement Mapping All Auditoriums&Theaters Ell Environmental Planning Al2 Automation; Controls; Instrumentation E12 Environmental Remediation Ela Environmental Testing and Analysis B01 Barracks; Dormitories B02 Bridges F01 Fallout Shelters; Blast-Resistant Design F02 Field Houses; Gyms;Stadiums C0l Cartography F03 Fire Protection CO2 Cemeteries(Planning&Relocation) F04 Fisheries; Fish ladders CO3 Charting: Nautical and Aeronautical F05 Forensic Engineering F06 Forestry&Forest products C04 Chemical Processing&Storage C05 Child Care/Development Facilities G01 Garages; Vehicle Maintenance Facilities; CO6 Churches; Chapels Parking Decks C07 Coastal Engineering G02 Gas Systems(Propane; Natural, Etc.) CO8 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 D01 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 R01 Radar;Sonar; Radio&Radar Telescopes J01 Judicial and Courtroom Facilities R02 Radio Frequency Systems&Shieldings L01 Laboratories; Medical Research Facilities R03 Railroad; Rapid Transit L02 Land Surveying R04 Recreation Facilities(Parks, Marinas, Etc.) L03 Landscape Architecture RO5 Refrigeration Plants/Systems L04 Libraries; Museums;Galleries R06 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 S01 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 M08 Modular Systems Design; Pre-Fabricated Structures or SO4 Sewage Collection,Treatment and Disposal Components S05 Soils&Geologic Studies; Foundations S06 Solar Energy Utilization N01 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) T01 Telephone Systems(Rural;Mobile;Intercom, P03 Photogrammetry Etc.) PO4 Pipelines(Cross-Country-Liquid&Gas) T02 Testing&Inspection Services PO5 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.312013)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.3r2o13)PAGE 8 OF INSTRUCTIONS ARCHITECT - ENGINEER QUALIFICATIONS PART I -CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1.TITLE AND LOCATION (Cky and 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 this section for the prime contractor and all key subcontractors.) (Check) 2 jFo° 9. FIRM NAME 10.ADDRESS 11. ROLE IN THIS CONTRACT CI- acol— a. or a. CHECK IF BRANCH OFFICE b. ❑CHECK IF BRANCH OFFICE C. CHECK IF BRANCH OFFICE d. —I CHECK IF BRANCH OFFICE e. D CHECK IF BRANCH OFFICE f. CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.3/2013)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 (Cdy 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 Check if project performed with current firm a. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (N applicable) b. (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE []Check if project performed with current firm (1)TITLE AND LOCATION (C1y and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm c. (1)TITLE AND LOCATION (City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) d (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE Li Check if project performed with current firm (1)TITLE AND LOCATION (Ciyand State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm e. STANDARD FORM 330(REV.32013)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 (Cky and State) 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME e.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 (CO and State) (3)ROLE a. (1)FIRM NAME (2)FIRM LOCATION (Cky and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION (Cky and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION (Cky and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION (Cky and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION (Cky and State) (3)ROLE f. STANDARD FORM 330(REV.32013)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.3/2013)PAGE 5 1.SOLICITATION NUMBER (If any) 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) (If any) 8b.YR.ESTABLISHED 8c. DUNS NUMBER 10. PROFILE OF FIRM'S EXPERIENCE 9. EMPLOYEES BY DISCIPLINE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees a.Profile c.Revenue Index b. Discipline b.Experience Number Code (1)FIRM (2)BRANCH Code (see beJ ) Other Employees Total 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,00 to less than$250,000 7. $5 million to less than$10 million a. Federal Work 3. $250,000 to less than$500,000 8. $10 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 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 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.3/2013)PAGE 6 APPENDIX G /V\ AAAI B! BEACH Sample Contract RFQ No. 2016- 138-KB Architectural and Engineering Design Services for Maurice Gibb Memorial Park PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2016-138-KB AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXXXXXXXXXXXXXXXXXXXXXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX 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 Project Cost:The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. 1.9.2 Project Scope: The "Project Scope" shall mean the description of the Project in Schedule "A" hereto. 1.10 CONSTRUCTION COST: The "Construction Cost" shall mean the sum which is the actual total cost to the City of the Work (as established in the Contract Documents, as they may be amended from time to time), including a contingency allowance for unforeseen conditions, not to exceed ten percent (10%) of the construction cost for new construction, or twenty percent (20%) of the construction cost for rehabilitation of historic buildings. For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or competitive bid received and accepted from a responsive and responsible bidder or proposer for such Work. 1.10.1 Construction Cost Budget: The "Construction Cost Budget" shall mean the amount budgeted by the City for the Construction Cost, as set forth in Schedule "A" hereto. 1.10.2 Statement Of Probable Construction Cost: The "Statement of Probable Construction Cost" shall mean the latest approved written estimate of Construction Cost submitted by Consultant to the City, in a format approved by the Project Coordinator. For Work which bids or proposals have not been let, the Statement of Probable Construction Cost shall be the same as the Construction Cost. 1.11 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations enacted after the date of this Agreement ; or other causes beyond the parties' control which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of the parties under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of sub-consultants/sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process SHALL NOT be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a force majeure, the Consultant shall request a time extension from the Project Coordinator within five (5) business days of said force majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless additional services are required, and approved pursuant to Article 5 hereof. 1.12 CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. 1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, and written amendments issued thereto), and the documents prepared by Consultant in accordance with the requirements of the Scope of Services in Schedule "A" hereto (that form the basis for which the City can receive bids for the Work included in the documents). The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the invitation to bid (ITB), instructions to bidders, bid form, bid bond, the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction [General, Supplementary, and other Conditions], Divisions 0-17, Construction Documents, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. 1.14 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and with Contractor for performance of the Work covered in the Contract Documents. 1.15 CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final plans, technical specifications, drawings, documents, and diagrams prepared by the Consultant pursuant to this Agreement, which show the locations, characters, dimensions and details of the Work to be done, and which are part of the Contract Documents. 1.16 CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed twenty-five thousand dollars ($25,000.00) or the City Manager if they are twenty-five thousand dollars ($25,000.00) or less (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five thousand ($25,000.00), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. 1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, which the Consultant shall perform, at the City's option, and which have been duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 1.18 WORK: "Work" shall mean all labor, materials, tools, equipment, services, methods, procedures, etc. necessary or convenient to performance by Contractor of all duties and obligations proposed by the Contract Documents. 1.19 SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 1.20 SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, and permitting fees, etc. 1.21 BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include Additive Alternates or Deductive Alternates. 1.22 SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. 1.23 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Scope of Services. Schedule B— Consultant Compensation. Schedule C — Consultant Hourly Billing Rate Schedule. Schedule D— Construction Cost Budget. Schedule E— Project Schedule. Schedule F— General Conditions of the Contract for Construction Schedule G — Insurance Requirements and Sworn Affidavits Schedule H — Best Value Amendment ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto. 2.2 The Services will be commenced upon issuance of the first Notice to Proceed which shall be issued by the Project Coordinator and counter-signed by Consultant. Subsequent Notices to Proceed shall also be issued by the Project Coordinator. A separate Notice to Proceed shall be required prior to commencement of each Task (as same are set forth in Schedule "A" hereto). 2.3 As it relates to the Services and the Project, Consultant warrants and represents to City that it is knowledgeable of Federal, State, and local laws codes, rules and regulations applicable in the jurisdiction(s) in which the Project is located, including, without limitation, applicable Florida Statutes, and State of Florida codes, rules and regulations, and local (City of Miami Beach and Miami-Dade County) ordinances, codes, and rules and regulations (collectively, "Applicable Laws"). As they relate to the Services and to the Project, the Consultant agrees to comply with all such Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Coordinator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its sub-consultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.4 The Consultant warrants and represents to City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). 2.5 The Consultant's Basic Services shall consist of five (5) Tasks (inclusive of planning, design, bidding/award, construction administration, and Additional Services [as may be approved]), all as further described in Schedule "A" hereto; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction (attached as Schedule "F" hereto). 2.5.1 Planning Services: Consultant shall provide planning services for the Project, as required by the Contract Documents and as set forth in Task 1 of Schedule "A" hereto (entitled "Planning Services"). 2.5.2 Design Services: Consultant shall prepare Design Documents for the Project, as required by the Contract Documents and as set forth in Task 2 of Schedule "A" hereto (entitled "Design Services") 2.5.3 Bidding And Award Services: Consultant shall provide bidding and award services for the Project, as required by the Contract Documents and as set forth in Task 3 of Schedule "A" hereto (entitled "Bidding and Award Services"). 2.5.4 Construction Administration Services: Consultant shall provide construction administration services for the Project, as required by the Contract Documents and as set forth in Task 4 of Schedule "A" hereto (entitled "Construction Administration Services"). 2.5.5 Additional Services: If required (and so approved) by the City, Consultant shall provide Additional Services, as set forth in Task 5 of Schedule "A" hereto. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or of any of its officers, employees, sub-consultants, agents, and/or servants), for the accuracy and competency of its/their designs, working drawings, plans, technical specifications, or other technical documents, nor shall such approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in designs, working drawings, plans, technical specifications, or other technical documents; provided, however, that the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City pursuant to this Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the parties (subject to approval of the Agreement by the Mayor and City Commission) (the Effective Date), and shall be in effect until all Services are completed or until the work and/or services under the Notices to Proceed in force at the end of the stated period of time have been completed and the Services accepted, whichever may be later. 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 The Services shall be performed in a manner that shall conform with the approved Project Schedule, attached to as Schedule "E" hereto. The Consultant may submit requests for an adjustment to the Project Schedule, if made necessary because of undue delays resulting from untimely review taken by the City (or other governmental authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Coordinator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Coordinator may require), the Project Coordinator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Coordinator's approval (if granted) shall be in writing. 2.7.4 Nothing in this Section 2.7 shall prevent the City from exercising its rights to terminate the Agreement, as provided elsewhere herein. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Coordinator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all work required under the Agreement (including the work performed by sub-consultants), within the specified time period and specified cost. The Consultant shall perform the work utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of the work in the State of Florida. The Consultant is responsible for, and shall represent to City that the work conforms to City's requirements, as set forth in the Agreement. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the work. In addition to all other rights and remedies, which the City may have, the Consultant shall, at its expense, re- perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re- performance of any non-conforming construction services resulting from such deficient Consultant services for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, and for the period of design liability required by applicable law. The Project Coordinator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. Neither the City's inspection, review, approval or acceptance of, nor payment for, any of the work required under the Agreement shall be construed to relieve the Consultant (or any sub-consultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant and its sub- consultants shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or its sub-consultants to comply with the terms and conditions of the Agreement or by the Consultant or any sub-consultants' misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. With respect to the performance of work by sub-consultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the sub- consultant's work. 2.9.1 The Consultant shall be responsible for deficient, defective services and any resulting deficient, defective construction services re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24)from final acceptance. 2.9.2 Consultant Performance Evaluation: The Consultant is advised that a performance evaluation of the work rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.10 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any work performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project Schedule. 2.11 [Intentionally Omitted] 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after issuance of the first Notice to Proceed, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be the Project Coordinator). Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Coordinator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or his designee (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any sub- consultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or his designee (who shall be the Project Coordinator), unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require its employees and sub-consultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services do not delineate every detail and minor work task required to be performed by Consultant to complete the Project. If, during the course of performing of the Services, Consultant determines that work should be performed to complete the Project which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Scope of Services, Consultant shall promptly notify the Project Coordinator, in writing, and shall obtain the Project Coordinator's written consent before proceeding with such work. If Consultant proceeds with any such additional work without obtaining the prior written consent of the Project Coordinator, said work shall be deemed to be within the original Scope of Services, and deemed included as a Basic Service (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Coordinator shall not constitute authorization or approval by the City to perform such work. Performance of any such work by Consultant without the prior written consent of the Project Coordinator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 The City's participation in the design and construction of the Project shall in no way be deemed to relieve the Consultant of its professional duties and responsibilities under the Contract Documents or under Applicable Laws. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUB-CONSULTANTS: All services provided by sub-consultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the sub- consultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the sub-consultants. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. The Consultant shall cause the names of sub-consultants responsible for significant portions of the Services to be inserted on the plans and specifications. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Coordinator, in writing, who shall be the City's authorized representative to coordinate, direct, and review all matters related to this Agreement and the Project during the design and construction of same (except unless otherwise expressly provided in this Agreement or the Contract Documents). The Project Coordinator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the affect (or be interpreted as having the effect) of modifying or changing, (in any way) the following: a) the Scope of Services; b) the time within which Consultant is obligated to commence and complete the Services; or c) the amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall make available to Consultant all information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 [Intentionally Omitted] 3.4 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its sub-consultants or vendors). 3.5 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Coordinator, shall give prompt written notice thereof to the Consultant. 3.6 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. No City administrative (proprietary) approvals and/or decisions required under this Agreement shall be unreasonably conditioned, withheld, or delayed; provided, however, that the City shall at all times have the right to approve or reject any such requests for any reasonable basis. 3.7 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.7.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.7.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.7.3 Upon written request from Consultant, the City Commission shall hear appeals from administrative decisions of the City Manager or the Project Coordinator. In such cases, the Commission's decision shall be final and binding upon all parties. 3.7.4 The City Commission shall approve or consider all Contract Amendments that exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.8 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.8.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any sub-consultants (and any replacements). 3.8.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.8.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.8.4 [Intentionally Omitted] 3.8.5 The City Manager may approve Contract Amendments which do not exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.8.6 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.8.7 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City has established the Construction Cost Budget for the Project, as set forth in Schedule "D", attached hereto. 4.2 Consultant shall certify and warrant to the City all estimates of Construction Cost prepared by Consultant. 4.3 Consultant shall warrant and represent to the City that its review and evaluation of the Construction Cost Budget, Statement of Probable Construction Cost, and any other cost estimates prepared (or otherwise provided) by Consultant for the Project, represent Consultant's best judgment as an experienced design professional familiar with the construction industry; provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 The Construction Cost Budget (as established in Schedule "D" hereto) shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure)which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such budget is exceeded, the City Commission may, at its sole and reasonable discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. 4.5 If the lowest and best base bid exceeds the Construction Cost Budget by more than five percent (5%), the City Commission may, at its sole option and discretion, elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many Deductive Alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget; or (5) work with the Consultant to reduce the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Construction Cost Budget. In the event the City elects to reduce the Project Scope, the Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents), and provide re-bidding services, as many times as reasonably requested by the City, at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within five percent (5%) of the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Coordinator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; an hourly fee (in accordance with the rates in Schedule "C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Coordinator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services may include, but not be limited to, the following: 5.2.1 Providing additional work relative to the Project which arises from subsequent circumstances and causes which do not currently exist, or which are not contemplated by the parties at the time of execution of this Agreement (excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.2 Serving as an expert witness in connection with any public hearing, arbitration proceeding, or legal proceeding, unless the subject matter at issue has arisen from the error omission, inadvertence, or negligence of Consultant. 5.2.3 [Intentionally Omitted] 5.2.4 Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.5 hereof, which shall be provided at no additional cost to City). ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses are an allowance set aside by the City and shall include actual expenditures made by the Consultant in the interest of the Project. The Reimbursable Expenses allowance, as specified in Schedule "B" hereto, belongs to, and shall be controlled by, the City. Any money not directed to be used by City for Reimbursable Expenses shall remain with the City (i.e. unused portions will not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses in excess of $500 must be authorized, in advance, in writing, by the Project Coordinator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Coordinator (along with any supporting receipts and other back-up material requested by the Project Coordinator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." 6.2 Reimbursable Expenses may include, but not be limited to, the following: 6.2.1 Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its sub-consultants, and courier, postage and handling costs between the Consultant and its sub-consultants). 6.2.2 Costs for reproduction and preparation of graphics for community workshops. 6.2.3 Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Not to Exceed" fee for provision of the Services shall be XXXXXXXX, with a Reimbursable Expenses allowance of XXXXXXXX. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Coordinator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in Schedule "B" hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: During the Term of this Agreement, the City may, by written directive approved and executed by the City Manager, adjust the fees included in the Hourly Billing Rate Schedule in Schedule "C" hereto, to reflect the change in the Consumer Price Index (CPI) on a year to year basis. Such adjustment will be based on the cumulative change of the CPI for the Miami urban area, provided that in no event shall any the annual increase exceed three percent (3%). 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Coordinator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event sub-consultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Coordinator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). 7.7 .2 The City shall pay Consultant within forty-five (45) calendar days from receipt and approval of an acceptable invoice by the Project Coordinator. 7.7.3 Upon completion of the Services, Consultant's final payment shall require the prior written approval of the City Manager before disbursement of same. ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its sub-consultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Coordinator within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. g) g) 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. g) g) 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. g) g) 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. g) 9.5 The Consultant shall bind all sub-consultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Coordinator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Coordinator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Coordinator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Coordinator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Coordinator: (a) Professional Liability Insurance, in the amount of one million dollars ($1,000,000.00), per occurrence, with a maximum deductible of $150,000 per occurrence, $450,000 aggregate. Consultant shall notify the Project Coordinator, in writing, within thirty (30) days of any claims filed or made against its Professional Liability Insurance policy. (b) Comprehensive General Liability Insurance, in the amount of one million dollars ($1,000,000.00), Single Limit Bodily Injury and Property Damage coverage, for each occurrence, which shall include products, completed operations, and contractual liability coverage. The City of Miami Beach, Florida must be named as an additional insured on this policy. (c) Worker's Compensation and Employer's Liability coverage within the statutory limits required under Florida law. 11.2 The Consultant must give the Project Coordinator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.3 The insurance must be furnished by an insurance company rated B+:VI or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.4 Consultant shall provide the Project Coordinator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 Pursuant to Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its sub-consultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the City's Capital Improvement Projects Director (the Director). The Director's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Director, the Consultant shall present any such objections, in writing, to the City Manager. The Director and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: XXXXXXXXXXXXX With a copy to: Capital Improvement Projects Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: 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. 9) 16.10 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.11 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, sub-consultants, and other purchased services, etc., as necessary to complete said Services. 16.12 INTENT OF AGREEMENT: g) 16.12.1 The intent of the Agreement is for the Consultant to provide design services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. g) 16.12.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.12.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.13 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. F:\atto\AGUR\AGREEMENT FORMS\A&E AGREEMENTS\A&E Agreement-NEW BOILER PLATE(Clean Version 8-2-10).doc IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR CONSULTANT: XXXXXXXXXXXXXXX Attest Signature/Secretary Signature/President Print Name Print Name SCHEDULE A SCOPE OF SERVICES SCHEDULE B CONSULTANT COMPENSATION • Schedule of Payments Planning Services * $ 0.00 Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $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. SCHEDULE C HOURLY BILLING RATE SCHEDULE 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 required documentation of the City's Performance Information Procurement System and submit the weekly reports. ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 33 Proposal for Architectural and Engineering Design Services Maurice Gibb Memorial Park 2016-138-KB July 5, 2017 7.t...,;..----7..;-----....,.. a {— 1, ,, , pY JI,{A. `: • 1 1 '^�' M "'.. + NST r:>a: Ilk Mac WO '," " d kS",�`,d e -. 4 " ','q". '"'SOC c 4 a !.1 4111411 %Imo h itit4, '`,. ..-.:,!,,,..4,1: **. 't ...Wil. ''''''i 4, — 111144 4; 'ti"k • k a ,„,�, .�:r�- —............142 Prepared For: v1 I Am I B E F -I AcMr.PFidel Mirocurementranda CDepartment 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 COASTAL Prepared By: I Pillide Mr. Andres Perez ' Coastal Systems International, Inc. '11 _1 464 South Dixie Highway SYSTEMS Coral Gables, FL 33146 INTERNATIONAL Table of Contents Letter of Transmittal Project Team Attachment A: Scope of Services Attachment B: Price Proposal Attachment C: Project Timeline COASTAL COASTAL SYSTEMS INTERNATIONAL, INC. i 464 South Dixie Highway•Coral Gables,Florida 33146 Tel:305-661-3655•Fax:305-661-1914 www.coastalsystemsint.com SYSTEMS 1511:N SATIO♦A1. 360500-R1 July 5,2017 Mr. Fidel Miranda CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RE: CITY OF MIAMI BEACH—ARCHITECTURAL AND ENGINEERING SERVICES FOR MAURICE GIBB MEMORIAL PARK RFQ NO.:2016-138-KB Dear Mr. Miranda and the Selection Committee: Coastal Systems International, Inc. (Coastal Systems) is pleased to submit the attached proposal package in response to your request for architectural and engineering services related to the Maurice Gibb Memorial Park Project(Project). The package is organized in the form outlined in the correspondence on May 5, 2017. The following attachments summarize the scope of services proposed by the Coastal Systems team. PROJECT TEAM The complexity of these waterfront public space projects requires a multi-disciplinary approach. Coastal Systems will serve as the prime consultant for the Project with sub-consultants as follows to provide turnkey landscape architectural,engineering/permitting, and construction administration services: • Coastal Systems International, R. Harvey Sasso,Andres Perez, Orestes Betancourt Engineer of record, project management, planning, stakeholder/client coordination, public relations, environmental permitting, coastal/civil engineering, marine structural design, construction plans/specifications, and construction administration. • Rosenberg Gardner Design, Ken Gardner, T. Kiehl Semler— Landscape architect of record, planning, stakeholder coordination, playground/vita course design, irrigation design, sustainable/green design, construction administration support(LEED certified). • Basulto and Associates, Rene Basulto, Charlie Yost — Mechanical, electrical, plumbing and lighting engineering • RVL Architecture + Design, Bert Leon, Nestor Vega — Architectural and structural design of bathrooms, pavilions, etc. • Ardaman & Associates, Evelio Horta-Geotechnical engineering • Lisa Hammer, Lisa Hammer- Horticultural/arboricultural design Coastal,Environmental,Civil Engineering and Management July 5,2017 COASTAL City of Miami Beach Ardaman '. ' ' NE Services for Maurice Gibb 'z: ��m Assoc,aaes.Inc 5'4 "t Memorial Park t RFQ No.:2016-138-KB RVL ARCHITECTURE+DESIGN ft `� > 14 [- l L� SYSTEMS ' tkkPage 2 PROJECT NEGOTIATION TEAM • R. Harvey Sasso, President, Coastal Systems International, Inc.—rhsasso@coastalsystemsint.com • Andres Perez, P.E., Engineering Department Head,Coastal Systems International, Inc.— aperez@ c oastal system s i nt.c o m • Bert Leon, Principal, RVL Architecture+Design—Bleon@rvlarch.com • Nestor Vega, RVL Architecture+Design—Nvega@rvlarch.com Coastal Systems has a long-term relationship with the City of Miami Beach, working as an extension of staff continuously over the past 15 years to deliver specialized waterfront and public space projects. We have strategically assembled a premier project team that will deliver the highest possible level of experience, creativity, technical expertise and client service to the City, to ultimately deliver the best Project. We look forward to the opportunity to continue the 15+year working relationship with the City and with the community. Should you have any questions or require any additional information, please do not hesitate to contact me at(305)669-8159 or aperez a coastalsystemsint.com. Sincerely, COASTAL SYSTEMS INTERNATIONAL,INC. / �/ / / / Andres Perez, P.E Engineering Department Head RHS Corporate Office:464 South Disk Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office: 801 Northpoint Parkway,Suite 151•West Palm Beach,Florida 33407•Tel:561-6411-1003•Fac 561-640-1000 Regional Office:3111 College.lye.,Suite 21 t•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 oww.eoasralsv.rem,,ntcom•int1 coasmh♦sremsinccom coasreL July 5,2017 City of Miami Beach ► Ardaman -: ,tt NE Services for Maurice Gibb Ina Associates.Roc. Memorial Park 116RVQ ARCHITECTURE+DESIGN I ` €) RFQ No.:2016-138-KB�� sti.rF sus, Page 3 Attachment A Scope of Services Corporate Office:464 South llisie Highway•Coral Gables,Florida 33146•TeI:305-661-3655.Far:305-661-1914 Regional Office: 801 Northpoint Parkway,Suite 151•West Palm Beach,Florida 33407•Tel:561-640-1003•Fax:561-640.1009 Regional Office:310 College Aye.,Suite 211-Tallahassee,Florida 32301•Tel:850'65-4520.Fax:830-999-8349 „„w.coasnkcsn+msinccorp•in 6,33icoasralsystemsintccorn COASTAL July 5,2017 City of Miami Beach 1• Ardaman ?„,� NE Services for Maurice Gibb �N a na intro,r . a Memorial Park 0 RFQ No.:2016-138-KB SYSTEMS RVL ARCHITECTURE+DESIGN It '� a 1 1 0Page 4 Master Plan Phase Pre-Master Plan Services • Boundary Survey** • Topographic Survey** • Marine Resource Survey* • Bathymetric Survey* • Visioning Process • Master Plan (3 options) Schematic Design • Design Intent and Kick-off Meeting • Regulatory Agency Pre-Application Meetings • Schematic Design with Cost Estimates • Schematic Design Review Meeting Design Development • Pre-Design Development Services • Tree Survey** • Geotechnical Investigation* • Design Development Plans with Updated Cost Estimates • Landscape and Tree Disposition and/or Relocation Plans • Design Development Public Presentation and Meetings Construction Documents • 30% Drawings with Updated Cost Estimates • 30% Drawing Review Meeting • Crime Prevention Through Environmental Design (CPTED) Submittal • Design Review Board Submittal (DRB) • Pre-Application Conference with Planning Department • Preparation of Plans and Supporting Documents for Review • Presentation and Meeting with DRB Committee, as necessary to obtain approvals. • 60% Drawings and Technical Specifications with Updated Cost Estimates • 60% Drawing Review Meeting • 90% Drawings with Updated Cost Estimates • 90% Drawing Review Meeting • 100% Drawings and Technical Specifications with Updated Cost Estimates • 100% Drawing Review Meeting Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Te1 305-661-3655•Far 305-661.1914 Regional Office: 801 Northpoint Parkway,Suite 151•%Vest Palm Beach,Florida 33407•Tel:561-645-1003•Fax:561-6411-1009 Regional Office:310 College.lee.,Suite 211•Tallahassee,Florida 32301•Tel-950-765.4520.Fye:850-999-8349 ry,rw eoasedsysn-msinccom.info@)coasralsystemsint corp COASTAL July 5,2017 City of Miami Beach Ardaman NE Services for Maurice Gibb JN^8 a a150G,otes.111C. + , Memorial Park tiO SYSTEMS t RVL ARCHITECTURE+DESIGN l ~ to lW 1 RFQ No.:2016-138-KB Page 5 Regulatory Permitting Application and Process • Miami-Dade REP Class I Permit(Class II, if required) • FDEP ERP Permit • Federal US-ACOE • NPDES Permit • City Building Department(including PW, if required) Bidding Assistance and Award Services • Preparation of Project Manual with Construction Documents, Permits and Specifications • Bid Tabulation and Schedule of Values • Pre-Bid Meeting • Responses to Bidding RFI's • Bid Evaluation and Recommendation Construction Administration Services • Pre-Construction Meeting • Submittal Review • Respond to RFI's • Change Order Review • Pay Applications Monthly Review • Site Visits and Bi-weekly Meetings • Substantial Completion Walkthrough • Final Completion Walkthrough • Record Drawings • Project Permit Close-Out Note: * Items not listed in the scope of services provided by the City of Miami Beach. ** Items to be provided by the City of Miami Beach. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655.FCax:305-661-1914 Regional Office:81)1 Northpoint Parkway,Suite 151•West Palm Beach,Florida 3340'.Tel:561-640-10113•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-"65-4520.Fax:8511-999-8349 o o-w coa,ralsysrcros ru gorn•info@coasuilsystemsinr.com July 5,2017 COASTAL City of Miami Beach Afd nl�f1 r " 1b�° NE Services for Maurice Gibb Assoc ares.lnc, Memorial Park 111161 RVL ARCHITECTURE+DESIGN (; - i l Page 6 SYrST HIN Tr It RFQ No.:2016-138-KB Attachment B Conceptual Program Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:303-601-3053•Fax:305-661-1914 Regional Office:801 Northpoint Parkway,Suite 151•'R oar Palm Beach,Florida 33407•Tel,561-640-1003•Fax:561-6411-14819 Regional Office:310 College:Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•lax:850-999-8349 w ww.coa,ralsysrcm,inrcom•Info i:coastalsystemsinrcom July 5,2017 c o e s Tn Lt City of Miami Beach vt A�a a n tilkd �.g,� NE Services for Maurice Gibb �aAszocRaeca. "!,, " Memorial Park RFQ No.:2016-138-KB Rv� ARCHrrecruRe+DESIGN l; `� U I 1 �` Page 7 SYiStx:T6Me` s i Maurice Gibb Park CONCEPTUAL Park Program(Total area 2 acres) Item No. Item Description Quantity UOM 1 Playground,50'x 50',covered 2,500 SF 2 VitaCourse Path,8'W 18,440 SF 3 Living Shoreline 600 IF 4 Viewing/Fishing Platform 2,800 SF 5 Lighting,solar lightpoles 50 EA 6 Furniture, benches,picnic tables,grills,trash receptacles 1 IS 7 Landscaping,palms,trees,shrubs Trees and Palms 1 IS Shrubs and Groundcover(30%of total acreage) 1 IS Sod(70%of total acreage) 1 IS 8 Irrigation 1 IS 9 Small Dog, Dog Park 1,500 SF 10 Existing Restroom Renovation 1 IS • ADD ALTERNATIVES:Included in Master Plans Only Alt 1 Bath House Facility(restrooms,office,lockers,showers,storage) 2,500 SF Alt 2 'Floating Dock-Boats,(2)8'x 70',concrete pile,plastic w/wood decking I 1,120 SF Alt 3 Floating Dock-Kayak,8'x 40',floating plastic 320 SF Alt 4 'Pavilion,(4)20'x 20',open,concrete with steel superstructure 1,600 SF Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tcl:305-661-3655•Far 305-661-1914 Regional Office:801 Northpoint Parkway,Suite 151•West Palm Beach,Florida 3340".Tel:561-640-10i13•Fax:561-640-1009 Regional Office:310 College:Aca.,Suite 211•Tallahassee,Florida 32301•Tel 830,65-4520•Fax:850-999-8349 W w w.00l'oilsrsremdnr.coru•in f C2coasmRostemsintcom COASTAL July 5,2017 City of Miami Beach Ardaman ,sem-' " "''"'*"' NE Services for Maurice Gibb ll wAr .11": 0,i IMAM a Associates.Inc. Ly " Memorial Park RFQ No.:2016-138-KB RVL ARCHITECTURE+DESIGN l 4 }i siIX .re,.Is % Page 8 Attachment C Price Proposal Corporate Office: 464 South Dixie Highway•Coral Gables,Florida 33146•TeI:305-661-3655•Fax:305-661-1914 Regional Office:81)1 Northpoint Parkway,Suite 151•AX est Palm Beach,Florida 33407•Tel:561-6411-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4521)•Fax:850-999-8349 rsvw coacraky.remsint.cnm•info@coasralscstemsinecam July 5,2017 COASTAL., City of Miami Beach Ardaman �-' '' +` ""°"° A/E Services for Maurice Gibb 4,11j.„ ID Li 8waAssociates.Inc. Memorial Park RFQ No.:2016-138-KB RVQ ARCHITECTURE+DESIGN l ' -' E- 1 '�.� Page 9 . SYSTEMS � i TABLE 1 SUMMARY OF FEES FOR CONSULTING SERVICES RELATIVE TO MAURICE GIBB MEMORIAL PARK PROJECT, MIAMI BEACH, FLORIDA DESCRIPTION TYPE FEES Part 1 - Master Plan Lump Sum $42,458 Subtotal: $42,458 Part 2 - Schematic Design Lump Sum $28,770 Subtotal: $28,770 Part 3 - Design Development Lump Sum $34,678 Subtotal: $34,678 Part 4 - Construction Documents Lump Sum $94,867 Subtotal: $94,867 Part 5 - Regulatory Permitting Lump Sum $32,475 Subtotal: $32,475 Part 6 - Bidding & Award Services Lump Sum $7,318 Subtotal: $7,318 Part 7 - Construction Administration Services Lump Sum $48,060 Subtotal: $48,060 Additional Scope of Services Marine Resource Survey Lump Sum $2,375 Bathymetric Survey Lump Sum $3,000 Geotechnical Investigation Lump Sum $4,000 SUBTOTAL: $298,000 Estimated Standard Expenses: $20,000 GRAND TOTAL (includes Additional Scope of Services): $318,000 Corporate Office-464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:503-661-1914 Regional Office: 80I Sorrhpoinr Parkway,Suite 151•West Palm Beach,Florida 3330^•Tel:561-640-1003•Fax:56i-6441-1009 Regional Office:3111 College dye.,Suite 211•Tallahassee,Florida 32301•Tel:850265-4520•Fax:850-999-8349 vxsw coasralahremsinr corn•infolycnastalsysrcrosint corn July 5,2017 COASTAL City of Miami Beach *i14 A/E Services for Maurice Gibb '�Ardaman rz-�: ,.,. Memorial Park ��3,assaciaccs.Ina. RFQ No.:2016-138-KB ----I RVL ARCHITECTURE+DESIGN i -\ ti h1 i, i 0Page 10 sISTENS Attachment D Project Timeline Corporal Office:464 South Dixie High wav•Coral Gables,Honda 33146•T 130 661-365•F 305-661-1914 12,8;64141 Off c 801 Nnrthp int Park,aySUM:151.West Palm Beach,Florida 3340 Tel:561-6411-1003•1'. 561-640-1000 Regional Office:310 College dve.,Suite 211•Tallahassee,Florida 32301•TSL 850-'65-4520•has:850-999-8349 uww.mazrk;rem.mr.cnm in646coastalsysremsint.com ID Task Name Duration 7 Ault20, 17_ Nov 19 ,.._F S. M 1 Master Plan Phase -------- --- _-- ------ ------- 45 days' 2 Pre-Master Plan Services 2 days . 3 Marine Resource Survey 2 days' 4 Bathymetric Survey 1 day', 5 Visioning Process 10 days 1 6 Mater Plan (3 options) 35 days • —. -.. , 7 Schematic Design 22 days 8 Design Intent and Kick-off Meeting 1 day 9 Regulatory Agency Pre-Application Meetings 15 days, 10 Schematic design with Cost Estimates 20 days 11 Schematic Design Review Meeting 1 day 12 Design Development 23 days 13 Pre-Design Development Services 2 days 14 Geotechnical Investigation 2 days', 1 15 Design Development Plans with Updated Cost Estimates 20 days 16 Landscape and Tree Disposition and/or Relocation Plans 5 days, Task Project Summary , SplitExternal Tasks Project:(2017-07-05)Maurice Gibb Me Progress External Milestone • Date:Thu 7/6/17 n Milestone . Deadline v Summary Page 1 ID $ Task Name Duration 17 Aug 20,'17 Nov 19, F ' S S M ! 17 Design Development Public Presentation and Meetings 1 day, 18 Construction Documents 120 days 19 30%Drawings with Updated Cost Estimates 20 days, g 20 30% Drawing Review Meeting 2 days 21 Crime Prevention Through Environmental Design (CPTED) Su 2 days' : 22 Design Review Board Submittal(DRB) 12 daYs 23 Pre-Application Conference with Planning Department 2 days — 24 Preparation of Plans and Supporting Documents for Revic 5 days 25 Presentation and Meeting with DRB Committee 5 days 26 60% Drawings and Technical Specifications with Updated Cos 30 days 27 60% Drawing Review Meeting 2 days 28 90% Drawings with Updated Cost Estimates 30 days 29 90% Drawing Review Meeting 2 days 30 100%Drawings and Technical Specifications with Updated Co 20 days, 31 100%Drawing Review Meeting 2 days 32 Regulatory Permitting Application and Process 140 days Task Project Summary , ''°"" '"" SplitExternal Tasks I Project:(2017-07-05)Maurice Gibb Me Progress External Milestone • Date:Thu 7/6/17 Milestone . Deadline V Summary Page 2 ID Task Name Duration 7 ,Aug 20, 17_ Nov 19 _FS - ---1 33 Miami-Dade REP Class I Permit(Class II, if required) 4 mons 34 FDEP ERP Permit 4 mons [ 35 Federal US-ACOE 6 mons 36 NPDES Permit 30 days [ 37 City Building Department(including PW, if required) 3 mons j 38 Bidding Assistance and Award Services 139 days 39 39 Preparation of Project Manual with Construction Documents, F 10 days 40 Bid Tabulation and Schedule of Values 5 days 41 Procurement Starts 7 days'; 42 Pre-Bid Meeting 5 days 1 43 Advertise and Responses to Bidding RFI's 45 days s 44 Bid Evaluation and Recommendation 30 days 45 Prepare Award Package 21 days' 46 Commission Approval 1 day', 27 days' Contract Execution 47 48 Construction Administration Services 270 days Task Project Summary SplitExternal Tasks Project: (2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 3 ID Task Name , Duration 7 Aug 20,'17 Nov 19_, UP. F S S M , -- ------ —_ _—...----------- -------- - 49 Pre-Construction Meeting 5 days 50 Submittal Review 8 mons 51 Respond to RFI's 8 mons'. 52 Change Order Review 8 mons 53 Pay Applications Monthly Review 8 mons 54 Site Visits and Bi-weekly Meetings 8 mons 1 55 Substantial Completion Walkthrough 30 days 56 Final Completion Walkthrough 30 days 5-- 57 Record Drawings 15 days f 58 Project Permit Close Out 30 days Task Project Summary SplitExternal Tasks 11111111111111111111111 Project:(2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 4 ID , Task Name Duration 17 Feb 18,'18 May — T W F 17 Design Development Public Presentation and Meetings 1 day' 18 Construction Documents 120 days 19 30%Drawings with Updated Cost Estimates 20 days 20 30%Drawing Review Meeting 2 days', 21 Crime Prevention Through Environmental Design (CPTED)Su 2 days 22 Design Review Board Submittal (DRB) 12 days 23 Pre-Application Conference with Planning Department 2 days {n 24 Preparation of Plans and Supporting Documents for Revit 5 days e 25 Presentation and Meeting with DRB Committee 5 days t. 26 60%Drawings and Technical Specifications with Updated Cos 30 days ! • 27 60%Drawing Review Meeting 2 days lit=i;ir 28 90%Drawings with Updated Cost Estimates 30 days 29 90% Drawing Review Meeting 2 days 4 30 100%Drawings and Technical Specifications with Updated Co 20 days f ' 4 31 100%Drawing Review Meeting 2 days 0 32 Regulatory Permitting Application and Process 140 days Task Project Summary Split „ External Tasks 111111111111111111111 Project:(2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 5 ID Task Name Duration '17 Feb 18,'18 i May 1 0 ------------ T l' W ' T F 33 Miami-Dade REP Class I Permit(Class II, if required) 4 mons 34 FDEP ERP Permit 4 mons 1 35 Federal US-ACOE 6 mons 36 NPDES Permit 30 days 37 City Building Department(including PW, if required) 3 mons 38 Bidding Assistance and Award Services 139 days i 39 Preparation of Project Manual with Construction Documents, F 10 days 40 Bid Tabulation and Schedule of Values 5 days 41 Procurement Starts 7 days 42 Pre-Bid Meeting 5 days 43 Advertise and Responses to Bidding RFI's 45 days 44 Bid Evaluation and Recommendation 30 days 45 Prepare Award Package 21 days':, 46 Commission Approval 1 day 47 Contract Execution 27 days 48 Construction Administration Services 270 days Task Project Summary SplitExternal Tasks Project: (2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 6 ID �' Task Name Duration 0, 18 Aug 19,'18 !Nov. S M T , 17 Design Development Public Presentation and Meetings 1 day', 18 Construction Documents 120 days'I 19 30%Drawings with Updated Cost Estimates 20 days 20 30%Drawing Review Meeting 2 days 21 Crime Prevention Through Environmental Design (CPTED)Su 2 days, 22 Design Review Board Submittal (DRB) 12 days 23 Pre-Application Conference with Planning Department 2 days 24 Preparation of Plans and Supporting Documents for Revi( 5 days 25 Presentation and Meeting with DRB Committee 5 days 26 60% Drawings and Technical Specifications with Updated Cos 30 days 27 60%Drawing Review Meeting 2 days 28 90%Drawings with Updated Cost Estimates 30 days 29 90%Drawing Review Meeting 2 days 30 100%Drawings and Technical Specifications with Updated Co 20 days 31 100%Drawing Review Meeting 2 days 32 Regulatory Permitting Application and Process 140 days 11.1 1 Task Project Summary SplitExternal Tasks Project:(2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 7 ID Task Name Duration 0,'18 _i Aug 19,18 Nov, 10 1 S ; S ` M T 33 Miami-Dade REP Class I Permit(Class II, if required) mons 34 FDEP ERP Permit 4 mons 35 Federal US-ACOE 6 mons 36 NPDES Permit 30 days 37 City Building Department(including PW, if required) 3 mons 38 Bidding Assistance and Award Services 139 days 4 39 Preparation of Project Manual with Construction Documents, F 10 days 40 Bid Tabulation and Schedule of Values 5 days 41 Procurement Starts 7 days n 42 Pre-Bid Meeting 5 days, In 43 Advertise and Responses to Bidding RFI's 45 days a 44 Bid Evaluation and Recommendation 30 days s 45 Prepare Award Package 21 days 46 Commission Approval 1 day 47 Contract Execution 27 days 48 Construction Administration Services 270 days Task 1 Project Summary SplitExternal Tasks 11111111111111111111111 Project: (2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 8 ID Task Name -- —�--- 8 18 Feb 17,'19 M uration '—W __T F S — 33 Miami-Dade REP Class I Permit(Class II, if required) 4 mons l 34 FDEP ERP Permit 4 mons j 35 Federal US-ACOE 6 mons 36 NPDES Permit 30 days 37 City Building Department(including PW, if required) 3 mons i 38 Bidding Assistance and Award Services 139 days 1111.. 39 Preparation of Project Manual with Construction Documents, F 10 days 40 Bid Tabulation and Schedule of Values 5 days, 41 Procurement Starts 7 days i 42 Pre-Bid Meeting 5 days 43 Advertise and Responses to Bidding RFI's 45 days 44 Bid Evaluation and Recommendation 30 days 45 Prepare Award Package 21 days --, 46 Commission Approval 1 day 47 Contract Execution 27 days I' I 48 Construction Administration Services 270 days ——_ Task Project Summary Split „ External Tasks 111111111111111111111 Project:(2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 9 ID Task Name Duration �1 W18Feb 17, 19 _M_ T F S i 49 Pre-Construction Meeting 5 days I. 50 Submittal Review 8 mons 1! 51 Respond to RFI's 8 mons I 52 Change Order Review 8 mons i' 53 Pay Applications Monthly Review 8 mons j 1 54 Site Visits and Bi-weekly Meetings 8 mons 55 Substantial Completion Walkthrough 30 days 56 Final Completion Walkthrough 30 days 57 Record Drawings 15 days 58 Project Permit Close-Out 30 days _— ! Task Project Summary Split External Tasks Project:(2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 10 ID Task Name Duration y_19,'19 _Aug 18, 19.__ L ------ --- ------- ---------- S M T W 33 Miami Dade REP Class I Permit(Class II, if required) 4 mons 34 FDEP ERP Permit 4 mons 35 Federal US-ACOE 6 mons 36 NPDES Permit 30 days 37 City Building Department(including PW, if required) 3 mons 38 Bidding Assistance and Award Services 139 days ', 39 Preparation of Project Manual with Construction Documents, F 10 days 40 Bid Tabulation and Schedule of Values 5 days 41 Procurement Starts 7 days', 42 Pre-Bid Meeting 5 days 43 Advertise and Responses to Bidding BFI's 45 days 44 Bid Evaluation and Recommendation 30 days, 45 Prepare Award Package 21 days 46 Commission Approval 1 day 47 Contract Execution 27 days 48 Construction Administration Services 270 days Task Project Summary SplitExternal Tasks Project: (2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 11 Duration ,�19L19_ Aug18;19--_ ID Task Name0 S M T W 49 Pre-Construction Meeting 50 Submittal Review 8 mons 51 Respond to RFI's 8 mons 52 Change Order Review 8 mons; 53 Pay Applications Monthly Review 8 mons 54 Site Visits and Bi-weekly Meetings 8 mons, a 55 Substantial Completion Walkthrough 30 days 56 Final Completion Walkthrough 30 days , 57 Record Drawings 15 days, 58 Project Permit Close-Out 30 days Task Project Summary SplitExternal Tasks Project:(2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 12 ID Task Name Duration lov 17, 19 Feb 16'20_ T ' F S S 33 Miami-Dade REP Class I Permit(Class II, if required) 4 mons 34 FDEP ERP Permit 4 mons 35 Federal US-ACOE 6 mons 36 NPDES Permit 30 days j 37 City Building Department(including PW, if required) 3 mons i 38 Bidding Assistance and Award Services 139 days 1 39 Preparation of Project Manual with Construction Documents, F 10 days 40 Bid Tabulation and Schedule of Values 5 days 41 Procurement Starts 7 days; 42 Pre-Bid Meeting 5 days;i 43 Advertise and Responses to Bidding RFI's 45 days 1 44 Bid Evaluation and Recommendation 30 days 45 Prepare Award Package 21 days 46 Commission Approval 1 day 1 47 Contract Execution 27 days'i 48 Construction Administration Services 270 days U_ Task Project Summary SplitExternal Tasks Project: (2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 13 ID Task Name Duration 'ov 17x'1.9 Feb 16,'20_ T F S S - '--- s 49 Pre-Construction Meeting 5 days 50 Submittal Review 8 mons i 51 Respond to RFI's 8 mons!, 52 Change Order Review 8 mons' 53 Pay Applications Monthly Review 8 mons 54 Site Visits and Bi-weekly Meetings 8 mons 55 Substantial Completion Walkthrough 30 days 56 Final Completion Walkthrough 30 days; '! 57 Record Drawings 15 days l 58 Project Permit Close-Out 30 days Task Project Summary SplitExternal Tasks Project:(2017-07-05)Maurice Gibb Me Progress External Milestone Date:Thu 7/6/17 Milestone Deadline Summary Page 14 COASTAL SYSTEMS INTERNATIONAL,INC. Coastal Engineering,Waterfront&Marinas,Civil Engineering, Regulatory Permitting,Site Investigations, Marine Environmental,Construction&Destination Development 464 South Dixie Highway,Coral Gables,FL 33146 Tel:305-661-3655 I Fax:305-661-1914 www.coastalsystemsint.com info@ coastalsystemsint.com Table of Contents Tab 1: Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter 1-2 1.2 Response Certification,Questionnaire&Requirements Affidavit(Appendix A) 3-10 1.2.3 References&Past Performance 11 1.2.6 City of Miami Beach Code of Ethics 12-13 1.3 Minimum Qualifications Requirements 14 1.3.1 Request for Qualification Similar Experience 15 1.3.2 Professional Licenses&Certifications 16-22 Tab 2: Experience&Qualifications 2.1 Standard Form 330 23-80 2.2 Qualifications of Prime Proposer(Firm) 81-86 2.3 Qualifications of Prime Proposer's Team. 87-88 2.4 Financial Capacity 89 Tab 3: Approach&Methodology 3.1 Approach&Methodology 90-96 3.2 Workload 97-99 3.3 Disadvantaged Business Enterprise(DBE) Firm Utilization 100 COASTAL COASTAL SYSTEMS INTERNATIONAL, INC. 464 South Dixie Highway•Coral Gables,Florida 33146 Tel: 305-661-3655•Fax:305-661-1914 ( www.coastalsystemsint.com SYSTEMS I NT INN ATION AL 360500 June 21,2016 Ms. Kristy Bada CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach,Florida 33139 RE: CITY OF MIAMI BEACH—ARCHITECTURAL AND ENGINEERING SERVICES FOR MAURICE GIBB MEMORIAL PARK RFQ No.:2016-138-KB Dear Ms.Bada and the Selection Committee: Coastal Systems International, Inc. (Coastal Systems) is pleased to submit the attached Statement of Qualifications (SOQ) package in response to your request for architectural and engineering services related to the Maurice Gibb Memorial Park Project (Project). The package is organized in the form outlined in the notice to professional consultants. The following paragraphs summarize the experience and qualifications of the Coastal Systems team. Coastal Systems is known in Florida for delivering solutions for unique and complex coastal and marine projects, and we look forward to applying our experience and innovative spirit to the benefit of the City of Miami Beach (City). Coastal Systems provides field-to-finish services with top quality hydrographic surveying, coastal/waterfront/civil engineering, marine environmental, construction administration and regulatory permitting capabilities in-house. PROJECT TEAM The complexity of these waterfront public space projects requires a multi-disciplinary approach. Coastal Systems will serve as the prime consultant for the Project with sub-consultants as follows to provide turnkey landscape architectural,engineering/permitting,and construction administration services: • Coastal Systems International— engineer of record, project management, planning, stakeholder/client coordination, public relations, environmental permitting, coastal/civil engineering, marine structural design, construction plans/specifications, and construction administration. • Rosenberg Gardner Design — landscape architect of record, planning, stakeholder coordination, playground/vita course design, irrigation design, sustainable/green design, construction administration support(LEED certified). • Basulto and Associates—mechanical,electrical,plumbing and lighting engineering • RVL Architecture+Design—architectural and structural design of bathrooms,pavilions,etc. • Ardaman & Associates—geotechnical engineering Coastal,Environmental,Civil Engineering and Management June 21,2016 COASTAL City of Miami Beach • Ardaman ass mitfrpK: f NACi, , 4‘4.15. „ 1t ` .•,• . A/E Services forMaurice Memorie) ibb Park `i RVL ARCHITECTURE+DESIGNB, A 5 11 (. T LT; Am:"F RFQ No.:2016-138-KB .--y t 1 r SYSTEMS - Page 2 • High Surveying& Mapping—boundary and topographic surveying • Lisa Hammer—horticultural/arboricultural design Coastal Systems has a long-term relationship with the City of Miami Beach,working as an extension of staff continuously over the past 15 years to deliver specialized waterfront and public space projects. We have strategically assembled a premier project team that will deliver the highest possible level of experience, creativity, technical expertise and client service to the City, to ultimately deliver the best Project. We look forward to the opportunity to continue the 15+year working relationship with the City and with the community. Should you have any questions or require any additional information, please do not hesitate to contact me at(305)669-8159 or aperez(Icoastalsystemsint.com. Sincerely, COASTAL SYSTEMS INTERNATIONAL,INC. i / Andres Perez,P.E Engineering Department Head Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office: 2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 ,xww.evasr:daaemtint coin.info@coastalsystemsint.com June 21,2016 COASTAL City of Miami Beach : A/E Services for Maurice Gibb di[ .. ��Andaman 1+1,#S • I c�i'tilrG s .Ma�'i'Pc a'ti j r,,It I1,,.,,. Memorial Park `t 1!;. ti U L f C� �- ; 'fi RFQ No.:2016-138-KB RVI_ ARCHITECTURE +OESIt3Nt , r �_ Page 3 SYSTEMS - . 1.2'RESPONSE CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT(APPENDIX A) Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office: 2047 Vista Parkway,Suite 101•West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 oww..coa'talss,emsinr c,:m•info@coastalsystemsmccom Page 4 APPENDIX A MIAMI BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2016- 138-KB Architectural and Engineering Design Services for Maurice Gibb Memorial Park PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Page 5 Solicitation No: Solicitation Title: RFQ 2016-138-KB Architectural and Engineering Design Services for Maurice Gibb Memorial Park 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: Coastal Systems International,Inc. No.of Employees: 28 No of Years in Business: 21 No of Years in Business Locally:21 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:N/A FIRM PRIMARY ADDRESS(HEADQUARTERS):464 South Dixie Highway CITY: Coral Gables STATE: Florida ZIP CODE: 33146 TELEPHONE NO.: 305.661.3655 TOLL FREE NO.: N/A FAX NO.: 305.661.1914 FIRM LOCAL ADDRESS: Headquarters Address CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Andres Perez ACCOUNT REP TELEPHONE NO.: 305.669.8159 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: aperez@coastalsystemsint.com FEDERAL TAX IDENTIFICATION NO.: 65-0543399 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 2016-138-KB Appendix A— Page 1 Page 6 1. Veteran Owned Business.Is ro oser claiming a veteran;owned business status? YES x NO SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposals must disclose,in their Statement of Qualifications,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals must disclose the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposals must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. Please refer to Section 1.2.3. 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 6iJb1Ic sector agency? YES x NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 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/. Please refer to Section 1.2.6. RFQ 2016-138-KB Appendix A— Page 2 Page 7 7. != _ '• " 8. = .. -. . . 1t 11. .. _ .:• .. . . • ..• . . - -• •-• .. _ .. . . . • • • • • - :. • . •- - - •- - - - -- . .. - . e e'•.•_: •• - - - :••: : --• - Beach. a. ..• . .. - • •-- - . ...... . .• . . . . . - --. • . .. - YES NO YES NO C. Please shock all benefits that apply to your answers above and list in the "other" section any additional domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic BENEFIT ides for it -Provides for € -does not €mp►eyooc wi;# Employees Provide-Sehefit Spouses Domestic-Partners Wealth Sisk-Leave Family Medical-Leave RFQ 2016-138-KB Appendix A— Page 3 Page 8 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. i Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt AP 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. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting, divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. RFQ 2016-138-KB Appendix A— Page 4 Page 9 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 govemed 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 2016-138-KB Appendix A— Page 5 Page 10 PROPOSER CERTIFICATION 1 hereby certify that:I,as an authorized agent of the Proposer,am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications,terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,discussed,or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Re.esentative: i Title of Proposer's Authorized Representative: Andres Perez / Engineering Department Head Signature of Propos- s Au, � prese ye: Date: ` 6/20/16 State of Ft0v1dCi ) On this w day of 3U✓�e 20L,personally appeared before me Andros Pe ve-/ who County of ti lam!-pCtc ) stated that (s)he is the '-in,_. Nei- 4CU of ofetaliS4,11a 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: ar/L tytk- ---- d n -'� .,�pglp -i Notary ublic for the State of F to Y, „, DARE_iNEE 5An MY COlybtlSSirJ� i t 220699 My Commission Expires: 113i I co .• ,—':; EXPIRES:July 31,201€ to .•' Bonded Thru Notary public Underwriters kFQ 2016-138-KB Appendix A- Page 6 June 21,2016 COASTAL City of Miami Beach III .1h�Ardaman lil&Associates.Inc I t SI.Fi -v1N. S. %MVPs r�;� It 1 A/E Services for aurb Memoi a Park 41; 1". �� Rt ARCHITECTURE+DESIGN '� U �. i �� RFQ No.:2016-138-KB s Y`STHMs ' Page 11 1.2.3 REFERENCES AND PAST PERFORMANCE Coastal Systems is proud of the quality of work we produce, and we believe our high percentage of repeat clients testifies to the success of our staff. New and current clients are encouraged to contact our references. We have provided the contact information of the following three individuals employed in public sector agencies to attest to the firm's first-rate services: Client Contact Reference Project John De Pazos Museum Park City of Miami Scope of Work:Refer to SF 330 Capital Improvements Program 444 S.W. 2 Avenue, 8th Floor Miami,Florida 33130 jdepazos(cvmiamigov.com (305)416-1094 Svetlana Moorey Rickenbacker Causeway Recreational Area Miami-Dade County Public Works Scope of Work:Refer to SF 330 111 N.W.First Street, Suite 1510 Miami,FL 33128 lanaamiamidade.gov (305) 375-2863 Jose Velez Beachwalk II City of Miami Beach Scope of Work:Refer to SF 330 1700 Convention Center Drive Miami Beach,FL 33139 JoseVelez(�miamibeachfl.gov (305)673-7000 x 6833 Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tet:850-765-4520•Fax:850-999-8349 ,vises coa.rd,vstemvnr,,IM info@coastalsystemsint.com June 21,2016 COASTAL City of Miami Beach •, - ( 110 ifArdaT. n lirf.:1 sire N'IM :S NAI 1IN e `{ t A/E Services for emo Memorial ParkMaurice b ..r.5 s xiatca.In `4DESIGNt3 ;1 U 1-N I I,? �. ' RFQ No.:2016-138-KB SYSTEMS RVL ARCHITECTURE+ , ,•ti t � t .•,,. Page 12 1.2.6 CITY OF MIAMI BEACH CODE OF ETHICS GREATER MIAMI CHAMBER OF COMMERCE. MODEL CODE OF BUSINESS ETHICS STATEMENT OF PURPOSE The Greater Miami Chamber of Commerce ("GMCC) seeks to create and sustain an ethical business climate for its members and the community by adopting a Code of Business Ethics. The GMCC encourages its members to incorporate the principles and practices outlined here In their Individual codes of ethics which will gide their relationships with customers, clients and suppliers. This Model Code can and should be prominently displayed at all business locations and may be Incorporated into marketing materials. The GMCC believes that its members should use this Code as a model for the development of their organizations'business codes of ethics. This Model Code is a statement of principles to help gide decisions and actions based on respect for the importance of ethical business standards in the community.The GMCC believes the adoption of a meaningful code of ethics is the responsibility of every business end professional organization. Compliance wJth Government Rules&Regulations • . , We will properly maintain all records and post all licenses and certificates in prominent places easily seen by our employees and customers; • In dealing with government agencies and employees,we will conduct business in accordance with all applicable rules and regulations and in the open; • • We will report contract irregularities and other improper or unlawful business practices to the Ethics Commission, the Office of Inspector General or appropriate law enforcement authorities. ,zecruitment Setectio &C. • s `• o V dors and Su••tiers • We will avoid conflicts of interest and disclose such conflicts when identified; • Gifts which compromise the integrity of a business transaction are unacceptable; we will not kick back any portion of a contract payment to employees of the other contracting party or accept such a kickback. Business Accounting • All our financial transactions will be properly and fairly recorded in appropriate books of account, and there will be no "off the books" transactions or secret accounts. Promotion and Sales of Products and Services • Our products will comply with all applicable safety and quality standards; • We will promote and advertise our business and its products or services in a manner which is not misleading and does not falsely disparage our competitors; Doing Business with the Government Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 sew,coa.takraemsint corn.info@cousratsystemsinccom June 21,2016 COASTAL City of Miami Beach It rr Ardaman lila st cr'1- lM? s SIAM Ac ,* r .....,, A/E Services for Maurice Memorial Pabk e Mc aaatti&Associate* i Y: I t3 A S U L I C? >;. "� RFQ No.:2016-138-KB RVL ARCHITECTURE+OE31GN , r r SYSTEMS • Page 13 • We will conduct business with government agencies and employees in a manner which avoids even the appearance of impropriety. Efforts to curry poetical favoritism are unacceptable; • Our bids will be competitive, appropriate to the bid documents and arrived at independently; • Any challenges to contracts awarded will have a substantive basis and not be pursued merely because we are the unsuccessful bidder, • We will, to the best of our ability, perform government contracts awarded at the price and under the terms provided for in the contract. We will not submit inflated invoices for goods provided or services performed under such contracts, and claims will be made only for work actually performed. We will abide by all contracting and subcontracting regulations. • We will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government officials, their family members or business associates. • We will not seek or expect preferential treatment on bids based on our participation in political campaigns. public Life gird Political Campaigns • We encourage all employees to participate in community life, public service and - the political process; • We encourage all employees to recruit, support and elect ethical and qualified public officials and engage them in dialogue and debate about business and community issues; • Our contributions to paetical parties, committees or individuals will only be made in accordance with applicable law and will comply with all requirements for public disclosure, All contributions made on behalf of the business must be reported to senior company management; • We will not contribute to the campaigns,of persons who are convicted felons or those who do not sign the Fair Campaign Practices Ordinance. • We will not knowingly disseminate false campaign information or support those who do. Coastal Systems International,Inc. R Harvey Sasso Company Name Corporate Officer 6116/16 Oate Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211'Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 s ww,roasr.da-rrm'mt cool.info@coastalsystemsinr.com June 21,2016 COASTAL City of Miami Beach �VArdaman 1'GI' 11.tN'�"!r( i NAI'f MG rye ra t „ „ NE Services for Maurice Gibb e Associates_lnc „qy, Memorial Park `� t' 1 •.‘",. E! L. I C' '4 RFQ No.:2016-138-KB RVL ARCHITECTURE+DESIGN .. r t SYSTEMS Page 14 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS Coastal Systems hereby affirms that it meets the Minimum Requirements and Specifications as listed in this solicitation in Appendix C. The following tabbed section (Experience & Qualifications) will highlight the firm's extensive 20 years of experience in public coastal environments, several projects completed within the last 10 years similar in scope, and the proposed Project Manager's vast experience in the planning, design, and construction administration of streetscape and utility facilities in a coastal environment. Corporate Office:464 South Dive Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101•West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 a sxw.roastal g-arm'mt cora.info@coastalsystemsinr.com June 21,2016 COASTAL City of Miami Beach i "°'v'Ardaman lil.l sir1yc: wW IPW �,* Il 1„ A/E Services for aurice(Park e Gibb &Associates.Inc. I _ iRx'3T• .A t. 1 �i -V' RFQ No.:2016-138-KB 140 RVL ARCHITECTURE+DESIGN , U,� , + 1 4C SYSTEMS • Page 15 1.3.1 REQUEST FOR QUALIFICATION SIMILAR EXPERIENCE Coastal Systems has extensive experience with similar waterfront park projects. The projects listed below are park/public space areas that are at least 3 acres in size, were completed within the last 10 years and possess comparable amenities and features. Reference Project Contact Information Firm Role Museum Park John De Pazos Prime Consultant City of Miami • Civil/Marine Structural Capital Improvements Program engineering 444 S.W. 2 Avenue, 8th Floor • Regulatory permitting Miami,Florida 33130 jdepazos(miamigov.com (305)416-1094 Rickenbacker Causeway Svetlana Moorey Prime Consultant Recreational Area Miami-Dade County Public Works • Coastal/Civil Engineering 111 N.W.First Street, Suite 1510 design Miami,FL 33128 • Regulatory permitting lanai miamidade.gov • Field investigations (305) 375-2863 North Beach Recreational Elizabeth Wheaton Prime Consultant Corridor City of Miami Beach • Planning Environment& Sustainability Department • Engineering design 1700 Convention Center Drive • Regulatory permitting Miami Beach,FL 33139 ElizabethWheaton(c�miamibeachfl.gov (305)673-7010 Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax 305-661-1914 Regional Office:2047 vista Parkway,Suite 101•West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301.Tel:850-765-4520•Fax:850-999-8349 st cw coastal+yacrosint corn.info@coastalsystemsinccom June 21,2016 COASTAL City of Miami Beach Ardaman i ti, s,i-' i NNt +gat fttie y,. A/E Services for Maurice Gibb a asawC$,hc i ++ n.,,.,,, Memorial Park `--_,� tffff� .>c �4 t' 5 t1 !. f 0 4, '4 RFQ No.:2016-138-KB RVL ARCHITECTURE+DE3K3N , 1 r • SYSTEMS Page 16 1.3.2 PROFESSIONAL LICENSES&CERTIFICATIONS Professional licenses and certifications of the firm and project team are enclosed on the following pages. State of Florida Department of State I certify from the records of this office that COASTAL SYSTEMS INTERNATIONAL,INC.is a corporation organized under the laws of the State of Florida,filed on October 14, 1994. The document number of this corporation is P94000075733. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on January 21,2016,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Urea Bader thy kaad and the Great Seal gfthe State q/'Florida at Tallahassee,the Capital,ids the Twea$'-J day ofJanssen', 2016 . ;1,4 le," 044A Secretary of State Tracking Number:CC6467045104 To authenticate this certiftcate,vlsit the following slte,enterthis number,and then follow the instructions displayed. huts:/kervices.sunb h.org/Filbgs/CertMwteOfSStatus/CertficateAuthentkatim Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office: 2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211.Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 wow coastalscstemsint,corre info@coasralsystemsinccom June 21,2016 COASTAL City of Miami Beach sug = A/E Services for Maurice Gibb Andaman 1,1:1 St61t71rG i Nfi l'Mc ryti i r r Memorial Park , ti;' R 1 ti U L r i,, x; RFQ No.:2016-138-KB R`JL ARCHITECTURE+l7ESK3N � , r r sYSTE`MS - Page 17 Status i'r- ft- - ',p, - -,y. r ida Board of P sio aI' eers Co2litr tn'2 'l Inc -, , , ,.lam. -t_ . : i FBPE� s.7r, is authorized under the provisions pf -- c ?' .. ^ to offer en8ineeriog scrvices +:car r: r- • :Cha er 471,Florida Statutes. to the public through a Professioapl � .:� � Pt $zpiatioa 2/25/2517 '4.' "'rim,•°Oi 87 -�'� � ."" G7Olic Na Audit No: 72525170453E Stat :; rida Board c. .-."-o....,.. eers yam, " —s r Ron 1 'i:"` .^ ,, •C _; ,� 4FBPE :.4. , �. ,,'ate tr4=:;:: r "',ur.r 'f,. •ter 471.Florida Statutes Is licensed as a Prokssi(es� �.i v X.?'/4,a - h,- P.&Ile.No: Audit No: 273 T> t t^ 15816 Audit No: 228201731547 i Statrida Boar. 7.1-.,_-,-i., t,r ,,.- , eers -` • 4FBPE Is licensed as a Profess, ,1 t.: �., ,- 471,Florida Statutes Expiation:2/28/2011t `'+ EB.Lie.To: Audit Na 228201729146 ti • Stat ' -- _ rida Boar• �rs f• a ,. eers , '` FBPE Is licensed as a Profess!. ` ";',, y-,=•''t.. . ter 471,Florida Statutes Expiration:2/28/2017 . RE.Lie.No: Audit No: 228201723606 .•Coj)WE .- 72876 Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 'VOW coa.r;tl srcrosinr.corrt•info@coasralsysmmsint.com June 21,2016 COASTAL City of Miami Beach "'1``�Ardaman 1..(.1'SIUSt`sIM; L ,441111-11•4; �,. A/E Services for Maurice Gibb � , �; I Memorial Park � tu,t II A ti t1 l• T_�� x'> RFQ No.:2016-138-KB SYSTEMS RVL ARCHITECTURE t❑ES*N L A r i „11....,:0..,4 Page 18 RICK SCOTT.GOVERNOR KEN LANSON.SECRETARY STATE OF FLORIDA DEPARTMENTOFDUF BUSINESS AND LANDSCAPE AR RFEESSSI REGULATIONBOt. CTURE ':, =- The LANDSCAPE ARCHITECT BUSINESS r_ Named beim"HAS REGISTERED N R F4. c.O EKpIdewROK deNOV 30,2017 -� ROSENBERG DESIGN GROUP.INC. I.:ti,j,^y ROSENBERG GARDNER DESIGN 17670 KW 7B AVENUE r r SURE 214 - q MIAAI FL33015 �• }-•'�' ©_%� SI3L( U148*13• _ DISPLAY AS REQUIRED BY LAW del 4 LISII SCOt7m RICK SCOTT.GOVERNOR KEN I.NNSON.SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE • {Ageela nw LANDSCAPE ARCHITECT Named Wow HAS REGISTERED Under tie pLowlnN M Chimer 431 FS. Expiration dale:NOV 30.2017 GARDNER.KENNETH ERIC ❑�42 'a 426 STONEMONT DR T• , WESTDN FL 333E6 ❑ %..f. - esslao: niWala "` DISPLAY AS REQUIRED BY LAW ` I . USIIMIIREI RICK SCOTT.,COMERN R KliNL.VASQIL 6ECRETMY STATE OF FLORIDA • DEPARTMENT OF GUNNING MID PROFt'f610NAL REGULATION >.. BOARD OP LANDSCAPE ARCLITECTI M d z• LAIROIS The LMDSCAPEARCHITECT Named baler HAS REGISTERED Ueda.M MMNNN xdCasmar4t1 Fa EupNS en dolt NOV SO.3017 - ® Y .r SSOS SW BST CCOURT At?Y.LS. „� '� •• PRIEST ...FL158 •.., .. a w v ISSUER MOW* DISPLAY AS REQUIRED BY LAW moa L+ME7aomNM 1JJ JJJ 1'11 JJJ GBCI GREEN BUILDING CERTIFICATION INSTITUTE Ken Gardner LEEDu ACCREDITED PROFESSIONAL Corporate Office:464 South Dime Highway•Coral Cables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fam:850-999-8349 s�ww.coaatalacatcmainr cony info@coastalsystemsint.com coastalsystemsinccom June 21,2016 COASTAL City of Miami Beach ! ii•►'Ardaman ik sC��e11M StAt'tiIG �; A/E Services for Maurice Gibb a Associates Inc t t t•••„x Memorial Park li A ti U L I 0 s *� RFQ No.:2016-138-KB RVL ARCHITECTURE+DESIGN , .. , 'i r SYSTEMS . • Page 19 RICK SCOTT.GOVERNOR KEN LAWSON.SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION io BOARD OF ARCHITECTURE&INTERIOR DESIGN ,.a 4* LICENSE NUMBER - ' '' r AA0002734 •.`. 1'p ”`-` The ARCHITECT CORPORATION V,•:—. Named below IS CERTIFIED 4--2.1,-;.‘;'Y Under the provisions of Chapter 481 FS • Expiration date: FEB 28,2017 CI ` ;.❑ RVL ARCHITECTURE+DESINLA ,. r , 13280 SW 131 ST SUITE ZOT•' 'tri, j hi * : MIAMI FL 33188 . "" '"^.•w" ' '"s"a., .. >.,.. it '. 'Y x ISSUED; 0210012015 DISPLAY AS REQUIRED BY LAW SEQ 0 L1502080001064 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE&INTERIOR DESIGN 7'4 4 "i'' LICENSE NUMBER "' '•- AR9013818 The ARCHITECT '+ `'' Named below IS LICENSED Under the provisions of Chapter 481 FS. Expiration date: FEB 28,2017 • LEON,SEGISBERTO J 4..1 • 8701 SW 86TH AVENUE ' I . MIAMI FL 331436933 afj*r �y F. 7111. El Sra: 44 ail ISSUED. 1203112014 DISPLAY AS REQUIRED BY LAW SEO+t 11412310001264 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL.REGULATION BOARD OF ARCHITECTURE&INTERIOR DESIGN ;41 r a,. LICENSE NUMBER . ~ M 8368 - .. •aY 1- The ARCHITECT `,1... ,,, Named below IS LICENSED Under the•p(O irsions 4f Chapter 481 FS. .., • Expiration date FEB 28,2017 w. ❑ . �Ir� ❑ VEGA,NESTOR r'� �. 9232 SW 127TH AVEI. MIAMI FL3318618Or w. • _: ,.. . i Vit °.. CI . • ,C t,icrt- nrimanntc r1ICDI AV AR RKr1I IIRFr11W I AW SFA 4 I'1502nannn1n31 Corporate Office:464 South Dixie Highway•Coral Gables,Honda 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520-Fax:850-999-8349 'vu w.roar,al,7tern.int cren•info@coastalsystemsint-eom June 21,2016 COASTAL City of Miami Beach IP I'�"Ardarnan liet sI.cNtvnc s . ,i, - ,. A/E Services for Maurice Gibb dire.j., ��s Associates, f ';q y� r a 1,. .,.,,W Memorial Park %hid Rt1 1 S U L L Q ,T -" RFQ No.:2016-138-KB YL ARCHITECTURE+OESION , ,: r . 1 f • SYSTEMS Page 20 staçØ9$ rid a •_.'seers I, , , 6? y ar'� ,- = _ ;-... 4FBPE -1 •i .S • hi� �d '.'CL is authorized under the provis` -`..-- w.-1,to offer engineering services to the public through a Profess .*.;.L-e, -_ _ ' y .pier 471.PidridQ Statvices. Expiration: 2/28/2017 • } -' .'- - i CA 1 k.No: Audit No: 2282017o0e87 WE 5950 SJrIa: _ ., -t tv eers :i , •r-•i -saes L-.tc • f .,.� , " ,. 4FI3PE Is licensed as a Profes- �, •c�r`�4+sr_` <�,. ` `ter X471, Florida Statutes Ezpiradon 2/2812017 �'... P.E.Lk.No: Audit No: 228201705105 • *-- JD`WE 46625 Corporate Office:464 South Dime Highway•Coral Gables,Florida 33146•Tek 305-661-3655•Fax 305-661-1914 Regional Office: 2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520'Fax:850-999-8349 icww.coa-raRcarmsinr cor¢•info@coastalsystemsint.com June 21,2016 COASTAL City of Miami Beach 111, "Ardaman IiC1 51 fkwErtlNl 3 4lA!!->M.e: ,.. A/E Services for Maurice Gibb .i':•- • til a Asso iMes Inc 1 �'� �.,.I..r....„,. Memorial Park -fix t„ ,t 13 A U L 1 �� 41),”'t� RFQ No.:2016-138-KB SYSTEMS RVI. ARCHITECTURE+DESIGN , j , r 1 ,. ... Page 21 State '---,-':41,k} rlda Boa f Pr ssioaar Er eers 4"" 'i.t,�. raw 10 ,: ar a - FBPE ? ' ` 1 ?z � `uv, f R . . Yl1 I� viwwn is authorized under the provisiaus pf s o to offer engineering services to the public through a Professional a l'''.7.--7-2 t"•;,„ • rChopter 471,Florida Statutes. Expiration: 2/28/2017 Audit No: 228201702300 1'` '< 1,, .1; 1�4'*s. CA Lie.No: >t,,, __,v,--" 6722 _5- 1 ' `Stat , 9 p -4 rida ` Board0. togy- _ eery R ,- iri Y`t e. ` 4, E. FBPE .7,-,,„;;.,...i. x�» riur1wwri..r'ia Is licensed as a Professi t.:.ter 471,Florida Statutes Expiration:212812017 ,,,,..!*/ fes' .r. P.H.Lc No: Audit No: 228201717976 �' 3 I4 E�y l � 40869 • RICK SCOTT GOVERNOR KEN LAWSON.SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION y s BUILDING CODE ADMINISTRATORS&INSPECTOR .ti,{ it CATEGORY '24 1.4?-:,7, Shp NECK The STANDARD INSPECTOR '::7 Named bebw IS CERTIFIED � ' Under the provisions of Chapter 488 FS. Expiration date: NOV 30,2017 BASULTO,RENEI -" C!.. L:44.. . 0 14180 PALMETTO FRONTAGE ROAD _T.7'1 SUITE 22MI MINILAKES FL 33016 •....5 :.L ISSUED: 1611(2015 DISPLAY AS REQUIRED BY LAW SEGS LlSt11t000255e RICK SCOTT.GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ,$•"*'•; BUILDING CODE ADMINISTRATORS It INSPECTOR r+:s ,..x'#. LICENSE NUMUER CATEGORY 'y ', i P51324 NEON The STANDARD PLANS EXAMINER yip Named below IS CERTIFIED �: _ Under the provisions of Chapter 468 FS. Expiration date: NOV 30,2017 ,r BASULTO,RENEI r 14160 PALMETTO FRONTAGE ROAD r 1, 4 SUITE 22 r i� i7: i MIAMI LAKES FL 33016 0. .r`a ISSUED: 11!1112015 DISPLAY AS REQUIRED BY LAW EEC L1511I10002e00 Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301'Tel:850-765-4520•Fax:850-999-8349 o ow coa,tal,,tcrosinr.o gym•info@coasralsystemsint-com June 21,2016 COASTAL City of Miami Beach "M m Ardamantic', sts6twtrt: s %Ai Ear �,,. A/E Services for Maurice Gibb MIA&Associates. 1 n Ir•.•..•„ Memorial Park ra"kT' �� l3 .:\ S U 1. 1 '? R} "F RFQ No.:2016-138-KB RVQ ARCHITECTURE+DESIGN , i : SYSTEMS Page 22 Florida Department of Agriculture and Consumer Services +4-fLL Division of Consumer Services License No.:LB6086 +��.�; � Board of Professional Surveyors and Mappers ., n ,1, 2005 Apalachee Pkway Tallahassee,Florida 37399-6500 Expiration Date: February 28,2.1., -v-'4.1..• d. Professional Surveyor and Mapper Business license Under the provisions of Chapter 472,Florida Statutes HIGH SURVEYING&MAPPING CORP 12360 SW 132ND CT STE 216 //�),n` MIAMI,FL 33186-6463 6r rtX6rs.. •+s o.. ADAM H.PUTNAM COMMISSIONER OF AGRICULTURE This is to ratify that the professional surveyor and mapper whose Dane and address are shown above is Gassed as required by Chapter 472.Florida Manaea. - Florida Department of Agriculture and Consumer Services fri3Y---p,,, Division of Consumer Services License No.:LS4632 Board of Professional Stine rs aad.Mappe9. Expiration Date: February 23,2015 tt *F.i ,: 2005 Apalachee Pkway Tallahassee,Florida 32399-6500 Professional Surveyor and Mapper license Under the provisions of Chapter 472,Florida Statutes WILLIAM 0 HIGH 12360 SW 132ND CT STE 216 /� . MIAMI,FL 33186-6463 � c.-- ADAM H.PUTNAM COMMISSIONER OF AGRICULTURE This is to Gandy that the professional surveyor and napper whose name and address are shown above is Gcemed as required by Chapter 472.Florida Statuses. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101•West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520.Fax:850-999-8349 www.coasraln srem<int core.info r@coastalsystemsinr com June 21,2016 COASTAL, City of Miami Beach 11P91R =Ai Andaman 1111, SI• N .+wtttk.c �,A A/E Services for Maurice Gibb Associates.inc 14164 a.,.rt . Memorial Park RFQ No.:2016-138-KB li A ' U 1. I �� tt,o,n RVL ARCHITECTURE+DESIGN s .t t r c SYSTEMS .. .. Page 23 2.1 STANDARD FORM 330 Coastal Systems' track record of providing the civil/coastal engineering and permitting scope of services as identified in this solicitation is conveyed on the following pages on Standard Form 330. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 wuu*soasralsysremsinr cc'n]•info@coastalsystemsint.com Page 24 ARCHITECT- ENGINEER QUALIFICATIONS PART I—CONTRACT—SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1.TITLE AND LOCATION(City and State) Architectural and Engineering Design Services Maurice Gibb Memorial Park, Miami Beach, Florida 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER May 18, 2016 RFQ 2016-138-KB B.ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Andres Perez, Engineering Department Head 5.NAME OF FIRM Coastal Systems International, Inc. 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (305)661-3655 (305)661-1914 aperez@coastalsystemsint.com C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) w W z o 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT CO U a API- Coastal/Marine/Civil Engineering, Coastal Systems International, Inc. 464 South Dixie Highway Environmental a. x Coral Gables, Florida 33146 Permitting, Field Investigations, Construction ❑ CHECK IF BRANCH OFFICE Administration Landscape Design, 17670 NW 78th Ave. Irrigation Design, b X Rosenberg Gardner Design Suite 214 PlaygroundNita Course Miami, FL 33015 Design CHECK IF BRANCH OFFICE x Basulto&Associates 14160 Palmetto Frontage Rd. Mechanical, Electrical, C. Suite 22 Plumbing and Lighting CHECK IF BRANCH OFFICE Miami Lakes, FL 33016 Engineering d. " RVL Architecture+ Design 13280 SW 131st Street, U-107 Architectural and Miami-Dade, FL 33186 Structural Design 0 CHECK IF BRANCH OFFICE X Ardaman&Associates 2608 W.84th Street Geotechnical e• Hialeah, FL 33016 Engineering p CHECK IF BRANCH OFFICE High Surveying &Mapping 12360 SW 132 Court Boundary/Topographic f Suite 216 Surveying 0 CHECK IF BRANCH OFFICE Miami, FL 33186 Lisa Hammer PO Box 330203 Horticultural/ 9. " Miami, FL 33233 Arboricultural Design CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM ® (Attached on the following page) STANDARD FORM 330(1/2004)PAGE 1 June 21,2016 COASTAL City of Miami Beach * : Ardaman tufa sttAt'r1N .att-lt+c �7i n rr,„,rr,. ALE Services for Me Maurice Park b s A�sxWtt.Inc 1 "s7:, �� R ,� S U L. 1 h fi. "� RFQ No.:2016-138-KB RVL ARCHITECTURE+DESIGN . i r SYST6MS -- Page 25 w = 2 C <Q ° j c C d�1 • o c c o oat o = O N c YqM�Q C p W W+ 0 5 6 0, m m} N V 10 E ,RH Y Y O -1 us vs f V W • 7 w< •cow ._z 0 0 i a d'J ai III 2 c I” 'IN aS A ali O 01 hi ua � W . NE � m . R rci n Li.orr :1aw0. 0e u ;m 7a2 Q. (i) • • • • • • • 2 UM e4 _ • v U) _C ui IliCA o .�' > a e1 d Z u R 01 mC 1 _� • v a a a co - u = 08 = = d V m `" I . a. m !ft pp w 4Zi c .. dt u 4a F M _ E e: H 0i1iIt O = j 4!N!I!IHII aa• W J ol g .,> . z .., 5) . iiy c N C • TI 1 888 " 41 It1151 i) 1. ID c ;a mN pm CIO • LC < Z UJ a "> Sog � �tt �l< § t W R ni a O a w2memOt mo, owo, ��//�� 4 )• • • • • • • • • • • • .W 2 CL coP. ` o r� p gl a c It vi1tHI c aL Q 12(3 5 g.4 .51 121. c p c oGX '� a, ain he • • • • • S p1• • • • • R E 0 01 YF[ C_ � w 01i eII 0 5 o VI= E g'Ch m'g. gM° w 4 -.. a , w 0 c4 o ww ,a • • • • • • N !• C lir T 11 . 221 w V C !S tr, . 0 oz V E N S',7; a CA C a a a"'0Sj0 E a 0 Ine 5. 4 1 $= �gi°w <C9 ii C7 2 2 Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fox:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301'Tel:850-765-4520•Fax:850-999-8349 a o w roa'rd.c,rem<inr corm info@coastalsystemsint.com Page 26 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 R. Harvey Sasso, P.E. Principal-in-Charge a.TOTAL b.WITH CURRENT FIRM 30 20 15.FIRM NAME AND LOCATION(City and State) Coastal Systems International, Coral Gables, Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL Master of Science, Civil Engineering, Queen's University, Kingston, Ontario,REGISTRATION(STATE AND DISCIPLINE) Canada, 1981 Professional Engineer— Bachelor of Science, Civil Engineering, Queen's University, Kingston, Ontario, FL Canada, 1979 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) As the Principal-In-Charge, Mr. Sasso is responsible for providing overall management, direction and coordination to the engineering team for professional services related to all projects undertaken by Coastal Systems. In this capacity, he determines time schedules; allocates resources; directs joint ventures, sub-consultants and team members in performing field investigations and technical evaluations;and directs the development and evaluates the feasibility of design alternatives. Mr. Sasso has over 30 years experience as a professional coastal engineer, having worked on numerous projects in Florida, the Caribbean, and Europe. He has been involved in all aspects of coastal/marine projects, including project design, engineering analysis, environmental permitting, and the legal,political and managerial elements of project implementation. He has a reputation for providing a business approach to engineering having planned, designed and implemented numerous coastal/waterfront development projects. Mr. Sasso pioneered a regional approach to coastal sediment budget from Hillsboro Inlet in Broward County to Government Cut in Dade County. This sediment study encompassed 35 miles of shoreline, two counties,four inlets,one taxing district and ten municipalities. PROFESSIONAL AFFILIATIONS:American Society of Civil Engineers,Florida Engineering Society,Florida Shore and Beach Preservation Association,Florida Institute of Consulting Engineers 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Beachwalk,Miami Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2006 2006 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Civil/coastal engineering design and environmental permitting for the 4,000 foot on grade paver walkway that connects Lummus Park to north to 21st Street in the South Beach district of Miami Beach. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Island Gardens Mega Yacht Harbor, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I1 Check if project performed with current firm Marina design and environmental permitting for 40 slip megayacht harbor on Watson Island as part of$280M site redevelopment.Hydrographic and marine resource surveys conducted and underwater bulkhead assessments provided. (1)TITLE AND LOCATION(City and State) 121 YEAR COMPLETED Broward County Beach Restoration Project Mitigation, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2003 2003 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Design/build 10 acres of artificial reef offshore of the Dania/Hollywood beaches - utilizing 66,000 tons of limerock c. boulders imported from Freeport, Bahamas. Project was implemented utilizing three rock barges, one crane barge, a 165-ton crane, front end loaders and two tug boats operating 24-hours/day, 7-days/week over 4 months. Marine positioning, resource surveys and hydrographic surveys were an integral part of rock placement needed to achieve a successful project. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Fort Zachary Taylor State Park, Key West, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing 2007 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Coastal engineering design and environmental permitting for breakwaters,jetties, and beach fill project for shorelin protection at park. d. Page 27 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hillsboro/Deerfield Beach Restoration, Broward County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing 2011 e. (3) if project performed with current firm (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Coastal engineering and environmental permitting for 550,000 beach fill project. Performed all beach profiles, hydrographic surveys,aerial photography,magnetometer surveys,and monitoring. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miamarina at Bayside, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 1996 1997 f. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Design and environmental permitting for 130-slip marina. Coastal engineering design including numerical modeling an physical model tests were conducted for the wave baffle design. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Peanut Island Environmental Restoration, Palm Beach County,PROFESSIONAL SERVICES CONSTRUCTION(If applicable) FL 2003 2005 g. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Coastal/civil and marine structures design for 1.5-acre artificial reef habitat and 1.3 acre shallow seagrass lagoon. Additional features include a tidal pond and flushing channel, shallow-draft marina with floating docks, pedestrian boardwalks, and site utility upgrades. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Rickenbacker Causeway Recreation Area, Miami-Dade County,PROFESSIONAL SERVICES CONSTRUCTION(If applicable) FL 2010 2010 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm hDesign of shoreline stabilization and associated public recreation area improvements along 2.5-miles of shoreline of the Rickenbacker Causeway across Biscayne Bay. Marine resource and hydrographic surveys completed, and coastal engineering analysis conducted to assess design wave conditions, sediment transport and optimum shoreline stabilization methods. Design elements included landscaping, invasive species removal with native species restoration, parking improvements,stormwater management and vendor kiosks for waterfront activities. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Singer Island Sediment Transport Study, Palm Beach County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2002 N/A j• (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Coastal engineering analysis and numerical modeling of shoreline to evaluate shoreline recession/accretion trends relative to the hard bottom ridges. Utilized Danish Hydraulic Institute (DHI) LITPACK and MIKE 21 numerical models to simulate waves and sediment transport processes. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Village of Bal Harbour Beach Management, Bal Harbour, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Reviewed coastal processes and sediment budget at Bakers Haulover Inlet, including the Village shoreline. Evaluated bypassing alternatives,and prepared conceptual designof inlet bypassing options that could potentially reduce erosion at the Village, which is located downdrift of the Bakers Haulover Inlet.Additionally, evaluated feasibility of a bypassing operation with regards to regulatory approval and potential funding sources, including inlet tax district opportunities. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Village of Key Biscayne Beach Nourishment, FL PROFESSIONAL CONSTRUCTION(If applicable) 2012 2012 k. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Coastal engineering and environmental permitting for 120,000 cy beach fill project. Marine resource and hydrographic surveys conducted,along with sand source search,jet probes,vibracores,and marine archeological surveys. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 32nd Street Hot Spot Breakwaters, Miami Beach, FL PROFESSIONAL CONSTRUCTION(If applicable) 2001 2002 l• (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm Coastal engineering and numerical modeling for coastal breakwaters and sand recycling project to stabilize shoreline hot spot erosional area.Hydrographic surveys and beach profiling performed. Page 28 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 Andres Perez, P.E. Project Manager a.TOTAL b.WITH CURRENT FIRM 17 16 15.FIRM NAME AND LOCATION(City and State) Coastal Systems International—Coral Gables, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL Bachelor of Science, Civil Engineering, Florida International University REGISTRATION(STATE AND DISCIPLINE) Professional Engineer—FL 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Perez has over 17 years of civil engineering experience in Florida. He has completed the planning,design and construction administration for site/civil projects including parks, streetscape, and Right-of-Way. He has also completed designs for private site developments such as hotels, condominiums, parking lots/garages, commercial properties and dry stack marinas. These projects have required the design of stormwater management systems consisting of retention areas, drainage wells, exfiltration trenches,and outfalls.These projects have also required the design of water and sanitary sewer services. His site/civil design experience in Florida includes the permitting of projects through agencies such as the Florida Department of Environmental Protection(DEP), South Florida Water Management District,and Florida Department of Transportation. He has processed stormwater management designs through these agencies to obtain Environmental Resource Permits(ERP),and he has demonstrated experience with projects adjacent to the coast and/or waterfront. These projects have required extensive coordination with diverse project teams to design projects that meet the development programming goals for both public and private sector clients,but that also meet the stringent regulatory permitting criteria to manage surface water runoff. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Bayfront Street Ends Improvements—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2006 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE l] Check if project performed with current firm a. Senior Civil Engineer, Bulkhead design and environmental permitting for street ends at South Shore Drive, 10th Street, 14th Street,Lincoln Road as well as Island View Park. Streetscape design for street ends at South Shore Drive, 10th Street - and Lincoln Road to improve upland access to the waterfront. Paving, grading,drainage lighting and landscape/hardscape improvements.Construction costs totaled to$700,000. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Beachwalk—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2006 2006 b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I] Check if project performed with current firm Project Manager, Civil/coastal engineering design and environmental permitting for the $3M 4,000 foot on grade paver walkway that connects Lummus Park north to 21st Street in the South Beach district of Miami Beach,along with associated amenities and landscaping. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Beachwalk II—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing 2014 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project Manager, Civil/coastal engineering design and environmental permitting for the $4M 2,300 feet on grade paver walkway that connects South Pointe Park,Marjory Stoneman Douglas Park,and Lummus Park in the South Beach district of Miami Beach. 11)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Capri Streetscape—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2008 2008 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed ith current firm a. Senior Civil Engineer, Paving, grading and drainage design for 3 residential complexes with a total 72 units and an underground parking garage next to Biscayne Bay, covering two city blocks. $600,000 design included water main extensions for each street, fire,sanitary services,street ends and storm drainage system improvement for the neighborhood with associated pump stations. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jose Marti Park—Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) e. 2008 2008 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Page 29 Project Manager, Site/civil engineering for 1-acre project site development with a community gymnasium. Paving, grading and stormwater management designs were completed and water/sewer services were provided to the site. Street improvements were designed for South West 5th Street. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Miracle Mile/Giralda AvenueStreetscape—Coral Gables, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm f. Project Manager, Site/civil engineering for 1-acre project site development with a community gymnasium. Paving, grading and stormwater management designs were completed and water/sewer services were provided to the site. Street improvements were designed for South West 5th Street. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Museum Park—Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing 2014 9 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IDCheck d project performed with current firm Project Manager, Civil engineering design and regulatory permitting for the 22-acre site. Design included a stormwater management system that combines drainage wells with exfiltration trenches along with retention areas and water and sewer services for the Park,which includes Miami-Dade Water and Sewer master agreements for the redeveloped Park. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED North Beach Recreational Corridor(NBRC)—Miami Beach, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2009 2009 h. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE L1 Check d project performed with current firm Project Manager, Site/Civil engineering services include paving and grading for 6,700 LF of a$6M multi-purpose public access corridor to traverse along the western edge of the beach dunes between 64th Street and 79th Street. Design includes dune enhancements,landscaping,electrical and water service for irrigation. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pinetree Park—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm �• Project Manager, Shoreline, marine resource and hydrographic surveys along park waterfront. Feasibility and preliminary design of canal and public water access structures. Concepts were prepared for the City to review that included lagoons, mangrove planters and kayak launching areas. Designed the kayak launching area with a unique vinyl bulkhead system that incorporates an architectural fascia. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Rickenbacker Causeway Recreational Corridor—Miami-Dade PROFESSIONAL SERVICES CONSTRUCTION(If applicable) County, Florida 2009 2010 (3)BRIEF DESCRIPTION(Brief scone,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm I• Senior Civil Engineer,Design of shoreline stabilization and associated public recreation area improvements along 2.5 miles of shoreline of the Rickenbacker Causeway across Biscayne Bay. Marine resource and hydrographic surveys completed, and coastal engineering analysis conducted to assess design wave conditions, sediment transport and optimum shoreline stabilization methods. Design elements included landscaping, invasive species removal with native species restoration, parking improvements,stormwater management and vendor kiosks for waterfront activities. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Soundscape Park—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2011 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm k. Project Manager, Provided site/civil engineering services as part of the design team led by the architectural firm, West 8. Coastal Systems completed the stormwater management design for the site, and processed the Class II permit through the Miami-Dade County Department of Environmental Resource Management(DERM). In addition,water and sanitary sewer Services were designed for the site. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED South Pointe Park—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm I. Project Manager, Civil design and coastal/environmental permitting of a$22.4M multi-purpose recreational park area for structural,hardscape,and landscape improvements in excess of 16 acres.Activities include the construction of a main park structure with offices/concession/restrooms, a storage facility for park vehicles, a raised serpentine walkway, and playground facilities. Page 30 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Penny Cutt Environmental/Permitting Project Manager a.TOTAL b.WITH CURRENT FIRM 21 8 15.FIRM NAME AND LOCATION(City and State) Coastal Systems International, Coral Gables, Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT Bachelor of Science,Agricultural Operations Management, Specialization: PROFESSIONAL REGISTRATION(STATE AND Bioprocess Management, University of Florida, Gainesville, Florida, 1992 DISCIPLINE) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms. Cutt has over 20 years of experience in the field of environmental monitoring, assessment, planning and regulatory permitting, at the local, State and Federal levels. She is able to quickly evaluate complex scientific information and communicate it to lay leaders for decision-making purposes. Ms. Cutt has a proven track record negotiating complex technical issues, particularly with regard to aquatic and coastal ecosystems,with a variety of interest groups. Ms. Cutt very effectively and equitably applies scientific, regulatory and financial judgment when evaluating complex scientific and technical information and issues. She also effectively manages workflow and product delivery, accurately identifies key issues and project needs to achieve environmentally sustainable ecosystem solutions. Ms. Cutt has extensive background in regulatory permitting having worked as a regulator for the U.S. Army Corps of Engineers, South Florida Water Management District, and Miami-Dade County Division of Environmental Resources Management. This regulatory experience facilitates the development of the permitting strategy for project implementation, as the regulatory permitting is normally on the critical path for most coastal and waterfront projects. PROFESSIONAL AFFILIATIONS:Member Broward County Marine Advisory Committee,Member Pompano Beach Marine Advisory Board,Florida Association of Environmental Professionals '19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Currie Park Staging Docks, Palm Beach County, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project manager overseeing engineering design and environmental permitting of staging docks and dredging at existing boat ramp.Managed marine resource survey and seagrass mapping for the planning and design of the Project. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED City of Hollywood Broadwalk, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing N/A b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Environmental permitting of a multi-purpose public access corridor spanning approximately 11,000 feet of shoreline. The design included the renovation of the existing historic Broadwalk, a bicycle path, a pedestrian path, sitting walls, street end identification columns,and lighting. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Fort Zachary Taylor Park, Key West, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2007 N/A c' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Project manager responsible for on-going permitting of a 10-Year Individual Corps Permit to restore 5 existing breakwater structures located at Fort Zachary Taylor State Park in Key West,Florida. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Kennedy Park Dinghy Dock Replacement, Miami-Dade County,PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2013 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Ei Check if project performed with current firm d. Project Manager for mangrove assessment, seagrass assessment, design, and environmental permitting for replacement of dinghy dock associated with sailing regattas. Permitting challenges associated with presence of seagrass beds, mangroves, and shallow water depths. Secured authorization for footprint that minimized seagrass and mangrove impacts,while taking advantage of existing bathymetry (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Kennedy Park Shoreline Stabilization, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) e. 2013 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Page 31 Design and environmental permitting for a shoreline stabilization and enhancement project. Conducted detailed mangrove and upland vegetation and topographic surveys to determine areas in need of enhancement and placement of view corridors. Improving shoreline at existing passive use park to include exotic removal, stabilizing shoreline with native vegetation and properly permitted natural shoreline stabilization and creation of public view corridors through key locations within densely vegetated mangrove fringe. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Rickenbacker Causeway Recreational Area, Miami-Dade County, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) FL 2010 2010 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm f Permitting of shoreline stabilization and associated public recreation area improvements along 2.5 miles of shoreline of the Rickenbacker Causeway across Biscayne Bay. Marine resource and hydrographic surveys completed and coastal engineering analysis conducted to assess design wave conditions,sediment transport and optimum shoreline stabilization methods. Design elements included landscaping, invasive species removal with native species restoration, parking improvements,stormwater management and vendor kiosks for waterfront activities. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Manatee Bend Shoreline Stabilization & Kayak Launch, Miami,PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ©Check if project performed with current firm g. Project Manager overseeing environmental permitting and engineering design for park improvements to include shoreline stabilization and creation of an upland cut kayak launch. A combination of sheetpile seawall replacement, riprap shoreline, toewall installation were utilized to protect the existing park while preserving historical features including steps down to the water. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Baywalk, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 N/A h. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Senior Manager overseeing master planning, environmental permitting feasibility studies and environmental permitting for overwater segments of the City of Miami Beach's public Baywalk project along the shoreline of Biscayne Bay between 5th Street and Lincoln Road. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Museum Park Large Vessel Mooring Facility, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2011 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ©Check if project performed with current firm i- Designed and permitted mooring dolphin structures as part of 22-acre city park on Biscayne Bay. Sixteen pile supported dolphin structures provide 750 feet of mooring space within the existing FEC slip to accommodate a variety of ships including tall ships up to 350 feet long. Structures are supported by 24-inch concrete piles with concrete caps providing 50-ton bollards along with fender systems. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Bay Village Baywalk, Miami-Dade County, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing N/A j. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E1 Check if project performed with current firm Project Manager overseeing feasibility assessment, design, and permitting of 2,400 linear foot public baywalk with 24 transient slips and 4 viewing platforms within Biscayne Bay Aquatic Preserve. The project will serve as a municipal park,as limited parks are available within the Village. (1)TITLE AND LOCATION(City and State) 121 YEAR OMPLETED Ocean Strand Park, City of Boca Raton, Palm Beach County,PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2011 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm k. On master planning team developing public use park located on both intracoastal and Atlantic Ocean.Consulting relative to environmental and coastal construction permit regulation compliance, overwater structures conceptual layout to minimize impacts to submerged aquatic vegetation and navigation, protection and enhancement of on-site floral and faunal resources through passive design elements. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Pinetree Park, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed ith current firm i. Design and environmental permitting of ADA accessible kayak launch within mangrove shoreline.Conducted mangrove assessment, coordinated design, and directed permitting process to secure authorization for upland cut kayak launch within existing park along Indian Creek in Miami Beach. Shoreline, marine resource and hydrographic surveys along park waterfront.Feasibility and preliminary design of canal and public water access structures. Page 32 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 Jordon Cheifet, P.E., C.F.M. Coastal Engineer a.TOTAL b.WITH CURRENT FIRM 10 4 15.FIRM NAME AND LOCATION(City and State) Coastal Systems International,West Palm Beach, Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Master of Science, Ocean and Resources Engineering, Professional Engineer—AL, FL University of Hawaii, 2005 Certified Floodplain Manager Bachelor of Science, Civil Engineering, Pennsylvania State University, 2002 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Cheifet is a coastal engineer with more than 10 years of diverse,professional experience. His wide-ranging expertise includes FEMA coastal floodplain mapping, shore protection structure design, numerical modeling, feasibility studies, and dredging projects. He is capable in multiple numerical modeling techniques and is well-versed in the latest coastal design manuals such as the CEM and SPM.Mr.Cheifet has extensive topographic and bathymetric survey experience where he has utilized RTK GPS,total stations,and echo sounders for topographic and beach profile surveys.His field experience includes above and underwater inspections, GIS/GPS data collection, surveying, and construction oversight. Mr. Cheifet also has extensive knowledge of GIS applications to coastal engineering and has leveraged this technology through desktop, server, and mobile platforms on multiple projects including coastal flooding,wetland restoration,dredging,and offshore wind farm siting. Mr. Cheifet completes most of his design and construction work using a variety of coastal and civil design software that includes MIKE21-SW,MIKE21-FM,STWAVE,CHAMP,ACES,ArcGIS,AutoCAD,and HYPACK. PROFESSIONAL AFFILIATIONS: American Society of Floodplain Managers, Florida Floodplain Managers Association 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED 40-50 Blossom Way Due Diligence, Town of Palm Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm a. Coastal Systems provided coastal engineering consulting services to a private client as part of a due diligence assessment for an oceanfront property acquisition in the Town of Palm Beach. Services included site inspection of coastal structures, assessment of beach erosion issues, interpretation of Town, County, and State beach nourishment data to assess short- and long-term erosion and beach stability trends. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City-Wide Dock Maintenance,West Palm Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ID Check if project performed with current firm b. Above- and underwater investigation of 2 existing fishing piers to evaluate conditions. Issued engineering report summarizing the assessment and provided recommendations and cost estimates for potential structural rehabilitation. Structural design of new fishing pier at El Cid dock resulting from investigation findings. Construction administration services provided. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Currie Park Staging Docks,West Palm Beach FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Design of 2 public staging docks and dredging design of 2 new access channels to improve public access at an existing boat ramp. Project management of environmental permits,which included a marine resource assessment and installation c. of 15 Uniform Waterway Markers to increase the navigational safety of vessels travelling between the Intracoastal Waterway(ICW)and Currie Park. Page 33 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hampton Inn Bulkhead and Marina, Ft. Lauderdale, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 N/A d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm Above-water investigation of existing bulkhead to evaluate condition. Project management and structural design of replacement bulkhead, marina utility layout, and re-design of existing docking facility relative to proposed upland development. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Dania Beach Dock Inspection, Dania Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 N/A e (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0Check iifproject performed with current firm Above- and underwater investigation of existing marginal dock to evaluate condition and assess damage from recent vessel impact. Issued engineering report summarizing the assessment and provided recommendations and cost estimates for potential structural rehabilitation. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 3550 South Ocean Boulevard Seawall, Palm Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2016 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm f. Coastal Systems is providing environmental/permitting and coastal engineering consulting services to a private client to assess existing seawall stability, beach erosion issues, and replacement seawall permitting guidance for the oceanfront property located in the Town of South Palm Beach.The project involves engineering calculations,beach erosion analysis in accordance with Florida DEP regulations,and preliminary design and permitting. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Manatee Bend Shoreline Stabilization and Kayak Launch, Miami-PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Dade County, FL Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Design of shoreline stabilization to preserve existing,dilapidated, historical coral rock seawall and steps to access water 9' to include new seawall landward of existing and limestone boulder riprap. Design of kayak launch within existing park setting to allow passive recreation and launch of non-motorized vessels to increase use of City Park. Environmental permitting of proposed structures through County, State, and federal environmental regulatory agencies and coordinate with City for municipal building permit. Page 34 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Orestes Betancourt Civil Designer a.TOTAL b.WITH CURRENT FIRM 35 25 15.FIRM NAME AND LOCATION(City and State) Coastal Systems International—Coral Gables, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION Bachelor of Arts, Construction Management, Florida International (STATE AND DISCIPLINE) University 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Betancourt has over 35 years of experience in site/civil engineering and has completed projects for a variety of sites including hotels, condominiums, marinas, resorts, industrial/commercial areas, and parks. He regularly coordinates with project consultants including architects, engineers and mechanical/electrical/plumbing (MEP) to ensure consistent site/civil design with project requirements. Mr. Betancourt provides design and construction administration services associated with site civil and utility projects undertaken by Coastal Systems.He has provided civil design,construction inspections,field surveys and planning layouts for numerous site/civil and permitting projects throughout South Florida and the Caribbean.Mr.Betancourt conducts inspections and interacts with contractors to ensure the project is completed according to design plans and specifications. Annually he prepares and processes approximately six to ten site plans for developments in South Florida. These plans include civil engineering designs for water distribution, sanitary sewer,paving, grading, irrigation and stormwater management facilities. His stormwater management design experience includes the use of best management practices as well as injection wells and exfiltration trenches. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED 10th Street Auditorium—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 a (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE © Check if project performed with current firm Civil Designer, Civil design and environmental permitting for the City of Miami Beach's 10th Street Auditorium and Beach Patrol Headquarters.The$6.25M design included restoration of the two buildings to include new water and sewer service,as well as connections to the adjacent public restrooms. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Bayfront Street Ends Improvements—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2006 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm b. Civil Designer, Bulkhead design and environmental permitting for street ends at South Shore Drive, 10th Street, 14th Street, Lincoln Road as well as Island View Park. Streetscape design for street ends at South Shore Drive, 10th Street and Lincoln Road to improve upland access to the waterfront. Paving, grading, drainage lighting and landscape/hardscape improvements.Construction costs totaled to$700,000. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Beachwalk—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2006 2006 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Civil Designer, Civil/coastal engineering design and environmental permitting for the $3M 4,000 foot on grade paver walkway that connects Lummus Park north to 21st Street in the South Beach district of Miami Beach, along with associated amenities and landscaping. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Capri Streetscape—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2008 2008 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm d. Civil Designer, Paving, grading and drainage design for 3 residential complexes with a total 72 units and an underground parking garage next to Biscayne Bay, covering two city blocks. $600,000 design included water main extensions for each street, fire, sanitary services, street ends and storm drainage system improvement for the neighborhood with associated pump stations. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Beach Recreational Corridor (NBRC) — Miami Beach,PROFESSIONAL SERVICES CONSTRUCTION(If applicable) e. Florida 2009 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Page 35 Civil Designer, Site/Civil engineering services include paving and grading for 6,700 linear feet of a$6M multi-purpose public access corridor to traverse along the western edge of the beach dunes between 64th Street and 79th Street. Design includes dune enhancements,landscaping,electrical and water service for irrigation. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pinetree Park—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2012 f. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Civil Designer, Shoreline,marine resource and hydrographic surveys along park waterfront. Feasibility and preliminary design of canal and public water access structures. Construction costs totaled to$155,000. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Soundscape Park—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2011 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm g. Civil Designer, Provided site/civil engineering services as part of the design team led by the architectural firm, West 8. Coastal Systems completed the stormwater management design for the site, and processed the Class II permit through the Miami-Dade County Department of Environmental Resource Management(DERM). In addition,water and sanitary sewer services were designed for the site. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED South of Fifth—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Civil Designer, Development of four condominium buildings($38M)on top of a garage pedestal with an on-grade pool h. deck area and dune restoration project. Provided coastal permitting and engineering services that included permits from the Florida Department of Environmental Protection (DEP) and marine turtle lighting review through the Florida Fish and Wildlife Conservation Commission (FWC). Also provided Florida Building Code, City Code (FBC), and Federal Emergency Management Agency(FEMA)flood compliance reviews. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Park—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm i. Civil Designer, Civil design and coastal/environmental permitting of a$22.4M multi-purpose recreational park area for structural, hardscape, and landscape improvements in excess of 16 acres. Activities include the construction of a main park structure with offices/concession/restrooms, a storage facility for park vehicles, a raised serpentine walkway, and playground facilities. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hadley Park—Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2010 j. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Civil Designer,Civil engineering design including ground stabilization for fire truck access,stormwater drainage,water and sewer for a new park pavilion/amenity building within the City of Miami's Hadley Park. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Jose Marti Park—Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2008 2008 k. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Civil Designer,Site/civil engineering for 1-acre project site development with a community gymnasium.Paving,grading and stormwater management designs were completed and water/sewer services were provided to the site. Street improvements were designed for South West 5th Street. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miracle Mile/Giralda AvenueStreetscape—Coral Gables, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing I. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Civil Designer,Civil engineering services,including schematic design,design development,construction documents and permitting services. Page 36 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 Adriana Cabrera Environmental/Permitting a.TOTAL b.WITH CURRENT FIRM Department Head 14 12 15.FIRM NAME AND LOCATION(City and State) Coastal Systems International—Coral Gables, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION Master of Arts, Marine Affairs and Policy, University of Miami (RSMAS) (STATE AND DISCIPLINE) Bachelor of Arts, Marine Affairs and Ocean Policy, University of Miami 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms. Cabrera provides a range of services to public and private clients in her role as Environmental/Permitting Department Head. Her responsibilities include coordination with project teams and regulatory agencies relative to code compliance requirements for securing environmental permit approvals at local,county,state,and federal levels. She specifically manages projects involving coastal and environmental permit applications, marine turtle lighting permit applications and other specialized regulatory agency requirements. Ms. Cabrera's project management responsibilities include coordination and review of project design plans, and other technical/legal data to determine a project's scope of work, including the elements required to efficiently obtain environmental and construction permits. She also assists project teams in facilitating project design relative to code compliance and permit issuance. In addition,Ms. Cabrera applies her experience to the evaluation of technical and legal data required to effectively determine the feasibility of proposed projects and facilitate their implementation. She also coordinates project teams for coastal and waterfront development projects;including design professionals,technical disciplines,and legal counsel. She has an in-depth understanding of many regulations and procedures governing coastal construction, and has established relationships with key regulatory agency personnel to expedite processing. Ms. Cabrera is accustomed to tight schedules and regularly coordinates teams of architects,engineers,scientist and environmental attorneys. PROFESSIONAL AFFILIATIONS Association of States Floodplain Managers • Florida Floodplain Manager Association • South Florida Association of Environmental Professionals CERTIFICATIONS Florida Department of Environmental Protection Qualified Stormwater Management Inspector • Certified Flood Plain Manager•Florida Coastal and Wetlands Master Naturalist 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 20th Street End, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2008 2008 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Provided coastal environmental permitting services for the 20th street end project, located east of Collins Avenue on a. Miami Beach. Coastal Systems obtained a Coastal Construction Control Line (CCCL) permit from the Florida Department of Environmental Protection (FDEP) for a pavers on sand path, landscape, fill, and paving, grading, and drainage activities. In addition, a tree removal permit was required through Miami Dade County. Coastal Systems obtained Florida Fish and Wildlife Conservation Commission(FWC)exterior lighting approval for the pole lights along the path. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 24th Street End, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm b. Provided coastal environmental permitting services for the 24th street end project, located east of Collins Avenue on Miami Beach. Coastal Systems secured a CCCL permit from the FDEP, which includes demolition of the existing pavers and landscape areas on site. The project added sand set concrete pavers, a seat wall,bicycle rack and landscape. In addition,Coastal Systems obtained FWC exterior lighting approval for the bollards to be located along the path. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED c. 41st Street End, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2015 Page 37 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with curentfirm Coastal System provided coastal environmental permitting services for the 41st street end project,located east of Collins Avenue on Miami Beach. Coastal Systems obtained a CCCL field permit from the FDEP, which included the demolition of the existing concrete streetscape and paver street end. The project added a new asphalt road, concrete sidewalks and street end sodding. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hollywood Beach Mobi-Mats, City of Hollywood, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing 2014 d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ECheck if project performed with current firm Provided consulting services relative to the permanent placement of mobi mats on Hollywood Beach to provide ADA access to the general public. Secured an environmental permit from the FDEP. Construction costs totaled an estimated $55,000. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Museum Park, City of Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm e. Planning of marine amenities and environmental permitting feasibility study completion relative to a proposed baywalk, waterfront enhancement,and other public park amenities along the shoreline and within a basin on Biscayne Bay as part of the proposed $50M Museum Park improvements project. Permitting of stormwater management for the 22-acre master planned park. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South of Fifth, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm f. Development of four condominium buildings on top of a garage pedestal with an on-grade pool deck area and dune restoration project. Provided coastal permitting and engineering services that included permits from the FDEP and marine turtle lighting review through the FWC. Also provided Florida Building Code, City Code (FBC), and Federal Emergency Management Agency(FEMA)flood compliance reviews.Construction costs totaled an estimated$38M. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Park, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm s• Provided environmental and civil permitting services for an award winning$22.4M multi-purpose recreational park area in excess of 16-acres. Activities include the construction of a main park structure with offices/concession/restrooms, a storage facility for park vehicles, a raised serpentine walkway, and playground facilities. Construction costs totaled an estimated$22.4M Page 38 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Vanessa Benzecry Marine Structural Engineer a.TOTAL b.WITH CURRENT FIRM 2 1 15.FIRM NAME AND LOCATION(City and State) Coastal Systems International, Coral Gables, Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION Master of Science, Civil Engineering, University of Miami, Florida, 2014 Engineer Intern Training Bachelor of Science, Civil Engineering, University of Miami, Florida, 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms. Benzecry has 2 years of experience in the civil and structural engineering fields. She has experience in both construction management and engineering design. Prior to joining Coastal Systems, Ms. Benzecry was a civil engineer intern for a construction company specializing in technical and commercial innovation with optimized risk management and sustainable construction. As a structural engineer at Coastal Systems, Ms. Benzecry is responsible for feasibility studies, engineering calculations and design,preparation of construction plans and specifications, field investigations and construction administration on a variety of projects that include marinas,shoreline stabilization and marine and civil structures. PROFESSIONAL AFFILIATIONS:American Society of Civil Engineers 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED Haulover Marine Center, North Miami , Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Redesigned sheet pile bulkhead with augercast pile-supported reinforced concrete forklift launching platform. (11 TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Island Gardens Mega Yacht Harbor, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE - El Check If project performed with current firm b. Planning and design of a 50-slip mega yacht marina in Biscayne Bay. Design of upland excavation and basin dredging, including material handling and disposal design. Design of bulkhead improvements and associated shore-support structures, along with a portion of fixed docks. Designed med-moor system for up to 180'yachts and dolphin structures for 300'yacht. (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED Marina Palms, North Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Construction administration for full time dock master and 112 slips to accommodate boats up to 90 feet. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Riva, Ft. Lauderdale, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Designed sheet pile bulkhead to replace existing seawall for a 15-story river front tower. Also currently responsible for construction administration. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Aqualina, Palm Beach Gardens, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) e Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm Design of bulkhead to replace existing seawall to allow for upland development. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Villa Valencia, Fisher Island, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm f. Analyzed existing bulkhead for the proposed new dredge elevation and designed mooring dolphin structure for a 300' private yacht. Page 39 (1)TITLE AND LOCATION(City and State) _ (2)YEAR COMPLETED Mashta Flats, Key Biscayne, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing g. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE i Check if project performed with current firm Responsible for preparing invitation of quotation and coordination of bid process for the no vessel zone. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 3550 South Ocean Boulevard, Town of Palm Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) h Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Design of bulkhead to replace existing seawall in order to allow for upland improvements. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Biscayne Bay Yacht Club, Coconut Grove, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Performed inspection to analyze condition of pile caps of the existing concrete docks. Developed 100%pile cap repair plans. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Coconut Grove Sailing Club, Coconut Grove, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Performed field inspections and shop drawing review for the 175-single-point mooring system. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Clifton Pier, Nassau, Bahamas PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing k. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Designed sheet pile and reinforced concrete retaining wall for oil containment.As well as reinforced concrete walls and slabs for secondary basin. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Miracle Mile/Giralda Ave. Streetscape, Coral Gables, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Cheek if project performed with current firm Design of foundation for new valet structure for this street improvements project. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Elysee Condominum, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing m. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm Assisted with underwater investigation of bulkhead and dock to determine current condition of structures. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Ritz Carlton Residences Sunny Isles Beach, Sunny Isles, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing ri' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Performed overwater seawall investigation to determine if removal of seawall would cause any impacts to adjacent properties. Page 40 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Lester Sanchez Field Technician a.TOTAL b.WITH CURRENT FIRM 12 2 15.FIRM NAME AND LOCATION(City and State) Coastal Systems International, Coral Gables, Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE Associate of Science, Construction Technology and Construction AND DISCIPLINE) Management, Miami Dade College, Miami, Florida, 2000 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Sanchez has over 12 years of extensive experience in the fields of architecture, structural engineering, civil engineering,construction technology,marine engineering and CADD design.As a great asset to the Coastal Systems team, he coordinates with other trades and consultants in the civil, structural, marine, mechanical, electrical, and architectural fields in the preparation of comprehensive construction documents.He has been responsible for the project's support,CAD design and drawing administration for multi-million dollar private and government projects in South Florida. Additionally, Mr. Sanchez provides construction administration for ongoing projects. These services include site inspections, coordination with Clients, responses to Requests for Information (RFI's), evaluation of shop drawing submittals, and Resident Project Representative (RPR). He interacts with clients, contractors, project lead managers/engineers in order to make a project into a success. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Biscayne Beach Club, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm a. Evaluated the existing seawall relative to condition and storm protective capacity. Worked with the design team to evaluate the replacement of existing overwater piers. Provided coastal engineering and regulatory consulting services Performed structural field inspection and construction administration. (1)TITLE AND LOCATION(City and State) 121 YEAR COMPLETED Chateau Ocean Sand Relocation, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 2015 b (3)BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE ©Check if project performed with current firm Performed field inspection and monitored debris removal operations from sand placement as part of an on-going remediation, required by the Florida Department of Environmental Protection Coastal Construction Control Line Permit. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Currie Park Pier,West Palm Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 C' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE (J Check if project performed with current firm Performed evaluation of the structural repairs of the existing Currie Park Piers. Delegated with punch list items to close out project with Contractor and the City of West Palm Beach Building Official. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Dinner Key Spoil 'C'Island, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 2015 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Assisted in the project field inspection for the floating dock repairs and the project dredging scope for the existing dock in Spoil Island C. (1)TITLE AND LOCATION(City and State) (2)YEAR QMPLETED Island Gardens Megayacht Harbor, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2016 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Monitored, assessed turbidity control, and dredging operations for the marina design and permitting of a 50-slip e. megayacht harbor. Performed structural field inspection and construction administration. Delegated and expedited permit application coordination and compliance with the municipal county authorities for the construction of bulkhead,floating docks,and coral reef construction. Supported in the CAD structural design process. Page 41 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Marina Palms, North Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2016 2016 f. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Reviewed structural shop drawings,utility shop drawing,floating dock shop drawing submittals,field inspections and construction administration of a marina with two fixed docks at the north and south ends and a center floating dock. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Marine Stadium Bulkhead, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm 9' Marine works design for 450 linear feet of bulkhead replacement at 300-slip dry stack marina. Designed sheet pile bulkhead with pile-supported reinforced concrete forklift launching platform with a total of 16 launch slips.Reviewed structural shop drawings,assisted to the structural field inspection and construction administration. (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED Miracle Mile/Giralda, Coral Gables, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing h (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Assisted in the CAD civil engineering design: profiles, street cut sections, for the existing/proposed traffic marking and signage plans for the redesign and construction of the Miracle Mile section of Coral Way(between Douglas Road and LeJeune Road)and a section of Giralda. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pier 66 Redevelopment, Ft Lauderdale Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2016 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Planning and design of 60-slip mega-yacht marina facility. Design of upland excavation and basin dredging, including material handling and disposal design. Design of bulkhead improvements and associated shore-support structures, along with a portion of fixed docks. Performed structural RPR services, civil field inspection and construction administration. Supported in the CAD structural design process. Delegated with punch list items to close out project with all parties involved. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Postcard Inn, Islamorada, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 N/A )' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Verified existing structural elements and coordinated survey operations as part of the reconstruction of the bulkhead, docks and platforms at the existing marina facility. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED The Standard Hotel, Miami Beach Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 2015 k. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ©Check if project performed with current firm Performed structural RPR field inspection, construction administration and project coordination for overwater deck replacement.Reviewed structural shop drawings for custom structural elements. (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED Westrec Haulover Marina, North Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm 1. Performed structural and civil RPR services,field inspection and construction administration.Delegated and expedited permit application coordination and compliance with the municipal county authorities for the construction of new building and parking lot. Inspected the construction of maintenance yard, bulkhead, water service and sanitary connections. Supported in the CAD structural and civil engineering design process. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Wyndham Hotel, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2016 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm I' Performed Civil Engineering field inspection and construction administration services for the re-development of the existing resort,including paving,drainage,water and sewer services. Page 42 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Aaron Boehning Hydrographic Surveyor a.TOTAL b.WITH CURRENT FIRM 18 7 15.FIRM NAME AND LOCATION(City and State) Coastal Systems International, Coral Gables, Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT Civil Engineering Technology Degree, PROFESSIONAL REGISTRATION(STATE North Dakota State College of Science,Wahpeton, North Dakota, 1998 AND DISCIPLINE) Construction Management Technology Degree (1 year), North Dakota State College of Science, 1998 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Boehning has extensive experience collecting field data in the coastal/marine environment. He has planned and conducted beach profile surveys throughout the State of Florida for a variety of purposes including contract payment, monitoring, and post-hurricane assessments. These surveys have also required topographic and geodetic control surveys for the land-based work.Mr. Boehning has performed hydrographic surveys with advanced equipment including the following: • GPS Receivers(DGPS and RTK) • Magnetometers • Echo Sounders(fathometers) • Heave/Pitch/Roll Sensors • Electronic Tide Gauges • Conventional Total Station and Levels • Towed Underwater Video 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bahia Mar Boat Show Surveys, Ft. Lauderdale, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ] Check if project performed with current firm Conducted pre and post Ft. Lauderdale Boat Show hydrographic surveys of the marina basin on an annual basis from 2007-2013 to evaluate maintenance dredging requirements and the presence of shoals that may affect vessel draft in the marina. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Bahia Mar Maintenance Dredge, Ft. Lauderdale, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing (3)BRIEF DESCRIPTION(Brie/scope,size,cost,elc.)AND SPECIFIC ROLE ❑x Check if project performed with currentfinn b' Marine Resource and hydrographic surveys of marina basin and area adjacent to Intracoastal Waterway channel. Evaluated proposed dredging and potential impacts to benthic resources. Initiated consultations and development of mitigation strategies for environmental permit compliance from previous project impacts. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bahia Honda State Park, Big Pine Key, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 N/A c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑O Check if project performed with current firm Provided coastal engineering assessment services to the Bureau of Natural and Cultural Resources(BNCR)for improvements to stabilize the eroded shoreline.Conducted and summarized field observations,which included beach surveys. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Dinner Key Marina Maintenance Dredging, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Hydrographic and marine resource surveys to design and permit maintenance dredging in 580-slip marina. Design of dredging and material disposal for 6,000 cubic yards of material with elevated levels of contaminants. Performed pre/post hydrographic contract payment surveys. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Fort Zachary Taylor State Park, Key West, FL PROFESSIONAL SERVICES CONSTRUCTION(II applicable) e. 2007 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm Page 43 Coastal engineering design and environmental permitting for breakwaters, jetties and beach fill project for shoreline protection at park.Performed beach profile surveys. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Kennedy Park Shoreline Stabilization and Dock Replacement, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2013 2013 f. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Conducted detailed mangrove and upland vegetation and topographic surveys to determine areas in need of enhancement and placement of view corridors. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Manatee Bend Shoreline Stabilization & Kayak Launch, Miami, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) FL 2015 N/A g. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Field investigations for design of shoreline stabilization improvements to rehabilitate shoreline and preserve existing, dilapidated,historical coral rock seawall and steps. (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED Museum Park, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) h 2014 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Field investigations for civil engineering design and regulatory permitting of a 22-acre waterfront park. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PortMiami Channel Deepening (Seagrass), Miami-Dade County, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) FL 2012 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Managed field implementation and reporting for baseline seagrass monitoring event documenting pre-construction conditions. Baseline survey to determine whether actual seagrass impacts were consistent with predicted impacts relative to mitigation obligations. Under contract to conduct one year post construction biological and bathymetric surveys and associated reporting. (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED Rickenbacker Causeway Recreational Corridor, Miami-Dade PROFESSIONAL SERVICES CONSTRUCTION(If applicable) County, FL 2009 2010 j• (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Conducted marine resource and hydrographic surveys for shoreline stabilization and public recreation area improvements. Page 44 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Sandra Rahman GIS Analyst a.TOTAL b.WITH CURRENT FIRM 31 15 15.FIRM NAME AND LOCATION(City and State) Coastal Systems International-Coral Gables, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL I.D.P.M. Diploma, School of Business &Computer Science, Trinidad&Tobago REGIST AT ION(STATE AND GIS, University of the West Indies 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Ms.Rahman is responsible for processing all field data collected by Coastal Systems for use in analysis,monitoring,and design. She regularly utilizes Digital Terrain Modeling (DTM) software to generate contour maps and calculate cut/fill volumes for a variety of coastal and dredging projects. She is also responsible for providing deliverables in GIS formats,as well as providing full GIS capabilities for the firm with ESRI software. Before Coastal Systems,Ms. Rahman worked for the Petroleum Company of Trinidad and Tobago. She was responsible for computer-aided drafting and design using AutoCAD. In addition, she was responsible for scanning, vectorizing, and digitizing, GPS post-processing, cadastral and topographic maps, geological drawings, royalty and volume computations using terrain-modeling software,and managing the database for thousands of drawings as well as control point records. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Beachwalk Il-Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing 2014 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm GIS Analyst, Civil/coastal engineering design and environmental permitting for the $4M 2,300 feet on grade paver walkway that connects South Pointe Park, Marjory Stoneman Douglas Park, and Lummus Park in the South Beach district of Miami Beach. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Museum Park-Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm b. GIS Analyst, Civil engineering design and regulatory permitting for the 22-acre site. Design included a stormwater management system that combines drainage wells with exfiltration trenches along with retention areas and water and sewer services for the Park,which includes Miami-Dade Water and Sewer master agreements for the redeveloped Park. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED North Beach Recreational Corridor(NBRC)-Miami Beach, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2009 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm c. GIS Analyst, Site/Civil engineering services include paving and grading for 6,700 LF of a $6M multi-purpose public access corridor to traverse along the western edge of the beach dunes between 64th Street and 79th Street. Design includes dune enhancements,landscaping,electrical and water service for irrigation. 11)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED Rickenbacker Causeway Recreational Corridor-Miami-Dade PROFESSIONAL SERVICES CONSTRUCTION(If applicable) County, Florida 2009 2010 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm GIS Analyst, Design of shoreline stabilization and associated public recreation area improvements along 2.5 miles of shoreline of the Rickenbacker Causeway across Biscayne Bay. Marine resource and hydrographic surveys completed, and coastal engineering analysis conducted to assess design wave conditions, sediment transport and optimum shoreline d. stabilization methods. Design elements included landscaping, invasive species removal with native species restoration, parking improvements,stormwater management and vendor kiosks for waterfront activities. Page 45 (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Seawall Maintenance Database, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2011 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm GIS Analyst,Evaluated 74 seawall structures that had not been repaired or replaced,and condition ratings were assigned e. to these structures. An assessment protocol was developed that included the collection of attributes such as the type, configuration, presence of outfall(s), condition and dimensions along with photographs of each structure. A database was developed using Microsoft Access to manage the field data collection and to produce the required reports from queries.The City was provided with the digital files for import into their GIS to be maintained as seawalls are replaced. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED South Pointe Park—Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm f. GIS Analyst, Civil design and coastal/environmental permitting of a $22.4M multi-purpose recreational park area for structural, hardscape, and landscape improvements in excess of 16 acres. Activities include the construction of a main park structure with offices/concession/restrooms, a storage facility for park vehicles, a raised serpentine walkway, and playground facilities. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Fort Zachary Taylor State Park, Key West, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2007 2007 9- (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑: Check if project performed with current firm Coastal engineering design and environmental permitting for breakwaters, jetties and beach fill project for shoreline protection at park.Performed beach profile surveys. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Dinner Key Marina Maintenance Dredging, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 h. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE []Check if project performed with current firm GIS Analyst, Hydrographic and marine resource surveys to design and permit maintenance dredging in 580-slip marina. Design of dredging and material disposal for 6,000 cubic yards of material with elevated levels of contaminants. Performed pre/post hydrographic contract payment surveys. Page 46 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Ken Gardner,ASLA, LEED Project Manager A.TOTAL B.WITH CURRENT FIRM 24 22 15.FIRM NAME AND LOCATION(City and State) Rosenberg Gardner Design (Miami, Florida) 16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Landscape Architecture Florida LA—0001569 University of Georgia 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Society of Landscape Architects; Community Image Advisory Board; Transportation Aesthetics Review Board; Crime Prevention Through Environmental Design, Certified 1999; LEED AP, Certified 2009. 19. RELEVANT PROJECTS a. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Claude Pepper Youth Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) North Miami, FL 2009 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Prepared planting and irrigation plans for a community center and gymnasium, tennis courts, plaza and parking lot at Claude Pepper Park in North Miami. RGD used native plants to reduce the water resources but still allow the landscaping to thrive. b. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2013 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm RGD prepared a report and plans for rehabilitation of an existing 10-acre park at the south end of Miami Beach. The report was a detailed analysis of the soil and landscape design deficiencies that impeded proper growth of the landscape. RGD coordinated rehabilitation efforts and provided for intricate phasing of construction activities to allow for continued use of the park. C. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Soundscape Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2010 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Prepared planting and irrigation plans and assisted in tree tagging in the field. RGD also oversaw installation of all landscape elements. This project was a 2.5 acre park adjacent to the New World Symphony in Miami Beach. The park is an important venue for the City as a gathering place for residents and visitors. RGD acted as local Landscape Architect to West 8 in New York. d. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Howard Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) West Palm Beach, FL 2010 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm A 14-acre urban park adjacent to the Palm Beach Convention Center, Kravis Center for the Performing Arts, and City Place. The park serves a multitude of users from the local neighborhood to visitors from out of town. The plan was created as an ecological demonstration of proper sustainable park planning. RGD prepared master plans, grading, planting and irrigation plans. e. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Optimist Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2015 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm RGD prepared planting and irrigation plans for a new Community Center at Optimist Park. RGD overcame challenges with the site plan because this Center was located in an existing park with many large trees. The project was designed using many sustainable initiatives and is expected to qualify for LEED credentialing once construction is completed. STANDARD FORM 330(6/2004)PAGE 2 Page 47 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 T. Kiehl Semler Project Manager A.TOTAL B.WITH CURRENT FIRM 9 9 15.FIRM NAME AND LOCATION(City and State) Rosenberg Gardner Design (Miami, Florida) 16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Landscape Architecture Florida LA-6667205 University of Georgia 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Member-American Society of Landscape Architects 19. RELEVANT PROJECTS a. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2013 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm RGD prepared a report and comprehensive plans for rehabilitation of an existing 10-acre park at the south end of Miami Beach. The report was a detailed analysis of the soil and landscape design deficiencies that impeded proper growth of the landscape. RGD coordinated rehabilitation efforts and provided for intricate phasing of construction activities to allow for continued use of the park. b. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Howard Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) West Palm Beach, FL 2012 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE RI Check if project performed with current firm A 14-acre urban park adjacent to the Palm Beach Convention Center, Kravis Center for the Performing Arts, and City Place. The park serves a multitude of users from the local neighborhood to visitors from out of town. The plan was created as an ecological demonstration of proper sustainable park planning. RGD prepared master plans, grading, planting and irrigation plans. C. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Optimist Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2015 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm RGD prepared planting and irrigation plans for a new Community Center at Optimist Park. RGD overcame challenges with the site plan because this Center was located in an existing park with many large trees. The project was designed using many sustainable initiatives and is expected to qualify for LEED credentialing once construction is completed. d. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Claude Pepper Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) North Miami, FL 2009 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Prepared planting and irrigation plans for a community center and gymnasium, tennis courts, plaza and parking lot at Claude Pepper Park in North Miami. RGD used native plants to reduce the water resources but still allow the landscaping to thrive. e. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Baptist Hospital Memorial Garden PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Kendall, FL 2016 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm RGD is currently preparing plans for a butterfly-themed memorial garden at Baptist Hospital's main campus. The design incorporated ideas from a private donor and meetings were held to collaborate with hospital administration. STANDARD FORM 330(6/2004)PAGE 2 Page 48 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 Nestor Vega,RA, LEED AP QA&C,Document Peer Review, a.TOTAL b.WITH CURRENT FIRM Principal Code Compliance,ADA Specialist 40 21 15.FIRM NAME AND LOCATION (City and State) RVL Architecture+Design, P.A.,Miami, Florida 16.EDUCATION (DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor in Architecture,1975/ University of Miami,Fl. State of Florida,Licensed Architect Associates in Arts— 1972 MDC 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) US Green Building Council, LEED Accredited Professional USGBC South Florida Chapter Member 1't International Energy Conference(SEIDE).Santo Domingo.Dominican Republic- Invited Panelist 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Overtown Transit Village Tower H-Tenant Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami,Florida 2010 2014 (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE _Al Check if project performed with current firm a' The project comprised of 4 levels (9th, 10th, 16`5, 17th and 18th) of office-tenant improvements for several County departments/agencies. These are: MDPD Court Services Bureau, Guardian Ad Litem, Clerk of the Court and Building Code Compliance. Each floor plate is approximately 20,700 SF of gross area. . The Architectural and Engineering services scope of work included the production of construction documents for the building permit procurement, specifications, construction administration and probable construction cost estimate.Role:Principal in Charge (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Epic Hotel and Residences PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami,Florida 2004 2009 (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE I x I Check if project performed with current firm b' 1.5 million SF,56 stories Mixed-use Hotel/Residential Tower with 342 residential condo units,414 hotel rooms and two levels of restaurant & retail spaces adjacent to the Miami River on Biscayne Avenue in Miami. The 16 level pedestal structure under the Tower houses 614 parking spaces, services and amenities in the last two levels of this pedestal, such as separate hotel and condominium pools,poolside cabanas, 11,500 SF fitness center/spa&gym,kid's room,restaurant,hotel ballrooms,conference and meeting rooms.Resp.included Program Develop,Schematic/Design Development and Const.Adm.Role:Principal in Charge (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED The Collection/4000 Ponce Office PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Coral Gables,Florida 2002 2004 (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE I x I Check if project performed with current firm c. This 8 stories Mixed-use complex in a Mediterranean style of architecture is a collaboration of exclusive auto dealership,housing Porsche,Jaguar,Ferrari,Austin Martin and Audi is part of a 35,000SF ground level retail space,five(5)stories(135,000 SF office area), including 890 spaces parking structure is now the heart of the area's new commercial and retail development. The dealership's 26,000 SF, two story volume showroom spaces, captures the West, North and East corner of the city block. Responsibilities included Program Development,Schematic&Design Development,and Administration.Role:Principal in Charge (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED MIA-Corona Fresh Express PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami,Florida 2015 2016 (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE x Check if project performed with current firm d. The Corona Beach House Restaurant is located within the Miami International Airport complex,in the North Terminal Concourse D- Level 2. This project consisted of renovations to the existing restaurant and expansion of approximately 500 SF of a new Grab-To- Go area, named "Corona Fresh Express". The new a space included refrigerated self-service cases with sandwiches, snack, cold drinks,as well as a coffee station along with a counter/seating area with convenient power&USB charging stations. Responsibilities:Program Development.Schematic&Design Development.Role:Principal in Charge (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Business District Ponce De Leon&8th Street Entrance Gateway PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Coral Gables,Florida 2008 2008 (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE I X I Check if project performed with current firm e. The concept here was to not only treat the vehicular traffic in and out of the City... but more importantly... the pedestrians which cross this area every single day as they go to work,to shop and to dine. The book and monuments located to the East and West end of the Blvd. entrance contain a portal for all pedestrians to pass through, which gives them a sense of entry into something special and not seen anywhere. In turn these portals create and frame the street along with a two story clock tower at the median, establishing the focal point of the design.Role:Project Manager STANDARD FORM 330 (1/2004) PAGE 2 Page 49 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 1 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Bert Leon, RA, LEED AP Principal in Charge, Design Development a.TOTAL b.WITH CURRENT FIRM Principal Constructability Analysis 39 21 15.FIRM NAME AND LOCATION (City and State) RVL Architecture +Design, P.A.,Miami,Florida 16.EDUCATION (DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Master of Arts in Architecture - 1977 OF State of Florida, Licensed Architect Bachelor of Design in Architecture-- 1975 OF State of Florida,Certified General Contractor Associate of Arts- 1973 MDC 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) US Green Building Council, LEED Accredited Professional US Green Building Council(USGBC)Member International Energy Conference(SEIDE), Santo Domingo,Dominican Republic -Invited Panelist 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Business District Ponce De Leon&8th Street Entrance Gateway PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Coral gables,Florida 2008 2008 (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE X Check if project performed with current firm a. The concept here was to not only treat the vehicular traffic in and out o t e City... but more importantly... the pedestrians which cross this area every single day as they go to work, to shop and to dine. The book and monuments located to the East and West end of the Blvd. entrance contain a portal for all pedestrians to pass through, which gives them a sense of entry into something special and not seen anywhere. . In turn these portals create and frame the street along with a two story clock tower at the median,establishing the focal point of the design. Role: Principal in Charge (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Light House Sculpture PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach,Florida 2011 2011 (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE IXJ Check if project performed with current firm b' This is the City's 18th Art in Public Places(AiPP)project,which was unveiled during the 2011 Art Basel week. The sculpture is a modern interpretation of a beacon located in South Pointe Park,Miami Beach,at the entrance to the Port of Miami and Biscayne Bay. This 55-foot obstinate lighthouse is created as an accumulation of nineteen staggered disks,topped by an installation of moving lights at its peak. It sits on a concrete piling foundation with an internal structural core of steel trusses spanning vertically the full height of the sculpture,which in turn serves as support for the disks and top lantern. Role:Principal in Charge (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City 24 Residential Mixed-Use Development PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami,Florida 2006 2009 (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE Ix]Check if project performed with current firm C. 285,000 square feet, 15 stories, Mixed-use Residential and Commercial Project. Responsibilities included Program Development, Schematic & Design Development and Construction Administration Services. Project includes a multi- level Parking Garage at the building's pedestal; Ground and second floor commercial retail spaces; 117 residential units; Building lobbies and multiple amenities areas such as gym,recreational areas,and community rooms. Role: Principal in Charge (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Warren Henry Automobiles PROFESSIONAL SERVICES CONSTRUCTION(If applicable) North Miami, Florida 2015 Ongoing (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE [ j Check if project performed with current firm d ' 680,000 square feet, 7 story, multi function facility for Jaguar, Land Rover and Infinity. Responsibilities included Program Development, Schematic & Design Development, Construction Administration, and LEED Certification Services for the project. Facility includes: MIS Room; Showrooms; Administration offices; Multiple Conference and Staff Training Rooms; Service and Vehicle Diagnostic Areas;Centralized Energy Management System; HVAC Chillers with Ice Storage. Role: Principal in Charge (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Carlos Albizu University-Classroom& Science Lab Expansion PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Doral,Florida 2010 2012 (3)BRIEF DESCRIPTION (Brief scope,size,cost,etc.) AND SPECIFIC ROLE X Check if project performed with current firm e. The project scope consists of three different areas and scope. Scope 1 inclu es approximately 21,000 gross square feet (GSF) of classroom and lab expansion. Scope 2 includes roughly an area of 6,100 GSF of which will house additional classrooms, the Financial Aid Dept., the Registrar office and other miscellaneous rooms. Also included an interior area of about 7,200 GSF at the ground floor which will be used for the Lobby/Lounge area. Role:Principal in Charge STANDARD FORM 330 (1/2004) PAGE 2 Page 50 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 EXPEREINCE Evelio N. Horta,Ph.D., Geotechnical Engineer a.Total b.With Current Firm PE,GE 41 22 15.FIRM NAME AND LOCATON(City and State) Ardaman &Associates,Inc.,Hialeah,Florida 16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) BS Civil Engineer Florida Professional Engineer No.46625 MS Civil Engineer California Professional Engineer No.77531 Ph.D.,Geotechnical Engineer California Geotechnical Engineer No.2976 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 836-RSRR Westbound to Southbound HRFT Connection PROFESSIONAL CONSTRUCTION(if SERVICES applicable) Miami,FL 2008-2010 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firms Dr.Horta performed analyses of the central pier foundation settlements. Provided recommendations for stabilizing the footing and underpinning of the foundation based on the results of modeling of the structures using the Plaxis 3D program. The solution saved considerable time and cost minimizing traffic impact during the repair. Ardaman Fees: $2,000,000.00 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Plantation Key Wastewater Treatment Plant and Collection System PROFESSIONAL CONSTRUCTION(if Plantation Key,Florida SERVICES applicable) 2005 b 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firms The project includes a new wastewater plant for Plantation Key.Ardaman provided over 50 borings for the recommendations of the proposed structures,foundation and other geotechnical aspects of the project.Mr.Horta was Senior Geotechnical Engineer.Ardaman Fees: $14,800 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED I-20 Bridge at the Mississippi River,Louisiana-Mississippi DPT PROFESSIONAL CONSTRUCTION(if 2012-Present SERVICES applicable) 2012-Present (3)BRIEF DESCRIPTION(Brief scope,site,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firms c' The I-20 Bridge has been suffering displacements along the bridge alignment related to foundation movements on the Mississippi side of the river. Dr.Horta has served as Senior Geotechnical Engineer in charge of the numerical modeling of the river bluff and bridge foundations included within the 1800 x 2000 feet area of the Mississippi River.The analysis has been performed using two and tri dimensional numerical methods to provide repair and stabilization recommendations. Ardaman Fees: $3,000,000.00 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cityof Miami,ContinuingServices Contract PROFESSIONAL CONSTRUCTION(if SERVICES applicable) Miami,Florida ONGOING d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firms Dr.Horta is Project Manager for the City of Miami contract as Ardaman has been providing geotechnical engineering, construction materials testing,and hydrology services for more than 15 years,providing a variety of services on dozens of various public works and infrastructure projects.Ardaman Fees:Approx.$100,000 annually (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade County,Continuing Services Contract PROFESSIONAL CONSTRUCTION(if SERVICES applicable) Miami,Florida ONGOING e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firms Dr.Horta is Project Manager for the Dade County contract as Ardaman has been providing geotechnical engineering, construction materials testing and environmental sciences services to Miami-Dade County for more than 10 years,providing a variety of services on dozens of various public works and infrastructure projects. Ardaman Fees:Approx. $100,000 annually STANDARD FORM 330(6/2004) Page 51 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section£for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Rene I. Basulto Principal a.TOTAL b.WITH CURRENT FIRM 35 Years 22 years 15.FIRM NAME AND LOCATION(City and State) Basulto&Associates, Inc. 14160 Palmetto Frontage Rd. Suite 22 Miami Lakes, FL 33016 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Florida International University College of Engineering and Applied Sciences State of Florida Degree: Bachelor of Science in Mechanical Professional Engineer#40869 Engineering General Contractor#CG-C060225 Certification: Heating,Ventilation and Air Certified Plans Examiner#PX-0001324 Conditioning Certified Inspector#BN-0003018 Miami-Dade Community College Major:Associates in Arts Engineering Degree 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) State Registered Professional Engineer Arizona#34238, California#M30873, Connecticut#21536,Georgia#20104, Michigan#44669,New Jersey #GE-41573, New York#076194, North Carolina#26834, Ohio#E-64196, Pennsylvania#PE-056659-E,Virginia #GE-033350,Washington#0035526,Wisconsin#33718. U.S.Green Building Council LEED Accredited Professional#10349663 International Code Council Registered Mechanical Inspector#1239 Reg. Mechanical Plans Examiner#476 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) • (21 YEAR OMPLETED Miami-Dade Art Project at The South Miami-Dade Cultural Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2011 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. The coordination of mechanical, electrical, plumbing and fire protection systems for a new 800 seat theater. Representations of the owner thru-out the construction stage of the project those including weekly site inspections over a period of three years. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach—Beach walk II—Street Lighting PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 b. (31 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Electrical design, construction administration and inspection services for the installation of low level lighting along the pedestrian path of Miami Beach. (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Hialeah R.O.Water Treatment Plant-Well Site No. 11 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2014 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm This project included design of electrical service for water pump station with coordination of service connection to Florida Power and Light Company. (1)TITLE AND LOCATION(City and State) 121 YEAR OMPLETED Assurant Office Complex Street Lighting at 187th Street,Miami FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 (3)BRIEF DESCRIPTION(Brief scope.size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Street lighting and photometric site lighting design and drafting to comply with Miami Dade County Ordinances. Renovation of existing parking area to meet minimum illumination levels required by Miami-Dade County. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED e. Bank United S.W.8th Street Exterior Lighting,Miami,FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2012 Page 52 (3)BRIEF DESCRIPTION(Brief scope,size,cost.etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Design and drafting of the exterior lighting of Bank United's South West 8th Street branch. Design was part of complete bank renovation. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED West 16`h Avenue Street Lighting, Hialeah,FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2011 N/A f. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Electrical Design for West 16th Avenue Street Lighting. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Hialeah Section 26 Pump Stations 2010-2011 2013-2014 g. (3)BRIEF DESCRIPTION(Brief scope,size,cost.etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Electrical design and drafting for Hialeah Pump Stations#132, 133, 134, 135, 137, 138, 139, 140, 141, 142, and 144. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Fire Station No. 1,6,8&9 Generator Replacement PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 N/A h. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mechanical, Electrical and Plumbing design. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Metro Zoo Amphitheater PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 N/A j• (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE m Check if project performed with current firm Mechanical, Electrical and Plumbing design. (1)TITLE AND LOCATION(City and State) 12)YEAR OMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Miami Juan Pablo Duarte Park 2012 2014 131 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mechanical, Electrical and Plumbing design for existing parking lot re-lighting. (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade WASD 2010-2014 2010-2014 k. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE m Check if project performed with current firm Mechanical, Electrical and Plumbing design for Lift Station #767, Lift Station #064, Pump Station #140, Pump Station#430, Pump Station#427, Pump Station#7 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost.etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Page 53 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 Charles Yost Electrical Engineer a.TOTAL b.WITH CURRENT FIRM 25 years 20 years 15.FIRM NAME AND LOCATION(City and State) Basulto&Associates, Inc. 14160 Palmetto Frontage Rd. Suite, 22 Miami Lakes, FL,33016 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Florida Atlantic University,College of Engineering State of Florida Broward Community College,AS Certified Electrical Plans Examiner Certified Electrical Inspector 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training.Awards,etc.) International Code Counsel Registered Electrical Inspector Registered Electrical Plan Examiner 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED Fire Station No. 1,6,8&9 Generator Replacement PROFESSIONAL SERVICES CONSTRUCTION(If applicable) a. 2014 N/A (3)BRIEF DESCRIPTION/Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mechanical,Electrical and Plumbing design. (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED Metro Zoo Amphitheater PROFESSIONAL SERVICES CONSTRUCTION(If applicable) b. 2012 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mechanical,Electrical and Plumbing design. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED City of Miami Juan Pablo Duarte Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2014 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mechanical,Electrical and Plumbing design (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED City of Coral Gables Tennis Courts PROFESSIONAL SERVICES CONSTRUCTION(If applicable) d. 2010 2010 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mechanical,Electrical and Plumbing design for existing parking lot re-lighting. (1)TITLE AND LOCATION(City and State) 121 YEAR C MPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Hialeah Street Lighting Projects 2010-2011 2013-2014 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE m Check if project performed with current firm Electrical design and drafting for roadway lighting for West 16th Avenue, West 18th Avenue, West 53rd St. between West 8th Ave. &West 12th Ave., Southeast 4th Street, East 13th Street, West 80th Street, 138th Street, East 63rd Street to East 65th Street, East 7th Street—9th Street lighting in the City of Hialeah. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade WASD 2010-2014 2010-2014 f. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mechanical, Electrical and Plumbing design for Lift Station #767, Lift Station #064, Pump Station #140, Pump Station#430, Pump Station#427, Pump Station#7 (1)TITLE AND LOCATION(City and State) (21 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) g. Miami-Dade Art Project at The South Miami-Dade Cultural Center 2011 2011 Page 54 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm The coordination of mechanical, electrical, plumbing and fire protection systems for a new 800 seat theater. Representations of the owner thru-out the construction stage of the project those including weekly site inspections over a period of three years. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 8th PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Bank United S.W. Street Exterior Lighting,Miami,FL 2012 2012 h. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Design and drafting of the exterior lighting of Bank United's South West 8th Street branch. Design was part of complete bank renovation. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Hialeah R.O.Water Treatment Plant-Well Site No. 11 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2014 ( 131 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm This project included design of electrical service for water pump station with coordination of service connection to Florida Power and Light Company 111 TITLE AND LOCATION(City and State) (21 YEAR COMPLETED Assurant Office Complex Street Lighting at 187th Street, Miami FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 (31 BRIEF DESCRIPTION(Brief scope.size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm '' Street lighting and photometric site lighting design and drafting to comply with Miami Dade County Ordinances. Renovation of existing parking area to meet minimum illumination levels required by Miami- Dade County. (11 TITLE AND LOCATION(City and State) (21 YEAR OMPLETED City of Miami Beach—Beach walk II—Street Lighting PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 k (31 BRIEF DESCRIPTION(Brief scope,size,cost.etc.)AND SPECIFIC ROLE m Check if project performed with current firm Electrical design, construction administration and inspection services for the installation of low level lighting along the pedestrian path of Miami Beach. (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (31 BRIEF DESCRIPTION(Brief scope.size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Page 55 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 William O. High, PLS Chief Surveyor,Owner a.TOTAL b.WITH CURRENT FIRM 47 25 15.FIRM NAME AND LOCATION(City and State) High Surveying and Mapping, 12360 S.W. 132nd Court,Miami Florida 33186 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) AA degree,Miami-Dade Comm.Col. Professional Surveyor No.4632,State of Florida 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training.Awards,etc.) Member ACSM 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Brickell City Center, Miami, Fl PROFESSIONAL SERVICES CONSTRUCTION(If applicable) ongoing ongoing a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm General surveying services for general contractor(construction layout,quality control,As-built surveys (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Miami(Perez)Art Museum PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 2015 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project perform with current firm General surveying services for general contractor(construction layout,quality control,As-built surveys) (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Brickell Icon, Miami, Fl PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 c' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm General surveying services for general contractor(construction layout,quality control,As-built surveys) (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Old Homestead police station, Homestead, Fl PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2016 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed •th current firm Survey of 2 city blocks around the old Homestead police station (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED New Homestead police station, Homestead, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) ongoing ongoing e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Survey of 4 city blocks before and during construction of the new police facility (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Homestead Baseball Complex PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 f. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E i Check if project performed with current firm Complete survey of 138 acre Homestead Baseball Complex (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Trump Towers 1,2,and 3,Sunny Isles, Fl PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2010 9• (3)BRIEF DESCRIPTION(Brief scope,size.cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm General Surveying services for general contractor(construction layout,quality control,As-built surveys) (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Sunset Strip Shopping Center, Miami Fl PROFESSIONAL SERVICES CONSTRUCTION(If applicable) h 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Complete Boundary/Topographic Survey of entire shopping Center (1)TITLE AND LOCATION(City and State) (21 YEAR OMPLETED The Crossings Shopping Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 I. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed with current firm Complete survey of entire shopping center Page 56 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Baptist Hospital, Homestead, Fl PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 i• (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Helicopter pad survey of everything within 1,000 feet of helicopter landing pad (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Homestead Bowling Center, Homestead, Fl PROFESSIONAL SERVICES CONSTRUCTION(If applicable) k 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑X Check if project performed with current firm Complete survey of the site for a planned Hyundai dealership (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Brickell City Center,Miami, Fl PROFESSIONAL SERVICES CONSTRUCTION(If applicable) j 2015 2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE tEl Check iif project performed ith current firm Layout of interior components(walls,staircases,elevators,escalators)for buildout of a proposed Saks 5th Avenue store Page 57 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 Lisa H. Hammer Horticultural/Arboricultural Consultant a.TOTAL b.WITH CURRENT FIRM 35 29 15.FIRM NAME AND LOCATION(City and State) Lisa H. Hammer, Horticultural Consultant,Miami, FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S.Agriculture, Major in Fruit Crops,Specialization Tropical N/A Agriculture M.S. Biology, Pollination Ecology 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Society of Consulting Arborists, Registered Consulting Arborist#333 International Society of Arboriculture, Certified Arborist#SO-0758 International Society of Arboriculture,Qualified Tree Risk Assessor State of Florida Certified Pest Control Operation JF89007 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Miami-Dade County Parks—Greynolds Park,Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) x (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE CI Check if project performed with current firm a. Evaluation of potential impacts of proposed construction on existing trees. Evaluation of proposed tree removal of historic incinerator structure. (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Town of Golden Beach PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE CI Check if project performed with current firm b. Evaluation of turf and plant conditions in town parks. Recommendations for treatment/management plan. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Museum Park,City of Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ZCheckifprojedperformed with current firm Consult with landscape architects regarding species selection. Development of landscape maintenance specifications. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Gibson Park,City of Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I]Check if project performed th current firm Survey&Evaluation of existing trees (1)TITLE AND LOCATION(City and State) (2)YEAR OMPLETED Bayfront Park,City of Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2007 e (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑x Check if project performed 'th current firm Survey& Evaluation of existing trees. Page 58 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects. if not specified. 1 Complete one Section F for each project. 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Beachwalk II, Miami Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing 2014(Phase 1) 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Mr.Jose Velez (305)673-7000 Ext.6833 Office of Capital Improvements JoseVelez ta(�.miamibeachfl.gov 1700 Convention Center Drive Miami Beach, Florida 33139 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) A continuation of the City's original Beachwalk project, the . `'-0'.�,( t t, Beachwalk II is planned to connect Lummus Park to the pedestrian .'> ..w�� _ _� 1. -r.-. om` q _ path at the Continuum properties, south of South Pointe Drive. The � ..,.__- , ', t. path encompasses 5 blocks, connecting 3 vital parks within the City's r- , South of Fifth neighborhood. The $4M Beachwalk path will serve to .t ,ai _: 'fr , ', .4`<,a energize the coastal development within the South of Fifth area while :- - �� ,► .�« , ,;.-%';,.., ' s also formalizing the existing hardpack area between 5th Street and ,- 1r South Pointe Drive by encompassing: _ y 'i'^' rT ,7;"r..�' ., ''`'� - _,:-.,:ie i :�'x `, 4 • Three (3) o en s ace arks Lummus Mao Stoneman ,, t, P P P rJrY ,, w` w J Douglas,and South Pointe) lt ,,_ $. ,,� • The South of Fifth neighborhood w e- 21: ` r s • Coastal dune improvements and controlled beach access points x • Coastal Systems is responsible for the planning, design, and .__ ", l Fc regulatory permitting for the project,along with AECOM,a landscape . `.'Y r c *41`"` architecture and urban planning sub-consultant. Preliminary designs ? N - ' h were completed with renderings for public meetings. The project has a t.. .17%�, 4 been phased to account for adjacent property owners in the northern g,,,," . ? `;z> section of the project. Construction of Phase 1 was completed in a a+ F ; ��, October of 2014,and CCCL permitting for Phase 2 is progressing. '°` ;; r dr 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE a. Coastal Systems International Coral Gables, FL Coastal Permitting Civil Engineering (1)FIRM NAME (2)FIRM LOCATION (3)ROLE b. Basulto&Associates Miami Lakes, FL Lighting Design STANDARD FORM 330(1/2004)PAGE 3 Page 59 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 2 • Complete one Section F for each pro'ect. 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Jose Marti Park, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2008 2008 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Mr. Robert Hatton (305)416-1261 444 SW 2nd Ave. rhatton(amiamigov.com Miami, FL 33130 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) -77"'7 e '‘ Coastal Systems provided civil engineering services for Ithe Jose Marti Park as part of the design team led by 1701 r Zyscovich.These services include the design of a drainage system for a 1-acre site located partially below Interstate 95. The $10.4M design consisted of a drainage well to contain the stormwater runoff from the new building/gymnasium. • " The remaining site stormwater runoff was managed by using 38- linear feet of exfiltration trench system and s: I!'various dry retention areas. Paving, grading and stormwater management plans were prepared, that I included right-of-way improvements for southwest 5th Street. Coastal Systems also provided water and sewer design to service the new building/gymnasium. The design included over 2,200 linear feet of 8-inch water main with fire, domestic and irrigation service. A new 6-inch sanitary sewer line was connected to an existing sanitary manhole to service the new building. Construction administration services were also provided. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE a• Coastal Systems International Coral Gables, FL Civil Engineering STANDARD FORM 330(1/2004)PAGE 3 Page 60 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 3 Complete one Section F for each .ro'ect. 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Kennedy Park Shoreline Stabilization &Dock Replacement, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2010 2012 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Mr. Carlos A.Vasquez (305)416-1206 444 SW 2nd Ave. 8th Floor cavasquez@miamigov.com Miami, FL 33130 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) (Coastal Systems evaluated the existing shoreline condition and designed improvements for Kennedy Park, a 4.12 acre park fronting Biscayne Bay. The improvements along the 1,640 linear foot shoreline included removal of debris, accumulated sediment, _ and exotic/invasive plant species. Shoreline stabilization with native species, including mangroves, was incorporated where .1- 'a s` t a feasible and lateral branch trimming of mangroves was specified , � ' ,rte: � „��t II c i_„v, ,�;�, to improve views of Biscayne Bay. Coastal Systems also designed a replacement for the dinghy dock used to support l sailing regattas. Coastal Systems' biologists conducted the mangrove assessment and performed the seagrass delineation, while our engineers designed the shoreline stabilization improvements and dock i replacement. In f t I house project I t, Ott. managers secured permits for the shoreline work, as well as the dock -1 i f I replacement. The permitting process was complicated by the presence of 1r At? � r - seagrass beds, mangroves, and shallow water depths. Coastal Systems — -;-• - ..- I designed the replacement dock so it minimized seagrass and mangrove impacts,while taking advantage of existing bathymetry. "'— _ _ -- Environmental permits from the U.S. Army Corps of Engineers, Florida �� '1 Department of Environmental Protection, and Miami-Dade County DERM l T , were obtained in 2012. Coastal Systems also assisted the City of Miami with processing the Florida Inland Navigation District (FIND) grant for project construction. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE a. Coastal Systems International Coral Gables, FL Environmental Permitting, Coastal Engineering, Marine Structural Engineering STANDARD FORM 330(1/2004)PAGE 3 Page 61 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. Com.lete one Section F for each pro'ect.) 4 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED John D. MacArthur Beach State Park, Palm Beach County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2007 2011 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Florida Department of Environmental Protection Mr. Fredrick Hand (850)245-2684 3800 Commonwealth Blvd.Suite 155/160 fred.hand@dep.state.fl.us Tallahassee, FL 32399 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) 7"'...." .., „t.. ,: „< ' Coastal Systems designed the docking facility for the John D. MacArthur ` 1 . ^\x f . Beach State Park on Munyon Island in Palm Beach County.A preliminary s ",t,,,,.•,,* design report was prepared for Palm Beach County based on hydrographic ,, '" .. ' and marine resource surveys conducted by Coastal Systems. Three r —,,f', , 4 alternatives designs were prepared to optimize dock layouts and wave }•" . - _ attenuation structures.Construction cost estimates and an engineering report • -,'-'•—•--7-1"-----"r"—• „ was prepared. 411 Coastal Systems .. : * .._ was then retained M, bythe Florida t •,*?,.1`::: )°'-` �: Department of Environmental Protection (DEP) Parks to complete the final i k� y--�•-�-- �, . �' -#u ■!•t<>r 1m_ engineering design and prepare construction documents for the selected option. , .._.,_ The final design consisted of a pile-crib breakwater for wave attenuation under - - '” 1 the access dock that connects to the shore on the west side of the island with a 20-slip floating dock facility.The pile crib breakwater extends approximately 130 feet from shore under the dock and serves three purposes: 1)approach pier for public access to the floating docks,2)wave attenuation for wind-generated waves and boat wakes,and 3)habitat for marine resources.A statistical analysis was conducted to provide wave characteristics(height,period)for the design of breakwater with respect to the selected 25-year coastal storm return period. "' i .� Wave forces were calculated for the structural design of the piles,caps,and slabs that e4 ", # ' 4 , support the pier structure. Wave transmission studies were conducted to specify ` ,' s� '1s. ..� F ,- characteristics and geometry of the rock to be placed in the crib for optimum wave attenuation.Details for structural precast piles,caps,and slabs were developed due to the remote island construction.Fiberglass grating was specified to span concrete slabs along - the pile-crib structure to provide a composite design, to relieve uplift pressures from storm wave action and to provide light penetration for seagrass. The design provides '' ADA accessibility slips,as well as a slip for maintenance vehicles. ` . r Coastal Systems performed pre/post construction surveys of the adjacent seagrass beds, .. ; and is performing the seagrass monitoring over the five-year period. Coastal Systems worked with the DEP to modify the seagrass monitoring conditions to reduce monitoring costs over the five- ear monitorin: $eriod. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE a. Coastal Systems International West Palm Beach, FL Marine Structural Engineering, Biological Monitoring STANDARD FORM 330(1/2004)PAGE 3 Page 62 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 5 Corn.lete one Section F for each •ro'ect. 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Museum Park, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE City of Miami John De Pazos NUMBER Capital Improvements Program (305)416-1094 444 S.W.2 Avenue,8th Floor jdepazos@miamigov.com Miami, Florida 33130 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) __ Museum Park was planned by the City of Miami as a waterfront revitalization of the 40-acre park in the heart of downtown on - L. Biscayne Bay. Coastal Systems was part of the multi-disciplined =" = _ , consultant team led by Cooper Robertson and Partners to design approximately 24 acres of Park space. The $9.5M Park will •� — incorporate a waterfront promenade and Baywalk along with ~' s • 4 .:''� fountain, terrace, and plaza elements. The Park was developed in �� phases. The large vessel mooring facility, designed and permitted by 4s. - Coastal Systems within the existing basin adjacent to the American 4 *i= Airlines Arena,is complete. The City divided the park into further phases,which were outlined to implement portions of the park incorporated into the master plan, and then provide open green space for future park improvements. The Phases were outlined as 1)Utility services for the museums and park along with the entrance at 11th Street; 2)Baywalk and park green space, and 3)Promenade—adjacent to the proposed art and science museums. Coastal Systems was retained by the City to be the prime consultant for the phased-approach to the park approach, and managed sub-consultants EE & G for environmental remediation, Savino Miller for Landscape Architecture, and Basulto Associates for lighting. Coastal Systems compiled the construction documents and assisted the City in the bid process,and construction administration services were provided that included on-site Resident Project Representative(RPR)services. Coastal Systems provided civil engineering and environmental permitting services for the park based on the approved master plan and park program. The stormwater management system consists of a combination of exfiltration trenches,retention area within the park,deep injection drainage wells and outfalls to the bay. The engineering design required close coordination with the design team of planners, architects and landscape architects to meet the design objectives and program for the park. The stormwater system was designed to meet the stringent guidelines for treating stormwater runoff on-site for this waterfront park that is adjacent to the environmentally sensitive Biscayne Bay. An Environmental Resource Permit (ERP) was processed through the Miami-Dade County Department of Environmental Resource Management (DERM) for the stormwater management system. Coastal Systems also prepared and processed the NPDES and FDOT Permits for the project.Potable water and sanitary sewer utility services were also designed for the Park. Service connections were coordinated with Miami-Dade County WASD which included the preparation of documents for the service agreement with the City. Easements for the new water lines,includin: fire h drants,were established and desi: ed. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE a. Coastal Systems International Coral Gables, FL Civil Engineering Environmental Permitting (1)FIRM NAME (2)FIRM LOCATION (3)ROLE b. Basulto &Associates Miami Lakes, FL Lighting Design (1)FIRM NAME (2)FIRM LOCATION (3)ROLE Ardaman &Associates Hialeah, FL Geotechnical Engineering Page 63 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency. or 10 projects, if not specified. 6 Com.lete one Section F for each .ro'ect. 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED North Beach Recreational Corridor(NBRC), Miami Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2009 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Ms. Elizabeth Wheaton (305)673-7080 x 6121 Division of Environmental Resource Management ElizabethWheaton@miamibeachf 1700 Convention Center Drive I.gov Miami Beach, Florida 33139 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The NBRC Project incorporates 15 blocks and is being integrated into the greater `` y# ., alternative transportation trail system of the City and region to connect } atk businesses, residential areas, schoolsparks and beaches. This multi-purpose .....�„,� ..� > purpo •-.7----t::1*... I l public access corridor traverses along the western edge (upland side) of the `, beachfront sand dunes and represents completion of a significant phase of the y t City's Beachfront Management Plan. The $6M on-grade corridor serves to energize the coastal neighborhoods between 64th Street and 79th Street by ry encompassing: • Three parks(Allison,Band Shell and North Shore Open Space) �� . , • The Ocean Terrace Business District a • Private Residences in the historic Altos Del Mar neighborhood • Two miles of coastal dune improvements and controlled beach access points • Connections to businesses on Collins Avenue Coastal Systems was responsible for the planning, design, and regulatory permitting for the project, along with EDAW, a landscape architecture and urban planning subconsultant. Preliminary designs were completed with renderings for public meetings.The project team worked with the City, property owners, and other interested parties to establish a "vision" for the project. A Basis of Design Report (BODR)was prepared to document the visioning and goals for the project. Several value-add revisions were incorporated throughout the design process, including the routing of the corridor into the business district of Ocean Terrace to increase pedestrian traffic to local restaurants and businesses.This alternative reduced construction costs and impacts to the existing coastal dune vegetation. A coastal engineering analysis was conducted to evaluate potential coastal storm impacts to the path and ensure that impacts to the beach- dune system were minimized through appropriate siting and design based on Florida Department of Environmental Protection (DEP) requirements.Innovative path materials consisting of colored,frangible concrete and a cement-stabilized sand base were developed for the project.Additionally,a light fixture was custom designed that combines compliance with stringent marine turtle lighting restrictions,public safety criteria and City standards for ease of maintenance.Dune restoration plans were developed to remove exotic species,add native salt- tolerant dune vegetation and increase the dune profile for greater storm protection. The plan introduces Palms, Sea Grape and Silver Buttonwood trees at select locations along the path to provide shade and to serve as a wind buffer. Temporary and permanent irrigation were also incorporated into the design,as well as signage and other educational features that highlight the diversity and value of the coastal ecosystem. Coastal construction permits from the DEP for the path and dune enhancements were successfully negotiated; specific engineering and environmental criteria that were addressed include structural design adequacy and confirmation of no net adverse impact to the beach/dune system,adjacent properties,native salt-tolerant vegetation,and marine turtles. Construction plans and specifications were prepared for the"Best Value Procurement"process due to the complexity and environmental sensitivi of the .ro'ect.Coastal S stems srovided construction administration services,and construction was com.leted in earl 2009. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE a. Coastal Systems International Coral Gables, FL Coastal Engineering, Environmental Permitting (1)FIRM NAME (2)FIRM LOCATION (3)ROLE b. Basulto&Associates Miami Lakes, FL Lighting Design Page 64 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 7 Com.lete one Section F for each .ro' ct. 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Pinetree Park, Miami Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2012 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Mr.Jose Velez (305)673-7000 Ext.6833 Office of Capital Improvements JoseVeiez@miamibeachfl.gov 1700 Convention Center Drive Miami Beach, Florida 33139 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Coastal Systems completed a feasibility study to evaluate opportunities for mangrove \ ..a__ ..- .. wetland habitat improvements and recreational water access enhancement along the L :" Pinetree Park shoreline on Indian Creek. Initial field investigations were conducted ;�,. Y : 4.,_ '! 'o o' including topographic and hydrographic surveys as well as marine resource and _ .: : --4 ,-;4_=:: wetland/terrestrial vegetation mapping. Concepts were prepared for the City to T I. 4i .t review that included lagoons, mangrove planters and kayak launching areas. The City selected a single kayak launching area option that includes exotic vegetation , , , xry-. ," _t, removal to promote native vegetation growth along the shoreline. Coastal Systems designed the kayak launching area with a unique vinyl bulkhead system that - incorporates an architectural fascia.The ramp was designed with geotextile materials and a ramp is provided for Americans with Disabilities Act (ADA) access to the launching area. Environmental permits were obtained from the U.S. Army Corps of Engineers, ti ,`. .4 fi I M Florida r 11 h : -.r , . Department of r Environmental - Protection and _�, . * - Miami-Dade County Department of x:;� "", `'= Environmental Resource Management. In addition, Coastal s,::z _ Systems assisted the City in securing funding for the Project !" from the Florida Inland Navigation District. Construction plans were prepared, and construction was completed in .• _ " ''''''14"- 2012.The total cost of the project was$200,000. .- 1„.1, ''-. - y 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE a. Coastal Systems International Coral Gables, FL Coastal Engineering, Environmental Permitting Page 65 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects; if not specified. 8 Com.lete one Section F for each .ro ect. 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Rickenbacker Causeway Recreational Area, Miami-Dade County, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2009 2010 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE Miami-Dade County Public Works Department Ms.Svetlana Moorey, P.E. NUMBER 111 N.W. 1st Street, Ste. 1510 (305)3754863 Miami, Florida 33128 lana@miamidade.gov • 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope, 74,10 size,and cost) { The Rickenbacker Causeway connects Key Biscayne to downtown Miami, illy s crossing historic Virginia Key and the artificial Hobie Island. The Causeway serves as an important transportation corridor,but also has approximately 2.5- x_ miles of recreational shoreline. These popular beaches are favorites for swimming and water sports including kayaking,kite boarding,sailing and wind surfing. Coastal engineering analyses were completed to determine winds, - ; waves and sediment transport along the Project shoreline. Designs were == developed for shoreline stabilization including rock revetment, mangrove planter and beach nourishment stabilization. The beach nourishment was designed to avoid impacts to sensitive seagrass beds immediately adjacent to the Project shoreline. Sand sources were evaluated based on geotechnical analyses to determine the most economical and compatible beach fill. The beach restoration project includes upland paving and grading as well as stormwater management improvements. Field investigations were completed including hydrographic surveying and beach profiling. Marine resource (seagrass) surveys were conducted, as well as upland native and exotic vegetation mapping. The field data was utilized to design a beach restoration project that included upland paving and grading as well as stormwater _ management improvements. The $6M project combines an extensive upland ' exotic vegetation removal effort with replanting of native salt-tolerant species. In addition, mangrove planters were designed to enhance the shoreline and protect existing mangrove vegetation. Environmental regulatory permits for the project were processed through Miami-Dade Department of Environmental Resources Management (DERM), -"'- the Florida Department of Environmental Protection (DEP) and the U.S. Army Corps of Engineers (Corps). Coastal Systems prepared construction plans and + specifications in conjunction with funding constraints and prioritized project r elements established by the County.Construction was completed in 2010. • f,. . 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE Coastal Systems International Coral Gables, FL Coastal/Civil Engineering a. Environmental Permitting Hydrographic Surveying (1)FIRM NAME (2)FIRM LOCATION (3)ROLE b. Rosenberg Gardner Design Miami, FL Landscape Design (1)FIRM NAME (2)FIRM LOCATION (3)ROLE c. Ardaman&Associates Hialeah, FL Geotechnical Engineering STANDARD FORM 330(112004)PAGE 3 Page 66 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 9 Complete one Section F for each pro"ect.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Soundscape Park, Miami Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2011 2011 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE City of Miami Beach West 8 New York NUMBER Public Works Department Ms.Jamie Maslyn-Larson (212)285-0088 1700 Convention Center Drive j.maslyn@west8.com Miami Beach, Fl 33139 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCETO THIS CONTRACT Include Sc. e,size,and cost) �4 ti`a ,:S• h , "0 a. - Y ce; ,c , d ivit ., ,,,,I "',-, . ,:*-`:-.4**.'4 -4 ',',:""s, ' 1,:lb,, ,,,.,,,.., „. ,, 5 y�: I. Ili -- "t , ,..- r '.�• ,1• �+ a.-.7_ { I-� ! Wig,steo. ` - Mme.$- - ..* - •� - 111+ .. yq� .� ti �y a 3' Built on the site of a former parking lot, Miami Beach Soundscape Park's $13M design modified the existing topography to create an unfolding,undulating sequence of spaces. Beyond the functional role of providing adequate drainage, the topography, combined with the circulation and planting, contributes significantly to the character of the space and is intended to create the feeling of a space larger than its actual size. Subtle undulation maximizes the sense of anticipation as one walks through the site, capturing views of the new World Center,ultimately arriving at the Mary and Howard Frank Plaza, and creates spaces for both intimate and large gatherings. Coastal Systems provided site/civil engineering services as part of the multi-disciplined design team led by the Dutch architectural firm,West 8. Coastal Systems completed the stormwater management design for the site,and processed the Class II permit through the Miami-Dade County Department of Environmental Resource Management(DERM). In addition,water and sanitary sewer services were design for the site. The site/civil design was coordinated with the adjacent right-of-way design for Lincoln Lane, 17th Street,and Washington Avenue;which included a bus stop relocation. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION (3)ROLE a. Coastal Systems International Coral Gables, FL Civil Engineering Environmental Permitting (1)FIRM NAME (2)FIRM LOCATION (3)ROLE b. Rosenberg Gardner Design Miami, FL Landscape Design STANDARD FORM 330(1/2004)PAGE 3 Page 67 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY NUMBER QUALIFICATIONS FOR THIS CONTRACT 10 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED South Pointe Park Rehabilitation PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2016 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Jorge Rodriguez 305-673-7071 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) RGD prepared a report and plans for rehabilitation of an existing 10-acre park at the south end of Miami Beach. The report was a detailed analysis of the soil and landscape design deficiencies that impeded proper growth of the landscape. The report contained an in-depth plan for remediation. RGD coordinated rehabilitation efforts and provided for intricate phasing of construction activities to allow for continued use of the park, and performed extensive construction administration services. RGD conducted bi-weekly OAC meetings and performed all aspects of project oversight including approvals of pay requests and change orders as well as the typical duties of reviewing of the installation. y - m a' . - et. % t Al i ''V" ,t*a ' i l' ' ::----'-' --,,-•:Ii"..r." •I--;..2 kw, ,,., .1,,daj? i ilc a l lfl6191yp8 ,.moi la,fve ,w . 1 1 �� • /v 'ii 11;g ,r / %. - , w- . . i - iii __„,-,.. 16.! , _j ... , . . . • _ . _ ROSENBERG R '"� C7VRE GARDNER `. DESIGN ‘I'' 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE Rosenberg Gardner Design 17670 N.W. 78 Ave., Suite 214 Landscape Architecture a. 305-392-1016 Miami, FL 33015 STANDARD FORM 330(6/2004)PAGE 1 Page 68 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 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 R.Harvey Sasso,P.E. Principal-in-Charge X X X X Andres Perez,P.E. Project Manager X X X X X X X X Penny Cutt Environmental/Permitting X X X X Director Jordon Cheifet, P.E. Senior Coastal Engineer X X Adriana Cabrera Environmental/Permitting X X X X Department Head Orestes Betancourt Civil Designer X X X X X X X Vanessa Benzecry,E.I. Marine Structural Engineer X X Lester Sanchez Field Technician X X X Sandra Rahman GIS Analyst X X X X X Aaron Boehning Hydrographic Surveyor X X X X Ken Gardner,ASLA, Principal Landscape X X X LEED Architect T.Kiehl Semler Project Manager— Landscape Architect Bert Leon, RA, LEED Architect AP Nestor Vega,RA, Architect LEED AP Evelio Horta, P.E. Geotechnical Engineer X X Rene Basulto,P.E. Mechanical Engineer X X X Charles Yost Electrical Engineer X X X William High,PLS Land Surveyor Lisa Hammer Horticulturist/Arboriculturist 29.EXAMPLE PROJECTS KEY No. TITLE OF EXAMPLE PROJECT No. TITLE OF EXAMPLE PROJECT(FROM SECTION F) (FROM SECTION F) 1 Beachwalk II, Miami Beach,FL 6 North Beach Recreational Corridor, Miami Beach,FL 2 Jose Marti Park, Miami,FL 7 Pinetree Park, Miami Beach,FL 3 Kennedy Park, Miami, FL 8 Rickenbacker Causeway Recreational Area, Miami-Dade County,FL 4 John D.MacArthur Beach State Park,Palm Beach 9 Soundscape Park, Miami Beach, FL County,FL 5Museum Park, Miami, FL 10 South Pointe Park Rehab, Miami Beach,FL STANDARD FORM 330(1/2004)PAGE 4 Page 69 H.ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. Coastal Systems International, Inc. (Coastal Systems) has an established reputation for planning effective strategies and delivering complex projects in coastal and other waterfront environments. For over 20 years, Coastal Systems has helped clients realize their vision by engineering cost-effective solutions in the design of marinas, beaches, coastal structures, environmental and habitat enhancements, public space improvements and other specialized projects. We have amassed significant experience in completing projects with unique designs and requiring construction under challenging conditions. From initial field investigations in hydrographic surveying and marine resource assessments through environmental impact assessment, regulatory permitting, design and construction,we provide clients with a field-to-finish solution. Coastal Systems began as a specialized coastal engineering and regulatory permitting firm in South Florida in the mid 1980's. Over the years,the firm has expanded our professional services provided to include: • Coastal Engineering • Waterfront&Marinas • Civil Engineering •Regulatory Permitting • Coastal Resilience • Marine Environmental • Site Investigations • Destination Planning and Development • Construction Management As part of our business growth strategy in Florida, Coastal Systems opened regional offices in West Palm Beach in 2007 and Tallahassee in 2015. These offices are fully staffed to serve clients in South, Central and North Florida. The company maintains a diversified staff of 30 individuals, including specialized Project Managers, Engineers, Marine Scientists, and Surveyors. Our team is dedicated to serving clients with a multi- disciplined approach, while ensuring diligent and personalized service. The firm is uniquely organized with field investigation, engineering and environmental/permitting teams to provide all of the technical elements required for coastal and waterfront project implementation. I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of true facts. 30.SIGNATURE 32.DATE June 20, 2016 33.NAME AND TITLE Andres Perez, Engineering Department Head STANDARD FORM 330(1/2004)PAGE 5 Page 70 o- " Via- ,aq1' ':!:-,i,.;:.):,-7-!,- a , 8.�,r •0. ./V- N-0 -T,VIOK�*.' !!41 x u. 1't ,....,,,,r...; 30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. Rosenberg Gardner Design (RGD) has been providing Landscape Architectural Services in South Florida for over 30 years. Our projects include parks, commercial centers, office complexes, residential communities, medical facilities, streetscapes, parking garages and municipal projects. Ken Gardner LEED, AP, Principal, will serve as Principal In Charge for Landscape Architectural services. Ken has 24 years of direct experience in all phases of landscape architecture from master planning to preparation of contract documents and contract administration. In 1996, Ken became a partner in RGD, responsible for planning and design. He has acted as the prime consultant on many projects, coordinating the efforts of consultants, architects and engineers. His knowledge of contracting methods with respect to landscape and irrigation, paving and drainage, specialty paving and landscape lighting enables him to prepare plans that are easily "constructible." His understanding of local materials, availability and skill levels of local contractors and his responsiveness in dealing with the contractors during construction phases, brings complex projects in on time and within budget. RGD has several award winning projects. In 2011, we won the Outstanding Project of the Year from the American Society of Civil Engineers for the NW 25th Street Viaduct along the Palmetto Expressway. RGD also was the local landscape architect for Miami Beach Soundscape Park, which won the 2011 Frederic B. Stresau Award of Excellence from the American Society of Landscape Architects. Ken is LEED certified and has completed numerous projects that received awards from the U.S. Green Building Council. RGD prides itself in completing all work on time and within the specified budget. Estimates of time are provided for all aspects of production prior to commencement. Further, in an effort to ensure that work will be within the specified budget, accurate cost estimates are provided at every step of work. RGD currently employs 2 Licensed Landscape Architects, 1 Landscape Designer and 1 Administrative personnel. I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of true facts. 30.SIGNATURE 32.DATE tL , 1� 6/8/16 33.N' EAN Ke Ganresident STANDARD FORM 330(1/2004)PAGE 5 Page 71 H.ADDITIONAL.INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH SHEETS AS NEEDED. RVL Architects + Design, P.A. (RVL) is a local firm based in Miami-Dade County, founded in 1995 with offices at 13280 SW 131S` Street, Suite 107, Miami, Florida 33186. Our design philosophy has been to give our clients quality Architectural designs coupled with economically feasible solutions, delivered within the narrowest time schedules. This philosophy, together with our performance and excellent working relationship with our clients,has been the corner stone of the triumphal development and financial success of many of our previous projects. This relationship has contributed to having over 80 percent of our workload being derived from repeat business. Over the past 20 years, RVL team has worked extensively and effectively in the private and public sectors where delivering quality projects. The core staff of the Firm comprised of its principals and associates have practiced together for many years. The principals in the Firm include: Segisberto(Bert)Leon,RA/LEED AP, member since 1995; Nestor Vega, RA/LEED AP, member since 1995; senior associate Eric Vazquez, RA/LEED AP,member since 1995. Individually, our Principals have over 30 years of experience in architecture and the Firms expertise include master planning, design, construction document development, construction administration, code compliance, constructability analysis, product evaluation and selection, quality assurance and control, fast-track construction,design-build projects, space planning and LEED project certification. Our staff understands the critical importance of adopting an approach that fits each project individually,based on thorough knowledge of local standards,conditions and permitting requirements and constraints. During the years we have gained extensive knowledge and experience in a wide variety of building types such as office buildings, retail/commercial,parking structures,auto dealerships, industrial, sport facilities,hi-rise residential, mid-rise mixed use,educational and hotels. Each of our designs responds to the specific needs of the Client and the individual character of a particular project and/or condition as well as to its surroundings. Currently we have a staff of 7 employees, which includes architects,project managers,CADD operators and support staff. We all understand and worked with tight financial and time constrains, which has been the heartbeat of most clients/developer's operation. The flow of information becomes a critical component in establishing timely and correct decisions. RVL has experience with New, Mixed-Use structures as well as with Additions, Renovations and Space Planning projects. Our firm has designed and executed numerous multi-function projects within the established project scope. • sgTT* h • 111 • e7�,} .;.r A ,!' ?sof rS:;r` ,• 1* •il.aaa Coral Gables , .: Business Entrance II Ionarats South Point Park Light House Normandy Shores Pavilion Concept Study I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31.SIGNATURE 32.DATE ‘'d June 10, 2016 33.NAME AND TITLE Nestor Vega, Principal STANDARD FORM 330 (1/2004) PAGE 5 Page 72 Andaman&Associates,Inc. H.ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. Company Introduction Andaman&Associates,Inc.is one of the largest geotechnical,environmental,and materials engineering firm's in Florida. Since ifs founding in Orlando in 1959, the company has grown to staff of nearly 400 professional engineers, scientists, technicians, drilling personnel, technical assistants and support staff. This broad base of experience enables our staff to satisfy the demands of any project,anywhere. We currently serve from our corporate headquarters in Orlando, 10 branches throughout Florida and 3 branches in Louisiana. In 1975,after the passing of Dr.Ardaman,the core of the management group,headed by Dr.Anwar EL Wissa,assumed leadership of the company. Upon Dr.Wissa's passing,the company is now led by Dr. Nadim F. Fuleihan. In 2002,the company merged with Tetra Tech Inc., a national infrastructure and environmental engineering company, and is a wholly owned subsidiary of that firm. Ardaman maintains the high level of integrity and technical excellence that had become synonymous with the Ardaman name. At Ardaman, we are committed to providing high-quality services that satisfy the specific needs of both the project and the client. This commitment to quality is supported by our use of the most advanced mechanical and electronic tools available, along with specialized instruments developed by Ardaman professionals for particular applications. These tools are supported by our most important asset a dedicated and experienced staff. Our 5 to 1 ratio of support to professional staff is among the best in the field, and further exemplifies our philosophy of quality service. Ardaman is a full-service environmental sciences consultant. We routinely conduct the field and laboratory investigations and testing required with engineering evaluation and design. Along with the talents of our multi-disciplined staff,this allows us to meet most project needs in-house,without using specialty sub-consultants. We at Ardaman & Associates approach each assignment . . . no matter how large or small. .. with enthusiasm and the full resources of our company. Professional Services Ardaman offers a broad range of professional engineering services on projects throughout the United States and internationally. Services including: • Geotechnical engineering • Construction materials testing and inspection • Hydrogeology and surface water hydrology • Geoenvironmental sciences • Building inspection • Industrial waste engineering I. AUTHORIZED REPRESENTATIVE The Iamgoing is a salannnl d facts. 31.SIGNATUNE 32 DATE 33.NAME AND TITLE Evd o 4toristi , PhD P.E. co.E. Vice- 4rc.5,Ld- 1 STANDARD FORM 330 t6/2004) Page 73 H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. Basulto &Associates is a full service mechanical, electrical, plumbing and fire protection engineering firm. Founded in 1993 by its current principal Mr. René I. Basulto, PE, CPE, CIPE., the firm offers design and construction management services for the building industry and consulting services for a wide range of commercial and industrial clients. Mr. Basulto has over twenty years of engineering experience in the consulting, manufacturing and construction field. Together with our highly qualified staff of engineers we can offer our knowledge and expertise to successfully complete the most challenging of projects. Basulto &Associates is dynamic professional engineering firm providing mechanical, electrical and plumbing consulting services. The firm specializes in the design and construction management of commercial, industrial, educational, medical and governmental projects in the public as well as the private sector. The firm's client oriented philosophy and wide range of expertise has enabled us to establish a very well founded reputation of proficiency and excellence. We have been able to achieve these high standards of excellence by maintaining a staff of highly qualified and experienced professionals. Basulto &Associates is an equal opportunity, affirmative action employer, and is 100% minority owned and managed. We are certified as a Minority Business Enterprise with the State of Florida as well as many other public agencies. I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 6/9/16 le• (Of ,// 7/1 33. NAME AND TITLE Rene I. Basulto, P.E. President STANDARD FROM 330(6/2004)PAGE 6 Page 74 H. ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL E4FORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. High Surveying and Mapping (HSM) was incorporated in June 1991. We have been involved in countless Boundary, Topographic, Roadway Design surveys through the years. HSM has also been the surveyor of record for dozens of high rise construction projects in Miami-Dade County. We work for various municipalities within the county including Homestead, Pinecrest, Miami Beach, City of Miami and others. HSM has also provided surveying services for a number of engineering firms including Post, Buckley, Schuh, and Jernigan, HJ Ross, Kunde Sprecher and Associates, Coastal Systems International, and many more. HSM has also performed surveys of all kinds for various Architectural firms in the area. I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of true facts. 30.SIGNATURE 32.DATE (2j- 6 -44-16 33.NAME AND TrrLE Jett n 7 0 , frjr P4 ? ifr'[ t:,ver STANDARD FORM 330(1/2004)PAGE 5 Page 75 H.ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. Lisa H. Hammer has over 35 years of experience in all aspects of South Florida and Tropical Horticulture. She has served on the Board of Directors of recognized institutions such as the International Society of Arboriculture— Florida Chapter, the Florida Arborist Association, and the Florida State Horticultural Society, and several advisory committees of the American Society of Consulting Arborists (plant appraisal, editorial review, tree risk assessment). Ms. Hammer is one of the most respectable Horticultural Consultants, known for her accurate un-biased assessment of trees and palms. In addition to her horticultural background, she is a Registered Consulting Arborist (American Society of Consulting Arborists), Certified Arborist(International Society of Arboriculture), Qualified Tree Risk Assessor(ISA) and a State of Florida Certified Pest Control Operator. She has worked in developing specifications and manuals for new plantings, renovations of dated plantings, relocations and GREEN sustainable practices. She has worked for various municipalities in South Florida including City of Miami, City of Miami Beach, City of Coral Gables, Miami-Dade County Parks, and Miami-Dade County Schools among others. I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of true facts. 30.SIGNATURE 32.DATE C. ge-4—.1. 06-07-16 33.NAME AND TITLE Lisa H. Hammer, Horticultural Consultant STANDARD FORM 330(1/2004)PAGE 5 Pa.e 76 ARCHITECT- ENGINEER QUALIFICATIONS 1. ANUMBER(If any) RFQ 2 200166-1-1 38-KB PART II-GENERAL CONDITIONS (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 1995 835411604 Coastal Systems International, Inc. 2b.STREET 5.OWNERSHIP 464 South Dixie Highway a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE Corporation Coral Gables Florida 33146 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE Andres Perez, Engineering Department Head 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 305 661-3655 a•erez• coastals stemsint.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER Coastal Technology Corporation 1984 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. c.No.of Employees c.Revenue Index Function b.Discipline a.Profile Code b.Experience Number Code (1)FIRM (2)BRANCH (see below) 2 Administrative 6 A02 Aerial Photography 1 7 Biologist 3 1 C07 Coastal Engineering 4 8 CADD 4 C15 Construction Management 2 12 Civil Engineer 2 D08 Dredging Studies and Design 2 24 Environmental Scientist 2 1 E09 Environmental Impact 2 Studies/Assessments 29 GIS Technician 1 E10 Environmental&Natural 2 Resources Mapping 33/38 Land/Hydrographic Surveyor 2 G04 GIS 1 48 Project Manager 4 1 H01 Harbors,jetties,etc 2 57 Structural Engineer 1 H13 Hydro Survey 1 Coastal Engineer 1 1 P06 Planning(Site,Installation& 2 Project) R06 Rehabilitations 1 (Buildings/Structures) R11 Rivers,Canals,Waterways 1 SO4 Sewage Collection,Treatment& 2 Disposal S09 Structural Design 1 S13 Stormwater Handling 2 T04 Topographic Survey 1 W03 Water Supply Treatment&& 1 Distribution R04 Recreational Facilities(Parks, 2 Marinas) Total 26 4 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 (insert revenue index number shown at 2. $100,000 to less than$250,000 7. $5 million to less than$10 million right) a.Federal Work 0 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b.Non-Federal Work 6 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 6 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 June 21,2016 c.NAME AND TITLE Andres Perez, Engineering Department Head Page 77 1.SOLICITATION NUMBER (If any) ARCHITECT-ENGINEER QUALIFICATIONS RFQ 2016-138-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 Rosenberg Gardner Design 1985 183851468 2b.STREET 5.OWNERSHIP 17670 NW 78th Avenue, Suite 214 a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE S Corporation Miami FL 33015 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE CBE&SBE Ken Gardner, President 7.NAME OF FIRM Of block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 305-392-1016 ken@rosenberggardner.com 8a.FORMER FIRM NAME(S) (If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER Rosenberg Design Group, Inc. 1985 183851468 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) 02 Administration 1 C10 Commercial Building, Shopping Ctr 3 08 CADD Technician 1 E02 Education Facilities, Classrooms 1 39 Landscape Architect 2 G01 Garages, Parking lots 2 H09 Hospital&Medical Facilities 1 H10 Hotels, Motels 1 H11 Housing (Residential, Condos) 2 101 Industrial Buildings 1 106 Irrigation, Drainage 2 L03 Landscape Architecture 4 L06 Lighting 1 001 Office Buildings, Industrial Parks 1 P06 Planning(Site, Installation, Project) 1 P13 Public Safety Facilities 2 S11 Sustainable Design 3 W01 Warehouse&Depots 1 Other Employees Total 4 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,00 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 0 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non-Federal Work 4 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work 4 5. $1 million to less than$2 million 10. $50 million or greater 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIG TUR .f , b.DATE � �; ,' 6/8/16 c. E DTI n c and er, President AUTHO IZE•FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.312013)PAGE 6 Page 78 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS RFQ 2016-138-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 RVL Architecture + Design, P.A. 1995 030225333 2b.STREET 5.OWNERSHIP 13280 SW 131ts Street, Suite 107 a.TYPE 2c.CITY 2d.STATE 2e.ZIP Corporation Miami Florida 33186 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE - Nestor Vega/Principal 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 305.529.1080 nvega@rvlarch.com rvlarch.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER Revuelta Vega Leon P.A. 14 030225333 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 b.Discipline b.Experience number Code (1)FIRM (2)BRANCH Code (see below) 02 Administrative 1 C05 Child Care 2 06 Architect 2 D07 Restaurants 3 08 CADD Technician 3 E02 Educational Facilities 2 48 Project Manager 1 GO1 Garages;Vehicle Maintenance 5 H08 Historical Preservation 1 HI 1 Housing(Residential,Multi- 4 Family; Apartments; Condominiums I05 Interior Design; Space Planning 4 001 Office Buildings 7 R04 Recreation Facilities 3 S 11 Sustainable Design 2 Total 7 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 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 4 5. $1 million to less than$2 million 10. $50 million or greater c.Total 4 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE — b.DATE ,,�� June 10,2016 c.NA AND TI Nestor Vega, P ipal STANDARD FORM 330 (1/2004) PAGE 6 Page 79 :Al Ardaman&Associates,Inc. • I.SOLICITATION NUMBER(If any) 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 Ardaman&Associates,Inc. 1982 134052877 2b STREET a.TYPE 2608 Nest 84"'Street Corporation 2c.CITY 2d STATE 2e ZIP CODE b. SMALL BUSINESS STATUS Hialeah FL 33016 6e.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(If block 2a is a branch onice) Evelio N.florin,PhD,PE,Vice President/Branch Manager Ardaman&Associates,Inc. Sb.TELEPHONE NUMBER Sc.E-MAIL ADDRESS 8008 S.Orange Avenue (305)825-2683 chortat 3ardaman.com Orlando,Florida 32809-6729 Ba FORMER FIRM NAME(S)(If any) ab YR ESTABLISHED Ba 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) 02 ADMINISTRATIVE 53 2 D02 Dann.Dikes;Levees 08 CADD TECHNICIAN 13 E02 Educational Facilites,Classrooms 12 CIVIL ENGINEER S £09 Environmental Impact Studies,Assessntenta orSsatemeau 1 14 COMPUTER PROGRAMMER 2 H03 Hazardous Waste Remedsanan 15 CONSTRUCTION INSPECTOR 49 1107 Highways,Sweets.Airfield Paving:Parking Lois 23 ENVIRONMENTAL ENGINEER 6 103 Industrial Waste Treatment 24 ENVIRONMENTAL SCIENTIST 3 MO6 Mining&Mineralogy 27 FOUNDATION f GEOTECHNICAL ENGINEER 72 2 504 Sewage Collection.Treatment and Disposal 29 GIS SPECIALIST 1 505 Soils&Geologic Studies,Foundations 3 30 GEOLOGIST 7 507 Solid Wastes,Incineration:Landfill 40 MATERIALS ENGINEER 6 T02 Testing&Inspection Services 3 57 STRUCTURAL ENGINEER I W02 Water Resources.Hydrology.Groundwater 38 TECHNICIAN!ANALYST 105 8 Irotrumcntation 62 WATER RESOURCES ENGINEER 5 Other Employees 70 DRILLERS 43 2 Total 371 14 11,ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a. Federal Work I 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b.Non-Federal Work 3 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c.Total Work s 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 ,/)1 � /,,474--- b DATE fib JZ January 27,2016 e.NAME AND TITLE Evelio N.Horta,PhD,PE,Vice President/Branch Manager STANDARD FORM 330(REV.312013) Page 80 1. SOLICITATION NUMBER(If any) ARCHITECT - ENGINEER QUALIFICATIONS 133 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 Basulto&Associates, Inc. 1993 879220267 2b. STREET 5. OWNERSHIP 14160 Palmetto Frontage Road, Ste 22 a. TYPE 2c. CITY 2d. STATE 2e. ZIP CODE Corporation Miami Lakes FL 33016 b. SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE Small Business/Hispanic Rene I. Basulto, PE, MSEM LEED AP, CPE, CIPE President 7. NAME OF FIRM(If block 2a is a branch office) 6a. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (305)698-3988 rbasulto@basulto.com 8a. FORMER FIRM NAME(S)(If any) 8b. YR.ESTABLISHED 8c. DUNS NUMBER N/A N/A N/A 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function b. Discipline c.No.of Employees a.Profile b. Experience c. Revenue Index Code (1)FIRM (2)BRANCH Code Number (see below) 02 Administrative 3 E02 Educational Facilities 2 08 CADD Technician 1 H09 Hospital &Medical Facilities 1 21 Electrical Engineer 1 H10 Hotels; Motels 1 42 Mechanical Engineer 2 H11 Housing 1 L05 Lighting (Interior; Display;Theater, 1 Etc.) L06 Lighting(Exteriors;Streets; 1 Memorials;Athletic Fields,Etc.) R04 Recreational Facilities 1 Other Employees 0 Total 7 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a. Federal Work 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non-Federal Work 1 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c. Total Work 3 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 6/9/16 >r� - • i .4r c. NAME AND TITLE Rene I. Basulto, PE, MSEM, LEED AP, CxA, CGC, CPE, CPD President AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FROM 330(6/2004)PAGE 6 COASTAL June 21,2016 City of Miami Beach PPM • Ardaman sit S1.TVfr1 s W►F'ltwc y. A/E Services for Maurice Gibb a Asa,,ietes i ir... Memorial Park SYSTEMS 11164 FM_ ARCHITECTURE+DESIGN 13 A ti tJ 1i rL a- '*x RFQ No.:2016-138-KB t,t...,,,a.,, Page 81 2.2 QUALIFICATIONS OF PRIME PROPOSER Coastal Systems International, Inc. has an established reputation working with public sector clients to complete projects in the dynamic coastal/waterfront and other sensitive South Florida environments. For over 20 years, we have helped clients realize their vision by planning, engineering and securing entitlements for a wide variety of development and environmental enhancement projects. These include shoreline stabilization and beautification projects using structural and vegetated design solutions, pedestrian trails and transportation connections, public docks and viewing platforms, kayak launch areas, ADA access design, and other park and public area improvements. Coastal Systems has also provided public clients with recommendations for planning and design standards in coastal and waterfront areas to allow appropriate consideration for area-specific issues such as flood and coastal storm vulnerability, endangered species protection, riparian rights and navigational safety. The following outlines the Coastal Systems team's qualifications and proven track record of providing the scope of services identified in this RFQ: • Park Experience: All of the firms have extensive experience with coastal/waterfront parks and other public access facilities, including land planning,site/civil and marine structural engineering. • Regulatory Permitting: Coastal Systems has a dedicated staff of environmental professionals that specialize in expediting environmental permits. Staff has extensive experience securing permits from all of the agencies that will have jurisdiction over these projects including the U.S. Army Corps of Engineers,Florida DEP,and Miami-Dade DERM. • Public Involvement: Public coastal/waterfront projects have required the team to prepare and conduct community workshops and presentations to build a consensus of support from agencies, residents and interest groups. • Field-to-finish team: The Coastal Systems team can provide the full range of services under this contract from initial field investigations through regulatory permitting and architectural/engineering design through construction administration. The vast majority of our business comes from repeat clients. Public sector clients, with most of whom we have had multiple or continuing service contracts,include: • City of Coral Gables • Hillsboro Inlet District • City of Hallandale Beach • Martin County • City of Hollywood • Miami-Dade County • City of Miami • Palm Beach County • City of Miami Beach • Town of Hillsboro Beach • City of West Palm Beach • Town of Palm Beach • Florida Department of Environmental • Village of Bal Harbour Protection • Village of Key Biscayne The Coastal Systems team has unparalleled experience implementing oceanfront recreational public space projects in South Florida.Demonstrated project experience includes the following: • Fort Zachary Taylor State Park, Key West — shoreline stabilization, breakwaters, beach improvements, surveys,construction administration,regulatory permitting Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101•West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 xxsW.coasrJ,vstcrostnt cone mfo@coastalsystemsint.com June 21,2016 COASTAL City of Miami Beach POI 1. 1.11W11ArdamaniPr1 lci,s1.ivrr : & A1.1-A ,, A/E Services for Maurice Gibb 6 Aaxwca.ln NG ° ,. tt r..,..,. Memorial Park of R ;1 ti U 11 L? A: RFQ No.:2016-138-KB RVL ARCHITECTURE+DESIGN SYSTCS1S Page 82 • Bill Baggs Cape Florida, Key Biscayne — shoreline studies, seawalls, fishing piers, wetland and mangrove designs, construction administration,regulatory permitting • Lovers Key State Park,Ft.Myers Beach—shoreline stabilization, feasibility studies • Bahia Honda State Park, Big Pine Key — dune restoration, jetty improvements, flushing, wetlands/lagoon flushing, site/civil improvements,shoreline studies • Long Key State Park,Monroe County—shoreline studies,marine resource and hydrographic surveys • Curry Hammock State Park, Marathon — shoreline studies, marine resource and hydrographic surveys • Peanut Island Environmental Restoration, Palm Beach County — coastal process numerical modeling,jetties,breakwaters, roads,earthworks, dredging, lagoons, mangrove channels, water systems, docking facilities, and lighting • Munyon Island Docking Facility, Palm Beach County—feasibility studies, marine structures, marina layout • Oleta River Wetlands,Miami-Dade County—wetlands restoration of 30 acres • John U. Lloyd State Park,Broward County—beach restoration • Biscayne National Park, Miami-Dade County — bulkheads, promenades, boat ramps, site improvements • Flagler Memorial Island,Miami-Dade County—shoreline stabilization • Beachwalk I and II,Miami Beach—coastal permitting,dune restoration,bike/pedestrian paths • North Beach Recreational Corridor, Miami Beach — coastal permitting, land planning, park improvements,bike trails, dune restoration • Virginia Key,Miami-Dade County—shoreline stabilization • Museum Park,Miami—civil engineering,marine structural engineering,regulatory permitting • Pinetree Park, Miami Beach—shoreline stabilization,kayak launch design • South Pointe Park,Miami Beach—regulatory permitting, civil engineering • Manatee Bend Park,Miami—shoreline stabilization,kayak launch design,environmental permitting • Hadley Park,Miami—civil engineering,ground stabilization • Jose Marti Park,Miami—civil engineering, stormwater management design • Soundscape Park,Miami Beach-civil engineering,regulatory permitting • Kennedy Park,Miami—shoreline stabilization,dock design,environmental permitting Corporate Office:464 South Deter Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office: 2047 Vista Parkway,Sune 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fac:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 .coastal vsrcrosinccom•info@coastalsystemsinccom June 21,2016 COASTAL City of Miami Beach WII II Mir mossArdaman so gAi- Nu r. A/E Services for Maurice Gibb Memorial Park 11111 1\4 RVL ARCHITECTURE+OESION A ti U: . F '4 RFQ No.:2016-138-KB SYSTEMS ,...,,,..,,. Page 83 CLIENT SERVICE All firms on the Coastal Systems team have a high percentage of repeat clientele, speaking to a long, consistent history of excellent Client service and satisfactory project results. Accessibility: Coastal Systems' offices are within a 30-minute drive from City Hall, and our staff have responded promptly to short-notice requests for site visits and meetings on past and ongoing City projects. Rosenberg Gardner's office in Hialeah is approximately a 30-minute drive from the City. All firms on the Project team have sufficient depth of staff resources to provide prompt response to City project management and technical information requests,and respond to changes in priorities or new matters. Communication: The Coastal Systems team is committed to maintaining open lines of communication with the City and providing careful documentation of Project strategy, decisions, progress, risks, milestones, and other records. The Coastal Systems team uses the latest technology to hold remote meetings, provide secure electronic transmittal of documents,and streamline all communications,but also understands the value of the personal touch and anticipates a moderate amount of direct interaction with City staff and other stakeholders throughout all phases of the Project. Financial and Risk Management: The Coastal Systems team takes ownership of projects, keeping our Clients' best financial and legal interests in mind at all times. The Coastal Systems team is well versed in design, permitting, and construction risk management, and we will carefully apply our knowledge and experience to the City's benefit. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211'Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 www,roastalicsremsmt.conl•info@coastalsystemsint.com June 21,2016 COASTAL City of Miami Beach i"Ardamsic',sc',slt�rvlre t .NAFfMe A/E Services for Maurice Gibb ��6 Assxcatn.im ��,�.� �.•,rr tt,...,,, Memorial Park 1� In! ti.u 1. 1 Cr) 4.ty RFQ No.:2016-138-KB SYSTEMS RVt ARCHITECTURE+DESIGN A Page 84 CITY OF MIAMI BEACH EXPERIENCE Coastal Systems has completed many City of Miami Beach projects over the years, including open-end contracts and specific project contracts. In addition to the City's Beachwalk II, Soundscape Park, Pinetree Park and North Beach Recreational Corridor as showcased in the attached SF 330, our diverse project experience with the City also includes: • 10th Street Auditorium • 17th Street End • 18th Street End • 20th Street End • 21St and 35th Street Oceanfront Restrooms • 44th Street Area Drainage • ADA Beach Access Pilot Project • Bandshell Park Renovations Coastal Permitting • Bayfront Street End Bulkheads • Baywalk(5th Street to Lincoln Road) • Beachwalk • Coastal Aerial Mapping • Community Garden Redevelopment • Indian Creek Greenway Concept Plan • Lake Pancoast Maintenance Dredging Project • Middle Beach Dune Restoration • Miami Beach Waterways Maintenance • Oceanfront Boardwalk Light Replacement Design • South Pointe Park • South Pointe Park Victory Garden Oceanfront Recreational Corridor Experience In addition to the City of Miami Beach's Beachwalk/Recreational Corridor projects, Coastal Systems has provided consulting services for three additional oceanfront pedestrian paths in South Florida: • Village of Bal Harbour Jogging Path—design,permitting, and construction administration • City of Hollywood Broadwalk—permitting and construction administration • Town of Surfside Beach Path—initial conceptual design and planning Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office: 2047 vista Parkway,Suite 101•West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 wow roasratsystemsint.conr info@coastalsystemsint.com June 21,2016 COASTAL City of Miami Beach 1 ,Ardaman sit/. s1iirvtw s wt't-Iok A/E Services for Maurice Gibb A Asauciatd.me t"` r`s u.n,,,,t.. Memorial Park RVL ARCHITECTURE DESIGN R U.I. rl r RFQ No.:2016-138-KB SYSTEMS ,..,....,,. • _ • Page 85 PROJECT MANAGER QUALIFICATIONS Mr. Andres Perez, P.E. will serve as Project Manager for this contract. He will serve as the single point-of- contact for the City under this contract, and he will be responsible for directing all sub-consultants. He will meet with the City to define the scope of services for the contract, and then allocate resources to meet the schedule of deliverables. He will track budgets along with work progress for the duration of the project. Mr. Perez has over 17 years of engineering experience, with more than 14 years of project management experience. He has served as Project Manager on several Florida state, county and municipal contracts, including the following: • City of Miami Beach • City of Coral Gables • Miami-Dade Department of Environmental Resource Management • Florida Department of Environmental Protection • City of Miami Mr. Perez has demonstrated project planning, design, environmental permitting and construction administration with the following waterfront projects in South Florida that are similar in scope as the City of Miami Beach Maurice Gibb Memorial Park Project: • North Beach Recreational Corridor(NBRC)—Miami Beach • Beachwalk II—Miami Beach • Beachwalk—Miami Beach(including 17th, 18th and 20th Street Ends) • South Pointe Park—Miami Beach • Pinetree Park—Miami Beach • Museum Park—City of Miami • Kennedy Park—City of Miami • Jose Marti Park—City of Miami • Rickenbacker Causeway Recreational Area—Key Biscayne(Miami-Dade County Public Works) Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office: 2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 www coastalsisrcmrint.com•info@coastalsystemsinccom June 21,2016 COASTAL City of Miami Beach ! Arda man lit:1+SL{�[Y114, s :NAI'11�G y A/E Services for Maurice Gibb MAI S Assxiotea.lx f Memorial Park ,.10 RVL ARCHITECTURE+DESIGN A S RFQ No.:2016-138-KB SYSTEMS Page 86 AWARDS Coastal Systems recently won the award for Outstanding Achievement in Civil Engineering for Museum Park from the Miami-Dade Branch of the American Society of Civil Engineers. Coastal Systems served as the Prime Consultant for the project,with Mr.Andres Perez as Project Manager. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fav 305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 www rnasralsvarmsinr corn.info@coastalsystemsint.com June 21,2016 COASTAL City of Miami Beach ppmID maw Ardaman tict SItvtvttit. Atilt Nc �,. A/E Services for Maurice Gibb a Asooaea,Inc 1 - i, ',,II " Memorial Park SYSTEMS , A, RVL ARCHITECTURE+DESIGN Itu i �� rl r 11 .` " RFQ No.:2016-138-KB Page 87 2.2 QUALIFICATIONS OF PRIME PROPOSER'S TEAM Coastal Systems has assembled a top-notch project team with extensive experience in the City and within coastal environments. The firm has included the following sub-consultants to enhance the project team for the Maurice Gibb Memorial Park Project: Rosenberg Gardner Design—Lead Designer Rosenberg Gardner Design(RGD) has been providing Landscape Architectural Services in South Florida for over 30 years. Their projects include parks, commercial centers, office complexes, residential communities, medical facilities, streetscapes, parking garages and municipal projects. RGD was the local landscape architect for Miami Beach Soundscape Park, which won the 2011 Frederic B. Stresau Award of Excellence from the American Society of Landscape Architects. Ken Gardner LEED, AP, Principal, will serve as Principal in Charge for Landscape Architectural services. Ken has 24 years of direct experience in all phases of landscape architecture from master planning to preparation of contract documents and contract administration. His knowledge of contracting methods with respect to landscape and irrigation,paving and drainage, specialty paving and landscape lighting enables him to prepare plans that are easily "constructible." His understanding of local materials, availability and skill levels of local contractors and his responsiveness in dealing with contractors during construction phases, brings complex projects in on time and within budget. RVL Architecture+Design RVL Architects + Design, P.A. (RVL) is a local firm based in Miami-Dade County, founded in 1995 with offices at 13280 SW 131st Street, Suite 107,Miami,Florida 33186.Their design philosophy has been to give their clients quality Architectural designs coupled with economically feasible solutions, delivered within the narrowest time schedules. This philosophy, together with the firm's performance and excellent working relationship with their clients, has been the corner stone of the triumphal development and financial success of many of their previous projects. This relationship has contributed to having over 80 percent of the firm's workload being derived from repeat business. Over the past 20 years,RVL team has worked extensively and effectively in the private and public sectors where delivering quality projects. The core staff of the firm comprised of its principals and associates have practiced together for many years. The principals in the firm include: Segisberto (Bert) Leon, RA/LEED AP, member since 1995; Nestor Vega, RA/LEED AP, member since 1995; senior associate Eric Vazquez, RA/LEED AP, member since 1995. RVL has experience with new, mixed-use structures as well as with additions, renovations and space planning projects. RVL has designed and executed numerous multi-function projects within the established project scope. RVL and the staff delegated for this project has worked on numerous projects within the municipality of Miami-Dade County. Currently the firm is overseeing the construction and phase II permit procurement of approximately 20,000 SF of rehabilitation&renovation to the existing historic London House, located in the City of Miami Beach. Additionally, the firm completed the Light House Sculpture for the City's 18th Art in Public Places (AiPP) project, which was unveiled during the 2011 Art Basel week in Miami Beach. The sculpture is a modern interpretation of a beacon located in South Pointe Park, Miami Beach, at the entrance to the Port of Miami and Biscayne Bay. This 55-foot obstinate lighthouse is the newest addition to the City of Miami Beach public art collection and is created as an accumulation of nineteen staggered disks, topped by an installation of moving lights at its peak. It sits on a concrete piling foundation with an internal structural core of steel trusses spanning vertically the full height of the sculpture, which in turn serves as support for the disks and top lantern. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 , w,coastahrstcm,inr cnm•info@coastalsystemsint.com COASTAL June 21,2016 City of Miami Beach pow "wArdaman !NI'stew hit S MAI�MG ,. A/E Services for Maurice Gibb e AssxWn.lnc. 1 `,'L .��,• Memorial Park %‘,40R\& ARCHITECTURE+OEM N .,t( ,� i RFQ No.:2016-138-KB SYSTEMS ,,. Page 88 Basulto & Associates Basulto & Associates is a full service mechanical, electrical, plumbing and fire protection engineering firm. Founded in 1993 by its current principal Mr. René I. Basulto, PE, CPE, CIPE, the firm offers design and construction management services for the building industry and consulting services for a wide range of commercial and industrial clients. Mr. Basulto has over twenty years of engineering experience in the consulting, manufacturing and construction field. Together with their highly qualified staff of engineers the firm can offer their knowledge and expertise to successfully complete the most challenging of projects. Basulto & Associates is dynamic professional engineering firm providing mechanical, electrical and plumbing consulting services. The firm specializes in the design and construction management of commercial, industrial, educational, medical and governmental projects in the public as well as the private sector. The firm's client oriented philosophy and wide range of expertise has enabled us to establish a very well founded reputation of proficiency and excellence. The firm has been able to achieve these high standards of excellence by maintaining a staff of highly qualified and experienced professionals. Ardaman&Associates Ardaman & Associates, Inc. is one of the largest geotechnical, environmental and materials engineering firms in Florida. Since its founding in Orlando in 1959, the company has grown to staff of nearly 400 professional engineers, scientists, technicians, drilling personnel, technical assistants and support staff. This broad base of experience enables our staff to satisfy the demands of any project, anywhere. The firm is committed to providing high-quality services that satisfy the specific needs of both the project and the client. This commitment to quality is supported by our use of the most advanced mechanical and electronic tools available, along with specialized instruments developed by Ardaman professionals for particular applications. These tools are supported by our most important asset: a dedicated and experienced staff. The firm's f to 1 ratio of support to professional staff is among the best in the field and further exemplifies our philosophy of quality service. High Surveying& Mapping High Surveying and Mapping (HSM) was incorporated in June 1991. The firm has been involved in countless Boundary, Topographic, Roadway Design Surveys through the years. HSM has also been the surveyor of record for dozens of high rise construction projects in Miami-Dade County. We work for various municipalities within the county, including Homestead,Pinecrest,Miami Beach,City of Miami and others. Lisa Hammer Lisa H. Hammer has over 35 years of experience in all aspects of South Florida and Tropical Horticulture. She has served on the Board of Directors of recognized institutions such as the International Society of Arboriculture — Florida Chapter, the Florida Arborist Association, and the Florida State Horticultural Society, and several advisory committees of the American Society of Consulting Arborists (plant appraisal, editorial review,tree risk assessment). Ms. Hammer is one of the most respectable Horticultural Consultants, known for her accurate un-biased assessment of trees and palms. She has worked in developing specifications and manuals for new plantings, renovations of dated plantings, relocations and GREEN sustainable practices. She has worked for various municipalities in South Florida including City of Miami,City of Miami Beach,City of Coral Gables, Miami- Dade County Parks,and Miami-Dade County Schools among others. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101•Wear Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,State 211•Tdlahassee,Florida 32301.Tek 850-765-4520•Fax:850-999-8349 www roasrdnyeemsim corn•info@coasralsysremsinccorn COASTAL June 21,2016 City Miami Beach ! Andaman t'ft St[vivtM s M�iF7'tAG A/E Services for Maurice Gibb Memorial Park � RVL ARCHITECTURE+DESIGN '1 iJ ♦� ;;< SYSTEMS _ _ t ; , �' RFQNo.:2016-138-KB ,. Page89 2.4 FINANCIAL CAPACITY The City of Miami Beach Procurement Department confirmed receipt of Coastal Systems' Supplier Qualification Report(SQR)directly from Dun&Bradstreet on June 10,2016. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520-Fax:850-999-8349 xww,coa,rascstcrosin tml•info@coastalsystemsint.com coastalsy,temsint.com June 21,2016 COASTAL City of Miami Beach 111 "0"Ardaman lir'stPit:rtyr t wu-tttic Yy. WE Services for Maurice Gibb �IAssoc pes Inc 1 „Rye• ,,,„„,. Memorial Park `, RVL ARCHITECTURE+DESIGN li A ti () l I L� 3�' 4 SYSTEMS - t �` RFQ No.:2016-138-KB .%%%%%% [AAA/ Page 90 3.1 APPROACH&METHODOLOGY Introduction Coastal Systems International, Inc. (Coastal Systems) and Rosenberg Gardner Design, together with the remaining members of the proposed team, have been significantly involved in some of the most high profile public parks projects within the South Florida area. Among others, these comprise of three prominent parks, Soundscape Park, South Pointe Park and Museum Park, which have been instrumental in the transformation of the surrounding areas. Coastal Systems is a leader in the field of sustainable design and we were recently recognized by the Urban Land Institute for our recommendations and approach to combating Sea Level Rise for the Arch Creek Drainage Basin. Our approach to sustainable design is to improve our environment and achieve higher and healthier levels of integration with the natural environment. We encourage and incorporate sustainable practices and strategies into our designs. Coastal Systems has extensive experience with designing and permitting natural shorelines, as well as other forms of shoreline stabilization. With former county, state, and federal agency regulators on staff, we are able to design projects for motorized and non motorized vessel access that are permittable and secure regulatory permits in an efficient and timely manner. The project site is recognized by the Miami-Dade County Manatee Protection Plan as an ideal location for transient slips and the Florida Department of Environmental Protection views slips that are open to the public, on a first come first serve basis, as clearly in the public interest. Structures can be designed to minimize ecological impacts through the use of light penetrating materials that allow sunlight to penetrate through to the seagrasses below.Dock access walkways can be located in gaps in mangrove vegetation to ensure continued shoreline stabilization and ecological benefits from the existing mangrove trees. Exotic vegetation will be identified for eradication and view corridors can be created through the mangroves to enhance views of the Biscayne Bay Aquatic Preserve. Our greatest strength lies in our ability to take challenging projects with complex natural,political and social dynamics through the design and construction process without losing sight of our guiding principles. Our work illustrates the team's strong interest in innovative, buildable design that integrates forward-thinking, sustainable strategies into the goals,processes and materials of a given project. Our vision is to create a beautiful and meaningful park, which provides space for social interaction and communication, while enhancing the community's relationship with nature for their residents. In summary: vision, commitment, city and community collaboration, experience, passion, and sustainability are the key factors our team will bring to ensure the success of the Maurice Gibb Memorial Park Project(Project). Design Approach The design team, led by Ken Gardner, a landscape architect with over 24 years of professional experience, is committed to the successful implementation of the Project. The combination of the team's background and experience as a multidisciplinary team of professionals in landscape architecture, urban design, architecture, planning, engineering, horticulture and biology give us unique insight into the various elements and forces which shape the existing environment and will allow us to formulate the vision for the park. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax 305-661-1914 Regional Office: 2047 Vista Parkway,Suite 101•West Patin Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301'Tel:850-765-4520•Fax:850-999-8349 ,n,w.roasralscsrom+inr corn.info@coastalsystemsinccom June 21,2016 COASTAL City of Miami Beach .iir` i''"Ardaman I-II'SltINS:rMC3 M.1L:IMf1111 NNW M • A/E Services for Maurice Gibb ♦F Asa.xwca-in ! �y3 •." . Memorial Park SYSTEMS %, RVL ARCHITECTURE+DESIGN ti ;A S u„1,; ( ,` ..-"4 RFQ No.:2016-138-KB a...,,o.,. Page 91 Our method begins with: 1. A thorough understanding of the community, City of Miami Beach (City) and other stakeholders' goals for the Park, as well as the impact on the surrounding neighborhoods. 2. An analysis of site factors such as: • Social/Cultural: proposed user analysis(i.e. adults,elderly,children,pets) • Geographic: location, surrounding land use, and historical overlay • Environmental: climate, physical factors including topography, soils, hydrography, existing vegetation, site contamination 3. An analysis of the anticipated park management and maintenance procedures. Our team's approach will be to first meet with the City and appropriate stakeholders to ascertain in great detail all of the goals of the Project. Thorough site visits and surveys will assist in determining any potential constraints such as existing specimen trees, underground and overhead utilities, signage, environmental and soil remediation, etc. Drawing from this, we will begin the process of ecological and sustainable park design. Important issues to be addressed during the pre-design and design process include land-water interface with the use of boardwalks and proposed mangrove locations, pedestrian & bicycle connectivity and safety, stormwater management, environmental and soil remediation, and user program. Other alternates may include transient docks, non-motorized docks, a bath house, a seawall or living seawall, and a fishing/viewing pier/path. Site Design Approach Design of the improvements to Maurice Gibb Memorial Park will be developed through an interactive process. Our design approach objective is to create a sustainable park with ease of maintenance as a result of the selection of plants and materials. Our design will improve community gathering, while providing a safe and secure environment through the principles of Crime Prevention Through Environmental Design (CPTED),which will be paramount in guiding our design decisions. Sustainability Our team is committed to implementing sustainable, green practices. As specialized consultants we will incorporate the use of best practices and technology for stormwater management, planting and irrigation. Some of the work completed by this team includes award-winning parks such as: South Pointe Park and Museum Park. Paving surfaces for pedestrians can be constructed with pervious pavers, taking advantage of new SFWMD policies, which credit innovative stormwater management techniques and reduce site run-off. The materials used in paving are an important component of a park's sustainable design concept. Planting Design&Existing Fauna The Proposed Planting Design will complement the existing native trees and contribute additional native plantings to create a distinctive, sustainable landscape, characteristic of South Florida. Additionally, to encourage year-round activity, a variety of native vegetation will be sited to provide both shade and sun, while providing recreational activities, which will be weaved under the canopy. We are well-versed in native vegetation and will recommend a planting palette that reflects the site's environment. Native groundcover Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Teh 850-765-4520•Fax:850-999-8349 enrw roast>ycrcmsim,corri•info@coastalsystemsinccom COASTAL June 21,2016 City of Miami Beach riot II � meltA. rdaman IR1•sog+1`•w3 tFht Mrd A/EServicesforMauriceGibb xixcs c;lttc ti. Memorial Park 110 RVL ARCHITECTURE+DESIGN U I, t L? +c RFQ No.:2016-138-KB SYSTEMS n • I t Page 92 and shrubs will be specified which minimize maintenance, water-consumption, pesticide and fertilization use. The final planting palette will be developed with close coordination with the City's Parks Department, in keeping with their goals and maintenance requirements. Irrigation design will be developed with the prime goal of conserving water. It will incorporate the latest technology, such as "Smart Controllers," which program water needs according to a region's climate. Plants and irrigation will be zoned according to seasonal/water requirements, allowing maximum flexibility in water consumption. Maintenance, Site Furnishings& Signage Maintenance of any park is one of the most important issues to consider while in the design process. The design must call for improvements that can be maintained effectively by staff and within budget. It is key to a project's success. Any beautiful design will be unappreciated and underutilized if not well-maintained. We carefully consider product life cycle, energy costs,and ease of maintenance for all aspects of Park design and material selection. Project Methodology&Implementation Plan We approach every project individually to develop a design that will complement the physical site, meet the City's program, be compatible with the adjacent uses, and be consistent with local culture. For this Project we will carefully analyze the existing site conditions, including but not limited to, site and environmental survey, geotechnical, vegetation, topography, existing amenities, programs, cultural resources, historic resources, circulation, access, adjacent uses, existing utilities, maintenance resources and stakeholder resources, to determine options for the restoration of the site. This process allows for consideration of existing features concurrent with the development of potential new uses and amenities. This analysis will lead to determine and define opportunities and constraints related to the site, in addition to meeting the proposed program as defined by RFQ Statement of Work: playground, bathrooms, a pavilion, a vita course, picnic pavilions, walkways with lighting, park benches, open sodded areas, landscape and irrigation. Alternates that may be added to the scope of work are transient docks, non-motorized docks, a bath house, a seawall or living seawall,and a fishing/viewing pier/path. The preliminary design options will be evaluated through community outreach workshops and stakeholder meetings in order to arrive to a preferred park design. Plans and documents will be prepared to include opportunities and constraints boards,precedent images to help convey the design concept,and illustrations of the preferred plan. We will also prepare recommendations for future maintenance programs, including projected costs. Based on the RFQ Statement of Work required, our Design Process is summarized as follows: Task One(1)—Design Services: 1. Pre-Design Services: a. Project Kick-Off Meeting. b. Site Reconnaissance Meeting. c. Prepare a certified topographic and hydrographic survey for the site, including all site elements such as trees and tree canopy, site elevations, ecological resource mapping,existing facilities and utilities that will affect the proposed design in AutoCAD Format. This will be a combined effort with the existing Topographic and Boundary Survey prepared by Keith& Schnars,P.A., and the team surveyor,High Surveying and Mapping. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520'Fax:850-999-8349 www.coa._tal+cstcrosint corn.info@coastalsystemsinrccons COASTAL June 21,2016 City of Miami Beach it`Ardama— ti � Assodascs e..si.k'r . s ,Ns1rn.0 A/E Services for Maurice Gibb 7 — la 1 11 tt,n„u �t _ 5 i , Memorial Park A SYSTEMS RVL ARCHITECTURE+DESIGN , :�; 1 ��, r*T"< RFQ No.:2016-138-KB .....,�,.. Page 93 d. Prepare geotechnical reports(performed by Ardaman&Associates)to understand subsoil characteristics such as percolation and drainage capacity, soil bearing capacity,etc. e. Coordinate with Atkins on the ongoing Environmental Site Assessment(ESA)and implementation of the Soil Remediation Plan that is scheduled to occur prior to the construction of the park improvements. f. Meet with sub-consultants and conduct site inventory analysis to understand existing conditions, opportunities and constraints. 2. Vision Session and Meetings with City Staff,Commission, Committees,and/or Boards,as required to understand the goals and objectives for the Park and to further re-define program,potential users, etc. 3. Design Concept Phase: (30%) a. Site illustrations to include site plans,perspective sketches, sections, schedules of materials, plantings, site furniture, and other elements necessary to convey proposed ideas to include two concept plans. b. Preliminary Budgets for each of the two concept plans. 4. Visioning Sessions with Staff,Mayor and Commission,Boards and Committees 5. Workshop Public/Community Meeting 6. Selected Design Concept submission to City of Miami Beach Design Review Board 7. Once conceptual design is approved by the City's Project Manager,preparation of Construction Documents will begin. 8. The team will provide documents at 60%completion, 90%completion and 100%completion in order to coordinate the effort between sub-consultants and with all agencies having jurisdiction over the Park. These Agencies may include the following: • City of Miami Beach—Public Works • City of Miami Beach—Planning Department • City of Miami Beach—Building Department • City of Miami Beach—Fire Department • City of Miami Beach—Design Review Board(DRB) • City of Miami Beach—Historical Preservation Board(HPB) • Miami—Dade County DERM—Coastal Resources Section • Miami-Dade County DERM—Water Control Section • Florida Department of Environmental Protection • Florida Fish and Wildlife Conservation Commission(FWC) • U.S. Army Corps of Engineers 9. Provide the necessary services for obtaining final permits. 10. Provide copies(electronic and hardcopies)as required by the City's representative. 11. If necessary present to City Commission& Stakeholders: Conceptual,Progress and Final Design. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office: 2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-040-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 w w.coastaiwstcrosinr com•info@coastalsystemsint.com COASTAL June 21,2016 City of Miami Beach `Ardaman IF" sis:te 1 rw44.114-1 A/E Services for Maurice Gibb BAsaociates.Inc I �•Z r...,II Ir.»,r, s"4.r Memorial Park �I B I. r �� -- SYSTEMS RV ARCHITECTURE+pES1ON U .1'1" 4 RFQ No.:2016-138-KB ..,,r., Page 94 Task Two(2)—Bid&Award Services: 1. Attendance at Pre-Bid Conference 2. Respond to Bidders'RFI's and Prepare Addenda as necessary 3. Attend Bid Opening 4. Assist in Bid Evaluation and Recommendation of Award Task Three(3)—Construction Phase Services: 1. Attendance at Pre-Construction Conference 2. Attendance at weekly Construction Meetings(write and distribute minutes) 3. Responding to Contractor's Request for Information(RFI) 4. Responding and evaluating Contractor's requests for change orders,contingency draws, shop drawings review and approval, review application of payments, etc. 5. Specialty Site Visits 6. Project Closeout Review: Substantial Completion and Final Punch List 7. Final Completion Acceptance and warranty administration. Task Four(4)—Additional Services: Additional services may be requested by the City as an additional scope and fees. These fees will be negotiated in accordance to the Contract Agreement. Several of the alternates that may be added to the original scope include transient docks, non-motorized docks, a bath house, a seawall or living seawall, and a fishing/viewing pier/path. Task Five(5)—Reimbursable Services: Pre-approved expenses may include: reproduction costs, permit costs, tree tagging selection, models, and other additional project expenses to be defined with the City. In-House Quality Assurance/Quality Control(QA/QC): From the inception of Project design services, it is extremely important to implement our Quality Control/ Quality Assurance (QA/QC) Process to ensure there will be checks and balances throughout the process. This QA/QC process will guarantee the success of the Project. The(QA/QC)process starts with defining key personnel and respective task assignments for the Project team: The Project Manager,Mr. Andres Perez,P.E.,will be the main point-of-contact communicating directly with the City's Project Manager and sub-consultants. He will be organizing the tasks and will then be delegating these tasks to the Lead Designer, Mr. Ken Gardner. Mr. Gardner will be in charge of leading the design/production team. Mr. Gardner is familiar with the City of Miami Beach Standards for the preparation Corporate Office:464 South Dixie Highway•Cora!Cables,Florida 33146•Tel:305-661-3655•Fac 305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 avcw coa<rckcsrcm<int corn.info@coasralsysremsinr.com COASTAL June 21,2016 City of Miami Beach "� Ardaman Iic1 sti� -'p s ,N.���,��( A/E Services for Maurice Gibb 8 Assn I.tnc, I „%......., ^a ''"" '!' Memorial Park `` R •\ S'-, U L I �� '4 SYSTEMS RVL ARCHITECTURE+DESIGN „ 1 RFQ No.:2016-138-KB .,,,,,,r^/., Page 95 of contract documents, inclusive of drawings and specifications, front end documents, and opinions of costs necessary for this Project. Communication is another important aspect for coordinating drawings and specifications and to clearly define tasks. Communication, through progress meetings and sharing of documents, with sub-consultants, the City and its staff, ensures that tasks are achieved as expected, as work progresses. The selection of the best, most-qualified sub-consultants is critical, as well as delegating tasks according to their expertise. We schedule regular meetings and deadlines in order to coordinate work progress and assign tasks. Assigning a Quality Control Manager will ensure that at each stage of development, the required documentation is submitted and the standards and quality of the submissions are coordinated and completed. In order to produce quality documents, our office uses the latest version of software necessary to produce quality documents. Coastal Systems and our team of sub-consultants are accustomed to phasing projects as resources become available, prioritizing improvements as necessary to meet City and stakeholders' needs. Our Museum Park project exemplifies this effort, as our design team value engineered the original Master Plan due to the recession. The City of Miami and the design team concluded that the available resources would be allocated to areas where the improvements would have the most impact, including the Baywalk, the Museum's Entrance, Garden Rooms, Open Green, and Entry Promenade. Ability to Meet Deadlines Our team is proud of our track record for meeting tight deadlines without sacrificing the quality of the project. This is possible due to our team's experience and expertise. To maintain the project on schedule, we conduct regular progress meetings. Our firm has developed standardized procedures for quality control and efficiency in the preparation of all documents. Project Timeline As described above, our proposed project schedule is illustrated on the following page. The timeline begins with the Project Kick-Off meeting and concludes once construction is completed. Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 wr sw.coascilsssrcrosint corn.info@coastalsystemsint.com COASTAL June 21,2016 City of Miami Beach 1 mr l'i ArdamanI'I I SI INl`liti( 4. MAPF-1%f r"i A/E Services for Maurice Gibb "a'f: ' Memorial Park RVt ARCHITECTURE+DESIGN 1 0 ' RFQ No.:2016-138-KB SY:T6MS i Page 96 d 2 s co E. T n. C a,j' C a a x i Ili H le C iiii C "FE C • [ [ g' E C m w iw w 'w w w w w iw +w w w !w n E pe A N N 01 M t in N7 0- !r l� IN ,N is 'O �N 1 777 iu „E .§ I 1 10 ! i t 1° 14 -N W -' k0 �} W a - i 'O c ffll :t i ! i1IIII ' III1 ! 'Ia y•if, (.! i E V. 2j a c� a aQi m 1= c, — N M 11. Y7 co n co 0! 0 — Cl 47 V If) aD ts' CD 01 N N N N N N N N 4 cta Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tek 305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101•West Palm Bach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301'Tel:850-765-4520•Fax:850-999-8349 raw coaa.ilsrsn-msinr cony info@coastalsystemsint.com COASTAL June 21,2016 FRI City of Miami Beach Ardaman 1't 1 11 L1F.r��( s AtAttsw, A/E Services for Maurice Gibb gWilt 16,4 r 6 AsaxWes.Inc Memorial Park sysr�:u lsRVL ARCHITECTURE+DESIGN R 71/4 U, I. ri A, RFQ No.:2016-138-KB Page 97 3.2 WORKLOAD The City is an important client for Coastal Systems and assigned projects will be a top priority. Coastal Systems has adequate staff resources and knowledge to complete all tasks identified in the RFQ. The team will complete specific project planning, engineering analyses, design, cost and alternative analyses, permitting and construction administration tasks on time with schedules mutually agreed between the City and our office. The time schedules will be dependent on the complexity and legal/technical/regulatory challenges involved within project. Several projects/tasks can be run concurrently, depending on the City's master implementation schedule and funding structure. The table below depicts the Project Team's current workload. As shown, the majority of the firm's projects are in the construction or permitting phase. Therefore, the Project Team, as well as adequate support staff, will be available to dedicate the necessary amount of time to the Project's conceptual design phase. Coastal Systems is confident that the firm, along with its sub-consultants, has sufficient staff resources to dedicate to this contract. Project Name Project Owner Role Design Stage Estimated Completion Date Rickenbacker Miami-Dade County Prime Permitting End of 2017 Causeway(North Public Works Hobie) Beachwalk II City of Miami Beach Prime Permitting Summer 2017 Haulover Marine Westrec Marinas Prime Construction End of 2016 Center 600 Alton Road Crescent Heights Prime Permitting End of 2017 6747 Collins Avenue DG Development Sub-consultant Design TBD Corporation Development Miracle Mile/Giralda City of Coral Gables Sub-consultant Construction Spring of 2018 Avenue Streetscape Car Dealership Miami CFH Group Prime Construction Spring 2017 Miami Beach Par 3 City of Miami Beach Sub-consultant Conceptual End of 2017 Park Design Adrienne Arsht Center Adrienne Arsht Center Prime Construction November 2016 Documents Rosenberg Gardner Design(RGD) is fully capable and qualified to handle several projects at once. The firm has 2 highly skilled licensed Landscape Architects, with a combined 30 years of experience at RGD. They are supported by an experienced and dedicated staff. In the past RGD has been able to successfully manage numerous projects at one time, including many municipal projects. RGD feels confident that it will be able to perform the required work at Maurice Gibb Park while meeting all deadlines and utilizing innovative designs and cost saving measures. AVAILABLE FACILITIES Coastal Systems' Corporate Office is conveniently located within Miami-Dade County in Coral Gables, a short 30-minute drive from the City of Miami Beach and the project site. We are also able to respond quickly Corporate Office:464 South Dixie Highway•Coral Gables,Florida 33146•Tel:305-661-3655•Fac:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West palm Beach,Florida 33411•TeL 561-640-1003•Fax:561-640-1009 Regional Office:310 College Ace.,Suite 211•Tallahassee,Florida 32301-Tel:850-765-4520•Fax:850-999-8349 .cww.roasral,v,rcm,inr corm info@coastalsystemsfnr-corn COASTAL June i 2016Beach Ardaman 1161 S1.F-U[vu,t: +�+,��-p�� City foroMiami ibb a. y,yl A/E Services Maurice Gibb HIMemorial Park SYSTEMS RVL ARCTECTURE+DESK�N li '� U l 1 r c s 4 '$ %%%%% ` RFQ No.:2016-138-KB 98 and effectively when emergency or other short-notice tasks arise unexpectedly. We have a proven Pagetrackrecord for managing multiple projects and committing necessary resources to meet our clients' goals. TECHNOLOGICAL RESOURCES Coastal Systems utilizes several software programs to better streamline the project management process, as well as deduce accurate technical data to design sound, cost-effective project solutions. The following describes a list of programs used in-house: Microsoft Project Coastal Systems utilizes Microsoft Project in order to streamline project, resource, and portfolio management. The Team makes use of integrated planning tools assist in keeping track of multiple projects, scheduling and organization maintenance. Vision Coastal Systems utilizes the Vision accounting system (Vision) to monitor budgets and weekly staff time postings. The project manager is responsible for reviewing and approving all time posted to a project. Vision provides a web-based environment for project accounting, reporting and tracking providing detailed reports of project progress and budget. The project management reports provide the project manager with real time indicators of percent of fees expended. The project manager can review the budget expended versus the percent of work complete for a particular task. Project invoices are generated directly from the accounting system, and invoices are reviewed by the Project Manager, with final approval by the Department Head to ensure consistency and accuracy. Coastal Systems is constantly monitoring materials and labor costs for civil, marine, and other projects on behalf of our Clients and will advise the City if changes in market conditions may affect project construction costs estimates/budgets. Numerical Modeling Coastal Systems International, Inc. utilizes a wide variety of numerical modeling applications to assess physical processes and environmental impacts relative to proposed improvements to beaches, marinas,ports, and marine structures. These models allow the simulation of wind, waves, hurricanes, water quality, tides and currents to aid in the development of coastal and marine related projects. Numerical models are essential in developing a complete understanding of the coastal process at a specific project site. Coastal Systems is licensed to utilize the Danish Hydraulic Institute's (DHI) MIKE21 modeling package. This advanced software employs state-of-the-art computer simulation techniques to model hurricanes and associated storm surge and waves, hydrodynamic processes, water quality, sediment transport processes and morphological changes. The Coastal Systems' modeling team has completed several unique projects including a regional hurricane model of the Caribbean, long period wave oscillation study within a marina, analysis of bridge scour due to extreme storm surge flow, water quality modeling, and erosional "hot-spot" management study evaluating the design of detached breakwaters to minimize erosive forces at the project site. A listing of the software packages utilized on various projects is provided below: • MIKE 21 Hydrodynamic • MIKE 21 Boussinesq Waves Corporate Office:464 South Dixie Highway•Coal Gables,Florida 33146•Tel:305-661-3655•Fax:305-661-1914 Regional Office:2047 Vista Parkway,Suite 101.West Palm Beach,Florida 33411•Tel:561-640-1003•Fax:561-640-1009 Regional Office:310 College Ave.,Suite 211•Tallahassee,Florida 32301•Tel:850-765-4520•Fax:850-999-8349 info@coasralsysremsint.com COASTAL - Ardarna n ��1i'S�.F%frNt June 21,2016 sws�E�s �� R� s a-u p+ City of Miami Beach 1" A/E Services for � RECTtlRE+DE9K�N 1, ;1 ti 10, �, „ ,,,,., Maurice Gibb • MIKE 21 S ~� _____ F Memorial Park • 3 D Mo Spectral Waves REQ No.:2016-138-KB LITP rphological Model Page 99 • ACK/LITLINE Structural Analysis C Syst eastbl lkheads etc.ams utilizes the following programs for structural analyses of marine structures, such as docks, • STAB; 3D Structural Analy• AllPile:pile analysis program sis and Design Software Corporate Office:464 South ll Regional rate O 2047 ParDixie Highway.Coral Ga Real Of Office:3 Vista Cay,Suite 101. ales,Flh,Floridaa 33146•Tel:el:561-640-1003 Rego Ave.,$ West Palm Beach,Fl334(1, 661-3655• Suite 211•Tallahassee, el:5GL Pax'30999 93 914 FloridaFlotid3230I?e1:850_ G40.1�13•Fax:SG]- •inf @coastalsystemsinccomGS 4520•Fax:850- 640-1009 999-8349 Aisr4t S41", • �� s , <., M ,` �►°°ragman , 3�3D�s9D R� ` chrre i�,g.stilt� The vANT ACED B p c�RF+�S'aN �t ,l,K � °'-is s i�f_ s anteCnse t�DSYstems tea SINEss ENTERP�SE _`� U` t �' `?,•, „ AiE GtY ofJUne��• uses: BE) status m eunentl DBE FI Services Or AMalami Bea% However, the not c° �r Untrza no RFQ No Memorlai Park ibb • Rosenberg fOjlOulno prise of membersN 2016-138-K8 K8 • B salt°County) Desrgn: S am members currently a Page loo E Rosen e °mmunity elates: g. n mall Business Ente ntly Business ss hold other business Busi nityBuslne 0 tY Bushes zprlse/COmmuni ness ente rises Dade ss nterPrise(M Enterprise (St tY Business Ente (Miami-Dade County) of Florid iprise oviamr �' Small Rusin ess R Regio Once:464S, orh 8ozy of6c 310icop ASW g�psT•Coiy 7 �� e�S'ute 27 ..._Coral Pum Gables,�E7onda 33146. �ass��nd,3073411.1.��566]36$5. �coasralsrarcrosig85,00T65-4520•P 3 85'0'S p999-691009 8349