Loading...
Agreement with CPH Inc. a o ig-3o.S3V AGREEMENT BETWEEN CITY OF MIAMI BEACH AND CPH INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2018-141-ND DISCIPLINE: ARCHITECTURAL- GENERAL AND ARCHITECTURAL-LANDSCAPE RESOLUTION NO. 2018-30534 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 18 ARTICLE 6. REIMBURSABLE EXPENSES 19 ARTICLE 7. COMPENSATION FOR SERVICES 20 ARTICLE 8. CONSULTANT'S'ACCOUNTING AND OTHER RECORDS 21 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 24 ARTICLE 14. LIMITATION OF LIABILITY 25 ARTICLE 15. NOTICE 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 26 2 SCHEDULES: SCHEDULE A Consultant Service Order 30 SCHEDULE B Consultant Compensation 31 SCHEDULE C Hourly Billing Rate Schedule 32 SCHEDULE D Approved Subconsultants 33 ATTACHMENTS: ATTACHMENT A Resolution & Commission Memorandum 34 ATTACHMENT B Request for Quailifications &Addendums 35 ATTACHMENT C Consultant's Response to the RFQ 36 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CPH INC.. FOR • PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this ,7,2 day of JCifl k2G r/ , 20 /7' , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal co poration 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 CPH Inc., a Florida corporation having its principal office at 500 W. Fulton Street Sanford, FL. 32771 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on September 17, 2014, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2018-141-ND for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis" (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on October 17, 2018, the City Commission approved Resolution No. 2018- 30534, respectively, authorizing the City to enter into negotiations with CPH Inc.. and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in 4 writing, by the Department Head, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also'be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in 5 compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "D", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project. 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. 6 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (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, 7 unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. The estimated construction value shall be less than the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activity shall not exceed the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order. Schedule B — Consultant Compensation. Schedule C— Hourly Billing Rate Schedule. Schedule D --Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 8 SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the • Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the Department Head. Consultant shall countersign the" Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 9 2.5 The Consultant's Basic Services may consist of various' tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting 10 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, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), i within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services.- In addition to all other rights and remedies which the City may have,• the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii),or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24)from final acceptance. 2.11 The City shall have the right, at any time, in its sole and,absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, 11 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 fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's.Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the 12 Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort-originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior ,written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order(whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In' addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. 13 The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant,stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be. cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy 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 14 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; 15 provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely-for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish'a Construction Cost Budget for the Project, .as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cast Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at ,each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the 16 City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for,the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs ;of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any 17 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 no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. 4.6. The City Commission may, at-its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization :by the Project Administrator.(which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions 18 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). 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). 19 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" or"Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "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 allowanceamouht in the Consultant Service Order-hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable,Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by'the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the.requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of 20 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, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 21 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. 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 22 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 $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida 23 resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the.Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of-the Consultant,,the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND.OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of 'such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any 24 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 "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed , amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: CPH Inc. 500 W. Fulton Street Sanford, FL. 32771 Tel: (305) 274-4805 Fax: N/A Email: info@cohcorp.com Attn: Todd H Hendrix 25 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 ofbeing 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. 26 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. 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 27 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 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. ti 28 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest - CITY OF MIAMI BEACH: CITY C ERK r ....1-..,... -N. '��.,, ;6 R ,' At t •ip ` b y' 1 :INCORP UCt��i • Si nature/Secretary �fli/altra*,/ 5 �n t r=f resident c,�'/��o �'l�n �- 4,11. 1-1 ! i g, ae cJ-, • Print Name Print Name APPROVED AS TO FORM &LANGUAGE &FOR EXECUTJON • City Attorney R Ap Date 29 J SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CPH INC.. CONSULTANT SERVICE ORDER Service Order No. _for Consulting Services. TO: CPH Inc. 500 W. Fulton Street Sanford, FL. 32771 PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED" BASIS (RFQ 2018-141-ND) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date1: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date • 1 Section 287.055,Florida Statutes,commonly known as the Consultant's Competitive Negotiation Act(CCNA),is applicable to the selection of professional services consultants(architecture,professional engineering,landscape architecture,or registered surveying and mapping)by public agencies for projects valued up to the amount established in Category 5,Section 287.017,Florida Statutes(currently$325,000 or as amended by law)or for a planning or study activity valued up to the amount established in Category 2,Section 287.017,Florida Statutes(currently$35,000 or as amended by law). 30 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $X)000000( Design Services* $)X0)0000( Bidding and Award Services $XXXXXXXX Construction Administration ** $)0000000( Reimbursable Allowance*** $X)000000( Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXX)00(, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 31 I ✓ 1 SCHEDULE C 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 w/ 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) 32 SCHEDULE D APPROVED SUBCONSULTANTS 33 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 34 RESOLUTION NO. 2018-30534 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC.,WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTTLE ARCHITECTS, AND P.A., VITALINI CORAZZINI, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, P.A., KEITH AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI • ENGINEERING INC., AND DIAZ, CARRENO, SCOTTI & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN / SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH OF THE CRECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on February 14, 2018, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; and WHEREAS, Request for Qualifications No. 2018-141-ND (the "RFQ") was released on February 15, 2018; and WHEREAS, a voluntary pre-proposal meeting was held on February 27, 2018; and WHEREAS,on May 7, 2018, the City received thirty-seven (37) proposals; ands WHEREAS, on February 26, 2018 the City Manager via Letter to Commission(LTC) No. 105-2018, appointed an Evaluation Committee (the "Committee"), consisting of the following individuals: Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami,Beach; Elizabeth Estevez, Parks and Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management Department, City of Miami Beach;and WHEREAS, the Committee convened on August 6, 2018 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 was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of General Architecture was as follows: William B. Medellin Architect P.A., as the first ranked proposer; CSA Central, Inc., as the second ranked proposer; Schindler Architects, Inc. and TSAO Design Group, Incorporated, tied as the third ranked proposers; CPH, Inc., as the fifth ranked proposer; Sol-ARCH, Inc., as the sixth ranked proposer; William Lane Architect, Inc., as the seventh ranked proposer; Moss Architecture and Design Group, Inc., as the eighth ranked proposer; Alleguez Architecture, Inc., as the ninth ranked proposer; R.J. Heisenbottle Architects, and P.A., as the tenth ranked proposer; Vitalini Corazzini, P.A., as the eleventh ranked proposer; ArcBuilders and Group Incorporated, as the twelfth ranked proposer; Alejandro Pardo Architecture, Inc., as the thirteenth ranked proposer; and UGI Design, Inc., as the fourteenth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Landscape'Architecture was as follows: Savino & Miller Design Studio, P.A., as the first ranked proposer; Keith and Schnars, P.A., as the second ranked proposer; CPH, Inc., as the third ranked proposer; Curtis & Rogers Design Studio, Inc., as the fourth ranked proposer; Chen-Moore Associates, as the fifth ranked proposer; Miller, Legg & Associates, Inc., as the sixth ranked proposer; Calvin, Giordano & Associates, Inc., as the seventh ranked proposer; and Landscape DE, LLC, as the eighth ranked proposer;and WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as follows: Schwebke-Shiskin & Associates, Inc., as the first ranked proposer; CES Consultants, Inc., as the second ranked proposer; Chen-Moore Associates, as the third ranked proposer; 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., tied as the fourth ranked proposers; CPH, Inc., as the seventh ranked proposer; and T.Y. Lin International,'as the eighth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Environmental Services and Testing Engineering was as follows: E Sciences, Inc., as the first ranked proposer; Terracon Consultants, Inc., as the second ranked proposer; EBS Engineering, Inc., as the third ranked proposer; CSA Central, Inc., as the fourth ranked proposer; and Florida Technical Consultants, LLC, as the fifth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and Plumbing Engineering was as follows: CSA Central, Inc. and Ross& Baruzzini, Inc., tied as the first ranked proposers; 3FM Engineering, Inc., as the third ranked proposer; and UCI Engineering Inc., as the fourth ranked proposer; and WHEREAS, subsequent to the evaluation of proposals, Ross & Baruzzini, Inc. submitted the a letter indicating that without local MEP resources it no longer wished to be considered for award; and WHEREAS, the Committee's ranking for the discipline of Structural Engineering was as follows: 305 Consulting Engineers, LLC and Eastern Engineering Group Company, tied as the first ranked proposers; CES Consultants, Inc., as the third ranked proposer; Master Consulting Engineers, Inc., as the fourth ranked proposer; UCI Engineering Inc., as the fifth ranked proposer; and Diaz, Carreno, Scotti & Partners, Inc., as the sixth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Interior Design 1 Space Planning was as follows: TSAO Design Group, Incorporated, as the first ranked proposer; and MC Designers, Inc., as the second ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Surveying was follows: Schwebke-Shiskin&Associates, Inc., as the first ranked proposer; and WHEREAS, after reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc. Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture. Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis& Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg &Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services and Testing Engineering. CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, and Plumbing Engineering. 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UC1 Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering. TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design/Space Planning. Schwebke-Shiskin &Associates, Inc.for the discipline of Surveying. 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. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; authorizing the administration to enter into negotiations with William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol- ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc., Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture; authorizing the Administration to enter into negotiations with Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis & Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the discipline of Landscape Architecture; authorizing the Administration to enter into negotiations with Schwebke-Shiskin &Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering; authorizing the Administration to enter into negotiations with E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services And Testing Engineering; authorizing the Administration to enter into negotiations with CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, And Plumbing Engineering; authorizing the Administration to enter into negotiations with 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc:, Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering; authorizing the Administration to enter into negotiations with TSAO Design Group, , Incorporated, and MC Designers, Inc., for the discipline of Interior Design I Space Planning; authorizing the Administration to enter into negotiations with Schwebke-Shiskin & Associates, Inc. for the discipline of Surveying; and further authorizing the Mayor and City Clerk to execute an agreement with each of the recommended proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this /7 day of aTOQer 2018. ATTEST: 1ai3ai ,c2K2-;;I.,,..._______ RAF EL E. GRANADO, CITY CLE1, ;T r DAN GELBER, MAYOR F:IPURC\Solicitationsl201812018-141-ND Q`{�_ s:LL.. ,frail/,r.1+4s110-Award\RESO2018-141-ND.doc • t`� .:' ,K.�`�f : y 3 APPROVED AS TO °" FORM &LANGUAGE a -- ' . *• ^ &FOR EXECUTION .* iN Gf PI IORA-F D; ii (1 (---- 9 :�gf' I ,,./;.. (-54)(js( - 1,1— -.1 ( 'v-• C'r•J 96 er`°:' cityMomey ,R Date .41--2; .,,•_ r Resolutions-C7 P MIAMIBEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission • FROM: Jimmy L. Morales, City Manager DATE: October 17, 2018 SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC., WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTTLE ARCHITECTS, AND P.A., VITALINI CORAZZINI, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, PA, KEITH AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS'WITH CSA CENTRAL, INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN 1 SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN Page 436 of 1637 AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BSI THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution ANALYSIS On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to provide funding for proactive renewal and replacement of the City's facilities and the building systems within those facilities (e.g., HVAC, roofs, fire safety systems, etc).The CRR program is also used to execute small repairs, remodels or renovation projects, with total project budgets under $325,000. The average value of,the current CRR projects is approximately $158,000, but can be as low as $25;000 or less. In addition to CRR projects, award(s)of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional consultant services (architecture, professional engineering, landscape architecture, or registered surveying and mapping) by public agencies for projects valued up to the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activities valued up to the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Even for projects below these thresholds,an architect or engineer is often required to develop construction documents for construction and permitting. Award of this RFQ will expedite the selection of architects and engineers as required for small projects. In order to maximize the cost effectiveness of small projects, through this RFQ the City sought to establish a pool of qualified architectural and engineering consultants interested in providing the City with professional services for small projects. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture — Landscape Architecture, Engineering — Environmental Services and Testing, and Engineering — Mechanical, Electrical & Plumbing, Engineering—Structural. RFQ PROCESS On February 14, 2018,the City Commission approved to issue the Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects. On February 15, 2018, the RFQ was issued.A voluntary pre-proposal conference to provide information to proposers submitting a response was held on February 27, 2018. Seven addenda were issued. The Procurement Department issued bid notices to 275 companies utilizing www.publicpurchase.com website. 263 prospective bidders accessed the advertised solicitation. RFQ responses were due and received on May 7,2018. The City received proposals in response to the RFQ from the following 37 firms for a variety of categories as indicated in Attachment A: 305 Consulting Engineers, LLC 3FM Engineering, Inc. Alejandro Pardo Architecture, Inc. Al I egu ez Architecture, Inc. ArcBuilders and Group Incorporated • Page 437 of 1637 Calvin, Giordano&Associates, Inc. CES Consultants, Inc. Chen-Moore Associates CPH, Inc. CSA Central, Inc. Curtis & Rogers Design Studio, Inc. Diaz, Carreno, Scott'& Partners, Inc. E Sciences, Inc. Eastern Engineering Group Company EBS Engineering, Inc. � Florida Technical Consultants, LLC Keith and Schnars, P.A Landscape DE, LLC Master Consulting Engineers, Inc. MC Designers, Inc. Miller, Legg&Associates, Inc. Moss Architecture and Design Group, Inc. R.J. Heisenbottle Architects, P.A. Ross&Baruzani, Inc. Savino&Miller Design Studio, P.A. Schindler Architects, Inc. Schwebke-Shiskin &Associates, Inc. Sol-ARCH, Inc. SRS Engineering, Inc. T.Y. Lin International Terracon Consultants, Inc. TSAO Design Group, Incorporated UCI Engineering Inc. • UCI Engineering, Inc. D/B/A UCI Design, Inc. 1ltalini Corazzini, P.A. William B. Medellin Architect P.A. William Lane Architect, Inc. On February 26, 2018, the City Manager appointed the Evaluation Committee via LTC # 105-2018. The Evaluation Committee convened on August 6, 2018, to consider proposals received. The Committee was comprised of Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami Beach; Elizabeth Estevez, Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management 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. Subsequent to the evaluation' of proposals, Ross & Baruzani, Inc. submitted the attached fetter indicating that without local MEP resources it no longer wished to be considered for award. Die to the large number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. Page 438 of 1637 CONCLUSION After reviewing all the submissions and the results of the evaluation process, I note that the City is fortunate to have received a large number of responses to the RFQ. In determining the number of firms to award in each category,staff has recommended the number of firms believed to be necessary to complete the volume of work available for each category. Awarding too many firms in any given category would not be in the City's best interest as,an insufficient volume of projects may cause, the awarded firms to become disinterested and not provide the necessary level of service to the City. Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations as follows: William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc., Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., 'Atalini Corazzini, P.A., for the discipline of General Architecture. Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, inc., Curtis & Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services and Testing Engineering. CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc.,for the discipline of Mechanical. Electrical,and Plumbing Engineering. • 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scott & Partners, Inc., for the discipline of Structural Engineering. TSAO Design Group, Incorporated, and MC Designers, Inc.; for the discipline of Interior Design / Space Planning. Schwebke-Shiskin &Associates, Inc.for the discipline of Surveying. and further authorize the Mayor and City Clerk to execute an agreement with each of the recommended proposers upon conclusion of successful negotiations by the Administration. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. • _Legislative Tracking Property Management/Procurement Page 439 of 1637 ATTACHMENTS: Descript ion D Attachment A ❑ Ross and Barazzuni Letter • Resolution • • • Page 440 of 1637 ATTACHMENT A ARCHITECTURE-GENERAL • 1S0 ZDt4.11l41D PROFESSIONAL 1 11ACNOEG709ALAND ENOINEENCtO c e c LOw I e Llly Alvarez Pilar Cowin Elizabeth Eslevez Francisco Garcia SERVICES A� RE MEHT ECI3 AND i W p c c A99re9ate'c K --- 0= • - '—' a Totals Quailtativa Quantitative I Subtotal Qualitative I Quantitative Subtotal I Qualitative Quantitative Subtotal {Qualitative Quantitative Subtotal William B.Medellin Architect I J '—'—j P.A. 96 0 96 1 95 _ 0 — 95 4 92 0 92 3 . 100 0_ 100 I 1 9 1 CSA Central.Inc. • _ 96 0 96 1• 98 0 98 1 91 0 01 4 98 0 _ 98 5 II 2 'Schndter Architects.Inc. 95 0 95 6 _ _94 0 94 S 95 0 95 1 99_ 0 99 3 15 3 TSAO Dasign Group. — ——• —• Incorporated _ 95 D 95 6 93 0 93 5 94 _ 0 94 2 100 0 100 1 15 3 CPH,Inc. 96 0 96 1 97 0 97 3 84 0 84 9 99 0 99 3 16 5 Sol-ARCH.Inc. I 95 0 95 6 98 0 98 _ 1 86 0 86 7 98 0 I 98 5 19 _.6_ William Lane Architect.Inc. 96 0 _ _96 1 87 0 87 10 90 0 90 5 93 0 93 11 27 7 - MoSs Architecture and Design I Group.Inc. 95 _ 0 95 .690 0 90 8 86 0 86 797 0 97 8 29 9 Al _epuezArchitecture.Inc. 96 •• 0 96 1 89 — 0 89 9 80 0 80 11 — 94 0 94 9 30 9 R.J.Heisenbotile Architects, _ P A. 94 0 - 94 10 91 • 0 91 7__88 0 88 6 94 0 94 9 32 10 VteSni Cocarzini,P.A. 94 0 - - 94 •10 82 0 82 12 82 0 82 10 98 0 -' 98 5 37 _i 11 ArcBuilders and Group .— -- — —• Incorporated 94 0 94 10 84 ,__-- 0 84 11 75 0 1 75 14 84 0 64 12 47 12 Alejandro Pardo Architecture. • Inc. 93 0 93 13 80 080 ,13 79 0 79 12 79 0 79 13 61 13 UCI Design.Inc. .__88_ 0 88 14. 69 0 ( _•• 69 _114 78 I 0 78 13 78 0 __. 78 14 55 I14 Proposer Va.ran.Pa'.a. rawaa.oath. AN and.Ruda AANattWO,bC. a 0 _ Alma.Aril-400.ov.in. 0 i 0 afevba.ili]D,aao eta,P><aeea a 0 CFH.Inc - 0 0 csaeae..a ke0 0 ...mi....,DmyC a ow.he. —.._a —.—u R 11IIe.eoIb A,o.WiU.PA n 0 3aaraa,Arar.a.ON D a 360801.Me •.• -• •••- 0 0 - MAO oekpCamp Incnra ea 0 0 L UCI EA060.n0.IN DIVA UO0.a9 Oc. 0 0 NWut Caraeh,l•P A 0 0 Wliaa B 41a10w+M.1.1aetPA0 -a . Wise LnNOM=Ma•-••••• 1 ...0 _�_-0-__. FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 441 of 1637 ATTACHMENT A ARCHITECTURE-LANDSCAPE RT-02011.10410 PROFESSMIAL ra `m I p _.—. AR CE3FC8 ALAROENOIlIPJ30N0 LIly Alvarez PSar Caurin 9 Elizabeth Estevez 1 c Low Ta SEVACESP2A CAPRALADMINALAND Y ii I Francisco Garcia REPLACEMENT PROJECTS c1 I c c A99re9ate c Qualitative Quanttatine Steatite) Qualitative Quantitative Subtotal i_ Qualitative _Quantitative Subtotal-1 QualitatNe Quantitative I Subtotal I Savino$Miter Design Studio, A P _ _ _97 0 97 1_ 97 95 0 95 4 94 0 9a 1 100 0 100 1 7 1 Keith and Schnars.P.A. 96 ___ 0 .- .96 -- 3 -— 0 97 2 92 0 92 2 100 _ - ,p _�---i00 .1 8 2 CPK,Inc 96 0 96-. .3. 97 0 97 2 86 0 86 6 100 0 i 100 1 12•-1•3 Curtis&Rogers Design Studio. .---- —- Inc. _ 96 0 96 3 98 0 98 1 87 0 87 5 98 0 98 5 14 •4 Chen-Moore Associates _ 97 0 - 97 1 ' 91 0 91 8 90 0 90 4 98 0 1 - 99 :5 t 16 :5 Miller.Legg&Associates,Inc. 95 0 , 95 6 88 _ 0 88 7 91 0 91 3 100 0- : 200 .-1 17 16 Calvin.Giordano&Associates. — Inc. • 95 0 95_ 6 . — - -92 - 0 92 _5 __ 66 0 86 6 96 0 96 .7 24 7 •_ • Landscape DE,LLC 93 0 93. •8„ . 83 • 0 83 •• 8 60 0 _ 80 8 96 0 96 7 I 31 •6 hopo,.r vew'eaca.o T41001.01l5telhe Cam.Giadm a Ass....K 0 0 Cn01.1,40wAr0V01teP -•_ 0 0 CPH.en. --•--•"0".... - D 00004 Rpm.Dea.y 4000.10 a 0 . Ktileao1Samas PA 0 0 t 0SOaaCOE.LLC 0 0 - ALAS 0214....0.0...< 0 0 a&MLSIC1e,Dn,,Stu.P.A. 0 D FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • i • • Page 442 of 1637 ATTACHMENT A ENGINEERING-CIVIL r-• -------.. ._ _. - -• ---.._.._....__...-• - - - R108 t&ILt.NDPROFESS1pNAt - - — ___,.— ARCNTECTURALMID E1GINEHtRlG CO e c e Low co SEMLMR WIfAt RENEWAL AHD Lily Alvarez C Pilar Can x Elizabeth Estevez .E I Francisco Garcia REPLACEMENT PROJECTS Canna c A89regate C_ __ • 12 Totals k Clueiltetive Quantitative Subtotal Qualitative Quantitative BuSictat Qualitative quantitative Subtotal Qualitative i Quantitative Subtotal , SrhwebkeSbiskin 8 .__. _.._i Associates.Inc. 95 0 95 5 97 0 07 3' 95 0 95 1 100 0 100 2 11 ' 1 CES Consultants.Inc. 97 0 97 2 95 0 95 4• 92 0 92 5 100 O 100 2 13 2 Chan-Moore Associates _97 0 _ 87 2 91 0 91 7• 93 0 93 3 100 0 100 2 14 3 305 Consulting Engmeers_LLC� 95 . .100 1 84 5 89 8% 87 5 92 5 98 5 103 1 15 4 Miller, 8 Associates.inc. 95 0 95 5 94 0 94 .. ,,,93 0 93 3 100 0 100 ,2� 15 4 SRS Enginuenng,Inc. 95 0 95 5 98 0—__98 __ 1 __ B4 _ 0 94 2 98 _ 0 98 7.. 15 4 CPH.Inc. 94 0 94 8 1 _--96 0 88 _ 1 91 0 91 7 100 0 100 •2 18 _ 7 • T Y.Lin International 97 0 97 -�2'- 92 0 92 6 90 _ 0 — 90 8 96 0 98 7 23 1 Prteaw V.w.aiad I TtlYOirNdF. a(O Cwirre Cmitem.LLC a 1 e CE�., SD.a. 0 I 0 Cn.•Novebe dMe 0 D _ CR.,Inc 0 0 40u long5Hweve.Oc a o SOi,mltetuW■Fusiae lac 0 a CIL%rpmveg ire 0 0 TN la.....al 0 0 • FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 443 of 1637 ATTACHMENT A / ENGINEERING-ENVIRONMENTAL SERVICES AND TESTING 6f92016I4i4DPaofE SIg1AL -...- AaCIntH,TVW4NIDEMWNEFRND Lily Alvarez . Pilar Caurin Y Elizabeth Estevez E. c , Low SERVICES FORCMRALREutwai.attD Y Y Francisco Garcia REPLACE/VENT PROJECTS m c A99regat! re , o: - rc I Totals K Qualitative Quanlhative Subtotal auatltauve Quantitative Subtotal Qualitative •• Quantitative Subtotal ' Qualitative Quanlltailve Subtotal E Sciences.Inc. 96 0 96 1 95 0 95 i••2 98 086 1 100 0 100 1 i ---9 . • - • Terracon Consultants,Inc 96 0 96 1 95 0 95 ,2 88 0•-• 88 3 100 0 100 1 7 •- 2 EBS Engineering,Inc. • 95 0 95 4 98 0 98 I 1 92 0 T,82 , 2 100 0 100 1 8 • •3• CSA Central,Inc. 96 - 0 96 1 89 0 69 1 467_ 0 87 4 100 0 100 1 Florida Technical Consultants, --- - _ 10 .4 LLC 94 0 94 5 . 82 0 82 ;5 82 0 _ 62 5 94 0 94 5 , 20 . _5- • 1 `•: PWpppr VM.1,00.1, ToWOu,MYNY OSAcWFal,l,c 0 1 0 ESwFt.nm 0 i 0 . FRS Fng,.acq 00 0 i 0 - Ftnm rn ncalCm••---uc 0 ' 0 `r.,.nte..m...ws 0 I 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • . Page 444 of 1637 • ATTACHMENT A ENGINEERING-MECHANICAL,ELECTRICAL,AND PLUMBING — SF0 1I4aJ1DPR01ELSI0WLL ' ' ------ -----._._—.__ , a g tm Ol FRCHIECTVRaL AND EN09tEE81NG LUy Alvarez c Pilar Cavin c - Elizabeth Estavaz Francisco Garcia Y reg c MINCES FOR CAP0AL Radial-AND : �e REPIACEYDR PROJECTS m c m c A99regat0 .re-- 12 w 2 Totals rc. Gualttathre Quantitative Subtotal Qualitative I Quantitative Subtotal Qualitative I Quantitative Subtotal 0uailativa _Quantitative . Subtotal CSA Central,Inc. 95 0 95 1 96 0 96 1 89 0 _ 89 2 ' 100 0 100 1 5 • 1 Ross&Baruzzini-Inc. 95 0 95 1 95 0 95 2 92 _0' •� 92_y 1 100 • 0 100 ' I 5 f :3FM Engineering.Inc. 99 0 90 3 94 0 94 3--'— 88 0 -- 88 3 98 0 l 98 4 I 13 _ •3 jUC1 Engineering.Inc. 90 0 90 3 90 0 ----. 90 4 86 0 86 • 4 99 0 i 99' —3 I 14 4 . :: :.....•. .: ea.ea:•• ' ' rrop n Velum's Ppnb TowOUWYW. o . Ran aw Sworn pc o ua rpr:g.l _ 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • J Page 445 of 1637 • ATTACHMENT A i ENGINEERING-STRUCTURAL RF02eI6141•N0PROTTSSIONAL CD 4 w __.. .. ____ aRGxn¢7uRAL MuF11GtIIFERa>r' Lily Alvarez Misr Caurin ° Elizabeth Estevez a Francisco Garcia a Low e SFRYICESFOR CAPITAL RENEWAL AND 72 je — nsitACEareaPNOACT5 a • t Aggregate C.1 S _.___�_ ,K _ K _._ ..—..� K Totals a f ___.. OuaGtaOva Quantitative SubtOW Quallfative quanlita6ve Subtotal ; OueOtative 1 Quantitative- •Subtotal quaRtative� Ouanlitafve Subtotal 305 Consulting Engineers,LLC 95 •� 5 100 1 88 5 93 1 79 5 84 5 100 5 •105 I 1 8 1 Eastern Engineering Group -••• Company 95 0 95 3 92 0 92 2 90 _ 0 _ 90 1 100 0 100 2 8 1 CES Consultants,IOC. 97 0 97 2 91 0 91 3 87 0 873 100 0 100 :2 10 3• Master Consulting Engineers, •• —"• _• '"••— -• '-'—' ' Inc. 95 0 95 3 84 0 - 84 5 89 0 89 2 98 0 98 4 14 4 UCI Engineenng,Inc94 0 • 94__• 5 91 0 91 3 87 0 87 3 94 0 94 _ 5 i 16 5 t Diaz,Carreno.Scotti& • - --' Partners,Inc, 92 0 92 6 61 ,.- 0 __81 - 6 75 0 75 ! 6 92 F 0 92 - 6 24 '8 1 I 14•00.014. v.r..an•.v.:u. Tata ea.mww. w1C..ay..0F>y.00..uC s s 1 055 Carob.2.M. a , a 1 ' nw.cow..&aw a P.,.d.•05 0 9 • Fasrn Fr gnome,C rup Ca.r. , i 0 I=F0O*a.y lrc -_ MoserCaowEno...,Y ry6.Oa -• •..•••—•0 0 I . FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 446 of 1637 ATTACHMENT INTERIOR DESIGN I SPACE PLANNING FIFO 201544/00 PRDFESSIDNlLL I .._... _ _ _ ARCRITECi0RALAND ENGINEERING ,c c Law I Lily Alvarez 4 PGarCaurIn Elisabeth Estevez • Francisco Garcia SIDWICES FOR CAMIALRp1EWAL AND +e A re ate REPLACEMENT PROJECTS ' • _... _� •a a _ .. q Totals Qualitative Quanttative Subtotal Qualitative Quentilative t Subtotal i QuaRtativa Quantitatve Subtotal , Qualitative ��Quantitative f Subtotal_ I 12 TSAO Design Group, Incorporated 95 0 95 1 93__._. 0 - 93 1 93 0 93 1 100 I0 100 1 • A 1 MC Designers,Inc. .1-93' 0 93 2 67 0 87 2 89 D_� _-- 89 2 98 0 98 _ .2 8 2 ipoi.psM►aat.. ...... . r.vPo.w worm'.P.Ian Turou., t*. +wow.ua o 0 TEA°WWI C+0.avmr020:0 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 447 of 1637 ATTACHMENT A SURVEYING RFQ2016.141•NOPROTESSICIIAL I _• _ ARCNITECTIIRAL ANO DICKERING = c; m _ rc n I° Low m Lily Alvarez Pilar Caurin ElizabethEstevez Francisco Garcia FORCARIAL RENEWL AD • AggregateWa • REPLACEXENT PROJECTS �a Yotant ; 1 Qualitative Quantitative Subtotal qualifativ■ Quantlfative Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Schwebke-Shiskin 8 Associates,Inc,_ _ 95 _0 95 1 98 0 —_ 98 1 95 0 95 1 100 0 100 ,1 4 _I 1 Prppasr Ywwarfs Points TOM ausailtithe StlnrWko-S.saa=t A-scaTgs.Inc I 0 I 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 448 of 1637 Ross&3aruzztnn 7200 NW 191h Street,Suite 305 • Miami,Florida 33126 305.477.8338 October 2,2018 Ms.Natalia Delgado City of Miami Beach Procurement Department 1755 Meridian Avenue,3'Floor Miami Beach,Florida 33139 RE: RFQ 2018-141-ND,Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects,Engineering-Mechanical,Electrical&Plumbing Dear Ms.Delgado and Members of the Selection Committee, This letter is a follow-up to our submission submitted to the City of Miami Beach on May 7 relative to On-Call Mechanical/Electrical/Plumbing,-(MEP) Engineering Services. We understand that Ross & Baruzzini is being considered as a candidate for award of the On-Call Contract. We wanted to inform the City of Miami Beach that our local resources have changed since we submitted our Proposal: • Our local office remains strong in the security,communications and technology disciplines and our firm will continue to offer these services form our local office. • We no longer have mechanical,electrical and plumbing(MEP)resources in our local office;but do have these resources within our headquarters in St.Louis. We remain interested in the contract relative to security,communications and technology focused projects;but without local MEP resources it may be in your best interest to consider firms with local MEP resources for projects that are MEP Focused. k We thought it best to inform the City of Miami Beach of this change in local resources since our submission and understand any ramifications relative to selection of firms for the contract. Respectfully, otfee:heees,eajo... Michael E.Shea,AIA Senior Vice President,Government Market M:314.378.6082;mshea@rossbar.com Cc:Susan Dimond,Bill Overturf rossbar.com Page 449 of 1637 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) &ADDENDUMS 35 • M I /�/ M I B EI2 H, Procurement Department 1755 Meridian Ave, 3rd Floor,Miami Beach, Florida 33139 www.miamibeachfl.gov. ADDENDUM NO.7 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April 18,2018 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), 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Mondavi May 7,2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, aro Floor Miami Beach, Florida 33139 • Late submittals 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. No further questions will be considered. 2. RESPONSES TO QUESTIONS RECEIVED. Q1: The answer to Q17 states that the City already has a pool of professional surveyors and the City will not consider adding this category to the,list of services. Under the Revised Statement of Work . Required —Exhibit B (Revised Exhibit C), Surveying has been listed as a category of work:Please clarify whether surveying is included as a category in this RFQ proposal or not. Al: Please refer to Addendum No. 5, Exhibit B: Revised Appendix C, Minimum Requirements &Specifications,surveying has been added to the categories of work. Any questions regarding this' Addendum .should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: ) Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential . prop rs that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pr sp c ive Bidders"questionnaire with the reason(s)for not submitting a proposal. Sin —1y,lex - is N(� Promeet Director i RFQ No.2018-141-ND _ Addendum#7 ` 4/18/2018 f /` I /�/� /� ( B EAC� Procurement Department 1 V 1 1 V t 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.6 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April 16,2018 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). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, April 30, 2018,at the following location: • City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami-Beach, Florida 33139 Late submittals 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. - i No further questions will-be considered: Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: • Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@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 Pros ctive Bidders"questionnaire with the reason(s)for not submitting a proposal. n ely, A22- lex 2 -lex D'.i Procurement Director . i RFQ No.2018-141-ND Addendum#6 • 4/16/2018 / V 1 I/\/ Y ,I B EACHProcurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS (the RFQ) April 13,2018 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). • • 1. REVISION: Delete Section 0300, Submittal Instructions and Format, on page 12—13 of the RFQ, in its entirety and Replace with Revised Section 0300,Submittal Instructions and Format, attached hereto as Exhibit A. 2. REVISION: Delete Appendix C, Minimum Requirements &Specifications, on page 27—28 of the RFQ, in its entirety and Replace with Revised Appendix C, Minimum Requirements & Specifications, attached here to,as Exhibit B. 3. ATTACHMENTS. Exhibit A: Revised Section 0300, Submittal Instructions and Format. Exhibit B: Revised Appendix C, Minimum Requirements&Specifications 4. RESPONSES TO QUESTIONS RECEIVED. Q1: Could you please clarify what is needed for the three references? Do we need reference letters or just contact information? Al: As stipulated in Appendix A, Response Certification, Questionnaire & Requirements Affidavit, 3. References & Past Performance, 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. Q2: Do only originals need to be in 3 ring binders or the 10 copies also? A2: As stipulated in Section 0300, Submittal Instructions and Format, 1. Sealed Responses, the City prefers that the original be in a 3-ring. Additionally,that the Proposer submit ten (10) bound copies and one(1)electronic format(CD or USB format). How the copies are bound is up to the proposer. Q3: Pg 13, Section 2.3.1 Audited Financial Statements in lieu of D&B SQR. Will a current(2017-2018) certification letter from FDOT suffice for Audited Financial Statements?or do you require the Audited Financial Statement itself as submitted to FDOT for Certification? . A3: Please refer to Exhibit A: Revised Section 0300, Submittal Instructions and Format. Neither is requested at this time. RFQ No.2018-141-ND Addendum#5 4/13/2018 V f SI B EAC u Procurement Department 1755 Meridian , Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q4: Are the proposing firms required to submit sub-consultants to address all the service areas identified on p. 28 of Appendix C? A4: Proposers may but are not required to submit proposals for all categories of work stated within the RFQ. Proposals must be limited to a single category of work. Those Proposers wishing to submit proposals for multiple categories of work must submit a separate proposal for each category. For example, if a Proposer wishes to submit a proposal for Architecture-General AND for Engineering-Structural, the Proposer must submit a single proposal for Architecture-General and a separate and distinct proposal for Engineering- Structural. Proposals are not to include sub-consultants at this time.Proposals shall only be submitted • for the areas of work that will be completed by the submitting firm. • Q5: Under "Experience and Qualifications of the Firm", you have asked for an SF330. Then, under • "Experience and Qualifications of the Team", you have asked, "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". The SF330 includes resumes. Are you looking for resumes to be included twice in two separate sections? • A5: Please refer to Exhibit A: Revised Section 0300,Submittal Instructions and Format. Q6: Under"Experience and Qualifications of the Team", you are asking for "Project Experience: For each architect and engineer, include information for three (3) relevant projects, performed in the last five years, for public or private sector clients."Does"architect and engineer"refer to each individual • on the team,or rather to the firm as a whole?Projects are included in the SF330.Are you looking for • projects to be included twice in two separate sections? A6: See response to item Q5 above. • Q7: Do we have to submit info for both Tab 2 and Tab 3.or just Tab 2 since we are submitting as a firm and not as a Team? A7: See response to item Q4 above. Q8: In the RFQ, under the Format section, for Tab 2.2 (Qualifications of Proposing Firm), are we to use SF 330 section F to present this information? AS: See response to item Q5,above. Q9: We are a consulting engineer (Mechanical, Electrical, and Plumbing) firm, do we have to be listed under an architect in the proposal or can we submit our own proposal? A9: See response to item Q4 above. RFQ No.2018-141-ND Addendum#5 . 4/13/2018 M I Al I B EAC Procurement Department 1755 Meridian Ave,3rd Floor,Miami Beach, Florida 33139 www.miamibeachfl.gov Q10: Insurance Requirements-Are we required to carry Workers'Comp,General Liability, and Automobile Liability?We do carry the 1 M professional liability being an engineering firm. . A10: Yes,the Consultant will need to maintain the minimum levels of insurance indicated in Appendix D, Insurance Requirements. Q11: Could the City please clarify intent?"Teams"with the"Prime"being the discipline under which you are submitting or Single-discipline proposals with no sub-consultants included?or will both types of submittals be allowed in which case.. is it up to the Proposer? Al1: See response to item Q4 above. Q12: Tab 2 Section 2.2 asks for client references,Tab 3 Section 3.1.1 also asks for client references, and item 3 of the Response Certification, Questionnaire & Requirements Affidavit also asks for references. Can these references be the same? Al2: No, references requested under Appendix A and Tab 3 are for the firm. References • requested under Tab 4 are for the Proposer's individual team members (architects and engineers). • Q13: Can the proposer include references from City of Miami Beach staff? A13: Yes,the proposer can include references from the City, providing they are specific to a project. • Q14: Is there a preponderance of vertical or horizontal tasks anticipated from this contract? A14: The City anticipates there to be a preponderance of vertical tasks resulting from the award of this solicitation. Q15: While we understand that the industry is generally called Architectural/Engineering Services, Page 27 item C2 lists categories being sought grouped categorically as either "Architecture" or - - "Engineering". In the case of, for example, "Architecture — Landscape", the fact that it is written where landscape is appended to architecture it could be misunderstood to read that a landscape • architectural firm must be a sub or part of architectural team because of the way it written. Please clarify that it is not the intent of the City to force landscape architecture services to be solely provided as a sub to an architectural prime, and instead landscape architectural services can be submitted independently. A15: See response to item Q4 above. Q16: "Engineering — Structural" is listed twice. Can the City clarify if one of those was intended to be "Engineering—Civil" • • A16: Please refer to Exhibit B: Revised Appendix C, Minimum Requirements & Specifications. • RFQ No.2018-141-ND Addendum#5 4/13/2018 MI J� A /� I B EiA2 l� Procurement Department /�/ �/ t rl 1755 Meridian Ave,3 'Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q17: Does the City already have a pool of Professional Surveyors? If not, will the City consider adding this category to the list of services? A17: The City already has a pool of Professional Surveyors. Hence, the City will not consider adding this category to the list of services. Q18: Mechanical, Electrical and Plumbing services are all grouped together, however there are many highly qualified firms that provide one and not all three of those services. Will the City consider `. breaking each of these out into separate categories? • A18: See response to item Q16 above. Q19: If the City will not break-out Mechanical, Electrical and Plumbing services into separate categories, will the City clarify if a firm that does not provide all three services in-house will preclude them from being eligible to submit. A19: "See response to item Q16 above. Q20: During the Pre-Proposal Conference it was stated that firms could submit individually or as'a part of a team. Concerns were brought up by several of the participants and attendees that that structure • would result in disadvantageous situations for the applicants. Seldom are projects, even the small ones,only the product of one sole discipline. Therefore, an applicant may be selected by the City as part of a 'pool', for example for.Landscape Architectural or Civil Engineering Services. If, for example, a project is then given to an Architect for a building renovation or annex that will also require landscape/and civil work, and if that Architect's RFQ submittal included a Civil Engineer or Landscape Architect as a part of their 'team', then the contracted firm in the pool of qualified • consultants selected by the City will not see the benefits of having submitted to perform any necessary intersecting services required as a part of the scope for that specific building renovation project. We think that the option to submit independently or as a part of a team may result in (a) bulking-up all the RFQ responses that will be received by the City to include both prime and consultant services which will make the task of an apples-to-apples comparison by the evaluation committee very difficult — or it may (b) dissuade qualified applicants from submitting altogether because they have not formed the established relationships other 'teams' may have in place — ultimately reducing the options for qualified professionals available for the City to choose from and setting the City at a disadvantage. We would respectfully recommend that all responses be made solely for the primary in-house service offered and that the option to also submit as part of a team be eliminated. That way, each applicant will be solely evaluated based on that primary service they are providing. The City could request that each applicant could state what firms they have had past experiences with thatprovide what would be sub-consultant services in a new Tab 2.4 to be included in,Page 13. The City could then clarify that as a project becomes available, it would be the City's responsibility to assemble the. project team solely from those within the pool. If a prime has a stated working relationship with another firm that is also in the pool, then the City could favorably select that second firm to be a part of the team,or not. Ultimately,this will be in the City's best interest because (a)it will ensure that all team-members have been properly vetted through the selection process, and (b) it will clarify the process to those of us responding to this RFQ. RFQ No.2018-141-ND Addendum#5 4/13/2018 MIAMI BEACHProcurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Given the above, please confirm if it is still the intent of the City to allow submittals to be independently submitted as well as a part of a team. A20: See response to item Q4 above. • Q21: We understood from the statements made during the Pre-Proposal Conference that, for ease and facility of review, all submittals for each different service category should be submitted as separate packages, independently. Therefore, 1 firm who submits for 3 different service categories will provide 3 separate submittals. We certainly understand the effectiveness of this request; we simply want to confirm if our understanding is correct. A21: The City confirms that for ease and facility of review all submittals for each different service category must be submitted as separate packages,independently. Q22: Appendix A.What tab does the questionnaire affidavit fall under.Should Appendix A be a tab unto itself? A22: See response to item Q5 above. Q23: 2.3 Financial Capacity. Do we request D&B SQR after the bid opening upon notification from the City or do we have D&B send the SQR to the City now? A23: As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report (SQR)within three (3)days of request by the City. Q24: The numbering under the Submittal Instructions and Format seems to be off starting on page 12.Will you be updating that? A24: See response to item Q5 above. Q25: Are you looking for teams or individual firms for each"category"? A25: See response to item Q4 above. Q26: Civil engineering is not listed but structural is listed twice. Please clarify. A26: See response to item Q16 above. Q27; Is the City of Miami Beach looking to award individual Agreements for each Discipline or only (1) Agreement with a Prime and Sub-consultants. Also, if it will only be(1)Agreement,who shall be the Prime? A27: Sub-consultants are not being considered at this time. The City of Miami Beach is _ looking to award individual agreements for each discipline. In the case were a firm is awarded various disciplines, one agreement will be executed and will indicate the various disciplines. RFQ No.2018-141-ND Addendum#5 4/13/2018 • M I A I B E " C H Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov Q28: Would the City be able to provide a list of the firms that currently hold contracts and expiration date of those contracts? • A28: The City currently does not have a contract for professional architectural and engineering services for capital renewal and replacement projects. Q29: Is the Architectural and Engineering Services for this RFQ associated with the cost less than $325,000? A29: Yes, this RFQ is for professional architectural and engineering services for capital renewal and replacement projects usually expected to cost less than$325,000.. Q30: Page 27 lists Engineering-Structural as a category two times. Is another category of engineering required? A30: See response to item Q16 above. Q31: Please elaborate on the type of testing &inspection services required under the Master Agreement. A31: No testing or inspection services are required.See response to item Q16 above. Q32: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A32: See response to item Q4 above. Q33: Under which category(ies)does the following services fall under? -Lab Testing -Soils&Geologic Studies, Foundations -Roofing Assessments, Replacements -Testing &Inspection Services A33: See response to item Q16 above. Soils & Geologic Studies, Foundations falls under the Engineering — Environmental Services and Testing category. Roofing Assessments, Replacements falls under the Architecture—General category. Q34: Please provide information on what type of testing services are required for the Engineering- Environmental Services category. A34: Various, including, but not limited to: surveys for asbestos containing materials (or ACM);lead based materials,AsbestoslLead Abatement,and indoor air monitoring services. Q35: Please provide clarification as to what lab testing services are required under the Master Agreement. A35: The category for lab testing services was deleted from Appendix C, Minimum • Requirements&Specifications. RFQ No.2018-141-ND Addendum#5 4/13/2018 • MC /� I B E C � Procurement Department /-1�n /`V 1 U P'1 1755 Meridian Ave,aro Floor,Miami Beach, Florida 33139 www.miamibeachfl.gov • Q36: Page 12,TAB 2 reads 1.3.Should this be part of TAB 1 or TAB 2? - i A36: See response to item Q5 above. Q37: Under "SECTION 0300/SUBMITTAL INSTRUCTIONS AND FORMAT", please clarify where APPENDIX A, B, D&E are to be placed in RFQ Submittal package. • A37: See response to item Q22 above. Appendix B is to be submitted if the Proposer has • elected not to submit a proposal. Hence, it is not mentioned in Section 0300,.Submittal Instructions and Format. Appendix D and E are not to be included in the proposal. • Q38: Section 2.2(Qualifications of Proposing Firm) ask to submit information regarding experience on non-residential small projects, construction cost below 325,000. Is it possible to include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical like Deering Estate or Woman's Club at Coconut Grove? A38: Yes, when submitting information regarding experience you can include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical projects. Q39: For section 3.1.1 it seems to duplicate section Z.2.Are we to provide small projects in both sections? ' and are the projects supposed to be individual experience, firm experience or subconsultant experience? • A39: Tab 3, Section 3.1 Qualifications of Proposing Firm, requests firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies, for-non-residential small projects. Tab 4, 1 Section 4.1.1 Project Experience, requests the experience of the firm's individual team members on small projects as defined in Section 3.1. Proposals are not to include sub • - - consultants at this time. Q40: Should the DUNS information required in Tab 2.3 be sent to you? A40: Not at this time. As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun&Bradstreet to submit a Supplier Qualifier Report(SQR)within three(3)days of request by the City. The Supplier Qualifier Report(SQR) • shall be sent via email to nataliadelgadoQmiamibeachfl.gov. Q41: In Section C2. Statement of Work Required(Page 27 of RFQ), could the City please clarify what the scope of items are for the Engineering—Environmental Services and Testing category? A41: See response to item Q34 above. Q42: We would like to know how we should structure the proposal in regards to Tab 2 (Page 12 of RFQ). Would the City like two tabs for#2, one in front of item 1.3 and one in front of item 2.1? A42: See response to item Q5 above. • RFQ No.2018-141-ND Addendum#5 4/13/2018 V I - n I B E ^ C u Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov Q43: Are there any subs which may be excluded from participating on teams, as they may be on existing contracts with the City? A43: See response to item Q36 above. Q44: We understand that "testing," as it relates to geotechnical, laboratory services, and/or building materials testing, is included in the"Environmental—Environmental Services and Testing"category. Is this correct? If rib,then what categories do each of the following services fall under? • Lab Testing • • Soils&Geologic Studies, Foundations • Roofing Assessments, Replacements • Testing& Inspection Services A44: See response to item Q33 above. Q45: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A45:, See response to item Q32 above. • Q46: Page 27 lists "Engineering —Structural" as a category two times. Is another category of engineering required? A46: See response to item Q16 above. Q47: Who are the incumbents? A47: See response to item Q28 above. Q48: Page 12: Please confirm that the hard copy submittal requires tab label of "0400" or if it can be • labeled as outlined in the Proposal format(Tab 1,Tab 2,etc.), A48: It is strongly recommended that the Proposals be organized and tabbed in accordance with Section 0300,Submittal Instructions and Format. Q49: Page 13: Please clarify minimum required small projects of as minimum of three or five. A49: See response to item Q5 above. Q50: Page 13:. Section 3.1.1. cites small projects as defined in 2.1. Please clarify that definition of small projects is per Section 2.2. A50: See response to item Q5 above. Q51: Where should we include Appendix A? A51: See response to item Q5 above. RFQ No.2018-141-ND • Addendum#5 4/13/2018 Q �/� E/\ Procurement DepartmentI `f Y 1755 Meridian Ave,3r Floor,Miami Beach,Florida 33139 www.miamibeachfl.gov Q52: Regarding the proposal format, noticed that you have Tab 2 twice. Should the second Tab 2 be changed to Tab 3 and so on.. • A52: See response to item Q5 above. • Q53: Could you please make clarification in reference to the requested structure of the response. On tab 2, section 2.1 is requesting the use of Standard Form 330. On this form, it is a requirement to show • 10 projects that show qualification of the firm and the key people involved (which is reflected in the matrix section G of the SF330). A53: See response to item Q5 above. Q54: On the "Submittal Instructions and Format" proposed by Miami Beach, is the information to be included in Tab 2#2.2"Qualifications of Proposing Firm"the Form 330 Section E or Section F from • Form 330? Section E lists 5 relevant projects to be entered in that section while we are required to submit three (3) Section F "Example Projects" as per Tab 3 on the "Submittal Instructions and Format"proposed by Miami Beach. A54: Tab 3 Section 3.1 requests the Qualifications of the Proposing Firm. Form 330 Section E and F make reference to the key personnel and team. Q55: Regarding Form 330 Section F, I understand we need to submit three (3) small projectsrelevant to the category of work for this proposal/RFQ (Three (3) small projects are specified in Tab 3 on the "Submittal Instructions and Format proposed by Miami Beach). Is Section F the same information that is specified to be included in Tab 3 on the "Submittal Instructions and Format" proposed by Miami Beach? If so, do I place a copy of those three(3)Section F example projects together with the Form 330 in Tab 2 and another copy of the Section F three(3)small projects in Tab 3 as well? A55: See response to item Q5 above. • • Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov • Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@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. Si ely, Al•xD-. •curement Director RFQ No.2018-141-ND • Addendum#5 4/13/2018 - I MI /, 1 B EACfrJProcurement Department /�/ \/ 1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www,miamibeachfl.gov Exhibit A Revised Section 0300, Submittal Instructions and Format • • • RFQ No.2018-141-ND Addendum#5 4/13/2018 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (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. Statement of Qualifications is 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. • TAB 1 Cover Letter&Table of Content 1.1 Cover Letter.The cover letter must be signed by a principal or agent able to the bind the firm and contain t_he following: (a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ. (b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted. • - Categories of Work; include: Architecture — General; Architecture — Landscape; Engineering — Environmental; Engineering—Mechanical,Electrical&Plumbing; Engineering—Structural. • Proposers shall submit separate proposals for each category of work for which a proposal is • submitted. Example: a firm which provides general architecture and landscape architecture shall submit one proposal for Architecture—General and a separate and,distinct proposal for Architecture—Landscape. • 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. TAB 2 Minimum Requirements 2.1 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications, including • a) Architect I. Engineering Firm. Provide copies that the firm is certified by the Florida Department of Business and Professional Regulation to do business in Florida. b) Principle and,Account Representatives. For the principle and account representative(s) submitted under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and Professional Regulation to do business in Florida. Proposer should also submit copies of architect/engineer license for all licensed firm employees. RFQ 2018-141-ND • r MIAMI BEACH TAB 3 Experience&Qualifications of the Firm 3.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies, for non-residential small projects (construction costs below $325,000 and planning/studies below $35,000), Submit at least three (3) small projects relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public sector agencies. For each small project submitted,the following is required: • project name, • project description(including cost/budget), • agency/client name, • agency/client contact, • contact telephone&email, • and year(s) and term of engagement. • TAB 4 Experience&Qualifications of the Team 4.1 Qualifications of Proposer's Individual Team Members (Architects and Engineers). Provide an organizational chart which indicates, at a minimum,the principles of the firm, account representatives and individual team members to be assigned to any award by the City of Miami Beach pursuant to this RFQ. Include details on 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, THIS SECTION IS NOT DIRECTED AT SUB-CONSULTANTS. SUB-CONSULTANTS ARE NOT TO BE SUBMITTED AT THIS TIME. 4.1.1 Project Experience. For each architect and engineer (Firm's individual team members), include information for three (3) relevant projects, performed in the last five (5) years'for public or private sector clients. Relevant projects shall include those projects similar in scope to those services listed in Appendix C. Submit-at least three (3) small projects (as defined in Section 3.1 above) relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public or private sector agencies. For each small project submitted,the following is required: • project name • project description, • 'agency/client name, • agency/client contact, . • contact telephone&email, • and year(s) and term of engagement. TAB 5 . Required Forms 5.1 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. • 4. FINANCIAL CAPACITY.Within three (3) business days of request by the City, each Proposer shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet, The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report RFQ 2018-141-ND - • MIAMI BEACH from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers 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. 5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to,annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). • • • • • • • • RFQ 2018-141-ND - S f /� I!1� V 1 / 1,f\ /� I B E 4Procurement Department 1 V 1 1755 Meridian Ave,3rd Floor, Miami Beach,Florida 33139 • www.miamibeachfl,gov • Exhibit B Revised Appendix C, Minimum Requirements & Specifications RFQ No.2018-141-ND Addendum#5 4/13/2018 C1. Minimum Eligibility Requirements.The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals '• with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Firms. Firms must be certified by the Florida Department of Business and Professional • Regulation as architecture or engineering business. 2. Architects/Engineers. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation for their area of work. C2. Statement of Work Required. It is the intent of the City of Miami Beach to select multiple firms within each category that may be contacted on an "as-needed basis" during the term of the contract to submit consulting proposals on small projects whose estimated construction value is fess than the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes(currently$35,000 or as amended by law).. The categories of work shall include: •Architecture—General •Architecture—Landscape •Engineering—Environmental Services and Testing •Engineering—Mechanical,Electrical &Plumbing • •Engineering—Electrical •Engineering—Plumbing • •Engineering-Mechanical •Engineering—Structural •Engineering—Civil , •Interior Design I Space Planning •LEED Commissioning •Surveying • The Administration will negotiate with a consultant(s)deemed to best qualified for the project based on an hourly rate (see Appendix E) or on a negotiated lump sum basis per project. If agreement is reached with the consultant for a specific project, a Consultant Service Order(CSO) will be issued, along with a Purchase Order(PO). No work is authorized, nor shall the City be liable for payment, until the CSO and PO are issued. The select consultant will be required to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E) and the CSO.The highest professional standards shall be utilized for all work, RFQ 2018-141-ND 27 • The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO. The City may reject the use of any sub-consultant. The services authorized under the resilting Master Agreement,include(but are not limited to): •• Acoustics,Noise Abatement • Fire Protection • Air Pollution Control • Heating;Ventilating;Air Conditioning • Auditoriums and Theaters • 'Interior Design;Space Planning • Automation;Controls;Instrumentation • Irrigation;Drainage • .Boundary Survey • Landscape Architecture • Codes;Standards;Ordinances • Lighting(Interior,Display,Theater,etc.) • Communications Systems;TV;Microwave • Lighting(Exterior,Streets,Memorials,Athletic Fields, • Conceptual Studies etc.) • Construction Administration • Plumbing and Piping Design • Cost Estimating • Recreation Facilities(Parks,Marinas,etc.) • Energy Conservation/Energy Sources • Rehabilitation, Remodel, Renovate (Buildings, • Electrical Structures,Facilities,etc.) • General Environmental Services: • Safety Engineering;Accident Studies;OSHA Studies • o Environmental Assessments • Security Systems;Intruder&Smoke Detection o Air and Water quality testing and • Soils&Geologic Studies;Foundations monitoring Storage Tank Repair and Monitoring o Environmental sustainability planning • Structural Design;Special Structures services • Surveying,Mapping,GIS,and other services: o Environmental support services to • Platting;Mapping;Flood Plain Studies • achieve and maintain regulatory • Roofing Assessments,Replacements compliance • Swimming Pools • Contamination Assessment: • Topographical Survey • o Environmental Site Assessments • Urban Renewals;Community Development o Oversee and coordinate remedlation • Value Analysis;Life-Cycling Costing project • Any other professional services normally considered o Preparation of sampling and remediation under the disciplines of architecture and engineering. plans and other related documents • Improve Building Performance o Other associated tasks related to • regulatory compliance The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building'Codes, as well as any other applicable law or regulation. The\teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach with all applicable local,state and federal regulations. C3.Term of Contract:_It is expected that any resulting agreement shall be valid for a term of three • (3) years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance. _ C4.Fee Standards:For determination of project fees the City will use the Design Professional Fee Guidelines for 'Basic" Architectural and Engineering Services available at https://fp.state.fl.us/docs/DMSAEFeeGuidedefinition.asp RFQ 2018-141—ND 28 M I A � I Etc(� Procurement Department ' �/ 1 J 1755 Meridian Ave,3rd Floor,Miami Beach, Florida 33139 www.miamibeachfLgov ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April 11, 2018 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). _ 1. RFQ DUE DATE,AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, April 23,2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted inwriting to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfLgov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfLgov 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 Pros ective Bidders"questionnaire with the reason(s)for not submitting a proposal. ' c ly, AxDes rocu ent Director • • RFQ No.2018-141-ND Addendum#3 , 4/11/2018 4 l M /I /� f /� I BEACH Procurement Department I V l 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO,2018-14'1-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) March 28,2018 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). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, • April 16,2018,at the following location: • City of Miami Beach • Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned'to plan sufficient time to allow for traffic or other delays for which.the Proposer is solely responsible. . A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. I j Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado .305-673-7000 ext. 6263 nataliadelgado@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 Prosp- ' : Bidders"questionnaire with the reason(s)for not submitting a proposal. � 4 � „:„/ I o urement Director RFQ No.2018-141-ND Addendum#3 3/28/2018 • MIf� A /� I B EIA,r H Procurement Department /�1� V �.,0 1700 Convention Center Drive,Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS (the RFQ) March 6,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The RFQ is amended in the following particulars only. • 1. ATTACHMENTS: Exhibit A: Pre-Proposal Meeting Sign-In Sheet • A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataiiadeigado@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. 1i c rely, Ale +rnis PotPr ement Director • • , • RFQ No.2018-141-ND Addendum#2 3/6/2018 , MI {�' EProcurement Department I /-1 t �/ , 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachflgov • Exhibit A • Pre-Proposal Meeting Sign-In Sheet RFQ No.2018-141-ND Addendum#2 3/6/2018 • MIAMBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RRZ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS ''R'liejl'I'W'C4'':!1;#120V541;i4g,We,1,11:,'ilt:,,,intoliiit14,V-slytx,,,i,::,41-, 4vitp,i,Iti;i6,4,414 {,,, !,, ,...,,?-,s,...,,,, i,,, ;A:vai.:-; s,-!',.„g , :; ,'I':ff:it,,,, ..,:tgvii.100,13,,,L 1',til'tdthgVd41* 8t,likittii 1 faikAiLitA kt*iiitt:V, i .. Natalia Delgado Procurement-CMB 305-673-7000 1\ nataliadelgado@miamibeachfl.gov Ext.6263 .----te.„-- 305,673'- PP...r.r..-7z-ry 70 c., - -4,.,-, &Sh±;•..1'.L.4141..14VX 2-'I1 VCIA a.. vFectroit, erf.6.4.ise,i.t.hq.lett 1- (2101- ad ( Kloyei- ey, p.m\ .5 tuU As fen• -(5- 3o re,")) — 5- 116 I — K love,e e dna)..s triorX•117;Z / 1-a-ra-4-2, bougon., "Pd-- b•r-tAlYuclrIni. corvt, 52..S1 ' JZTiL-. sx4. i 0 S C-VRS tie6g4 I 1,g6,. f—g.Ile CIA*C-14 6RPI6,GAgeMeCFAS tom 61-1- 311-0 il ova CcANLsAise-a—i 3°5 - 9 4I- W-----7 _ MK e-- 51/vP---1Audi- IA M Sktilt.fizi4 0 viavg,-;CoANAt43,07•(Aut 1 O27 g-oru4,6 vur,0-. (e ) 570 L CAfrvea.- jr\ratAINct."S CC>6P-,rar,' .e 114.4.1.^,11.2.0,(Ag. &;ii /4,1(cia 7-y L/)-, (,OV 3 0 r • 4,ra o13 . .(--14----- „wer,..io./2•71.10 619.7>”ti.H.,,C47177 e'CLVCeYr\ el\SINN...Q.0)/1/05(.--1413.)9 , 6 v*.e.tij 1-01'ea0 . ..11-k\r\Q.11k..t(i)ec,ASNerNe_s .cbcy‘ 3DC --W- ...1 _ 1 , • 1 Y IA I EACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR. CAPITAL RENEWAL AND REPLACEMENT PROJECTS ��grsN�n� t it � t� 0 ' t &v a 2 . 1.4t1:! 7 ,;1 Yai s * AL � C >r �u , eu rtP h '' . Dg g ENCTrnttutcs kip A-Ralf-Mem - SI-f-A i l stDDtspoE 86-4¢�-st 2-05S tea atc.�'DS-aver.cont WI Ettl rtteRs 44_Thr,/uAlezis ��►� - 114Y), ��b8-E�4.eom '14-441-.ifw li-RSR?( /14 /406.5... t MooW A-//nctaws �htrUe2 oa-,co ti 56T-(62-4418 g F +.1 grea.cou.tJLrr tQc u$7LS 9.5-2F l -78-31 Ate` '- 2- Ac6c- e.MCGIN-IGtnt- I26.CcI V C \4 cabana;az-Qbu,id;nyenu:TV-cor4 35'- 31)1 (AbCN\ _11"OZ V iAi I P l �g es\ ;•17 Ora,L Q'. Rnotpetna N If t A�1lKl P2V Jt}2(}ci. €Ory^ (1,54-)110797F L�nrrtevb1'raaYtnC-co • p,, ,113)24-1.646-7 Jl € L11M8VE'2.. TSAb DESIGN (,Q p 3 s-6-7 91 , SBE-DBE o£..a�� 6ecuP r,nu, ,z C� rsaa Stc�u.to ()ULC GOwp� . Sot_-/'•+ZCN IN c Sot..-PRGt{, . 05740 0723 3oS 740 Oz I @sot_-at�Ih.e,oM cc...-(k1/4 y Ntahol � �g -31°i-z35z J\4bOr-®foo r.ccM9l .f�M i4gC tic?. MDT �� s hi--d w �JJC4 L •3Y5.3?99- 2 MIAMI BE CITY OF MIAMI BEACH - PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR' CAPITAL RENEWAL AND REPLACEMENT PROJECTS `� r t {�v� ��r � 4y r�r�7114, S�� :: PA �3 4I � i;y ' it ��r�. ,� 4 "9w �t Mt, sfi�ar� tg �aP . .3pGp^^ �,7 t i at' :,,,„,,,,,„,„,,t,,,„,,,;, ,. §�1 ,���sae,•.' 'w�>.11 .\‘.41.4i, si:dr 3 `�"'„ '' \y rr ON ,,,r_. :' `` �"r}i. ..���t s e"_ro"1 a„e awn kn. .c .L .',$d`•> ., .. ,w"" .... �`,,,r c\cA c\ o y exwo G- \eYLcL ' vr-- C300ent7.]0 c-ACAVIC-Nle.1— -� i E 305f63 rqh 3os S,4 3/7�Y DoU51c-S ITdw1�ISv1 Laidsc Dg. � �l 1 Poi); LSO c.4.-dSGu✓Je1DE car..,. 3°5-Z1S-9GY3 I k ; I* :auh Live, W ot,,,, ! vo 3O (o• al lam ee,ai t h isavk1 avIe, c. iwI 37 11- Al VQYo GOA-GA J U C'CO S 4tic+-,U '. cC£I< ScAi1 GSD - `kml N D( 2 GAG t -5 )Slo ban 3145 esti}-1191.Y krL-cili to -s,t aw- 11- al< urt( 1 cf illZ�t1 362.7440x5 3052741130Luc X15 @.GV'hco rp•cro,) LUCA5•'SACoz,61:10T cAl1 c,,,, A-t, a1B j'CArzrze,rJoj 0,4 6:aruzE 5c0-f4i.0 r°r4k6-s `.'C-gS( .a •a-rvenoPvcsto—'d e.Com °1x71 c1cw..cll`a, 561-64/ (409-)896- cancZctoz-1 6+-A r,J?ran rrlerd-ee..I 1 S3,51822 cwianr4 ri.dc4 a ow:roomer)-acar„ 1/0 .-F3..5'67Go8 6 NVL4rc1 r+ecfwre 19.1 35- , N v<< , 3IIevi)! P1@7a(400.c -2ce7 A-6-6H( - 3n0 MIAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: FIFA-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS 4. t,Ni iC �(4'gillE { 3.�' ,' ,i'xiti�t�� 4��T_i'""vgif 3 ,,se t "; V v 4,,O, LI +a "tb` t4,,,, )., ? ,,,,.,4Ea. ^:s•, �,k v,,.....t.., .s.. ,,,,..10 ,,aki,sir, :`!'ior ikttii. a 1 4,,:1,4 ;�#3. �',ts.A4 �r, i �� "' it\d Cobh, , rl 7 ( (v, 1" aelortA oceatwor/4 um. 4,000 C b 1 fes` J &7L\ c 30.E 6'6-- 5JrflO 3b( POG) '�'1'I�►-aSSocct,S,C ►, Ccii q 3o - Q2-- . 4'n �4 e �ier'5Dau Ci�stS lcnUiYr�u,�a,���iu.�jU� 15-54 `(�J`6`- uaftQCavis-P.uvi dnvndu%4 .•(6v.n. i8,-2g5.1590 5c5WY-13eg 1,0,,nr, (-81 in 0 111�t Ui •gin I 1 1• cl L, !I �• JJn i c,+n _ C t PE. E,ie,- Q0 0 30 -q34- yZ '-3os-its--'3.4.0 LCtin0. �/i Y; 4 30Y-+1.5-•`=ri5o GAF IIGv\L,./ 12 GQ.<461Q)r.corn NG`MA ©'m-(CB HAKs,€(1114+204V,A.d10+mss i.(....d Sv t t ego a0 HAY-5.N el* `186.22R•2o(o 00- 1} vi rn d1P Co>1Su-Lia-.4-fS �ZC> . �/ Kaw/bf;J{Ca✓ KTedviguaec-1,,�sc @�.> w�-c, °�—s�i6 Z8s13 :S -2P46�' Rtca.tfd t .e.cL NA ti SKte-ivN' �,cN4�r1Nc, Ca. 1 305-3/6-//2$ "r/. "9jv4.-roto 'tkE,e.stl pA, 305 1}L}b 4l`6`l'1 AO '. SastmleN� N DA:ii vv El-pTiO@ buLL-coo 1♦E¢.-H•wN J.10-j Pe POT-D-€:113 VeRfLO D-se.mei 16,4 rJG-t.crl 3:,5.209-13/1r 141j's �j�Le- Z�S5 1b re-4 @truss-arch,(Dm 305-7111-6677-- G-rasa, DU-C- .aor.Lt-P' -1C r%4l-3cY-1$37 LS-1(-0-10-As C Sa tui a0 a1 •acU^t-tec.as:t,e==rn 4 MIAMI BEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018' TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS '1111,111.11101,` ri it � I � x � � ap, p '4'4_ i • a dP � F u + a ".,011• . •k . � , �h - i ',.4��A4 pyTl �kt14 11„, t •M1 " v.h, .k � exwa.� .: , l�qn � 0 Jwn (� Q� �. i� rpS Jo ce. -S, --nC. \l r t l t crn c1.s-t I h ��I�am N(ed�.l(,n Aeeht �ee-�- `�. . . . i i ' \ ssa z (ateh► - 9, A QJn► �J 2 irP .=— - .e.. . - .srzt_ _.4.(12.. , • kc li-e.e s, r.A . Q_J NovaCrensacl-(ca-nc T-0,)a.-610), 1,1 et t t r..01 ( Q :. ,..0,.,, ,,, ,,_on_,,,e,„e0._, , 0 ,...,„,0, 'DILA 3 f cgi&- a-TA,.,=I r-N. etcle.icvoe.7. old (D302.zqg . ba S IVO()t tee-4-s Gorr),.( <eG\ ` `tea N..(2arz....r, 2 MIA IBEACH • CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING • ' SIGN-IN SHEET • DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS > AtZ7 > ! L"e'tf/ vj 2. y n i u �1^1"i pti _NOQGt-e--) •?\i � ctnc t)P n Q-- 3e-oat c=ct an a55tc.Aa4€. G C .dd\m4 2d ►-s I-a,.)i s • Cc.1)-‘t-k-ee2k-s. ao rem 1 f Com,t 4\t 1-4eQna r z G-1 . ‘t • (47_ \.et .e� eek• (1, • • • 3 MI /� � /� Ii EAC H Procurement Department /"1/ �/ ' 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachfl.gov • ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO.2018-141-ND • PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) February 26,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by.the City.The RFQ is amended in the following particulars only. • 1. REVISION: Section 0200–Instructions to Respondents &General Conditions, 5. Pre-Proposal Meeting or Site • Visit(s) on page 4 of`the RFQ, is hereby amended as follows. (deletions are shown by strikethrough and • _ _. additions_are_underlined).:__._._ —_ .___ ___ _ . . 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: 1142611 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. Any questions regarding this Addendum should be submitted in writing to the Procurement Management • Department to the attention of the individual named below, with a copy to the City Clerk's Office •at • RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado ° 305-673-7000 ext.6263 .nataliadelgado@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. ly, • exDei '. rocur- ent Director RFQ No,2018-141-ND Addendum#1 2/26/2018 REQUEST FOR QUALIFICATIONS ( RFQ ) PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS RFQ 2018-141-ND RFQ ISSUANCE DATE:.FEBRUARY 15, 2018 RESPONSES DUE: APRIL 2, 2018 @ 3:00 PM ISSUED BY: NATALIA DELGADO MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3RD Floor, Miami Beach, FL 33139 305.673..7490I www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE - 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 15 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO BID"FORM 24 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 26 APPENDIX D INSURANCE REQUIREMENTS 29 APPENDIX E SAMPLE CONTRACT 31 r , APPENDIX F STANDARD FORM 330 62 • • RFQ 2018-141-ND 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1.GENERAL.This Request for Qualifications(RFQ)is issued by the City of Miami Beach, Florida(the"City"),as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Proposals (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.oublicaurchase.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. On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to provide funding a proactive renewal and replacement of the City's facilities and the systems within those facilities (e.g., HVAC, roofs, fire safety systems,etc). The CRR is also used for approved for small repair, remodel or renovation projects,usually expected to cost less than$325,000. The average value of the current CRR Projects is approximately$158,000, but can be as low as$25,000 or less. In addition to CRR projects, award(s)of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional services consultants (architecture, professional engineering, landscape architecture, or registered surveying and mapping) by public agencies for projects valued: up to the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes (currently$35,000 or as amended by law).THEREFORE,CCNA IS NOT APPLICABLE TO THIS RFQ. In order to maximize the cost effectiveness'of small projects, through this RFQ the City seeks to establish a pool of qualified architectural and engineering consultants for those projects whose value is below the thresholds stipulated' in CCNA. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture — Landscape, Engineering — Environmental Services and Testing, Engineering — Mechanical, Electrical & Plumbing, Engineering-Structural. Because of the nature and size of the small projects being considered under this_RFQ, the City desires to engage firms with sufficient experience in small projects. 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation.Issued FEBRUARY 15,2018 Pre-Submittal Meeting FEBRUARY 27,2018 @ 10:00AM EST Deadline for Receipt of Questions MARCH 23,2018 @ 5:00 PM EST Responses Due APRIL 2,2018 @ 3:00 PM EST Evaluation Committee Review TBD RFQ '20.18'-141-ND 3 1i MIAMI BEACH Proposer Presentations(if deemed necessary) TBD Tentative Commission Approval TBD 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.aov ; 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 Proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposer in the form of an addendum. Procurement Contact: Telephone: Email: NATALIA DELGADO 305.673.7000 Ext.6263 NATALIADELGADO@MIAMIBEACHFL.GOV 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: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this • RFQ expressing their intent to participate via telephone. 6. PRE-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 t6 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 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 RFQ 2018-141-ND 4 MIAAA1 BEACH 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: htto:/lwww.miamibeachfl.aov/city-hall/procurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR CITY CODE SECTION 2-373 DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374 VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS& CITY CODE SECTION 2-449 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. COMPLIANCE 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 Department 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 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(ADA). Call 305-673-7490 to request material in accessible format; sign RFQ 2018-141-ND 5 MIAMI BEACH 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. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identifyother sub-contractors or sub-consultants to the prime Proposer who may serve as team members. 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 REQ 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 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. RFQ 2018-141-ND 6 MIAAA1 BEACH 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 inany 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 found to comply with contract, specifications,free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. RFQ 2018-141-ND 7 MIAMI BEACH 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 discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status,and age or disability. 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 Proposers 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. 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. RFQ 2018-141-ND 8 MIAMI BEACH 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 feesand 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. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the RFQ 2018-141-ND 9 MIAMI BEACH 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 afteropening 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. MODIFICATIONM/ITHDRAWALS 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 dearly 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). 48.ACCEPTANCE OF GIFTS, FAVORS,SERVICES.Proposers shall not offer any gratuities,favors,or anything of RFQ 2018-141-ND 10 MIAMI BEACH 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 Cityrshall 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 RFQ 2018-141-ND 11 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (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. Proposals received electronically, either through email or facsimile,are not acceptable and will be rejected. 2. LATE PROPOSALS. Proposals are to be received on or before the due date established herein for the receipt of proposals. Any proposal received after the deadline established for receipt of Proposals 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. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Proposals, it is strongly recommended that Proposals be organized and tabbed in accordance with the sections and manner specified below.Hard copy submittal should be tabbed0400 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. Proposals that do not include the required information will be deemed non-responsive and will not be considered. TAB 1 Cover Letter&Table of Content 1.1 Cover Letter. The cover letter must be signed by a principal or agent able to the bind the firm and contain the following: (a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ. (b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted. Categories of Work, include: Architecture - General; Architecture — Landscape; Engineering — Environmental; Engineering—Mechanical, Electrical&Plumbing;Engineering—Structural. Proposers shall submit separate proposals for each category of work for which a proposal is submitted. Example: a firm which provides general architecture and.landscape architecture shall submit one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape. TAB 2— ``,. Minimum Requirements 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications,including a) Architect ! Enaineerina Firm. Provide copies of that the firm is certified by the Florida Department of Business and Professional Regulation to do business in Florida. b) Principle and Account Representatives. For the principle and account representative(s) submitted under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and Professional Regulation to do business in Florida.Proposer should also submit copies of architect/engineer license for all licensed firm employees. TAB 2 Experience&Qualifications of the Firm ' 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 RFQ 2018-141-ND 12 MIAMI BEACH this information to consider the firm's previous and current workload. 2.2 Qualifications of Proposing Firm.Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies, for non- residential small projects (construction costs below$325,000 and planning/studies below$35,000). Submit at least five (5) small projects relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public sector agencies. For each small project submitted, the following is required: • project name, • project description, • agency/client name, • agency/client contact, • contact telephone&email, • and year(s)and term of engagement 2.3 Financial Capacity. Following the bid opening and at the request of the City proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report(SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City,of the SQR directly from Dun&Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at: httos://supolierportal.dnb.com/webaoo/wcs/stores/servlet/SuoolierPortal?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. 2.3.1 Audited Financial Statements. In lieu of a D & B SQR, the Proposer may submit its latest audited _ financial statements which must be dated December 31,2014 or later. .TAB3 Experience&Qualifications of the Team 3.1 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart which indicates, at a minimum, the principles of the firm and the account representatives assigned to award by the City of Miami Beach pursuant to this RFQ. Include details on 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 pertinentinformation,shall be included for each respondent team member to be assigned to this contract. 3.1.1 Project Experience. For each architect and engineer, include information for three (3) relevant projects, performed in the last five (5) years for public or private sector clients. Relevant projects shall include those projects similar in scope to those services listed in Appendix C. Submit at least three (3) small projects (as defined in Section 2.1 above) relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public or private sector agencies.For each small project submitted,the following is required: • project name • project description, • agency/client name, • agency/client contact, • contact telephone&email, • and year(s)and term of engagement. RFQ 2018-141-ND 13 MIAMI BEACH 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). • i RFQ 2018-141-ND 14 { . i MIAMI BEACH SECTION 0400 PROPOSALS 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. In the event that only one responsive proposal is received,the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management.An Evaluation Committee, appointed by the,City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step 1-Qualitative Criteria•. .1 Maximum Points • Experience of the Proposing Film 50 Experience of the Team 50 ., 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 Procurement Department to those points earned in Step 1, as follows. ' Step 2-Quantitative Criteria, Y ;, , . Maximum.Points,' . Veterans Preference 5 F.'. .'.aTOTAL'AVAIL'ABLESTEPaPOINTS 5. i RFQ 2018-141—ND 15 �1 MIAMI BEACH 4. 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 Management.Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer • A B C • Ste. 1 Points 82 76 80 Commltfee :f Ste.2 Points 22 15 12 • Member 1` Total 104 91 92 Rank 1: 3; • :2: Ste. 1 Points 79 85 72 Committee Ste.2 Points 22 15 12 Member 2` , Total 101 100 84 Ste. 1 Points 80 74 66 Committee: Ste.2 Points 22 15 12 Member.2. ;; Total 102 89 78 .:.:Rank ;, 1. 2. :''3 Low Aggregate Score_` `,i_ ."• 3. ' 7 8 . Final'Ranking*, - • ' 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 2018-141—ND 16 f 1 APPENDIX A MIAMI BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor • Miami Beach, Florida 33139 RFQ 2018-141-ND 17 ' r Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact Tel: Email: NATALIA DELGADO 305.673.7000,Ext.6263 NATALIADELGADOna.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 YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.:, FAX NO.: • FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT.REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-141—ND 18 1 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? I YES NO SUBMITTAL REQUIREMENT:Proposers 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 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. SUBMITTAL REQUIREMENT:Proposers 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. Proposers 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-performance�b-�-a—n}�public sector agency? YES I I 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.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 Proposals,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 Department of Procurement Management 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 htti:/Iwww.miamibeachfl.aov/citv-hall/orocurementf RFQ 2018-141-ND 19 7. • bene - - - -- fits benefit benefits. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States,but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to.any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the'other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,,such as medical insurance. - I BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses . Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for ReasonableMeasures compliance.To. comply on this basis, you must agree to pay a cash equivalent and,submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will'be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http:llwww.miamibeachfi.aovlcit,-hall/procurement/orocurement-related-ordinance-and- procedures/ RFQ 2018-141—ND 20 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,proposals,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. 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. 11. 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. 12. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City . Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history Until the applicant is given'a conditional offer of employment; (ii) prohibits advertising of employment positions with.a statement that an individual with a criminal record may not apply for the position,and(iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers 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, Proposers 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 addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-141—ND 21 • DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipients 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 deviates 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 representationis 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 Govemment-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 andDisclaimerand 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 govemed by and construed in accordance with the laws of the State of Florida. RFQ 2018-141—ND 22 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 FLORIDA ) On this_day of ,20_,personally appeared before me who County of ) stated that (s)he is the of - ,a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.Before me: Notary Public for the State of Florida My Commission Expires: • RFQ 2018-141—ND • 23 • APPENDIX B MIAMI BEAC " No Bid " Form RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: If is important for those vendors who have received notification of this solicitation but`bave 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 sub'm'it a "Statement of No Bid" may result in not being notified of future soiicitations.by_the-City.- - - - - - - , - RFQ 2018-141-ND 24 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL 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: NATALIA DELGADO PROPOSALS#2018-141-ND 1755 Meridian Avenue, 3`d Floor MIAMI BEACH, FL 33139 RFQ 2018-1.41-ND 25 • I Ii APPENDIX C M.IA/\AI & EACH Minimum Requirements & Specifications REQ No. 2018-141 -ND PROFESSIONAL ARCHITECTURAL AND • ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 17. 55 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 26 Cl. Minimum Eligibility Requirements.The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Firms. Firms must be certified by the Florida Department of Business and Professional Regulation as architecture or engineering business. 2. Architects/Engineers. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation for their area of work. C2.Statement of Work Required. It is the intent of the City of Miami Beach to select multiple firms within each category that may be contacted on an "as-needed basis° during the term of the contract to submit consulting proposals on small projects whose estimated construction value is less than the amount established in Category 5, Section 287.017, Florida_Statutes (currently$325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes(currently$35,000 or as amended by law).. The categories of work shall include: •Architecture—General •Architecture—Landscape •Engineering—Environmental Services and Testing •Engineering—Mechanical,Electrical &Plumbing •Engineering- Structural •Engineering—Structural •Interior Design/Space Planning. •LEED Commissioning • The Administration will negotiate with a consultant(s)deemed to best qualified for the project based on an hourly rate (see Appendix E)or on a negotiated lump sum basis per project. If agreement is reached with the consultant for a specific project, a Consultant Service Order(CSO)will be issued, along with a Purchase Order(PO). No work is authorized, nor shall the City be liable for payment, until the CSO and PO are issued. The select consultant will be required to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E)and the CSO.The highest professional standards shall be utilized for all work. RFQ 2018-141-ND 27 � I The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO. The City may reject the use of any sub-consultant. The services authorized under the resulting Master Agreement,include(but are not limited to): • Acoustics,Noise Abatement • Fire Protection • Air Pollution Control • Heating;Ventilating;Air Conditioning • Auditoriums and Theaters • Interior Design;Space Planning • Automation;Controls;Instrumentation • Irrigation;Drainage • Boundary Survey • Lab Testing Services • Codes;Standards;Ordinances • Landscape Architecture • Communications Systems;TV;Microwave • Lighting(Interior,Display,Theater,etc.) • Conceptual Studies • Lighting(Exterior,Streets,Memorials,Athletic Fields, • Construction Administration etc.) • Cost Estimating • Plumbing and Piping Design • Energy Conservation/Energy Sources • Recreation Facilities(Parks,Marinas,etc.) • Electrical • Rehabilitation, Remodel, Renovate (Buildings, • General Environmental Services: Structures,Facilities,etc.) o Environmental Assessments • Safety Engineering;Accident Studies;OSHA Studies o Air and• Water quality testing and • Security Systems;Intruder&Smoke Detection monitoring • Soils&Geologic Studies;Foundations o Environmental sustainability planning • -Storage Tank Repair and Monitoring services • Structural Design;Special Structures o Environmental support services to • Surveying,Mapping,GIS,and other services: achieve and maintain regulatory • Platting;Mapping;Flood Plaih Studies compliance • Roofing Assessments,Replacements • Contamination Assessment: • Swimming Pools o Environmental Site Assessments • Testing&Inspection Services o Oversee and coordinate remediation • Topographical Survey project • Urban Renewals;Community Development o Preparation of sampling and remediation • Value Analysis;Life-Cycling Costing plans and other related documents • Any other professional services normally considered o Other associated tasks related to under the disciplines of architecture and engineering. regulatory compliance The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes, as well as any other applicable law or regulation. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding;and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach with all applicable local,state and federal regulations. C3.Term of Contract_It is expected that any resulting agreement shall be valid for a term of three (3) years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance. C4. Fee Standards: For determination of project fees the City will use the Design Professional Fee Guidelines for "Basic" Architectural and Engineering Services available at https://fo.state.fi.us!docs/DMSAEFeeGuidedefinition.asp RFQ 2018-141—ND 28 . i APPENDIX D MIAMI E Insurance Requirements . • RFQ No. 2018-•141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 29 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability(occurrence form), limits of liability$500,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products,Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). XXX 3. Automobile Liability - $100,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies;and it must be stated on the certificate. XXX 6. Other Insurance as indicated: _Builders Risk completed value $ .00 _Liquor Liability $ .00 _Fire Legal Liability $ .00 i _Protection and Indemnity $ .00 Employee Dishonesty Bond - $ .00 XXX Other:Professional Liability $1,000,000.00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self- insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution,and any other applicable Statutes. i RFQ 2018-141-ND 30 i i I APPENDIX E MIAMI BEACH SAMPLE CONTRACT , , RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 i RFQ 2018-141-ND 31 i AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXXXXXXXXXXXXXXXXXXXXXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXXXXXXXXX Resolution.No. r RFQ 2018-141-ND 32 - I ' 4 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO. DISCIPLINE: RESOLUTION NO. RFQ 2018-141-ND 33 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 36 ARTICLE 2. BASIC SERVICES 40 ARTICLE 3. THE CITY'S RESPONSIBILITIES 45 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 46 ARTICLE 5. ADDITIONAL SERVICES 48 ARTICLE 6. REIMBURSABLE EXPENSES 49 ARTICLE 7. COMPENSATION FOR SERVICES 49 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 50 ARTICLE OWNERSHIP OF PROJECT DOCUMENTS 50 ARTICLE 10.TERMINATION OF AGREEMENT 51 ARTICLE 11. INSURANCE 52 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 53 ARTICLE 13. ERRORS AND OMISSIONS 53 ARTICLE 14. LIMITATION OF LIABILITY 54 ARTICLE 15. NOTICE 54 ARTICLE 16. MISCELLANEOUS PROVISIONS 54 RFQ 201.8-141-ND 34 SCHEDULES: SCHEDULE A 58 SCHEDULE B 59 SCHEDULE C 61 ATTACHMENTS: . . ATTACHMENT A Error! Bookmark not defined. ATTACHMENT B Error! Bookmark not defined. ATTACHMENT C Error! Bookmark not defined. RFQ 2018-141-ND 35 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this day of , 2016 , (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 a Florida corporation having-its principal office at (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1s 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 designee(s),or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project,the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternatesor deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. RFQ 2018-141-ND 36 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 afgovernmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION:"City Commission"shall mean the goveming,and legislative body of the City. CITY MANAGER: The "City Manager, or designee(s)," shall mean,the chief administrative officer of the City. The City Manager, or designee(s), shall also be construed to include any duly authorized representatives designated by the City Manager, or designee(s), in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract,Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approvedby 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 and/or Consultant Service Order and will serve as the"architect of record" and/or"engineer of record"for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule"C'', attached hereto, are hereby approved by the City Manager, RFQ 2018-141-ND 37 } or designee(s), for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in the RFQ. 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 Manager, or designee(s), 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 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 preparea 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. RFQ 2018-141-ND 38 • 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 Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project.Administrator" shall mean the individual designated by the City Manager, or designee(s), 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 designee(s), or City Commission under this Agreement, or to regulatory or administrative bodies'having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order Schedule B—Consultant Compensation and Hourly Billing Rate Schedule. Schedule C—Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any RFQ 2018-141-ND 39 • 1 i 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. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related• certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES • 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager, or designee(s), or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the.Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amendedor 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, RFC) 2018-141-ND 40 bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of,.nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager, or designee(s), (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all • timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City(or authorities having jurisdiction over the Project)to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment(i.e. 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 RFQ 2018-141-ND 41 Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the,Project Schedule. The Project Administrator's approval (if granted)shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, - performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State df Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all;other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non-conforming construction work resulting from such deficient Services (i)for a period from the Effective Date of this.Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. i I 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 RFQ 2018-141-ND 42 this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five(5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager(as well as any replacement)shall be subject to the prior written approval of the City Manager, or designee(s), 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 designee(s), or his designee(i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager, or designee(s), 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 designee(s), or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by.the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE RFQ 2018-141-ND 43 CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND,REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM,ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE,THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services' provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, or designee(s)„ 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. RFQ 2018-141-ND 44 ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager, or designee(s), shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. - 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager, or designee(s), 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 Except where otherwise expressly noted in this Agreement, the City Manager, or designee(s), 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, or designee(s), 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. 3.6.1 The City Manager, or designee(s), shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.6.2 The City Manager, or designee(s), 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, or designee(s), may also consult with the City Commission on such matters. RFQ 2018-141-ND 45 3.6.3 At the request of Consultant, the City Manager, or designee(s), 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. 3.6.4 The City Manager, or designee(s), may approve Contract Amendments. 3.6.5 The City Manager, or designee(s), 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. 3.6.6 The City Manager, or designee(s), 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). 3.7 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 intendedtherefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant;shall design and/or re-design the Project to the • Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completionof 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. 4:2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its RFQ 2018-141-ND 46 • 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 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. RFQ 2018-141-ND 47 • 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth'in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule"B"hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator.The"Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets(and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. Citv-Reauested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof,which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. RFQ 2018-141-ND 48 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" or"Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with 'a Consultant payment request.. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). RFQ 2018-141-ND 49 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto.Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also' itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional:Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours . for all work(by employee category), and cost itemizations for 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 designee(s)„ or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business,hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services.and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the.Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty(30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, theCitymay 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, or designee(s), in RFQ 2018-141-ND 50 • 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, or designee(s),. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and.used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager, or designee(s),. 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, or designee(s)„ 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 theperformance 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 RFQ 2018-141-ND 51 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, or designee(s)„ 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 insurancecoverage 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 $500,000 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 $100,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurancein an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. RFQ 2018-141-ND 52 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies.The City reserves the right to require a certified copy of such policies, upon written request to Consultant. 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 lossesin connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should-the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager, or designee(s),. 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, or designee(s),. The Project Administrator and the Consultant shall abide by the decision of the City Manager, or designee(s),. 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. RFQ 2018-141-ND 53 • 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, or designee(s),'s Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager, or designee(s), With a_copy to: City Manager, or designee(s),'s Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager, or designee(s), All written notices given to the Consultant from the City shall be addressed to: 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 RFQ 2018-141-ND 54 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 areemployed 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 Proiect 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 11.9.07(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, or designee(s)„ 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, eachemployee 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 RFQ 2018-141-ND 55 . unless authorized by the City Manager, or designee(s),, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that'the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in.the Contract Documents and other documents or Services related thereto. ' 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission'ssole 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, or designee(s),. 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 RFQ 2018-141-ND 56 hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there ' are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR Attest xxxxxxxxxxxxxxx Signature/Secretary Signature/President Print Name Print Name RFQ 2018-141-ND 57 • SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED" BASIS (RFQ XXXXXXXX) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date RFQ 2018-141-ND 58 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services* $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. RFQ 2018-141-ND 59 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 Prject 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 Parry of2 _ $140.68 _ Survey Crew Party of 2 w/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) . RFQ 2018-141-ND 60 SCHEDULE C APPROVED,SUBCONSULTANTS • • RFQ 2018-141-ND 61 APPENDIX F M IAMI BEBEACH STANDARDFORM 330 • . RFQ No. 2018- 141.-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ' I RFQ 2018-141-ND 62 • ARCHITECT-ENGINEER QUALIFICATIONS OMB Control Number: 9000.0157 Expiration Date: 1113012017 Paperwork Reduction Act Statement-This Information collection meets the requirements of 44 USC§3507,as amended by section 2 of the Paperwork Reduction Act of 1995. You do not need to answer these questions unless we display a valid Office of Management and Budget(OMB)control number. The OMB control number for this collection fs 9000-0157. We estimate that it will take 29 hours(25 hours for part 1 and 4 hours for Part 2)to read the Instructions,gather the facts,and answer the questions. Send only comments relating to our time estimate,Including suggestions for reducing this burden,or any other aspects of this collection of Information to: General Services Administration,Regulatory Secretariat Division(MIVI Ce),1800 F Street,NW,Washington,DC 20405• PURPOSE DEFINITIONS Federal agencies use this form to obtain Information from Architect-Engineer Services: Defined in FAR 2.101. architect-engineer(A-E)firms about their professional qualifications. Federal agencies select firms for A-E contracts on Branch Office: A geographically distinct place of business or the basis of professional qualifications as required by 40 U.S.C. subsidiary office of a firm that has a key role on the team. chapter 11;Selection of Architects Engineers,and Part 36 of the Federal Acquisition Regulation(FAR). Discipline: Primary technical capabilities of key personnel,as • •The Selection of Architects and Engineers statute requires the evidenced by academic degree, professional registration, public announcement of requirements for A-E services(with certification,and/or extensive experience. some exceptions provided by other statutes),and the selection of at least three of the most highly qualified firms based on Firm: Defined in FAR 36.102. demonstrated competence and professional qualifications • according to specific criteria published in the announcement Key Personnel: Individuals who will have major contract The Act then requires the negotiation of a contract at a fair and responsibilities and/or provide unusual or unique expertise. reasonable price starting first with the most highly qualified firm. The information used to evaluate firms is from this form and other SPECIFIC INSTRUCTIONS sources, including performance evaluations,any additional data requested by the agency,and interviews with the most highly Part I-Contract-Specific Qualifications qualified firms and their references. Section A.Contract Information. GENERAL INSTRUCTIONS 1. Title and Location, Enter the title and location of the • •• contract for which this form is being submitted,exactly as shown Part I presents the qualifications for a specific contract in the public•announcement or agency request. Part II presents the general qualifications of a firm ora specific 2.Public Notice Date. Enter the posted date of the agency's branch office of a firm. Part II has two uses: notice on the Federal Business Opportunity website (FedBizOpps), other form of public announcement or agency request for this contract 1. An A-E firm may submit Part II to the appropriate central, - regional or local office of each Federal agency to be kept on file. 3, Solicitation or Project Number. Enter the agency's A public announcement is not required for certain contracts,and solicitation number and/or project number, if applicable, agencies may use Part II as a basis for selecting at least three of exactly as shown in the public announcement or agency request the most highly qualified firms for discussions prior to requesting for this contract. submission of Part I. Firms are encouraged to update Part II on 1 file with agency offices,as appropriate,according to FAR Part Section B. Architect-Engineer Point of Contact. 36. If a firm has branch offices,submit a separate Part II for each branch office seeking work. 4-8. Name, Title, Name of Firm, Telephone Number, Fax (Facsimile) Number and E-mail (Electronic Mail) Address. 2. Prepare a separate Part II for each firm that will be part of Provide Information for a representative of the prime contractor the team proposgdl oL.a-Spacific.contract.and_submitted with-Fait- ---.--or--joint-venture--that--the-agency—oan-contact-for”azdditieiral f. If a firm has branch offices,submit a separate Part II for each information. branch office that has a key role on the team. • { INDIVIDUAL AGENCY INSTRUCTIONS • Individual agencies may supplement these instructions. For example,they may limit the number of projects or number of pages submitted in fart I in response to a public announcement for a particular project. Carefully comply with any agency • instructions when preparing and submitting this form. Be as • concise as possible and provide only the information requested by the agency. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016)PAGE 1 OF INSTRUCTIONS • Prescribed by GSA-FAR(48 CFR)53.238-2(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 i - project and number consecutively. ' Complete this section for each key person who will I participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or 1 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 the • construction projects are not complete,leave Year Completed 14. Years Experience. Total years of relevant experienceblank and indicate the status in Brief Description of Project and (block 14a),and years of relevant experience with current firm, Relevance to this Contract(block 24). but not necessarily the same branch office(block 14b). 23a. Project Owner. Project owner or user,such as a 15. Firm Name and Location. Name,city and state of the government agency or installation,an institution,a corporation or firm where the person currently works,which must correspond private individual. with one of the firms(or branch office of a firm,if appropriate) I listed in Section C. 23b. Point of Contact Name. Provide name of a person associated with the project owner or the organization which 10. 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. 23c. Point of Contact Telephone Number. Self-explanatory. 17. Current Professional Registration. Provide information • on current relevant professional registration(s)in a State or 24. Brief Description of Project and Relevance to this possession of the United States,Puerto Rico,or the District of 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 requested by the agency for each example project on any other professional qualifications relating to this contract, such as education,professional registration,publications, organizational memberships,certifications,training, awards,and - foreign language capabilities. STANDARD FORM 330(REV.812016) PAGE 2 OF INSTRUCTIONS • 25. Firms from Section C Involved with this Project. Indicate 29. Example Projects Key. List the key numbers and titles of which firms(or branch offices,if appropriate)on the project team the example projects in the same order as they appear in Section were Involved in the example project,and their roles. List in the F. 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 " 31,and 32. Signature of Authorized Representative and proposed roles in this contract in the same order as they appear Date. An authorized representative of a joint venture or the in Section E. prime contractor must sign and date the completed form. Signing attests that the information provided is current and 28. Example Projects Listed in Section F. In the column factual,and that all firms on the proposed team agree to work on under each project key number(see block 29)and for each key the 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. - - i 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 Mechanical Engineer X X X X • Tara C. Donovan Chief Electricial Engineer X X X • • 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER 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.812016) PAGE 3 OF INSTRUCTIONS 11 Part II-General Qualifications See the"General Instructions"on page 1 for firms with branch 9. Employees by Discipline. Use the relevant disciplines and Offices. Prepare Part II for the specific branch office seeking associated function codes shown at the end of these instructions work if the firm has branch offices. and list in the same numerical order. After the listed disciplines, write In any additional disciplines and leave the function code 1. Solicitation Number. if PartII is submitted for a specific. blank. List no more than 20 disciplines. Group remaining contract,insert the agency's solicitation number and/or project employees under"Other Employees"In column b, Each person number,if applicable,exactly as shown in the public can be counted only once according to his/her primary function, announcement or agency request. If Part II Is prepared for a firm(including all branch offices),enter the number of employees by disciplines in column c(1). If Part II 2a-2e. Firm(or Branch Office)Name and Address. Self- is prepared for a branch office,enter the number of employees explanatory. by discipline in column c(2)and for the firm in column c(1). • 3. Year Established. Enter the year the firm(or branch 10. Profile of Firm's Experience and Annual,Average office,If appropriate)was established under the current name. Revenue for Last 5 Years. Complete this block for the firm or • branch office for which this Part II is prepared. Enter the • •• 4. Unique Entity Identifier. Insert the unique entity identifier experience categories which most accurately reflect the firm's Issued by the entity designated at SAM. See FAR part 4.6. technical capabilities and project experience. Use the relevant experience categories and associated profile codes shown at the 5. Ownership. end of these instructions,and list in thg 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 regardingBusiness 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 Federal Govemment,either as the prime contractor or to 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 names for the firm(or branch office)during the last six years. representative of the firm or branch office must sign and date the Insert the year that this corporate name change was effective completed form. Signing attests that the Information provided is and the associated unique entity identifier. This information Is current and factual. Provide the name and title of the authorized used to review past performance on Federal contracts. representative who signed the form.• • STANDARD FORM 330(REV.812016) 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 ' I 10 Chemical Engineer 41 Materials-Handling Engineer I 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 Manager47 Planner: Urban/Regional I 17 Corrosion Engineer 48 Project Manager 18 Cost Engineer/Estimator 49 Remote Sensing Specialist l 19 Ecologist 50 Risk Assessor I 20 Economist 51 - Safety/Occupational Health Engineer j 21 Electrical Engineer 52 Sanitary Engineer {+ 22 Electronics Engineer 53 Scheduler 23 Environmental Engineer 54 Security Specialist 24 ' Environmental Scientist 55 Solis Engineer I 25 Fire Protection Engineer 56 Specifications Writer i 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 ' • 1 i • I 1 1 1 • • STANDARD FORM 330(REV.8/2016) PAGE 5 OF INSTRUCTIONS • i • 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 E06 Embassies and Chanceries A05 Airports; Navaids;Airport Lighting;Aircraft Fueling E07 Energy Conservation;New Energy Sources A06 Airports;Terminals and Hangars;Freight Handling E08 Engineering Economics A07 Arctic Facilities E09 Environmental Impact Studies, • A08 Animal FacilitiesAssessments or Statements A09 Anti-Terrorism/Force Protection • El0 Environmental and Natural Resource Al0 Asbestos Abatement Mapping All Auditoriums&Theaters Eli Environmental Planning Al2 Automation;Controls; Instrumentation E12 Environmental Remediation E13 Environmental Testing and Analysis B01 Barracks;Dormitories B02 • Bridges • F01 Fallout Shelters;Blast-Resistant Design F02 Field Houses;Gyms;Stadiums C01 Cartography . F03 Fire Protection jF04 Fisheries;Fish ladders CO2 Cemeteries(Planning&Relocation) F05 Forensic Engineering CO3 ' Charting: Nautical and Aeronautical FO6 Forestry&Forest products C04 Chemical Processing&Storage C05 Child Care/Development Facilities G01 Garages;Vehicle Maintenance Facilities; • C06 . Churches;ChapelsParking Decks C07 Coastal Engineering G02 Gas Systems(Propane;Natural,Etc.) C08 Codes;Standards;Ordinances G03 Geodetic Surveying:Ground and Air-borne C09 Cold Storage; Refrigeration and Fast Freeze G04 Geographic Information System Services: • 010 Commercial Building(low rise);Shopping Centers Development,Analysis,and Data Collection C11 Community FacilitiesG05 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 ManagementH01 Harbors;Jetties;Piers,Ship Terminal C16 Construction Surveying Facilities 1 C17 Corrosion Control;Cathodic Protection;Electrolysis H02 Hazardous Materials Handling and Storage 1 C18 Cost Estimating;Cost Engineering and H03 Hazardous,Toxic,Radioactive Waste i 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.8/2016) • PAGE 6 OF INSTRUCTIONS • i List of Experience Categories (Profile Codes continued) • , 1 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 R05 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 M01 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 i 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 ShieldingS09 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' P05 Planning(Community, Regional,Areawide and State) T03 Traffic&Transportation Engineering P06 Planning(Site,Installation,and Project) T04 Topographic Surveying and Mapping T05 Towers(Self-Supporting&Guyed Systems) P07 Plumbing&Piping Design T06 Tunnels&Subways P08 Prisons&Correctional Facilities • • STANDARD FORM 330(REV.812016) PAGE 7 OF INSTRUCTIONS List of Experience Categories (Profile Codes continued) Code Description • U01 Unexploded Ordnance Remediation UO2 Urban Renewals;Community Development UO3 Utilities(Gas and Steam) Vol 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 ZO1 Zoning; Land Use Studies • • STANDARD FORM 330(REV.8/2016) PAGE 8 OF INSTRUCTIONS • ARCHITECT - ENGINEER'QUALIFICATIONS PART I -CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) 2. PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE •5. NAME OF FIRM B. 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 'zm° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT a ck. • a. ❑CHECK IF BRANCH OFFICE b. ❑CHECK IF BRANCH OFFICE C. f ❑CHECK IF BRANCH OFFICE • d. ❑CHECK IF BRANCH OFFICE • e. • ❑CHECK IF BRANCH OFFICE f. I ❑CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8!2016) • - I • 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 Ib.WITH CURRENT FIRM • 15. FIRM NAME AND LOCATION (City and State) • ;II 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) I � 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 Ell Check if project performed with current firm a. , (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • PROFESSIONAL SERVICES CONSTRUCTION(If applicable) b (3)BRIEF DESCRIPTION(Brief scope,size,cost,eta)AND SPECIFIC ROLEEl Check If project performed with current firm (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 0 Check If project performed with current firm • c. •(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • PROFESSIONAL SERVICES CONSTRUCTION(if applicable) E1 d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [�Check if project performed with current firm + 1 (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 fl Check if project performed with current firm 1 e. 1 STANDARD FORM 330(REV.8/2016).PAGE 2 • t F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22. YEAR COMPLETED . PROFESSIONAL SERVICES CONSTRUCTION(if applicable) 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope,size,and cost) } • • • • • • • • • • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE . a. • (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • b. • (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • • C. . . (1)FIRM NAME (2)FIRM LOCATION(CO and State) (3)ROLE d. . (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE 0. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • f. STANDARD FORM 330(REV.8/2016)PAGE 3 • 1 . I G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27. ROLE IN THIS28. EXAMPLE PROJECTS LISTED IN SECTION F • PERSONNEL CONTRACT • (Fill in"Example Projects Key"section below before completing table. • (From Section E,Block 12) (From Section E,Block 13) Place'9C"under project key number for participation in same or similar role.) • 1 2 3 4 5 6 7 8 9 10 • • • • • • T i •• • • • 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 6 1 7 2 • 3 8 4 9 5 10 STANDARD FORM 330(REV. 812016)PAGE 4 • r H. ADDITIONAL INFORMATION 30, PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. • • . I I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 33. NAME AND TITLE • STANDARD FORM 330(REV.8/2016)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. UNIQUE ENTITY IDENTIFIER 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. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE - AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.Number of Employees a.Profile C.Revenue Index • b. • Discipline b.Experience Number Code (1)FIRM (2)BRANCH Code (see below) r I • ' r . • • 1 Other Employees Total 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM • FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million JI (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 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 i c.NAME AND TITLE • STANDARD FORM 330(REV.812016)PAGE 6 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 36 Detail by FEI/EIN Number Page 1 of 5 Florida Department of State • DIVISION OF CORPORATIONS DIV1.310iir jr 404111. D t I //zzaorg ������r�b f 11.)•11J rut b'Su:hi!,7rrr;_of Florida website Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation CPH, INC. Filing Information Document Number F22258 FEI/EIN Number 59-2068806 Date Filed 03/06/1981 • State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 02/21/2013 Event Effective Date NONE Principal Address 500 W. FULTON ST. SANFORD, FL 32771-1220 • Changed: 05/01/1994 Mailing Address 500 West Fulton Street SANFORD, FL 32771 Changed:01/03/2014 Registered Agent Name&Address GIERACH, DAVID A 500 WEST FULTON STREET SANFORD, FL 32771 Name Changed:02/21/2000 Address Changed: 11/05/2007 Officer/Director Detail Name&Address Title President, Director,Treasurer Gierach, David A 500 West Fulton Street SANFORD, FL 32771 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/20/2018 Detail by FEI/EIN Number Page 2 of 5 Title CEO, Director,Treasurer Khosravani, Kamran 500 West Fulton Street SANFORD, FL 32771 r Title VP, Director Sutch, Peter-John 500 West Fulton Street SANFORD, FL 32771 • Title VP, Director Satfield,Jeffrey M 500 West Fulton Street SANFORD, FL 32771 Title VP • Markovitz,J. Brett 500 West Fulton Street SANFORD, FL 32771 Title VP, Director Sanchez, Carlos 500 West Fulton Street SANFORD, FL 32771 Title VP Galloway,Thomas J 500 West Fulton Street SANFORD, FL 32771 Title VP, Director Mahler, David E 500 West Fulton Street SANFORD, FL 32771 Title VP Olszewski,Wade P 500 West Fulton Street SANFORD, FL 32771 Title VP, Director Hendrix,Todd H http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 12/20/2018 Detail by FEI/EIN Number Page 3 of 5 500 West Fulton Street SANFORD, FL 32771 Title VP Winter,James K 500 West Fulton Street SANFORD, FL 32771 Title VP Daly,Amy E 500 West Fulton Street SANFORD, FL 32771 Title VP Roberts, Randall L 500 West Fulton Street SANFORD, FL 32771 Title VP Toole,Jason L 500 West Fulton Street SANFORD, FL 32771 • Title VP Baer,John A 500 West Fulton Street SANFORD, FL 32771 Title VP • Luman, Kurt R 500 West Fulton Street SANFORD, FL 32771 Title VP Bryant,Joshua A 500 West Fulton Street • SANFORD, FL 32771 Title VP Melfi, David J 500 West Fulton Street SANFORD, FL 32771 Title Secretary http://search.sunbiz.org/Inquiry/CoporationSearch/SearchResultDetail?inq... 12/20/2018 Detail by FEI/EIN Number Page 4 of 5 Hunt, Patricia L 500 West Fulton Street SANFORD, FL 32771. Title VP Moyer, Daniel P. 500 W. FULTON ST. SANFORD, FL 32771-1220 Annual Reports Report Year Filed Date 2016 01/04/2016 2017 01/03/2017 2018 01/02/2018 Document Images 01/02/2018—ANNUAL REPORT View image in PDF format 01/03/2017—ANNUAL REPORT View image in PDF format 01/04/2016—ANNUAL REPORT View image in PDF format 01/04/2015—ANNUAL REPORT View image in PDF format 08/08/2014—AMENDED ANNUAL REPORT View image in PDF format 01/03/2014—ANNUAL REPORT View image in PDF format 02/21/2013—Name Change View image in PDF format 01/02/2013—ANNUAL REPORT View image in PDF format 12/11/2012—Amendment View image in PDF format 01/03/2012—ANNUAL REPORT View image in PDF format 01/04/2011—ANNUAL REPORT View image in PDF format 01/04/2010—ANNUAL REPORT View image in PDF format 01/16/2009—ANNUAL REPORT View image in PDF format 06/04/2008—ANNUAL REPORT View image in PDF format 01/22/2008—ANNUAL REPORT View image in PDF format 11/05/2007—Req.Agent Change View image in PDF format 05/21/2007—Amendment View image in PDF format 01/09/2007—ANNUAL REPORT View image in PDF format 01/25/2006—ANNUAL REPORT View image in PDF format 02/08/2005—ANNUAL REPORT View image in PDF format 01/04/2005—ANNUAL REPORT View image in PDF format • 02/11/2004—ANNUAL REPORT View image in PDF format 01/27/2003—ANNUAL REPORT View image in PDF format 06/11/2002—ANNUAL REPORT View image in PDF format 04/13/2001—ANNUAL REPORT View image in PDF format 02/21/2000—ANNUAL REPORT View image in PDF format 04/23/1999—ANNUAL REPORT View image in PDF format 10/26/1998—Name Change View image in PDF format 04/03/1998—ANNUAL REPORT View image in PDF format 04/09/1997—ANNUAL REPORT View image in PDF format • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/20/2018 Detail by FEI/EIN Number Page 5 of 5 02/25/1997—RESTATED ARTICLES View image in PDF format 04/03/1996—ANNUAL REPORT View image in PDF format 03/31/1995—ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations } http://search.sunbiz.org/Inquiry/CorporationS earch/S earchResultDetail?inq... 12/20/2018 Name History Page 1 of 1 Florida Department of State DIVISION OF CORPORATIONS f)YL I c_t 1J .®rgI C l P ll n? \r l r l I tt' f,//u7rft.ifuie h/Fir;rttl{! Department of State / Division of Corporations / Search Records / Return to Detail Screen / Return to Detail Screen Events CPH,INC. Document Number F22258 Date Filed 03/06/1981 Effective Date None Status Active • Event Type Filed Effective Description Date Date • NAME CHANGE AMENDMENT 02/21/2013 OLD NAME WAS: CPH ENGINEERS, INC. NAME CHANGE 10/26/1998 OLD NAME WAS:CONKLIN, PORTER&HOLMES- AMENDMENT ENGINEERS, INC. Return to Detail Screen Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationS earch/NameHistory?aggregat... 12/20/2018 PROFESSIONAL SERVICES FOR THE CITY OF MIAMI BEACH PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS / ' • Architecture - Landscape ' . . _ _.. ,..„.. RFQ 2018-141-ND . , fluIfIflflW1J1t1t1iI - , .. _ .„ , ,,_„,,„ •,„_,.: . ..,.- - '''' . .. -..6.e. -.i*:S7t.--.;-;'#r§-'•:•.-"•'-"/-j -,.4.'.-'1''.:',_'_':,ii'''''..-'';-• 14 .-'''._ ---,-.. --4 ."-."-.S-...-...r.-i.m"i.-r-E=a--.=--..a.,•.-.- ;. "..". .- 1• .11''-P.4--%'.,-.*r:I-A1..V7:2--'-?.t.a-4..-g:7.7d:.'-1.'.'---„i.i...‘3k..,%•..'...-7-•' •1iI-'.1 ' 4 ' 7 , 1 •7 - . "..7 . 1kP.. 7, . . JV,'. --. - •-•;s4 •o ,,‘,/* 4 -- , '.•:., • .--.,-,44,4fit,-,...-.. ',,,--'.. - ) ....., -N.4..,„--. ...A7tr...i•,•l"-..--..*...,..: '..,,....,:C1...,•'-",....y.-„..f.....0- 0-,,6 -s,.., : .k4 .t,, • t-",.. 4' ..,:/ ..... . _...,r4- .— r.„.",.• ••t,6:,, .4- -,- ..--o '- ' , •..7- . 1%.:..2.-1•4. '';.•-•,:--7'....' 1 • -i441.--,c, .-„,---Q -.•-•• , '''':'."4:%* • '••". 1[.rr• '''.1", 7 r,s. o-io' o' 7`.''-ior :1-Z.......i.".:.Sto4• 4'145Y‘. 5 4.-7.,:tr-. :'''''*••:C: '•:r.)`,.:;- • r ---L.;.•-a ':-,,-.---4 ' ',. •L/ , ....4 ii ,,,x,,-As't... .,. • ,.. •4' V•.: .•• •,.,• 441',..`• ,:-..•, ,,,!. • --• --,1\--::,..,4 0"1,4,,c. • •., ,ir_.•-ilik.:;-...,, , -',1,*v. • -••• - :4... •A '' :. .f •• 1• r• • IL '•,Trt.., ..• 41.,..., •orsak.1- .. . . . . ,.., sce, ., .,:-..1r7. , -1,-,- -,f, — , . ,-. , ..-...; —,..-;.: , .0..; ,, ...;.-% ,.:•)1. ' ''•1 .."'•• • '''"I ,...2.-... , - 3•,,,- „,..s A 4,,i.e..** •-••• i i*, •• ay: .:.. •.'••.1)$ • ‘.• '• •" • '7/',, 4 ' ;I .,o• , • 't.,, ' c. r w;... • • 0'..• " e(•",:• o'l. o,..-, ',,,ok .1..k4.4S.: , • - r 1 ko, .•o'..!..:. •, - - r 4 • • 40 1-••••• •';--"4• Al ,Ilk•:..;- ..;-• ?.,•., . ' ::-', - ' - '. .., 'Ph, d -' 4'- 4 ) Z .2.,, • "/ I ,''',4,,, 7 .?". ..'.• . ... Alk •• P r- ..- — ,,.. ,'• , •r;,.':;',-.• Mr r 1 l'tl'%'. •'.:\i's" ., ._, -a. ... --. ,— , . , 14.;:.ijr,, .' '''. a :•:-..- . ..---#1 - ,l';,-• . •.'. . ..,,. . -I, ...i•-#. , , . . . , • . . - ,. ... ,..ay --:- ..---et,.. . ,:•..7•47-'--•,. - . ..--. .. ,. %-_. •1-. If,. ,...., .. "'....'...: :r./, ,I. . ,.,;...,:. -,,,,..:, 4 ,,.. .i : , "...Ili' • .,. ,••••; .?••• .c ..,- 4. c, ‘,...... .. , . - *,),.6.. .•...f • ;. 1164(.7"taj;' .' ''''1 --• ..00 • - . .1 ''.;;-!:.••-,i,, .-••>.-..•,* • ',.,,•:,-'1:41 .;41.‘,.. ',r, ' '',•:'-'71, ....--.......- -• .3..•• t 1 .k....,..--..-- . .. ,...._- .,.r. . - , ... _ - - •. . - T .P*4. 4....,.._ _. A, . _. . ..„ • . , :-..,„Ato.‘.. . '7 j-,• Irjfe' --- - ....'.....Nr.''''.." • .... ..f..A..1.'."..... N'N ' _ , .. . •, - -.' - '.'• , - . , , :•., -'. - - t • . . , , , '.•,4, .i,‘_, ••• •A:4:•" - •"••• • - , . „ • _ ., . . - . , , . _--Ilit'••2,-,---:•,:•,; ' -1•••0:1.k._ Ifr.'''''' - . .. 4,-.-4 , .- . . . , -I • • • .... . ......_ ...t.„.... ,....„ . ... -y• - E . • '-. •'''I... .,;k1.I 4•';' ... .' ,,,'?',....17'.1) • • • • g ' _,- • 1; .- . : o.....- , • o";..A • • - - .. . -- - . •• .. -,. • - , - 10141.41.oc.o, '7 J •.,. --- . .4., ,,,...11.11- .... #114W • . ir --- • .-. :• . iiiip: ''., AP w•• . -lii 4. •••- 1'!'-'•••• - ' ' '..i-7;,, . • - ..!*-*-- . V"- ‘ • '_. - . , . -,..- 7- ' ''.' ' - .::.t ', .• .., ' 1g '''-',..•--..7.'' , a .,.`, ". • PR. 111". or t, ..-,:o.,--:,"`•• ....' ..._,..._.:7.: '-.•,- -- • -O:''• coelp.. .., __ . '' •';,1 p '' :".;:`• ... - . • - ... 00110131-,,,:. ,'4'0016: . , . • oit«.- N - ., • 1010. 4111••••• .• , , Il ( ' - ''. "•• . . ,, - 411r144 . 000501,"01., , . • • .., -- .. . CPH, Inc. 1992 SW 1st Street 05 . . Miami, FL 33135 Phone: 305.274.4805 Fax: 305.274.4807 o Lb May 7, 2018 Contact Person: City of Miami Beach Todd H.Hendrix,P.E.,CGC S 19.2 Vice President Procurement Department 1992 SW 1st Street 1755 Meridian Avenue, 3rd Floor Miami,FL 33135 Miami Beach, Florida 33139 Phone:305.274.4805 Fax:305.274.4807 info@cphcorp.com RE: Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Category of Work: Architecture—Landscape I RFQ 2018.141-ND Dear Selection Committee Members: CPH, Inc. (CPH) is pleased to present our response to the City's Request for Qualifications as identified above. As you will see in our qualifications, our team and firm stand out as a clear choice for the City of Miami Beach and the community. CPH has provided consulting services since our inception in Florida in 1981, and has completed hundreds of thousands of projects related to the scope of services outlined in the RFQ. These projects have included trails, athletic complexes, environmental habitats, preserves, golf courses, streetscapes, gateways, ornamental fountains, playgrounds, urban open space, public private partnership projects, FDOT LAP projects, and lakefront recreation. Our team has routinely completed these projects on-time and within budget with favorable buy-in of the public and stakeholders. CPH's landscape planning and design team provides innovative place-making and inspired landscapes that balance the unique social, environmental, and economic needs and features of a community and area. CPH's landscape architecture team has worked on over 10 FDOT LAP and ARRA funded projects which have included over 20 miles of greenway/trail and sidewalk improvements. Our team has also completed over 100 miles of transportation improvements, over 20 park and recreational projects, and over 20 CRA/redevelopment projects in the last five years, with many more completed over CPH's 37+ years in Florida. CPR's multi-disciplined approach brings together the best creative and strategic experts to meet your goals, achieving results that are implementable and sustainable. Our team has extensive experience in assisting communities and clients in creating great places that attract visitors, shoppers, businesses, or residents. CPH's recent and current projects include several large streetscape and redevelopment projects such as the City of Orlando's Central Boulevard Streetscape, and vision/master plans such as the City of Cape Coral's Seven Islands Vision Plan. The City of Orlando project is a 0.55 mile streetscape which includes upsizing the existing gravity sewer line on Central Boulevard between Glenn Lane and Garland Avenue from an 8" sanitary sewer to a 18" & 21" sewer system, complete roadway reconstruction including removal of the underlying brick, addition of left turn lanes at the existing intersections, a new traffic signal with a BRT (Bus Rapid Transit) phase, additional right-of-way and easement coordination, placing all overhead utility lines underground (including the duct bank design), complete Maintenance of Traffic Plans, and incorporating landscape/hardscape features including street lighting,trees, decorative crosswalks, and street furniture. The Cape Coral project included conducting a Visioning and Master Plan Study for the City's Northwest Quadrant and its 7 Island Area. The Study Area consisted of 20 square miles with over 20 miles of frontage along the Matlacha Pass and its marine habitat. CPH prepared detailed overall vision plans to establish a "village character" for the area highlighting connectivity, compatibility and context based design alternatives. Design Elements included: complete streets, public lands utilization, mixed-use and commercial lands, target private lands for acquisition for public space, street tree plans, signage and theming plans, neighborhood identification and preservation, waterfront activation, and infrastructure expansion plans. For the 7 Islands Area, CPH produced an entitlement and development strategy highlighting the creation of a multi-use "marine/waterfront" oriented village, with retail, commercial , residential, institutional, and public/recreation elements. %% V% +% c p h c o r p . c o m 1 @ ° IID CPH has been established in Florida for over 37 years, and we have maintained our location in the City of Miami for 13 years. Our Miami office is fully staffed with over 20 full time staff members, and has a thorough understanding of the area and local design guidelines. We have highly qualified, long-term staff dedicated to providing the City with responsive, high quality and cost-effective services. CPH has qualified team members that have proven through our recent projects we can provide the City with the responsive service the City needs and wants. Our local resources equal well over 150 staff members in our local offices. The staff assigned in our proposed organizational chart, located in Tab 4, is ready and available for the City of Miami Beach. The City will be their primary client, and our personnel will devote the time necessary to assure responsive and quality services to the City. CPH is very excited about the prospect of working with the City of Miami Beach, and appreciates the opportunity to submit our qualifications and meet with you in the future to answer any questions you may have. Thank you for your consideration of the CPH Team! Sincerely, CPH, Inc. David A. Gierach, P.E., CGC President w w w . c p h c o r p . c o m 2 Solicitation No. Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact Tel Email: NATALIA DELGADO 305.673.7000, Ext. 6263 NATALIADELGADO. 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. CPH, Inc. NO OF YEARS IN BUSINESS: 37 NO.OF YEARS iN BUSINESS LOCALLY: 37 NO.OF EMPLOYEES: 240 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:CPH Engineers, Inc. (1998-2013)/CPH, Inc. (2013-Current) FIRM PRIMARY ADDRESS(HEADQUARTERS): 500 W. Fulton Street CITY: Sanford STATE: Florida ZIP CODE 32771 TELEPHONE NO.: 407.322.6841 TOLL FREE NO: 1.866.609.0688 FAX NO.: 407.330.0639 FIRM LOCAL ADDRESS 1992 Sal 1St Street CITY Miami STATE Florida ZIP CODE 33135 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT Todd H. Hendrix, P.E., CGC/Sr. Vice President ACCOUNT REP TELEPHONE NO.. 305.274.4805 ACCOUNT REP TOLL FREE NO.: 1.866.609.0688 ACCOUNT REP EMAIL: info©cphcorp.com FEDERAL TAX IDENTIFICATION NO.. 59-2068806 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 2018-141—ND 18 3 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposers 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 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. SUBMITTAL REQUIREMENT: Proposers 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. Proposers 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-performance b an public 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. 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 Proposals,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 Department of Procurement Management 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 http llwww.miamibeachfl.gov/city-hall/procurementi RFC) 2018-141—ND 19 4 7. • . . - e- e •- e •ge-rates-listed-beiew: 1. Effective January 1, 2018, covered_empleyeer • . •• .. . . .. . . - •- .. • benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rat: - •e _ _ •.• . ! e: • bene its. benef+ts. • provision shall bei--•• - - - - . _ . ... - . •- - available-at-trttp-i+www.rn+am3beaolni,o .voity-hallsprocurerr�es SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over S100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES j NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? X YES ; NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner. such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for • Firm does not Employees with Employees with Provide Benefit Spouses _ Domestic Partners Health X X _ Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.. there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager. or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at httpJ/www.miamibeachfl.gov/city-hallr'procurement/procurement-related-ordinance-and- pr_ ,_lure RFQ 2018-141-ND 20 5 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,proposals,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. 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. 11. 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. 12. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation. unless the proposer certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and(iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation. the City may release one or more addendum to the solicitation which may provide additional information to Proposers 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, Proposers 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 addenda may result in proposal disqualification. Initial to Confirm I Initial to Confirm Initial to Confirm Rete" 7 1 Recei 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 /%,J Addendum 5 , Addendum 10 Addendum 15 If add- al confirmation of addendum is required,submit under separate cover. RFQ 2018-141—ND 2l' 6 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 deviates 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 2018-141—ND Z2 7 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: Jeremiah D.Owens,P.E., CFM Vice President/Associate Signature of Proposer 4UiaizRepresentative: Date: -." 5/3/2018 (..7,, State of FLORIDA ) On this 3rd day of May .20.18,personally appeared before me Jeremiah D.Ovens,P E,CFM who County of Seminole ) stated that (s)he is the Vice President of CPH,Inc. , a corporation, and that the instrument was signed in behalf of the said corporation by authority oitr'board of directors and .cknowledged said instrument to be its voluntary act and •--: :efore me: j 111 I OP Notary Public for the State of,Flor.. $,s7"41.2 My Commission Expires: . — _ 1 SAMANTHA J.WATT "' I.: MY COMMISSION#GG �" .,� �tle0 � Thru Notary fU.2021 'mss RFQ 2018-141—ND 23 8 TABLE OF CONTENT TAB 1 - Cover Letter&Table of Content 1.1. Cover Letter Page 01 1.2. Response Certifications, Questionnaire & Requirements Affidavit Page 03 (Appendix A) TAB 2 - Minimum Requirements 2.1. Minimum Qualifications Requirements Page 10 (a)Architect/ Engineering Firm (b) Principle and Account Representatives TAB 3 - Experience &Qualifications of the Firm 3.1. Qualifications of Proposing Firm Page 12 TAB 4 - Experience &Qualifications of the Team 4.1, Qualifications of Proposers Individual Team Members Page 30 (Architects and Engineers) 4.1.1. Project Experience Page 44 TAB 5 - Required Forms 5.1. Standard Form 330 Page 45 Al 1 ., 1 � i 4. . . , ...--ff'----- , r---i„,tir it_. •,.. .. , , ,,- . , ,. a , ` $ s_ OIC_ —._. i r _ 'iii' 1 : � 4 V4A • ax Iii t • ' �- ' I 1 MILO L , ' k .."1 II ..,,, ..... , 1 ti' 4 r . 2. MINIMUM REQUIREMENTS 211 . MINIMUM QUALIFICATIONS REQUIREMENTS A. ARCHITECT / ENGINEERING FIRM PROFESSIONAL ENGINEERS ARCHITECTURE State of E FLomA ROMEO OF AwMOPOVRIFAwttwiOn MS.. =, Board of Professional Engineers „Wow�wE;fFEW .ldlrs.. °E+AI pee.an+w�ca• �sl.•u,FS ot.a OWN FIFA T..]OW CPki, AS Ancnnous KU* afros CPU 4FBPE CP.NEo,. o EET IP mathont.1 ..Air..' p.n.n.ro.of Swore nog. gl.slrg.N.M.. 4W owsprlur RM rcnaT. to the pestle.Wave*.P.nfr....m.l 00e.ov AWJ.1k.ew nnfer 1h.e..E 471,M ed/.fleseae. t Oawlro *Audit Aeon GA 11.114e. wild N,, ..n.,n.n.w O.SPur.BAEOW4EO Br dwV .0....v..+. uEa LANDSCAPE ARCHITECTS SURVEYORS AND MAPPERS .....o...�-..+..a.....r.-�.A..� F......w. t.wna. STATE Or no*w A4Y.-5 *moon. 10, by r 0O5*10*T OF*.R..ESO AID.MEEYEIM.LAEGLLAT0* 4.1•01Er.J..s...�.n+aa sod 14••••••• p. t0at10 04MSCAKIO AEITECTanE 1 1 tµ����eEE*p90APE A0CwTECTIronsOAu91MESS --J _ ,I.y.�.�AAREbSTEwfw.IS Protos.Lonal Surveyor and Mapper Business Licence. =7,a.w MOVlY lO1Y qi. ..�.Lv P •.••.1 M.r._.Yx.��...won PN.MC .❑'TI.Y O C1M.CK. CY.1 •IpG1'`• MRII.TUV tT VW WEST FWD.!TRW • 0' SASS NFOaL..T.XIM..11311 sAASOPO .Land -.1 413 .M PE... Gli i arw.awn...raavn11. AAAA a..o. fROPLAV nb rEGISR 01.0.E I•..rr. State of Florida Department of State 1 cera y from the record(01 the.011iec that 1P11.INC-Is u corporation organized under the laws of the State of Florida,filed on Manic 6.1981. The deument number attn.:0011101.1011 Is 1 22258. I nether certify that.awl corporation ser rid oil has INC this office through December M.211114.that in m.»t oxen,annual repMML'I.nlf Ionone.report was filed on January 2.2015.and that Is.talus Is naive. I further certify that sad corporation has Mr filed Artmle o1 D,o,1u11011. town.ndre nc hand end Nr Grew 4vl../the Wow.tIf 04011. u .rr n r...l... .the ipsi4..dor. the\n ow✓J.t../1..r.wn.:n l A Secretary(J'State T..SivEm..r.n U-Il M. T...YeR..I.M o.e.M....w.M•*sYe.leasreM...e.r.mod.w. 10 B. PRINCIPLE AND ACCOUNT REPRESENTATIVES DAVID A. GIERACH, P.E., CGC DANITA BRYANT, PLA R«sten rA,vERmw .EN AW.u:N a,<Rr AR. .DIA,xM.3ACIIeR rlelmm STATE OP FLORIDA NAM OF Rn••A OEPART.EMT OF 10af4e111 AMDPROPESMO,ML REOYLATgM �y,� COIaETw.TIOM MOON.LICI•e 2O MN. iy.4t• P MO 0.11.0101.41101.11001 �I RDAw OE LYsrYEARCER,EC11E1E l 9211.1 t.�R^"'° b,o.SCE a1 aOp301!T4NTS N.A.ODPP.030,200.8 WED t.5 0.01.2.„20*DUO 11.GE,IM..on MW.lO Mf9 GRAOM.DAVID ALLEM O IEBRYANT°AAA IA WARS . "^ CPS ihIC SAMNO FORDST .ST R 30>71 J10.'TJ• r. vR+�f[x SiMl L1 �.a......../pa..,..... a .+J PSSAAR 0.42x1. DISPLAY AS RLR.ORLD NY LAW ..0•t.wow DIM. waTto i.',A, DISPLAY AS REQUIRED RY(AW 710•,,.,,....� State of Florida CHRISTOPHER P. COLLINS, P.E. Board of Professional Engineers Attests A State of Florida David Allen Girach,P.E. Board of Professional Engineers I.licensed as R Professional Engineer under Chapter 471,Florida Statutes Anew*that Ex..M.e:I. 6.. PE.1....N.: Christopher Patrick Collins,P.E. 64,011464,0114P. ..I R 44.3 Is licensed as a Professional Engineer under Chapter 471,Florida Statute. Eg1S.0 20 3/3S/NM P.E.LIr_Not TODD H. HENDRDC., P.E., CGC Ast4""` 1.3.1073 a TWA State of Florida JASON L. JAMES, P.E. Board of Professional Engineers AnState of Florida Todd HarlanddHHeendrix,P.E. Board of Professional Engineers Is Harmed..a Professional Engineer under Chapter 471,Florida Statutes Anon that Egar1 3 0/20/324 P.E.Lc.Not Jason L.James,P.E. Arils N.• 3ID01101.7 R 64794A. IS licensed as•Pmfo doral Engineer under Chapter 471,Florida Statutes E9i.nlr 1121/31U H.E.L.A.Nu: MAXWELL D. SPANN, PLA, APA, CLARB A""N' J»` .Y'^ NCA SCOTT DOPE Non STATE w R.01004. 10NA1wwrACNLN.SECRETARY DaAR�00.0 SCAPP `Tu"-�"A THOMAS J. GALLOWAY, PSM Tne AROsTEDT I , : Mont. fC ..41 '.• ' , uM-o 014..........• ......e...od s L...R0..[11l4r Sopa.. 30 3411 M1 Ste. r.e a rs..q..r•31. . U/* Z. FeS..T N.2011 !It .1 A.r.r.n..I tJNa..n.Iw01n0.1. POS. VED.D O..i;0 ORLANDO MVS. . ©: 334. ' Prote.sional Surveyor and Napper Lleenee 1,...1.01-.....me+;_FIv.Y S,ruen SURD 0I,.vca DISMAY AS RECURRED BY LAW ¢0. ,®,,wee,.., t1N11MSI GALLONAY 310W.11.TEN ST Cla..i''y SA.rFORD..i.12n1.IIIe . 7LTr- ADAM N.ERIN AM JAMES K. WINTER, RLA, CLARB COM, NOF tinRE Rxl,1�n�YE�7R 10xA,NV.3AoeR•sE�RETARY STA.OF ROMs. DlRMlap O.C1eO P.R...Raauutoe P!ARCMITECTURS P®F T, D - I AMY E. DALY, LEED AP UMr•0.worm.of...N1 E4 E......,4.4 MITI 30.]DIY • WIN FED.JAMES Pt yC 11.11 TRAM•RAR T '• •l DFi AM0 it n]L -.- ,,.�•, .,.may. �'• - -�' :KEEN BUILDING CERTIFICATION INSTITUTE, .tMRo 0,,,.x11 DISPIAYR50000000 DY LAW •.. lea•1.11A.IrRe16/ Amy Daly r1EEO•ACCREDITED RROFES510NAL le 11 3 . EXPERIENCE & QUALIFICATIONS OF THE FIRM 3. 1 QUALIFICATIONS OF PROPOSING FIRM SIMILAR PROJECT EXPERIENCE "Small & Recent Projects" Casselberry Vision Master Plan vim I - 1,in• CPH was retained by the City of Casselberry to conduct a design study for k e •the .T , the relocation of its Public Works Complex. The studyincluded inventoryof • , ---11111V .-►` uses and operations, vehicular and fleet assessment, personnel and space `..,;�- .. .;.,k ""� ' '. needs. CPH conducted several design charrettes to determine special y ,---..,4.--ZZ'-7i, .., �';e" design elements and features for the "day to day" operations of the e . -+' '_,�,:• Department. A series of land plans and master plans were produced '; ' - depicting building layouts and locations, parking, buffers, setbacks, I ito + /iM:.. , landscape and theming, back of house activities and storage areas. The resultant study and its recommendations were incorporated into the City's Capital Improvements Plan. Agency/Client Name: City of Casselberry Agency/Client Contact: Mr. Mark Gisclar, Public Works Director Contact Telephone & Email: 407.262.7725, Ext. 1234/mgisclar@casselberry.org Year(s)and Term Of Engagement: 2011 -2013 Study Cost: $14,950 Warner's Bayou Boat Ramp Improvements tet, : .. . CPH was retained by Manatee County for site planning, engineering, *+� ,, 4r permitting, landscape design, and bidding/construction administration -- "'M'•- services for construction of the improvements associated with the Warner's ?Hill* '- a, I �f Bayou Boat Ramp which has jurisdictional wetlands that will need to be # preserved. The project includes the modification of an existing boat ramp, reconfiguration of parking areas, and utility connections for a 200 s.f. new restroom. Engineering work included investigation of site constraints, modeling of project's water, sewer, and stormwater systems and site improvements. CPH is responsible for completing applications and obtaining site plan approval from Manatee County, and the Florida Department of Environmental Protection for both the stormwater permitting as well as utility permitting. CPH was retained by the County to perform inspection services, shop drawing review, post design services, attendance at progress meetings, as-built drawings, clearance letter, certification of completion of construction, substantial completion and final inspections, review of change orders, and negotiation assistance for changes in the work. Agency/Client Name: Manatee County Agency/Client Contact: Mr. Tom Yarger, Construction Services Manager Contact Telephone& Email: 941.749.3003/tom.yarger@mymanatee.org Year(s) and Term Of Engagement: 2011 -2013 Construction Cost: $300,000 12 31st Avenue Park CPH was contracted by the City of Lauderhill to prepare Design '� Development and Construction drawings for the site design, ,• `'.�" -ii,-,,,,-, '14 landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward County "Parks for People" grant program. Park elements include; meandering walk through landscape beds with seating respites along the way, decorative LED lighting, neighborhood buffering. Florida Friendly landscaping was incorporated as part of the design criteria for the grant qualification. Agency/Client Name: City of Lauderhill Agency/Client Contact: Mr. Herb Johnson, Deputy Director Contact Telephone& Email: 954.730.4230/hjohnson@lauderhill-fl.gov Year(s)and Term Of Engagement: 2013- 2014 Construction Cost: $276,448 Ilene Lieberman Park • -----'7,--""4- _ CPH was contracted by the City of Lauderhill to prepare Design • i . .�.,.. 7�+ .r Development and Construction drawings for the renovation of the '� ; 4 14 " �,� landscape and irrigation design for this botanical garden park that T ..•_ ,s., 4 meet the criteria of the Broward County "Parks for People grant -- program. The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. The project scope also included locating and identifying existing vegetations and supplementing the planting with Florida Friendly landscaping. Agency/Client Name: City of Lauderhill Agency/Client Contact: Mr. Herb Johnson, Deputy Director Contact Telephone& Email: 954.730.4230/hjohnson@lauderhill-fl.gov Year(s)and Term Of Engagement: 2012-2014 Construction Cost: $106,065 13 Lakewood Ranch Park Improvements �4�- - CPH provided Manatee County design services for park improvements. The ,,,,,,,,,t,,,..r- '-, proposed improvements included the addition of new buildings, trails, pavilions, s�, .` ' ,, % playgrounds, and parking areas. A new"park plaza" is the focal point of the park and helps tie the existing amenities to the improvements. *. "` '.,., CPH also provided a master plan update of the park including vehicular and pedestrian upgrades, park plaza, pavilions, and other upgrades to merge the existing park with the proposed park amenities. Agency/Client Name: Manatee County Agency/Client Contact: Mr. Tom Yarger, Construction Services Manager Contact Telephone& Email: 941.749.3003/tom.yarger@mymanatee.org Year(s) and Term Of Engagement: 2010-2014 Construction Cost: $322,242 Atlantic Beach Intracoastal Waterway Park Master Plan r ~ CPH was selected by the City of Atlantic Beach to develop a Master Plan for --_r ,, three City parks (Tideviews, Dutton Island & River Branch Preserves) which f encompass approximately 385 acres contiguous with the ICW in Duval County, - '..\ .•*, .- :`, Florida. HHI has partnered with CPH to develop a long range Master Plan for t,_ maximizing public access to and use of the Intracoastal Waterway Preserves �-.✓' -,�) a ,. while providing for protection of ecologically sensitive habitat. CPH and HHI ` , w_-:i, ` developed a plan which promotes passive recreation and environmental ' ' A education opportunities including identification of citizen stakeholder groups. In . order to solicit public participation, CPH and HHI facilitated and conducted ® abit = workshops for the public participation process to identify and evaluate desired V`.i• f -.. ,. `' ® ',- ._ and feasible improvements by the public and City staff. During the Master Plan _ ____—_ ®1 '4' process, CPH and HHI addressed the permitability of proposed improvements, ` ' cost to construct, parking availability, special security needs, and other required elements. In addition, CPH and HHI recommended a long range Capital Improvement Plan including priority ranking of each recommendation, time frame for implementation and estimation of probable costs including such factors as public support, construction and maintenance costs, as well as the anticipated need. Agency/Client Name: City of Atlantic Beach Agency/Client Contact: Mr. Rick Carper, Public Works Director/City Engineer Contact Telephone& Email: 904.247.5834/rcarper@coab.us Year(s)and Term Of Engagement: 2011 -2013 Study Cost: $25,000 14 "Other Projects" Lake Mary — TOD Design Services (Lake Mary Heritage Park) CPH is currently providing planning, design and permitting services for the City of Lake Mary in their transit oriented development district. Several projects are a !. currently in construction or bidding phases in the downtown district such as ., roadway improvements for East Crystal Lake Avenue, Old Lake Mary Road and ' " _ Wilbur Avenue. This project included a decorative intersection and raised crosswalks, on-street parking, stormwater design, roadway improvements, -„„„�,�•„,�.� potable water and sanitary utility improvements, and a public sidewalk connection to the new SunRail station. CPH also designed the new Heritage Park downtown, which included improvements such as public walkways, decorative intersection and sidewalks, landscaping and irrigation, lighting, a fountain/statue feature and signage, stormwater design, potable water and sanitary utility improvements, and roadway improvements to Palmetto Street and Greenleaf Lane. Another project CPH was tasked to design is two traffic circles on North Country Club Road in downtown Lake Mary. The two circles will calm traffic speeds while enhancing the corridor without compromising traffic flow through the downtown area. Agency/Client Name: City of Lake Mary Agency/Client Contact: Mr. John Omana, Community Development Director Contact Telephone & Email: 407.585.1454/jomana@lakemaryfl.com Year(s)and Term Of Engagement: 2012-2013 Construction Cost: $1,300,000 DeBary Community Park - - CPH provided planning, design, permitting, surveying and construction ”-v‘ services for a splash pad water feature and all associated appurtenances for ,*,. r* r the City of DeBary. The design included a 2,000 sq. ft. splash pad, bathroom ,F .a . '- ` building, pump room to house the pump and chlorination equipment, in- '• " '` ', ti,-, 1,1-, ground return water tank, extension of electrical service, water service and ,! gravity sewer lines to support the splash pad, and additional sidewalks f i�_,__1 1_4 A adjacent to the new splash pad. CPH met with City staff to select the theme and features for the park during the design phase. CPH provided plan and profile drawings for the splash pad at the 60%, 90% and 100% design levels. This project also included coordination with the electrical engineer and the water feature manufacturer for both layout and power supply to the pump equipment. Agency/Client Name: City of DeBary Agency/Client Contact: Mr. Alan Williamson, Public Works Director Contact Telephone & Email: 386.668.2040 ext. 323 /awilliamson@debary.org Year(s)and Term Of Engagement: 2012-2013 Construction Cost: $384,000 15 City of Titusville — Sand Point Park Splash Pad CPH is providing Design, Permitting, and Post Construction Services for the splash ' ' pad project in a Design/Build format. CPH performed the design of the splash pad, - - including civil, landscape architecture, and electrical design services for the splash iik �_ _, pad and related infrastructure. The splash pad was approximately 2,000SF, which included multiple in-ground and above-ground interactive water features. Agency/Client Name: City of Titusville Agency/Client Contact: Mr. Jesus Vieiro, Purchasing and Contract Administrator Contact Telephone & Email: 321.567.3733 I jesus.vieiro@titusville.com Year(s)and Term Of Engagement: 2016—2017 Construction Cost: $513,000 Zora Neale Hurston Plaza CPH was selected for a park project in downtown Orlando, . --._ter 7..750-.7*., --1 Florida involving the redevelopment of an approximately two (2) — t NI acre park space. CPH provided planning, landscape 4„...7r...1'.-, , • architecture and engineering services for the project. The park ►` is a crucial connection between a pair of State office buildings '" e that sit on the site and the Florida A&M University College of ►':„' - r Law. The plaza space was dated and needed redevelopment to , -- `` P - . n -, • improve accessibility, organize open gathering spaces and / 4` • - . , ;//, �,, } soften the space for children and families who used the space / ,. '/ ‘r,...),,7,-;. - frequently. The design seeks to minimize obstructions between - ' the buildings and provide a direct access path. The focal point ' � - is a public art installation. Stairs and vertical walls lending `, ✓ %- �=_ ,� themselves to maintenance problems were removed from the 4 space. The park also added crucial ADA parking spaces and ,: ' street and stormwater improvements to the site. - • Agency/Client Name: Florida Department of Management Services Agency/Client Contact: Mr. Kurt Micheels, FCCM, Office of the Secretary Contact Telephone& Email: 850.412.6864/ssmith@seminolecountyfl.gov Year(s)and Term Of Engagement: 2017- Ongoing Construction Cost: TBD 16 Soldier's Creek Park Planning and Design The CPH Team was awarded the planning and redesign of an existing sports park. The park is situated on approximately 26 ..: ,�_ � Acres in Seminole County. The project consisted of _ _ implementing the pro forma developed for the Seminole •-r _'"_ 'l County Leisure Services Department which included 6 " tournament quality softball fields, including 1 championship stadium field. Additional design elements included 10 batting cages, a combined concession, restroom, and office building, ..4041/440.,1 - ) shade pavilion, maintenance facility, and playground. The _ .`". ' ' 1i z'- Seminole County Board of Commissioners tasked the Design �` sJ Team with insuring that this project resulted in the development of a premier softball facility with a regional economic impact. The team studied a number of national facilities and worked with NCAA coaching staff in an effort to incorporate the best features into the Complex. Data Collection and Analysis — A review of the information made available from the County as well as surveys, land development codes, and federal criteria. The location of the proposed Complex made storm water, traffic, environmental, and other engineering issues key to design success. All existing data was reviewed and supplemented with additional field studies performed by the Team. This phase of the project was extremely important to insure that the constructability of the Complex in a cost effective manner did not jeopardize the quality of the facilities. Creative engineering methods were used to manage drainage, traffic, and other factors for minimal cost, which freed up funds for additional fan/player use elements. Stakeholder Coordination — CPH was tasked with coordinating input from a number of stakeholders prior to beginning Final Concept Design. These stakeholders included potential users as well as funding partners. Potential users were interviewed to determine needs, preferences, and other elements that would enhance the experience and increase chances of hosting future events at the Complex. Workshops were used to garner input from the funding partners involved in the overall development of the Complex. The County, City, and local State university each had individual goals for the facility which required coordination to avoid conflict. At the conclusion of this important stage, the development Team had a cohesive and clear direction to pursue for final design. Agency/Client Name: Seminole County Agency/Client Contact: Ms. Brenda Carey, District 5 Commissioner Contact Telephone& Email:407.665.7209/bcarey@asnmail.com Year(s) and Term Of Engagement: 2015—2017 Construction Cost: $6 million 17 Turtle Beach Park Site Improvements - �-- - CPH is working with Sarasota County to design and permit site - improvements and amenities at Turtle Beach Park. CPH is providing Sarasota County with site planning, engineering, permitting, �► _ landscape design, environmental, and bidding/construction administration services. The improvements include a canoe and TIN kayak launching facility, playground facility, a gazebo, multiple pavilion structures, a parking lot expansion, and new sidewalks to connect the new amenities to the existing site amenities. Many of the improvements are seaward of the Coastal Construction Control Line. '123 Additionally, several of the proposed improvements are adjacent to Blind Pass Lagoon where Water Course Buffer requirements and a sensitive Environmental Ecosystem are crucial to the unique design and associated permitting. Agency/Client Name: Sarasota County Agency/Client Contact: Mr. Isaac Brownman, P.E., Public Works Director Contact Telephone& Email: 941.861.0852/ibrownman@scgov.net Year(s)and Term Of Engagement: 2012-2015 Construction Cost: $452,258 Martin Luther King, Jr. Park CPH provided design and permitting services for the Palmetto Community Redevelopment Agency (CRA) for the new Martin Luther King Jr. Park. The new 12-acre park surrounds the Palmetto Youth Center and includes a man-made lake, ri restored wetlands, a multi-modal trail throughout the park, and f a water feature (fountain) in the lake. The trail connects to the p proposed linear park trail that meanders through the City. The new park will improve the neighborhood and provide activities 1i .. -.. for youth. • As part of the park design, CPH handled all environmental aspects for the project, which included permitting through SWFWMD and ACOE. CPH, along with our subconsultants, permitted all stormwater improvements that included data collection and reviewed the District's records for ERP's issues to the adjoining properties. CPH implemented many LID elements into the design of the park and amenities. CPH was also responsible for the construction documents and bidding services. Agency/Client Name: Palmetto Community Redevelopment Agency(CRA) Agency/Client Contact: Mr. Jeff Burton, CRA Director Contact Telephone& Email: 941.723.4988/jburton@palmettofl.org Year(s)and Term Of Engagement: 2012-2015 Construction Cost: $1.5 million 18 North Jetty Park Improvements N.-' �'____----' CPH was retained by Sarasota County for site planning, "-� engineering, environmental services, permitting, and bidding/construction administration services for construction of a new restroom/concession building for the North Jetty 2,1 • beach Park. The project included the addition of new ADA fir y 'S�, • parking and access, sidewalks, redesign of the parking lot, Ti. 'i, addition of a plaza, and stormwater treatment system. I , ,4,? • // In addition, these improvements are seaward of the CCCL • �`• r (Coastal Construction Control Line) and are working with the ' \ FDEP to obtain construction permits for the improvements - ` ; ` : 4_ >r;�''. seaward of the CCCL. "pz: . r*a,.a.,d+.. ♦ _ :'fir":. _ , Work included investigation of site constraints, modeling of projects water and wastewater, analysis of existing lift stations, preparing a water study based on similar projects, development of Low Impact Design (LID) elements including the design of a rainwater collection cistern, stormwater engineering, and site improvements. The constraints analysis included aspects such as coastal construction regulations, flood elevations, protected species survey, wetland and protected habitat delineation, and geotechnical investigation. CPH is responsible for completing applications and obtaining site plan approval from Sarasota County and Coastal Construction and Environmental Resource Permits from the Florida Department of Environmental Protection for improvements seaward of the CCCL. CPH was retained by the County to perform limited inspection services, shop drawing review, post design services, attendance at progress meetings, as-built drawings, clearance letter, certification of completion of construction, substantial completion and final inspections, review of change orders, and negotiation assistance for changes in the work. Agency/Client Name: Sarasota County Agency/Client Contact: Mr. Isaac Brownman, P.E., Public Works Director Contact Telephone& Email: 941.861.0852/ibrownman@scgov.net Year(s)and Term Of Engagement: 2009—2014 Construction Cost: $1.7 Million Earl Brown Park Improvements CPH was awarded the Earl Brown Park improvements project which will include stormwater, site design, minor roadway improvements, and parking :t • lot design. CPH will be responsible for site and stormwater design for the i *w _ Wayne Sanborn Senior Center replacement project (and related parking), -S11. : parking lot serving Spec Martin Stadium, parallel parking and traffic calming - along Alabama Ave., an amphitheater, basketball courts, restroom/concession building, playground area, and a hardscaped entryway feature. Agency/Client Name: City of DeLand, Agency/Client Contact: Mr. Keith Riger, P.E., Public Services Director Contact Telephone& Email: 386.626.7196/Rigerk@deland.org Year(s)and Term Of Engagement: 2012—2013 Construction Cost: $450,000 19 Mill Lake Park CPH provided planning, design and permitting services for Mill Lake Park in Orange City. The first phase of design included a main plaza area sized for R_ multiple events. The main plaza area also included an arched entrance, interactive water feature (splash pad) that included 5 main sprays and 14 — - . chasing sprays. The spray features were designed to be turned off and * covered with caps so the area could be used during events. The park also 'r. included a restroom facility, three pavilions, on-street parking utilizing pervious pavers, and a portion of the multiuse trail along the lake. The -. design for the second phase included the continuation of the multiuse trail, totaling approximately 1 mile around the lake, additional on-street parking and grass parking, two pavilions, a water feature, and various park amenities along the trail. Agency/Client Name: City of Orange City Agency/Client Contact: Mr. Benjamin Bartlett, Public Works/Utilities-Operations Manager Contact Telephone& Email: 386.775.5450/bbartlett@ourorangecity.com Year(s)and Term Of Engagement: 2013—Ongoing (Phase II is Under Design as of June 2016) Construction Cost: $970,000 (Phase I) Cape Coral Northwest Cape and Vision Plan The City of Cape Coral , Florida retained the firm of CPH, Inc. to conduct a Visioning and Master Plan Study for the City's Northwest Quadrant and its 7 Island Area. '� The Study Area consisted of 20 square miles with over 20 miles of frontage along the t-), -i r Matlacha Pass and its marine habitat. " r;=� , `"�-` CPH prepared detailed overall vision plans to establish a "village character'for the area ifs* highlighting connectivity, compatibility and context based design alternatives. Design • t' - Elements included: complete streets, public lands utilization, mixed-use and commercial lands, target private lands for acquisition for public space, Street tree plans, signage and theming plans, neighborhood identification and preservation, waterfront activation, �j and infrastructure expansion plans. The Plan established a 50 year implementation / horizon. For the 7 Islands Area, CPH produced an entitlement and development strategy highlighting the creation of a multi- use "marine/waterfront "oriented village with retail, commercial , residential, institutional, and public/recreation elements. A series of conceptual master plan were adopted by the City Commission to guide the redevelopment of the City-owned parcels to include building types and height, open space, and parks. Agency/Client Name: City of Cape Coral Agency/Client Contact: Mr. Vince Cautero, AICP Contact Telephone: 239.574.0600 Year(s)and Term Of Engagement: 2016 Study Cost: $133,715 20 SR 30 Western Bay Gateway Landscape Project CPH was selected to perform the landscape design, irrigation design, preparation of landscape plans, permitting, and post- design services for the SR 30 Western Bay Gateway Landscape • Project. CPH will be responsible for the conceptual plans, final plans, cost estimates, and specifications. CPH design includes the selection of Florida friendly plants for the highway landscape plans including trees, shrubs, grass, ground \ cover, and wildflowers. Other scope items include the preparation of highway landscape plans that are in compliance with FDOT standards and criteria. CPH will prepare the traffic control plans and provide post-design services as required. Agency/Client Name: Bay County Agency/Client Contact: Josee Cyr, P.E., County Stormwater Engineer Contact Telephone& Email: 850.248.8301 /jcyr@baycountyfl.gov Year(s)and Term Of Engagement: 2016—Ongoing Construction Cost: Estimated $600,000 W. Central Blvd. Roadway Reconstruction, Streetscape, and Sanitary Sewer Replacement DesignlBuild Garney Construction along with CPH was selected by the City of Orlando for the $6.5 million dollar Design/Build project in downtown Orlando. The 0.55 mile project - included complete roadway reconstruction including removal of the underlying brick, addition of left turn lanes at the existing intersections, a new traffic signal with a BRT (Bus Rapid Transit) phase, additional right-of-way and easement coordination, placing all overhead utility lines underground (including the duct bank design), complete Maintenance of Traffic Plans, and incorporating landscape/hardscape features including street lighting, trees, decorative crosswalks, and street furniture. Significant coordination with various City divisions was required throughout the design and permitting. These divisions include the Capital Improvements & Infrastructure Division, Streets & Stormwater Division, Community Venues Division, Traffic Division, Wastewater Division, the Downtown Development Board, and the Community Redevelopment Agency. Permitting through FDOT for a Right-of-Way Utilization and Utility Permit was required for work under Interstate 4 while the Beyond 1-4 Construction was underway. Additional improvements also included upsizing the existing gravity sewer line on Central Blvd. between Glenn Ln. and Garland Ave. from an 8" sanitary sewer to a 18" & 21" sewer system. The upsized sewer will serve the future MLS Stadium and City of Orlando Sports Entertainment District as well as future redevelopment along W. Central Blvd. Other permitting included acquiring the FDEP Permit for the sanitary sewer installation and a SJRWMD stormwater exemption. Agency/Client Name: City of Orlando Agency/Client Contact: Mr. Mike Melzer, P.E., Project Manager/Construction Manager Contact Telephone& Email: 407.246.3187/michael.melzer@cityoforlando.net Year(s)and Term Of Engagement: 2016—2017 Construction Cost: $10.284 Million 21 Bluford Avenue Phase II The Bluford Avenue Streetscape project is the first of many associated with the revitalization of downtown Ocoee. This •; ;x ' portion includes a 3,000 ft. long segment of Bluford Ave. in the heart of the City of Ocoee, from Delaware St. to Silver Star Road (SR 438) and passes through the historic downtown area, as well as the current and future City Halls. The project • a - is a joint utility improvement and roadway project, and is ,� J administered as a "construction management at risk" project. ,` -+:ti.- --, CPH is providing roadway and landscape architecture — — — ''- — — — services, contracted as a sub-consultant to BFA, Inc., the City's prime Utility consultant. This project represents the second pairing of CPH and BFA, following the successful on-going partnership of both companies with the City of Orlando's Central Blvd. Streetscape, Utility Duct Bank, & Gravity Sewer project, where CPH acted as the Prime Consultant. The project includes the reconstruction of the roadway following the completion of the water main, gravity sewer, and reclaimed water main installations. This reconstruction will include replacing nearly two-thirds of the roads length with brick pavers instead of asphalt, to denote the downtown and municipal complexes with this change in road's character. This will be done in conjunction with the transfer of all utilities from existing overhead poles to underground conduits and the installation of street lighting. Furthermore, the project will install curb and gutter along the entire length of the roadway reconstruction and will replace the existing 5 foot wide sidewalks with 10 foot wide sidewalks at the back of the proposed curb. Six feet of these sidewalks will be open pedestrian walkways, with the remaining 4 feet used for tree boxes, benches, bike racks, and other landscape and hardscape features. In front of the new city hall site, the curb will be dropped in order to create a seamless pedestrian area for major city events in front of the new building. In addition to the road itself, the project will include construction of additional drainage structures and culverts to complete the underground storm water system. Currently,for the first 1,000 feet of the project, roadway runoff is captured in swales, or merely allowed to flow into adjoining properties. Now, new pipe and inlets will capture this water and direct it into the city's storm water system. This work is in concert with the City of Ocoee's master drainage plan that encompasses this entire area of the city. Additional landscape and hardscape features will be installed in at least two locations at the beginning of the project which adjoin the existing middle school at the Orange County School Board's request. Lastly, a 60" wide cross drain culvert between the city hall driveway and Franklin St., on the northern end of the project, will be replaced with a new pipe and a faux bridge consisting of decorative headwalls and railings -making it the centerpiece of the entire section of roadway. Agency/Client Name: City of Ocoee Agency/Client Contact: Mr. Stephen Krug, Public Works Director Contact Telephone& Email: 407.905.3170/SKrug@ci.ocoee.fl.us Year(s)and Term Of Engagement: 2017—2018 (Estimated) Construction Cost: $9.86 million Historic Goldsboro Boulevard Streetscape CPH provided planning, design, and permitting services to the City of Sanford for the redevelopment of Historic Goldsboro Boulevard. The project included the design of streetscape improvements for the corridor from William Clark Avenue to South Persimmon Avenue. The streetscape design includes new parallel parking, landscape bulb- outs, street and pedestrian lighting, reconstruction of the sidewalks, repaving of the roadway, drainage improvements, and pedestrian crossings. The $2.5 Million improvement is a beautification project that is a catalyst for economic development within the corridor. Agency/Client Name: City of Sanford Agency/Client Contact: Mr. Bilal Iftikhar, P.E., Public Works Director Contact Telephone& Email: 407.688.5000, Ext. 5400 I bilal.iftikhar@sanfordfl.gov Year(s)and Term Of Engagement: 2016—2017 Construction Cost: $2.5 million 22 Harrison Avenue Streetscape Design ,., The City of Panama City and the Panama City CRA selected CPH to Ill perform the Streetscape Design of Harrison Avenue. Harrison .- f ,, Avenue is Panama City's main street leading to City Hall and the r - 1 j` ., Panama City Marina. Preliminary Design Services included assisting { k ''h- ; »' ' . '. M the CRA with Public Outreach to obtain initial stakeholder input to I ,fid,tirs- determine project wants/needs, preparing three streetscape ,J ;-_ alternatives, and Public Involvement meetings to determine the 1 tj 0!: -, preferred option. After public meetings were conducted, the Final Design elements included a roundabout at Harrison Ave. and 4th Street, revised on-street parking to provide wider pedestrian areas in front of the businesses, upgraded street lighting including electrical outlets for various community events, modified stormwater and minor utility relocations. The goal for this project is to provide a more "walkable" downtown and allow for gathering spaces throughout the corridor. Agency/Client Name: Panama City Community Redevelopment Agency (CRA) Agency/Client Contact: Ms. Onya Bates, FRA-RP, CRA Program Manager Contact Telephone & Email: 850.872.3011 /obates@pcgov.org Year(s) and Term Of Engagement: 2015-Ongoing Construction Cost: Estimated $1.8 Million Cape Coral SE 47th Terrace Streetscape Improvements CPH was selected by the City of Cape Coral to provide professional design and construction engineering services for the streetscape '" improvements of SE 47th Terrace, from Coronado Parkway to Del % w Prado Blvd. The improvements will include sidewalks with pavers, .� , �� •.�• landscaping, road reconstruction, removal of on-street parking to ' ' ' - ;inr.:rT�' increase the width of the pedestrian area, off-street parking : 1104 ?' :,:, -- modification, streetlights, traffic analysis and calming including -.411141111111111adding a roundabout at one of the busiest intersections, raised mid- block pedestrian crossings, street furniture, ADA improvements, and drainage modifications/upgrades. CPH is also designing the utility upgrades/modifications including a new upsized watermain, new forcemain, and a new reclaimed watermain. Design services will also include modifications to the City's Club Square, such as added sidewalks, bio-retention swales, entrance feature, ADA improvements, landscaping, and streetlights. Agency/Client Name: City of Cape Coral Agency/Client Contact: Mr. James Breakfield, P.E., Principal Engineer Contact Telephone: 239.574.0588 Year(s) and Term Of Engagement: 2016-Ongoing Construction Cost: TBD 23 Sanford's US 17-92 Beautification, Phase II (Park Drive .�`` • — 1St Street) After successful completion of the City of Sanford's 17-92 Beautification project • r •: Phase 1, CPH was selected to complete Phase II as well. Due to the limited ,_Y -Or, right-of-way on each side of the corridor the main focus will be on hardscape1L t741r ` '- improvements in the right-of-way to significantly enhance the appearance as n i well as safety and function of the corridor. Specifically the proposed tria improvements will include decorative lighting, traffic signals, crosswalks, and 3 - = `f • -- y.► tr. paver utility strips. The current lighting levels will likely improve with the installation of technologically improved and more efficient fixtures that will be • more carefully set for better light distribution. These will be decorative old world , ' � ,;� • { style lights that will match the ones in the Airport-Park segment and is consistent - ' ; with the historically themed fixtures of Downtown. The new lights will be placed `- • _ x in approximately the same locations as the existing ones with some exceptions , based on better design layout and function. The unattractive overhead power ' • lines connecting each pole will be undergrounded. —rte- r The intersections at Park Drive, 25th St, 20th St, and 15th Street will receive new decorative traffic signal poles with mast arms eliminating the conventional and unsightly concrete poles and support lines. These will match the historically themed signals at First Street nearby in Sanford. The fiber optic interconnect lines and associated power for each of these signals will also be placed underground eliminating unsightly overhead lines. Decorative crosswalks will be installed at each of the above mentioned intersections plus the school crosswalk at 18th Street. The material will be imprinted colored asphalt simulating brick pavers. This treatment will not only enhance the aesthetics of these crossings but will potentially make these walks safer because it should be more visually effective than the current conventional striping. A narrow strip of grass between the back of curb and sidewalk is a maintenance problem and is usually not very attractive. We propose that this strip of grass be replaced with decorative pavers that can be easily removed for any potential work on the underground utilities in that location. These pavers will not only dress up the corridor but will effectively serve to widen the pedestrian walkway. There are excessive curb cuts along this corridor and many are too wide creating potential traffic safety issues and poor functionality of adjacent parking and vehicular use areas. It is proposed that these openings be modified (narrowed) to conform to D.O.T. standards and/or eliminated as necessary. This segment of the project will require close coordination with each property owner affected by such work. Existing school crossing and lane assignment signage on concrete string poles and span wire will be replaced with decorative mast arms in keeping with the theme established by the proposed decorative traffic signals and light poles. Agency/Client Name: City of Sanford Agency/Client Contact: Jeff Davis, Senior Public Works Inspector Contact Telephone & Email: 407.688.5000, ext. 5423/jeff.davis@sanfordfl.gov Year(s)and Term Of Engagement: 2012—2017 Construction Cost: $2.7 million 24 US 17-92 RiverWalk, Phase II (FDOT LAP) The FDOT LAP project included 1.5 miles of 10-14 foot wide trail, • replacement of 5,500 feet of seawall along Lake Monroe, trail head parking, a prefabricated pedestrian bridge over Mill Creek, • hardscaping, landscaping, and lighting. The concept design of the �'` trail necessitated significant coordination with FDOT to gain their support for the necessary variations from Department standards, and `- °' their approval of the necessary reduction in shoulder widths and use of Rectangular Rapid Flashing Beacon (RRFB) at two mid-block crossings. The design included advanced coordination with SJRWMD and FDEP because of work within sovereign submerged lands, replacement seawall, and pedestrian bridge. The project included the use of innovative use of best management practices and pervious pavement to minimize the impact of stormwater runoff on Lake Monroe. Agency/Client Name: City of Sanford Agency/Client Contact: Mr. Chris Smith, Planning and Development Services Department Contact Telephone& Email: 407.688.5000/chris.smith@sanfordfl.gov Year(s) and Term Of Engagement: 2011 —2015 Construction Cost: $6,835,694 US 17-92 RiverWalk, Phase III (FDOT LAP) CPH provided planning, survey, and design services for a 1.7 mile extension to an existing trail. The new extension connects to the previous phase designed jib -4- by CPH and is the final connection between the 1-4 Corridor with the adjacent .; t Seminole County Rinehart Trail and the downtown Sanford RiverWalk Trail ' system. Additionally, these improvements filled the largest remaining gap 1I(IIII1litti - within the Lake Monroe Trail Loop system which spans both Seminole and Volusia Counties. This project followed the complete streets design elements ;#4.-4 ` ili111�� — with the provision of a Multi-Use Trail, Roadway safety improvements, Traffic Calming design, Roadway & Trail Lighting, Utility Design, Structural Seawall Design, Drainage Improvements/Design , Irrigation Design, Beautification, Hardscape and Landscape Design, Scenic Overlooks of Lake Monroe, Way-finding Design, Pedestrian Mid-Block Crossings (Rectangular Rapid Flashing Beacons), Traffic Studies, Survey, and Wetland Mitigation. The current estimated construction cost of$20 Million is funded through a Local Joint Project Agreement between the City of Sanford, Seminole County and the FDOT. CPH is also facilitating the transfer of ownership, for the US-17-92 corridor within the project limits, from the FDOT to the City of Sanford and Seminole County. Commencement of construction is currently projected for the 2018 fiscal year. Agency/Client Name: City of Sanford Agency/Client Contact: Mr. Chris Smith, Planning and Development Services Department Contact Telephone& Email: 407.688.5000/chris.smith@sanfordfl.gov Year(s) and Term Of Engagement: 2015—2019 (Estimated) Construction Cost: $15.2 Million 25 Shingle Creek Trail Design (FDOT LAP) . - . . CPH was selected by the City of Orlando for �, ' the Shingle Creek Trail 'mak", :. 't 4. .~ Design a 9 9 project which - :- consists of a 12-14 wide, 2.5 mile segment of .=;t "r 4 4.4 », a regional 33-mile trail corridor. This segment of the Shingle Creek Trail corridor was ' identified as a north-south bicycle route • , �� through the Metropolitan Orlando Region • ( 1 ,4a connecting to the Oak Ridge t v *.sY„; Road/International Drive, and creating economic development opportunities. The project is an FDOT Local Agency Program (LAP) project which includes $500,000 from FDOT for design and permitting. Approximately 1 mile of the trail meanders along a berm that separates a large retention pond and the Shingle Creek wetlands. Three prefabricated pedestrian bridges were designed as part of this project. The project also crossed under OUC Power Transmission lines requiring all facilities to be grounded, and heavy duty pavement section to account for the maintenance vehicles. Three respite areas were designed along the trail, two of which were elevated decks with wooden substructure and composite decking located along the water's edge overlooking the headwaters of Shingle Creek. Safety was also of concern as the trail was located in a rural wooded area, therefore CPH coordinated with the Orlando Police Department and the City's Traffic Division to provide security cameras within the wooded areas. The trail required obtaining right-of-way and easements for 90% of the project, and were all obtained through a value-and-exchange process which resulted in zero costs to the City. Agency/Client Name: City of Orlando Agency/Client Contact: Mr. Bill Burns, Project Manager, Public Works Contact Telephone& Email: 407.246.3181 /bill.burns@cityoforlando.net Year(s)and Term Of Engagement: 2011 -Ongoing Construction Cost: TBD Jackson Memorial Hospital Renovations e CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare _ design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East 4.1k* Entrance Renovation. Professional services provided included surveying, civil engineering, architecture, arborist and landscape architecture. The scope of work included the preparation of drawings for: building demolition, gate house design, entry wall and fence detailing, streetscape paving detailing, grading and drainage, sediment and erosion control, landscaping, irrigation and donor wall and pergola design detailing. One of the primary design intents is to transform a driveway entrance road into a pedestrian plaza that seamlessly flows with the existing Alamo Plaza. Agency/Client Name: Miami-Dade County Agency/Client Contact: Mr. Allen Redmon, Senior Project Manager Contact Telephone & Email: 305.441.1556/aredmon@heery.com Year(s)and Term Of Engagement: 2009-2013 Construction Cost: $1.9 Million 26 West Georgia Avenue Streetscape and Landscaping Improvements .:: The improvements include sidewalk removal and replacement, modification of '•• • ••• . % access drives and ramps for accessibility, design of decorative lighting, roadway ....... rehabilitation, street furniture, signage, decorative pavers and related } infrastructure. Landscape architectural services include design of irrigation system and plantings and decorative business directory sign. Agency/Client Name: City of Deland Agency/Client Contact: Mr. Keith Riger, P.E., Public Services Director Contact Telephone& Email: 386.626.7196/rigerk@deland.org Year(s) and Term Of Engagement: 2016—Ongoing Construction Cost: TBD Largo West Bay Trailhead (FDOT LAP) CPH was selected by the City of Largo to perform Preliminary and 111.11111011111.11111111.111 Final Design Services for the W. Bay Drive Trail Head along the - regional Pinellas Trail. This project has been identified as a priority ` r , • eta__ project by the City Commission due to the economic impact envisioned by the improvements. Located within the West Bay Drive Redevelopment District and the Medical Arts Districts, the City plans •- - to leverage the proximity of Downtown Largo with the Pinellas Trail to create a Downtown Multimodal Gateway. This project will be the initial phase in transforming Downtown Largo into a Pedestrian �—' Friendly community, promote area wide economic development, correct current multimodal deficiencies, and enhance the overall aesthetics of the Trail through the Downtown and Medical Arts area. This portion of the Pinellas Trail is part of the 37-mile long linear park and recreation trail that extends from St. Petersburg to Tarpon Springs. The Trail provides protected green space for walking, jogging, skating, and biking. Approximately 70,000 people on average use some portion of the Trail each month. The project includes aesthetic improvements to the West Bay Drive overpass and developing the trail head on both sides of West Bay Drive to provide trail amenities such as seating, drinking facilities, landscaping, lighting with event outlets, and educational and wayfinding information. It also includes converting 12th St SW to a one-way street with on-street parking, and numerous connections to the adjacent residential areas. The project includes FDOT Local Agency Program (LAP) and SWFWMD Grant funding. Agency/Client Name: City of Largo Agency/Client Contact: Ms. Teresa Brydon, Economic Development Manager Contact Telephone & Email: 727.586.7342/TBrydon@Largo.com Year(s)and Term Of Engagement: 2016—Ongoing Construction Cost: TBD 27 Punta Gorda Linear Park/Multi-Use Trail -Phases II and Ill (FDOT LAP) CPH provided design services for Phases II and III of a three phase linear park in Punta Gorda. The project runs along a tidal creek within the easement of the old Seaboard Coastline • } " Railroad right-of-way from the Peace River to Cross Street A --1:` (US 41). CPH provided landscape architecture, survey, and , ` engineering design services for the Phase II section from - r Shreve Street to Cross Street, a distance of 3040 LF. The : project included a 10' asphalt walking trail/bike path, rest/rain stations, lighting, accent paving design street crosswalks, pedestrian bridges over the creek, structural design for the bridge abutments, and appropriate site furnishings to include benches, water fountain, bollards, and trash cans. This project received funding through the FDOT Local Agency Program (LAP) and required coordination and approval from FDOT. Agency/Client Name: City of Punta Gorda Agency/Client Contact: M. Marian Howe, Procurement Manager Contact Telephone & E-mail: 941.575.3349/mhowe@ci.punta-gorda.fl.us Year(s)and Term Of Engagement: 2009—2013 Construction Cost: $1,977,738 Bunnell Elementary Trail (FDOT LAP) CPH was contracted by Flagler County for the development of a 1.29 mile • LAP trail and City Park improvements in the City of Bunnell. The project was funded through a Florida Department of Transportation (FDOT) LAP -w Grant. The Trail was a City of Bunnell project being managed by Flagler County Staff which required multilevel coordination. The project also included coordination with the Flagler County School Board to insure safety requirements were met as well as scheduling demands. The trail alignment traversed across properties in the City of Bunnell, Flagler County, and the Bunnell Elementary School. The Trail also extended around a City Park. The scope of work included site surveying, environmental analysis and permitting, master planning, preparation of construction documents for site civil, architecture, mechanical electrical and plumbing, and landscape architecture. Proposed amenities included the 10' trail, 60' pedestrian bridge, wetland boardwalk crossings, gazebos, fitness court, restroom buildings, site furniture, entry sign and gateway feature, and landscape design. Agency/Client Name: Flagler County Agency/Client Contact: Ms. Faith Alkhatib, P.E. Contact Telephone& E-mail: 386.313.4046/falkhatib@flaglercounty.org Year(s)and Term Of Engagement: 2013—2014 Construction Cost: $1.9 Million 28 Ocoee Downtown Streets Redevelopment CPH was selected to perform professional civil engineering and landscape architecture to design four local streets associated with the City of Ocoee Downtown Redevelopment. The projects include Oakland Avenue, from Taylor Street to Bluford Avenue; Taylor Street, from McKey Street to Franklin Street; McKey Street, from Bluford Avenue to Lakewood Avenue; and Kissimmee Avenue, from Floral Street to McKey Street. The Oakland Avenue project consists of a complete reconstruction to develop a two-lane divided roadway, with a multi-use trail in the median, parallel parking, and wide sidewalks. The Taylor Street project includes a multi-use trail along the east side, connecting to the Oakland Avenue multi-use trail. Taylor Street also includes two roundabouts which are the gateways into Downtown; one at the Franklin Street intersection, with the other at the McKey Street intersection. Kissimmee Avenue includes realignment to the west to intersection the Taylor Street/McKey Street roundabout and a new stormwater management pond. Lastly, McKey Street includes a streetscape matching the prior streetscape along McKey, west of Bluford Avenue, which includes on-street parking and landscape bulb outs. All projects will include roadway reconstruction or rehabilitation, utility design and coordination, decorative street lights, and landscape/hardscape elements to create the Downtown Ocoee theme. Agency/Client Name: City of Ocoee Agency/Client Contact: Mr. Stephen Krug, Public Works Director Contact Telephone& E-mail: 407.905.3170/skrug@ci.ocoee.fl.us Year(s) and Term Of Engagement: 2018—Ongoing Construction Cost: TBD Hopkins Avenue Landscape and Traffic Signalization Projects - City of Titusville (FDOT LAP) CPH provided engineering and landscape architecture for the design and construction of Hopkins Avenue Complete Streets from SR50 to Grace Street in Titusville. This project consists of construction of sidewalks to fill existing gaps in infrastructure, ADA improvements, and bus stops for transit related improvements. It will include adjustment of existing roadway cross-sections to accommodate bike lanes in both directions and associated drainage, base, and roadway improvements. CPH is providing the City of Titusville with a signalization design for the Sycamore Street, Harrison Street, Country Club Drive, and Knox McRae Drive intersections. This task will involve 3D Laser surveying, topographic surveying, geotechnical exploration, utility locations and coordination, utility pole clearances, traffic analysis and signal design, traffic control plans, permitting assistance, bidding assistance, and construction administration services including CEI. Agency/Client Name: City of Titusville Agency/Client Contact: Mr. Jesus Vieiro, Purchasing and Contract Administrator Contact Telephone& E-mail: 321.567.3733/jesus.vieiro@titusville.com Year(s)and Term Of Engagement: 2016—Ongoing Construction Cost: TBD 29 4. EXPERIENCE & QUALIFICATIONS OF THE TEAM 4. 1 QUALIFICATIONS OF PROPOSER'S INDIVIDUAL TEAM MEMBERS (ARCHITECTS AND ENGINEERS) Organizational Chart CPH has assembled a vastly diverse and highly qualified team with experience in all discipline areas requested by the City of Miami Beach. Our team is capable of providing services for every project that will emerge under this contract. The CPH Team Organizational Chart (provided below) depicts the overall reporting and communication hierarchy as well as project roles and responsibilities in relation to the City's scope of services. City of Miami Beach PRINCIPAL-IN-CHARGE PROGRAM MANAGER David A.Gierach,PE.,CGC Todd H.Hendrix.,P.E.,CGC DEPUTY PROGRAM MANAGER Maxwell D.Spann,PLA,APA.CLARB ENGINEERING LANDSCAPE ARCHITECTURE PLANNING Christopher P.Collins,P.E. James K.Winter,RLA,CLARB Javier E.Omana,CNU-a Jason L.James,RE. Danita Bryant,PLA Michelle Tanner Jamie Sokos SURVEY ENVIRONMENTAL Thomas J.Galloway,PSM Amy E.Daly,LEED AP 30 Key Personnel Overview We have carefully evaluated the RFQ document and available information, and have assembled a team that has the expertise and background to work on any project assigned under the "Architecture — Landscape" contract. In addition to the assigned staff, CPH has the ability to pull from over 240 staff members to assist in design and construction services. Our total level of in-house resources consists of engineers, designers, environmental scientists, contractors, architects, surveyors, planners, GIS analysts, and landscape architects. The chart below identifies our project team and their qualifications. Name Role Years of Education/Licenses Experience B.S.in Environmental Engineering,University of Florida David A.Gierach,P.E.,CGC Principal-in-Charge 34 Professional Engineer—FL(No.38642) General Contractor License—FL(No.060789) M.S.in Environmental Engineering,Florida International University Todd H.Hendrix.,P.E.,CGC Program Manager 19 B.S.in Biological Science,Florida International University Professional Engineer—FL(No.66794) General Contractor License—FL(No.1518490) Bachelor of Landscape Architecture,Kansas State University Deputy Program 2002,Professional Landscape Architect—FL(No.6666780) Maxwell D.Spann,PLA,APA, Manager/ 17 CLARB Certified—No.31691 CLARB Landscape American Planning Association,American Public Gardens Architect Association Florida Chapter ASLA—Orlando Section Chair James K.Winter,RLA, Landscape B.A.in Landscape Architecture,Mississippi State University CLARB Architect 36 Registered Landscape Architect—FL(No.0000911) CLARB Certified—(No.5203) Danita Bryant,PLA Landscape 13 MS in Drafting and Design,Wytheville Community College Architect Professional Landscape Architect—FL(No.LA6667318) M.A.in Urban and Regional Planning,University of Florida Javier E.Omana,CNU-a Sr.Planner 33 B.S.in Business Administration,University of Florida CNU-a Accredited Member Michelle Tanner Sr.Planner 27 B.A.in Architecture,University of Florida M.S.P.in Science in Planning,Land Use Planning and Jamie Sokos Land Use Analysis 1 Environmental Design,Florida State University B.S.in Interdisciplinary Social Science—Urban Studies,Minor— Sociology,Florida State University Christopher P.Collins,P.E. Project Engineer 16 B.S.in Civil Engineering,University of Central Florida Professional Engineer—FL(No.73819) Jason L.James,P.E. Project Engineer 11 B.S.in Civil Engineering,University of Central Florida Professional Engineer—FL(No.76936) B.S.in Surveying and Mapping,University of Florida Thomas J.Galloway,PSM Project Surveyor 27 Professional Surveyor&Mapper—FL(No.6549) NCEES Council No.1291 M.B.A.,FMU,Summa Cum Laude B.S.Biological Sciences,Florida State University U.S.Army Corps of Engineers Wetland Delineator Amy E.Daly,LEED AP Environmental 24 Florida Unified Mitigation Methodology Course Scientist Qualified Stormwater Management Inspector Prescribed Burner Authorized Gopher Tortoise Agent(GTA-09-00145E) LEED Accredited Professional 31 • AUI D A. P.E., CGC . •114 Principal-in-charge 34 Total Years of Experience • 30 Years with (PH f Similar Project Experience Ilene Lieberman Park • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the Mr. Gierach serves CPH as President renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the and has over 34 years of experience Broward County"Parks for People"grant program. in engineering and construction for • The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible projects that include trails, parks, seating spaces. roadways,treatment facilities,pump/ • The project scope also included locating and identifying existing vegetations and supplementing the planting lift stations,drainage,pipelines,and with Florida Friendly landscaping. vertical construction projects.He has managed the planning,design, 31st Avenue Park permitting,and construction of • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site projects that range from$1 Million to design,landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward projects over$200 Million in value. County"Parks for People"grant program. Mr.Gierach has provided services • Park elements include;meandering walk through landscape beds with seating respites along the way, to clients including the Cities of decorative LED lighting, neighborhood buffering. Palm Coast, Sanford, Lake Mary. • Florida Friendly landscaping was incorporated as part of the design criteria for the grant qualification. Casselberry,Winter Springs,Orlando, the U.S. Navy and Volusia County Shoppes at the Fountains among numerous others. • CPH provided survey,civil, architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida. • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction Education of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. • New streetscape retail was designed to transform the center into a new and exciting shopping destination. B.S.in Environmental Engineering, University of Florida Jackson Memorial Hospital Renovations • Civil Engineering Service • Construction of Jackson Memorial Hospital the County's medical campus Licenses I(ertiflcations • The project included the coordination of landscape and hardscape improvements for the construction of the hospital's new park. Professional Engineer—FL (No.38642) Seminole Wekiva Trail, Phase IV(FDOT LAP) General Contractor License—FL • Provided civil,survey, landscape architecture,permitting (No.060789) • Project consisted of 2.5 Mile Multi-Use Path/14'Wide • LAP Funded and extensive coordination with FDOT • Coordination with multiple municipalities Key Strengths Seminole Sports Complex Planning and Design • Project Management • Awarded the planning and design of a new Sports Complex situated on over 120 Acres in Seminole County • Trail/Sidewalk Design • Consists of implementing the pro forma developed for the Seminole County Leisure Services Department which • Roadway/Transportation includes 16 baseball fields with a stadium for tournament championship games • Construction Administration • The Seminole County Board of Commissioners tasked the Design Team with insuring that this project results in • Stormwater Management the development of a premier baseball facility with a regional economic impact • Planning,Design and Engineering Services during construction for DeBary Community Park water,wastewater,and reclaimed • Planning,site design,architectural,mechanical,electrical and plumbing(MEP)engineering, permitting, water type projects surveying and construction services for a splash pad water feature and all associated appurtenances for the • Process Design/Analysis City of DeBary • Master Water/Wastewater/ • Electrical design included power distribution to the pump room and restroom facility. Building lighting and Reclaimed Water Plans occupancy sensors provide a safe,well-lit environmental • Mechanical design included general building ventilation and exhaust system along with plumbing the restroom fixtures and an outdoor shower 32 1 A TODD H. HENDRIX, P.E., CGC Program Manager ' 4 19 Total Vears of Experience • 19 Vears with CPH Similar Project Experience Mr. Hendrix serves CPH as Branch Ilene Lieberman Park Manager for the Miami Office. • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the He is responsible for overseeing renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the a diverse staff that manages site Broward County"Parks for People"grant program. development for commercial, • The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. residential, and municipal projects. Mr. Hendrix joined CPH in 1998. • The project scope also included locating and identifying existing vegetations and supplementing the planting His municipal experience includes with Florida Friendly landscaping. project coordination,design.and 31st Avenue Park permitting of various potable water • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site systems,wastewater systems,and design,landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward stormwater management systems. County"Parks for People"grant program. He has experience in the areas of • Park elements include; meandering walk through landscape beds with seating respites along the way, design and permitting of water supply decorative LED lighting,neighborhood buffering. wells,ground storage and treatment • Florida Friendly landscaping was incorporated as part of the design criteria for the grant qualification. facilities,and high service pumping and distribution systems. Shoppes at the Fountains • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida. Education • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction M.S. in Environmental Engineering, of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. Florida International University • New streetscape retail was designed to transform the center into a new and exciting shopping destination. B.S. in Biological Science, Florida Jackson Memorial Hospital Renovations International University • Civil Engineering Service • Construction of Jackson Memorial Hospital the County's medical campus • The project included the coordination of landscape and hardscape improvements for the construction of the Licenses I Certifications hospital's new park. Professional Engineer FL Lowe's Companies,Miami,FL (No.66794) • Projects have included site design, intersection improvements,roadway, utility design,parks,and trails. General Contractor License—FL • The team has provided services that include engineering, landscape architecture,planning.traffic engineering, (No. 1518490) surveying,environmental science,and construction administration. • All projects included new or expanded commercial sites. • The Lowe's in Miami, FL was a 17-acre site. Key Strengths Martin County High School • Project Management • CPH was responsible for this expansion of a new 43,000 SF cafeteria and sie improvements for a 64-acre • Land Development Coordination school campus. • Commercial, Industrial, and • CPH provided services for a Master Site Plan to accommodate expansion of the existing school facilities. Residential Site Development • Construction plans included design of water distribution facilities,sanitary sewer collection system,and master • Water and Wastewater Planning drainage system. and Design • A minor bridge crossing was designed over an existing drainage canal using a box culvert system. • stormwater Management and Design TGK Booking Center-Miami-Dade County • Environmental Permitting and • Provided civil,architectural,and surveying services Compliance • Performed a design study to create a centralized booking area in the existing Turner Guilford Knight • Project Budgeting,Scheduling,and Correctional Center Quality Control • Created separate entrances for law enforcement officers(LEOs)and inmates • Provided a conceptual plan that converted an existing covered parking garage into a secured bus drop-off area for the inmates • Created a concept plan for a Sally Port and secured parking area for the LEOs Prepared construction documents for the project 0 •• The construction documents included plans for demolition,grading, site dimensioning,structural and electrical work. 33 MAXWELL D. SPANN, PLR, APR, C[ RB Deputy Program Manager I landscape Architect , A, • 17 Total Years of Experience .2 Years with (PH Similar Project Experience Mr. Spann serves CPH as a US 17/92 Riverwalk,Phase III(FDOT LAP) Landscape Architect. He is • CPH provided planning,survey,and design services for a 1.7 mile extension to an existing trail. responsible for planning,design,and • The new extension connects to the previous phase designed by CPH and is the final connection between construction inspection of landscape the 1-4 Corridor with the adjacent Seminole County Rinehart Trail and the downtown Sanford RiverWalk Trail design for CPH projects. Mr.Spann system. has over 17 years of experience in • This project followed the complete streets design elements with the provision of a Multi-Use Trail, Roadway Landscape Architecture, including safety improvements,Traffic Calming design. Roadway&Trail Lighting, Utility Design, Structural Seawall master planned and mixed-use Design, Drainage Improvements/Design , Irrigation Design, Beautification,Hardscape and Landscape Design, developments,municipal ordinance Scenic Overlooks of Lake Monroe,Way-finding Design, Pedestrian Mid-Block Crossings(Rectangular Rapid review and development,community Flashing Beacons),Traffic Studies,Survey,and Wetland Mitigation. amenity design including public and Hopkins Avenue Landscape and Traffic Signalization Projects(FDOT LAP) private design charette facilitation • CPH provided engineering and landscape architecture for the design and construction of Hopkins Avenue and grant discovery and document Complete Streets.This project consists of construction of sidewalks to fill existing gaps in infrastructure,ADA development. He has extensive improvements,and bus stops for transit related improvements. project management,design and • It will include adjustment of existing roadway cross-sections to accommodate bike lanes in both directions and construction administration experience associated drainage,base,and roadway improvements. for active and passive parks as well • CPH is providing the City of Titusville with a signalization design for the Sycamore Street, Harrison Street, as multi use trail projects. He also has Country Club Drive,and Knox McRae Drive intersections. experience with st ,aquatic • This task will involve 3D Laser surveying,topographic surveying,geotechnical exploration,utility locationsfacilities and other public works projects. and coordination, utility pole clearances,traffic analysis and signal design,traffic control plans,permitting assistance,bidding assistance,and construction administration services including CEI. Cape Coral SE 47th Terrace Streetscape Improvements Education • CPH was selected by the City of Cape Coral to provide professional design and construction engineering Bachelor of Landscape Architecture, services for the streetscape improvements of SE 47th Terrace,from Coronado Parkway to Del Prado Blvd. Kansas State University • The improvements will include sidewalks with pavers,landscaping, road reconstruction, removal of on-street parking to increase the width of the pedestrian area,off-street parking modification,streetlights,traffic analysis and calming including adding a roundabout at one of the busiest intersections,raised mid-block pedestrian crossings,street furniture,ADA improvements,and drainage modifications/upgrades. Licenses I Certifications CPH is also designing the utility upgrades/modifications including a new upsized watermain,new forcemain, Professional Landscape Architect—FL and a new reclaimed watermain. Design services will also include modifications to the City's Club Square,such (No.6666780) as added sidewalks, bio-retention swales,entrance feature,ADA improvements, landscaping,and streetlights. CLARB Certified FL No.31691 Historic Goldsboro Boulevard Streetscape American Planning Association, • CPH provided planning,design,and permitting services to the City of Sanford for the redevelopment of Historic American Public Gardens Association Goldsboro Boulevard. Florida Chapter ASLA—Orlando • The project included the design of streetscape improvements for the corridor from William Clark Avenue to Section Chair South Persimmon Avenue. • The streetscape design includes new parallel parking,landscape bulb-outs,street and pedestrian lighting, reconstruction of the sidewalks, repaving of the roadway,drainage improvements,and pedestrian crossings. Key Strengths W.Central Blvd.Sanitary Sewer Replacement and Streetscape Design/Build • Hospitality • Garney Construction along with CPH was selected by the City of Orlando for the$6.5 million dollar Design/Build • Mixed Use Retail project in downtown Orlando • Multi Use Trail Projects • The primary purpose of the project is to upsize the existing gravity sewer line on Central Blvd.between Glenn • Parks and Open Space Ln.and Garland Ave.to serve the future MLS Stadium and Sports Entertainment District • Community Redevelopment • Additional improvements include rebuilding the roadway including removal of the underlying brick,placing all • Municipal Planning overhead utility lines underground,two mast arm traffic signals,and landscape/hardscape features including • Streetscape and Corridor street lighting, brick paver walkways,and street furniture • Municipal&Institutional collD 34 001/4 } JAMES K• WINTER, RLR, LARB landscape Architect 36 Total Vears of Experience • 12 Vears with (PH • - � Similar Project Experience 2 Mr.Winter serves CPH as the Director Ilene Lieberman Park of the Landscape Architecture • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the Department and Vice President. He renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the has over years of in Broward County"Parks for People"grant program. Landscape 36years Architecture,fexperience including 12 • The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible years as Capital Projects Construction seating spaces. Manager for parks and recreations • The project scope also included locating and identifying existing vegetations and supplementing the planting projects within local governments. with Florida Friendly landscaping. Mr.Winter has extensive project 31st Avenue Park management,design and construction • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site administration experience for active design,landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward and passive parks as well as multi use County"Parks for People"grant program. trail projects. He also has experience • Park elements include; meandering walk through landscape beds with seating respites along the way, with streetscapes,aquatic facilities decorative LED lighting,neighborhood buffering. and other public works projects. • Florida Friendly landscaping was incorporated as part of the design criteria for the grant qualification. Shoppes at the Fountains Education • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains B.A.in Landscape Architecture, Shopping Center in Plantation, Florida. Mississippi State University • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. • New streetscape retail was designed to transform the center into a new and exciting shopping destination. licenses I(ertifications Jackson Memorial Hospital Renovations • Registered Landscape Architect—FL Civil Engineering Service (No.LA 0000911) •• Construction of Jackson Memorial Hospital the County's medical campus CLARB Certified—(No.5203) The project included the coordination of landscape and hardscape improvements for the construction of the American Society of Landscape hospital's new park. Architects(RSCA) Alabama Avenue Greenway(FDOT LAP) • Provided civil, planning,survey, landscape architecture, permitting Key Strengths • Project consisted of 2.1 Mile Multi-Use Path/12'Wide • Landscape Architecture • Responsible for planning and Study of 5 Mile Extension Phase II • Trails/Multi-Use Paths and Parks • LAP Funded and extensive coordination with FDOT • Gateways/Entry Features • Extensive public involvement and limited ROW and easements • streetscapes •• Project was located in historic residential and business districts • Land Planning "Florida Friendly"Landscape Design • Commercial Development Seminole Wekiva Trail,Phase IV(FDOT LAP) • Recreation Planning • Provided civil, survey, landscape architecture, permitting • Irrigation Design • Project consisted of 2.5 Mile Multi-Use Path/14'Wide • Urban Design • LAP Funded and extensive coordination with FDOT • Lighting • Coordination with multiple municipalities • Sustainable Design Largo West Bay Trailhead(FDOT LAP) • CPH was selected by the City of Largo to perform Preliminary and Final Design Services for the W.Bay Drive Trail Head along the regional Pinellas Trail. This project has been identified as a priority project by the City Commission due to the economic impact envisioned by the improvements. • This project will be the initial phase in transforming Downtown Largo into a Pedestrian Friendly community. promote area wide economic development,correct current multimodal deficiencies,and enhance the overall aesthetics of the Trail through the Downtown and Medical Arts area. • This portion of the Pinellas Trail is part of the 37-mile long linear park and recreation trail that extends from 0 / St.Petersburg to Tarpon Springs.The Trail provides protected green space for walking,jogging, skating,and biking.Approximately 70,000 people on average use some portion of the Trail each month. 35 \ DANITA R. BRYANT, PLA Landscape Architect 13 Total Years of Experience 3 Years with (PH Similar Project Experience Ms. Bryant serves CPH as Hopkins Avenue Landscape and Traffic Signalization Projects(FDOT LAP) a Landscape Architect and • CPH provided engineering and landscape architecture for the design and construction of Hopkins She has Avenue Complete Streets. This project consists of construction of sidewalks to fill existing gaps in LaLandscape3 Designer. S in infrastructure,ADA improvements,and bus stops for transit related improvements. Landscape 13 years of experiencere. • It will include adjustment of existing roadway cross-sections to accommodate bike lanes in both Lan st hase Archilt experMience directions and associated drainage, base,and roadway improvements. Brythe design oextensiveparsstreetscapes,in • CPH is providing the City of Titusville with a signalization design for the Sycamore Street, Harrison and commercial/retail properties. Street, Country Club Drive,and Knox McRae Drive intersections. • This task will involve 3D Laser surveying,topographic surveying,geotechnical exploration, utility locations and coordination, utility pole clearances, traffic analysis and signal design,traffic control plans, permitting assistance, bidding assistance, and construction administration services including Education CEI. MS in Drafting and Design, US 17/92 Riverwalk, Phase III(FDOT LAP) Wytheville Community College • CPH provided planning, survey,and design services for a 1.7 mile extension to an existing trail. • The new extension connects to the previous phase designed by CPH and is the final connection between the 1-4 Corridor with the adjacent Seminole County Rinehart Trail and the downtown Sanford Licenses I certifications RiverWalk Trail system. Professional Landscape Architect • This project followed the complete streets design elements with the provision of a Multi-Use Trail, —FL(No. LA6667318) Roadway safety improvements,Traffic Calming design, Roadway&Trail Lighting, Utility Design, Structural Seawall Design, Drainage Improvements/Design , Irrigation Design, Beautification, Hardscape and Landscape Design, Scenic Overlooks of Lake Monroe,Way-finding Design, Key Strengths Pedestrian Mid-Block Crossings(Rectangular Rapid Flashing Beacons),Traffic Studies, Survey, and • Landscape Architecture Wetland Mitigation. • Trails/Multi-Use Paths and Parks Harrison Avenue Streetscape Design • Gateways/Entry Features • The City of Panama City and the Panama City CRA selected CPH to perform the Streetscape Design • Streetscapes of Harrison Avenue. Harrison Avenue is Panama City's main street leading to City Hall and the • Municipal Planning Panama City Marina. • Streetscape and Corridor • Preliminary Design Services include assisting the CRA with Public Outreach to obtain initial • Municipal & Institutional stakeholder input to determine project wants/needs, preparing three streetscape alternatives, and Public Involvement meetings to determine the preferred option. • Once a preferred option was selected,the Final Design elements included a roundabout at Harrison Ave. and 4th Street, revised on-street parking to provide wider pedestrian areas in front of the businesses, upgraded street lighting including electrical outlets for various community events, modified stormwater and minor utility relocations. Cape Coral SE 47th Terrace Streetscape Improvements • CPH was selected by the City of Cape Coral to provide professional design and construction engineering services for the streetscape improvements of SE 47th Terrace,from Coronado Parkway to Del Prado Blvd. • The improvements will include sidewalks with pavers, landscaping, road reconstruction, removal of on-street parking to increase the width of the pedestrian area,off-street parking modification, streetlights,traffic analysis and calming including adding a roundabout at one of the busiest intersections, raised mid-block pedestrian crossings,street furniture,ADA improvements, and drainage modifications/upgrades. • CPH is also designing the utility upgrades/modifications including a new upsized watermain, new forcemain, and a new reclaimed watermain. Design services will also include modifications to the City's Club Square,such as added sidewalks, bio-retention swales, entrance feature,ADA improvements, landscaping, and streetlights. collD 36 JAUIER E. OMANA, (NO-a _^ Sr. Planner 33 Total Vears of Experience •16 Vears with (PH • Similar Project Experience Mr.Omana serves CPH as Vice Atlantic Beach Intracoastal Waterway Park Master Plan President of Land Planning Services • Developed a Master Plan for three City parks(Tideviews, Dutton Island&River Branch Preserves)which and Senior Planner.His professional encompass approximately 385 acres contiguous with the ICW in Duval County, Florida. experience encompasses a wide • CPH and HHI developed a plan which promotes passive recreation and environmental education opportunities range of land development planning including identification of citizen stakeholder groups. activities that include: land use • CPH and HHI adddrresses the permitability of proposed improvements,cost to construct, parking availability, feasibility studies, master planning, special security needs,and other required elements. site planning,Developments of Regional Impact(DRI),rezonings, CEI Services on the Gateway Landscape Improvements entitlement acquisitions,permitting, • This project involved CEI Services for the Gateway Landscape Improvements at the intersection of US Highway and governmental approvals. Mr. 441 and US Highway 27 for the City of Leesburg. Omana has master planned/designed, • CPH provided services to ensure the Landscape portion of the project was completed in conformance with the and obtained development approvals plans and specifications. for a host of projects ranging from small sites to large scale DRI's. Bluford Avenue,Phase II • This project involves a 3,000 ft. long segment of Bluford Ave.in the heart of the City of Ocoee,from Delaware St.to Silver Star Road(SR 438)and passes through the historic downtown area,as well as the current and Education future City Halls. M.A.in Urban and Regional Planning, • The project includes the reconstruction of the roadway following the completion of the water main,gravity Concentration: Land Planning& sewer,and reclaimed water main installations.This reconstruction will include replacing nearly two-thirds of Urban Design,University of Florida the roads length with brick pavers instead of asphalt,to denote the downtown and municipal complexes with B.S.in Business Administration, this change in road's character.This will be done in conjunction with the transfer of all utilities from existing Concentration: Economics, University overhead poles to underground conduits and the installation of street lighting. of Florida Cape Coral Northwest and 7 Islands Vision Plan • The City of Cape Coral , Florida retained the firm of CPH, Inc.to conduct a Visioning and Master Plan Study for the City's Northwest Quadrant and its 7 Island Area. Licenses I Certifications • The Study Area consisted of 20 square miles with over 20 miles of frontage along the Matlacha Pass and its CNU-a Accredited Member marine habitat. • CPH prepared detailed overall vision plans to establish a"village character"for the area highlighting connectivity,compatibility and context based design alternatives. Design Elements included: complete streets. public lands utilization, mixed-use and commercial lands,target private lands for acquisition for public space, Key Strengths Street tree plans, signage and theming plans, neighborhood identification and preservation,waterfront • Property Entitlements Acquisition activation,and infrastructure expansion plans.The Plan established a 50 year implementation horizon. • Land Use Feasibility Reports • Land Planning/Master Planning Seminole County Sports Complex Planning and Design • Site Planning • The CPH Team was awarded the planning and design of a new Sports Complex situated on over 120 Acres • Project Management in Seminole County. The project consisted of implementing the pro forma developed for the Seminole County • Developments of Regional Impact Leisure Services Department which included 15 tournament quality baseball fields,25 batting cages,3 • Comprehensive Planning concession/restroom buildings,an administration and conference building, playground.walking trail,3 storage • Land Use Amendments/Rezonings buildings,and a maintenance facility. • Expert Testimony • The baseball fields included four 385'and five 350'artificial turf fields,and six 315'natural turf fields.The nine artificial turf fields were designed for multi-use sports play including,soccer,football,and lacrosse in the outfields. • The Seminole County Board of Commissioners tasked the Design Team with insuring that this project resulted in the development of a premier sports facility with a regional economic impact. The team studied a number of national facilities in an effort to incorporate the best features from each into the Complex. 58th Street Master Plan • Miami Dade County requested to have a master plan conceptual design for a 42+acres portion of the existing Public Works and Waste Management site located on 8795 NW 58th Street in Miami-Dade County, Florida. • Provided space programming, concept design,and master planning of public works/waste services complex. IA? • The project included reconfiguration of site, moving existing buildings,and has components such as 0 administration offices,fuel and hazard waste storage, materials storage,vehicle storage,and vehicle maintenance facilities. 37 1pill _ ,�;, - , .,..„:‘ MICHELLE TANNER ;. • i � Sr. Planner -. . --..„ 0),,„.,,,, _ ...,, . 11 Total Years of Experience 14 Years with (PH „„.. Similar Project Experience Ms.Tanner serves CPH as Senior Atlantic Beach Intracoastal Waterway Park Master Plan Land Planner/Designer. Her • Developed a Master Plan for three City parks(Tideviews, Dutton Island&River Branch Preserves)which professional experience encompasses encompass approximately 385 acres contiguous with the ICW in Duval County, Florida. wide range of land development • CPH and HHI developed a plan which promotes passive recreation and environmental education opportunities planning activities that include: including identification of citizen stakeholder groups. residential and golf course master • CPH and HHI adddrresses the permitability of proposed improvements, cost to construct,parking availability, planning,commercial site planning, special security needs,and other required elements. land use feasibility studies,rezoning, Daytona Beach—US 92(International Speedway Boulevard)Streetscape comprehensive plan amendments, • CPH provided conceptual design services and public relations for the streetscape enhancements to entitlement acquisitions,and International Speedway Boulevard(ISB)(US 92)from US 1 (Ridgewood Avenue)to South Atlantic Avenue(SR governmental approvals.Prior to A1A)for the City of Daytona Beach. ISB is the main thoroughfare through historic downtown Daytona Beach joining CPH,Ms.Tanner resided in leading to the World's Most Famous Beach. The eastern portion of the corridor has struggled economically,and southwest Florida where she was through this project,the City's CRA hopes to spur economic redevelopment of the entire corridor. Project Planner for the 2,400 acre • The design consisted of construction of new pedestrian esplanades, roadside and median landscaping to Bonita Bay Development of Regional provide shade and comfort, hardscape improvements at intersections and throughout the pedestrian areas, Impact. furniture selection,gateway features,wayfinding signage,and accent lighting. Education Cape Coral Northwest and 7 Islands Vision Plan B.A. in Architecture, University of • The City of Cape Coral , Florida retained the firm of CPH, Inc.to conduct a Visioning and Master Plan Study for Florida the City's Northwest Quadrant and its 7 Island Area. • The Study Area consisted of 20 square miles with over 20 miles of frontage along the Matlacha Pass and its marine habitat. Key Strengths CPH prepared detailed overall vision plans to establish a"village character for the area highlighting • Land Planning/Master Planning connectivity,compatibility and context based design alternatives. Design Elements included:complete streets, • Site Planning public lands utilization,mixed-use and commercial lands,target private lands for acquisition for public space, • Golf Course Routing Design Street tree plans,signage and theming plans, neighborhood identification and preservation,waterfront • Property Entitlements Acquisition activation,and infrastructure expansion plans.The Plan established a 50 year implementation horizon. • Land Use Feasibility Reports Seminole County Sports Complex Planning and Design • Project Management • The CPH Team was awarded the planning and design of a new Sports Complex situated on over 120 Acres • Comprehensive Planning in Seminole County. The project consisted of implementing the pro forma developed for the Seminole County • Land Use Amendments/Rezonings Leisure Services Department which included 15 tournament quality baseball fields,25 batting cages, 3 concession/restroom buildings,an administration and conference building, playground.walking trail, 3 storage buildings,and a maintenance facility. • The baseball fields included four 385'and five 350'artificial turf fields,and six 315'natural turf fields.The nine artificial turf fields were designed for multi-use sports play including,soccer,football,and lacrosse in the outfields. • The Seminole County Board of Commissioners tasked the Design Team with insuring that this project resulted in the development of a premier sports facility with a regional economic impact. The team studied a number of national facilities in an effort to incorporate the best features from each into the Complex. Community Redevelopment Agency(CRA)area US 17.92/Triplet Lake • Contracted with the City of Casselberry in order to provide conceptual master planning services for three parcels within the CRA. • The project scope included planning for redevelopment of the parcels into a mix-use retail/commercial use in order to foster revitalization of the downtown area. • The project included recommendations to the City for revisions to the City's land development code including setback requirements, parking requirements, landscaping,signage,stormwater and environmental wetlands. Lake Mary Conceptual Downtown Master Plan Alternatives and City Hall Expansion • As part of our continuing services contract with the City,the team was asked to provide overall downtown design alternatives with respect to open space, hardscape,landscape, recreational opportunities,on-street 0 0 1 • parking,and pocket park opportunities to include locations for an interactive fountain. Services also included City Hall expansion alternatives,stormwater pond locations,and train station location opportunities. 38 JMIESOKOS land Use Analysis y_ 1 Total Year of Experience • 1 Year with (PH V Similar Project Experience Ms. Sokos serves CPH as a Planner. Cape Coral Northwest and 7 Islands Vision Plan Her professional experience includes • The City of Cape Coral, Florida retained the firm of CPH, Inc.to conduct a Visioning and Master Plan Study for land development planning activities the City's Northwest Quadrant and its 7 Island Area. for commercial site planning, land • The Study Area consisted of 20 square miles with over 20 miles of frontage along the Matlacha Pass and its use feasibility studies, rezoning, marine habitat. comprehensive plan amendments, • CPH prepared detailed overall vision plans to establish a"village character"for the area highlighting entitlement acquisitions,and connectivity,compatibility and context based design alternatives. Design Elements included:complete streets, governmental approvals. public lands utilization,mixed-use and commercial lands,target private lands for acquisition for public space, Street tree plans, signage and theming plans,neighborhood identification and preservation,waterfront activation,and infrastructure expansion plans.The Plan established a 50 year implementation horizon. Education Orange City CRA Master of Science in Planning, Land • Prepared a Master Plan of the City's CRA District which depicted target zones for redevelopment efforts, Use Planning and Environmental catalyst site identification,infrastructure improvements, potential yields and product mixes, landscape concepts, Design, Florida State University potential roadway improvements,urban design concepts,signage and architectural theming. Bachelor of Science in CRA Area US 17-92 Triplet Lake Interdisciplinary Social Science— • Provided conceptual master planning services for three parcels within the CRA. Urban Studies, Minor—Sociology, • Project included planning for redevelopment into mixed-use retail/commercial use in order to foster Florida State University revitalization. • Provided recommendations to the City for revisions to the Land Development Code. Key Strengths West Georgia Avenue Streetscape and Landscaping Improvements • Land Planning/Master Planning • The improvements may include sidewalk removal and replacement,modification of access drives and ramps • Site Planning for accessibility,design of decorative lighting, roadway rehabilitation, street furniture,signage,decorative • Property Entitlements Acquisition pavers and related infrastructure.Landscape architectural services will include design of irrigation system and • Land Use Feasibility Reports plantings. • Comprehensive Planning • Land Use Amendments/Re- zonings 0 Lb 39 CHRIST ERP. c!IN5, P.E. • Project Engineer t • 16 Total years of Experience • 7 Years with (PH Similar ExpProjecterience erience p Mr. Collins serves CPH as Project Ilene Lieberman Park Manager at the Miami Office.He is • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the responsible for the oversight of our renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the project's design and engineering Broward County"Parks for People"grant program. infrastructure,grading,drainage, • The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible potable water,sanitary sewer seating spaces. systems,as well as the preparation • The project scope also included locating and identifying existing vegetations and supplementing the planting and processing of permits through with Florida Friendly landscaping. various regulatory agencies. Prior to 31st Avenue Park joining CPH. Mr.Collins worked on • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site projects in various areas including design,landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward numerous residential and commercial County"Parks for People"grant program. developments, Infrastructure design, • Park elements include; meandering walk through landscape beds with seating respites along the way, educational facility re design. decorative LED lighting,neighborhood buffering. • Florida Friendly landscaping was incorporated as part of the design criteria for the grant qualification. Education Shoppes at the Fountains B.S. in Civil Engineering, University of • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Central Florida Shopping Center in Plantation, Florida. • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. licenses I Certifications • New streetscape retail was designed to transform the center into a new and exciting shopping destination. Professional Engineer—FL(No. Jackson Memorial Hospital Renovations 73819) • Civil Engineering Service • Construction of Jackson Memorial Hospital the County's medical campus • The project included the coordination of landscape and hardscape improvements for the construction of the Key Strengths hospital's new park. • Stormwater Design Lowe's Companies,Miami, FL • Paving and Grading Design • Projects have included site design,intersection improvements, roadway. utility design,parks,and trails. • Lift station, hydraulic analysis • The team has provided services that include engineering, landscape architecture, planning,traffic engineering, design surveying,environmental science,and construction administration. • General site layout and municipal • All projects included new or expanded commercial sites. permitting • The Lowe's in Miami, FL was a 17-acre site. • Project Scheduling/Budgeting • Construction Specifications TGK Booking Center-Miami-Dade County • Quality Control Review • Provided civil,architectural,and surveying services • SWPPP Design and Certification • Performed a design study to create a centralized booking area in the existing Turner Guilford Knight • Roadway Design Correctional Center • Created separate entrances for law enforcement officers(LEOs)and inmates • Provided a conceptual plan that converted an existing covered parking garage into a secured bus drop-off area for the inmates • Created a concept plan for a Sally Port and secured parking area for the LEOs • Prepared construction documents for the project • The construction documents included plans for demolition,grading, site dimensioning,structural and electrical work. Public Works and Waste Management 58th Street Master Plan • Master plan conceptual design for a 42+acres portion of the existing Public Works and Waste Management site • Provided space programming, concept design,and master planning of public works/waste services complex. • The project included reconfiguration of site,moving existing buildings,and has components such as 01 administration offices,fuel and hazard waste storage,materials storage,vehicle storage,and vehicle maintenance facilities. 40 � '� JASON 1. JAMES, RE lir A, Project Engineer • 11 Total Years of Experience • 11 Years with (PH Similar Project Experience Mr.James serves CPH as Project Ilene Lieberman Park Engineer. He is responsible for • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the design and engineering infrastructure, renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the grading, drainage, potable water, Broward County"Parks for People"grant program. sanitary sewer systems,as well as the • The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible preparation and processing of permits seating spaces. through various regulatory agencies. • The project scope also included locating and identifying existing vegetations and supplementing the planting with Florida Friendly landscaping. 31st Avenue Park Education • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site B.S.in Civil Engineering, University of design,landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward Central Florida,2005 County"Parks for People"grant program. • Park elements include; meandering walk through landscape beds with seating respites along the way, decorative LED lighting, neighborhood buffering. Licenses I certifications • Florida Friendly landscaping was incorporated as part of the design criteria for the grant qualification. Professional Engineer—FL(No. Shoppes at the Fountains 76936) • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida. • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction Key Strengths of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. • Commercial Land Development • New streetscape retail was designed to transform the center into a new and exciting shopping destination. • General Site Planning Jackson Memorial Hospital Renovations • Utilities Design • Permitting • Civil Engineering Service • Construction of Jackson Memorial Hospital the County's medical campus • The project included the coordination of landscape and hardscape improvements for the construction of the hospital's new park. TGK Booking Center-Miami-Dade County • Provided civil,architectural,and surveying services • Performed a design study to create a centralized booking area in the existing Turner Guilford Knight Correctional Center • Created separate entrances for law enforcement officers(LEDs)and inmates • Provided a conceptual plan that converted an existing covered parking garage into a secured bus drop-off area for the inmates • Created a concept plan for a Sally Port and secured parking area for the LEOs • Prepared construction documents for the project Islamorada Village Wide Wastewater System,Design,Build,Operate(DBO)/lslamorada • Areas of responsibility included the design and permitting of the vacuum collection system for the Island of Upper Matecumbe Key;vacuum pumping stations for the Islands of South Plantation Key, Upper Matecumbe Key and Lower Matecumbe Key;and low pressure force main collection systems for the Island of Windley Key and portions of Upper Matecumbe Key. • Combined the project consists of 37,410 LF of HDPE pipe ranging in size from 1 1/4-6".The team provided a complete system design including plan and profile drawings of each pipe run.The team conducted system hydraulics calculations using Sewercad.The team provided limited CEI services for this portion of the project. Public Works and Waste Management 58th Street Master Plan • Master plan conceptual design for a 42+acres portion of the existing Public Works and Waste Management site • Provided space programming,concept design,and master planning of public works/waste services complex. • The project included reconfiguration of site,moving existing buildings,and has components such as 0 administration offices,fuel and hazard waste storage, materials storage,vehicle storage.and vehicle maintenance facilities. 41 , , , .. . „... .. THOMAS I GALLOWAY, PSM ry0 'e : 17 ::: :4 Project Surveyor �.,. , 27 Total Years of Experience 16 Years with CPH 1 •� 4, >> t Similar Project Experience Mr.Galloway has over 27 years of Ilene Lieberman Park experience in the surveying and • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the mapping profession,and has a renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the Bachelor of Science of Surveying Broward County"Parks for People"grant program. and Mapping from the University of • The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible Florida. His experience ranges from seating spaces. working in the field and office on • The project scope also included locating and identifying existing vegetations and supplementing the planting small to large development projects, with Florida Friendly landscaping. to serving as Party Chief/Survey 31st Avenue Park CADD Technician, Project Manager • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site and Survey Manager. Mr. Galloway design,landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward has served as Principal and Director County"Parks for People"grant program. of the Surveying Division of the firm • Park elements include; meandering walk through landscape beds with seating respites along the way, since its establishment in 2001. He decorative LED lighting, neighborhood buffering. has overseen the department's growth • Florida Friendly landscaping was incorporated as part of the design criteria for the grant qualification. from two survey crews to managing the current seven survey crews. Shoppes at the Fountains Additionally he has been personally • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains involved in over 2,500 surveys while Shopping Center in Plantation, Florida. at CPH. pp g • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. Education • New streetscape retail was designed to transform the center into a new and exciting shopping destination. B.S.in Surveying and Mapping, Jackson Memorial Hospital Renovations University of Florida • Civil Engineering Service • Construction of Jackson Memorial Hospital the County's medical campus • The project included the coordination of landscape and hardscape improvements for the construction of the Licenses I Certifications hospital's new park. Professional Surveyor&Mapper FL US 17/92 Riverwalk,Phase II(FDOT LAP) (No. LS6549) • Project consisted of 1.5 miles of 10-14 foot wide trail NCEES Council#1291) • Included replacement of 5,500 feet of seawall along Lake Monroe,trail head parking,a prefabricated pedestrian bridge over Mill Creek,hardscaping, landscaping,and lighting • LAP Funded and extensive coordination with FDOT Key Strengths • Advanced coordination with SJRWMD and FDEP because of work within sovereign submerged lands, • Surveying and Management replacement seawall,and pedestrian bridge • Highway Projects • Due to the need for the trail to comply with ADA 2%maximum cross slope requirements,retaining walls were • Land Development used in some areas to provide the necessary flat area,and simultaneously provided 100 year flood plain • Commercial and Private Projects compensation—a requirement of the SJRWMD • Municipal Projects Hopkins Avenue Landscape and Traffic Signalization Projects(FDOT LAP) • CPH provided engineering and landscape architecture for the design and construction of Hopkins Avenue Complete Streets.This project consists of construction of sidewalks to fill existing gaps in infrastructure,ADA improvements,and bus stops for transit related improvements. • It will include adjustment of existing roadway cross-sections to accommodate bike lanes in both directions and associated drainage,base,and roadway improvements. • CPH is providing the City of Titusville with a signalization design for the Sycamore Street, Harrison Street, Country Club Drive,and Knox McRae Drive intersections. • This task will involve 3D Laser surveying,topographic surveying,geotechnical exploration, utility locations and coordination,utility pole clearances,traffic analysis and signal design,traffic control plans, permitting assistance,bidding assistance,and construction administration services including CEI. cobt' 42 Strillill1111111.1111:,rV E. DRLV, LEED RP ironmental Scientist 24 Total years of Experience •13 years with (PH ilar Project Experience Mrs. Daly serves CPH as principal Ilene Lieberman Park environmental scientist.She has 24 • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the years of environmental consulting renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the experience with project management, Broward County"Parks for People"grant program. environmental resource assessments, • The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. wetland delineation,permitting, mitigation design and implementation, • The project scope also included locating and identifying existing vegetations and supplementing the planting land management,habitat mapping, with Florida Friendly landscaping. jurisdictional determinations,wetland 31st Avenue Park functional analyses,protected • Contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site wildlife surveys and management design,landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward programs,field survey design and County"Parks for People"grant program. habitat restoration,tortoise surveys, • Park elements include; meandering walk through landscape beds with seating respites along the way, permitting and relocation including decorative LED lighting,neighborhood buffering. commensal species.Mrs. Daly has • Florida Friendly landscaping was incorporated as part of the design criteria for the grant qualification. served as an expert witness on various environmental matters for Shoppes at the Fountains condemnation proceedings. • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida. Education • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction M.B.A., FMU,Summa Cum Laude of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. B.S.in Biological Sciences, Florida • New streetscape retail was designed to transform the center into a new and exciting shopping destination. State University Jackson Memorial Hospital Renovations • Civil Engineering Service • Construction of Jackson Memorial Hospital the County's medical campus Licenses I Certifications • The project included the coordination of landscape and hardscape improvements for the construction of the U.S.Army Corps of Engineers hospital's new park. Wetland Delineator, Florida Unified US 17/92 Riverwalk,Phase II(FDOT LAP) Mitigation Methodology Course, • Project consisted of 1.5 miles of 10-14 foot wide trail FDEP Certified Stormwater Inspector, • Included replacement of 5,500 feet of seawall along Lake Monroe,trail head parking,a prefabricated pedestrian Prescribed Burner,Authorized Gopher bridge over Mill Creek, hardscaping,landscaping,and lighting Tortoise Agent(GTA-09-00145E), • LAP Funded and extensive coordination with FDOT LEED Accredited Professional • Advanced coordination with SJRWMD and FDEP because of work within sovereign submerged lands, replacement seawall,and pedestrian bridge • Due to the need for the trail to comply with ADA 2%maximum cross slope requirements, retaining walls were Key Strengths used in some areas to provide the necessary flat area,and simultaneously provided 100 year flood plain • Ecological Assessments compensation—a requirement of the SJRWMD • Environmental Permitting Sanford 1st Street Streetscape Improvements • Mitigation Program Design • Streetscape design package for a 6 block section of historic First Street(approximately 0.40 miles) • Wetland Delineation • Designed the roadway, landscape,architecture, and utility plans and prepared specifications for the complete • Land Management reconstruction of the roadway, including several utility upgrades • Consumptive Use Permitting • LAP Funded and extensive coordination with FDOT • Responsible for detailed maintenance of traffic plans and utility relocations • The team used its in-house 3D survey team to provide right-of-way surveys,while minimizing impacts to traffic and to provide a"virtual tour"of existing conditions and the proposed improvements during the public relations effort. co1/D 43 CPH provides full landscape archiledure services and the team includes on staff horticulturalists and arborists.The learn routinely provides these services for projects that include:MasterlPark Planning,Commercial and Multi-Use Faclities,Greenways&Trois.Waterfront Development,Water Parks/Aquatic Facilities,Nature Trails,Natural Resource Management,Sports Complex Design,and Passive&Active Parks.Our projects similar in scope are induded in the chart below. KEY PERSONNEL Project Name Descnpvon/Length Design Co, 111011111111 Casselberry Vision Master Plan Design study for the relocation of the City's Public Works Complex $14,950 X X Warner's Bayou Boat Ramp Improvements Modification of an existing boat ramp,reconfiguration of parking areas,and utility 650,000 connections for a 200 s.f.new restroom. 31st Avenue Park Prepared Design Development and Construction drawings for the site design,landscape $14,965 X X X X X and irrigation design Ilene Lieberman Park Prepared Design Development and Construction drawings for the site design,landscape $13,490 X X X X X and irrigation design Atlantic Beach Intracoastal Waterway Park Master Plan Master Plan for three City parks-approximately 385 acres $25,000 X X X X X X Earl Brown Park Improvements Included stormwater,site design,minor roadway improvements,and parking lot design $98,459 DeBary Community Park The design included a 2,000 sq.ft.splash pad,bathroom building,and pump room $45,000 City of Titusville—Sand Point Park Splash Pad Design,Permitting,and Post Construction Services for the splash pad project-2,000SF $38,500 X X Martin Luther King,Jr.Park Provided design and permitting services for the New 12-acre park $118,000 Soldier's Creek Park Planning and Design The park is situated on approximately 26 Acres in Seminole County $567,000 X X X Performed landscape design,irrigation design,preparation of landscape plans, SR 30 Western Bay Gateway Landscape Project permitting,and post-design services for the SR 30 Western Bay Gateway Landscape $99,575 X X X Project. Shingle Creek Trail Design(FDOT LAP) 12-14 wide,2.5 mile segment of a regional 33-mile trail corridor $531,150 X X X Cape Coral Northwest Cape and Vision Plan Visioning and Master Plan Study for NW Quadrant and 7-Islands Area $133,715 X X X X West Georgia Ave.Streetscape and Landscaping Streetscape&Landscape Improvements for prominent downtown street $93,365 X X X Improvements Mill Lake Park restroom facility,splash pad,three pavillions,on-street parking,multi-use trail $112,553 X X US 17192 Riverwalk Phases II&III Multi-Use Trail(Phase 11-1.5 miles/Phase III-1.7 mile extension) 52.486.289 X X X X X Jackson Memorial Hospital Renovations Design development and construction drawings of the conceptual design of the Alamo $170,000 X X X X X X X Plaza Renovation and the East Entrance Renovation. J•.,...,tea,...„.',Mir �.. 4 $ , .,,,.'. �. 1 -- a,.,. i$_I.,.4 ' .ys."aU , Ms.*. ..,e uw.P.Pv.n o.e.n Cannot,P.n .M..w.w.,n.y Jr P.. ,wTh,.rP.nme,w *,s fe]eweMn car o.,.,LPaoc.n..P, swvw.,wc..,ma.�,nas<•e �” 44 ARCHITECT - ENGINEER QUALIFICATIONS TIONS 1.TITLE AND LOCATION(City and State) PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS City of Miami Beach 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER 2/15/2018 RFQ 2018-141-ND B.ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE DAVID A.GIERACH, P.E.,CGC, PRESIDENT 5.NAME OF FIRM CPH, INC. 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS 305.274.4805 305.274.4807 info• c•hco •.com C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) ac 10.ADDRESS 11. ROLE IN THIS CONTRACT my 9.FIRM NAME z a. ui- Civil,Architectural, Planning, CPH,Inc. 1992 SW 1st Street Landscape Architecture,Construction, a. X [X]CHECK IF BRANCH OFFICE Miami, FL 33135 Environmental, M/E/P, Structural, Surveying and Transportation/Traffic Services b. [ ]CHECK IF BRANCH OFFICE C. [ ]CHECK IF BRANCH OFFICE d. [ ]CHECK IF BRANCH OFFICE e. [ ]CHECK IF BRANCH OFFICE f. [ ]CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM [X] Please See Next Page AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.3/2013) 45 D.ORGANIZATIONAL CHART OF PROPOSED TEAM City of Miami Beach PRINCIPAL-IN-CHARGE PROGRAM MANAGER David A.Gierach,P.E.,CGC Todd H.Hendrix.,P.E.,CGC DEPUTY PROGRAM MANAGER Maxwell D.Spann,PLA,APA,CLARB ENGINEERING LANDSCAPE ARCHITECTURE PLANNING Christopher P.Collins,P.E. James K.Winter,RLA.CLARB Javier E.Omana,CNU-a Jason L.James,P.E. Danita Bryant,PLA Michelle Tanner Jamie Sokos SURVEY ENVIRONMENTAL Thomas J.Galloway,PSM Amy E.Daly,LEED AP 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 David A.Gierach, P.E.,CGC Principal-in-Charge a.TOTAL b.WITH CURRENT FIRM 34 30 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. in Environmental Engineering, University of Florida Professional Engineer—FL(No. 38642) General Contractor License—FL(No.060789) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2010 2013 e (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-in-Charge - CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering, architecture, arborist and landscape architecture. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ilene Lieberman Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderhill, FL 2014 2014 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-in-Charge—CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the Broward County"Parks for People"grant program. The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 31st Avenue Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderhill, FL 2014 2014 C. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-in-Charge-CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site design, landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward County "Parks for People"grant program. Park elements include; meandering walk through landscape beds with seating respites along the way, decorative LED lighting, neighborhood buffering. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED US 17/92 Riverwalk Phases II and III(FDOT LAP) PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL 2013 Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d' Principal-in-Charge-Phase II of this project included 1.5 miles of 10-14 foot wide trail,replacement of 5,500 feet of seawall along Lake Monroe,trail head parking,a prefabricated pedestrian bridge over Mill Creek,hardscaping, landscaping,and lighting. Phase III involves planning, survey, and design services for a 1.7 mile extension to an existing trail. This project followed the complete streets design elements with the provision of a Multi-Use Trail, Roadway safety improvements,Traffic Calming design, Roadway & Trail Lighting, Utility Design, Structural Seawall Design, Drainage Improvements/Design , Irrigation Design, Beautification, Hardscape and Landscape Design, Scenic Overlooks of Lake Monroe, Way-finding Design, Pedestrian Mid-Block Crossings (Rectangular Rapid Flashing Beacons),Traffic Studies, Survey, and Wetland Mitigation.The current estimated construction cost of$20 Million is funded through a Local Joint Project Agreement between the City of Sanford, Seminole County and the FDOT. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Titusville—Sand Point Park Splash Pad PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Titusville, FL 2017 2017 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-in-Charge-CPH is providing Design,Permitting,and Post Construction Services for the splash pad project in a Design/ Build format. CPH performed the design of the splash pad,including civil, landscape architecture, and electrical design services for the splash pad and related infrastructure. The splash pad was approximately 2,000SF,which included multiple in-ground and above-ground interactive water features. STANDARD FORM 330(REV.312013) 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 _ Todd H. Hendrix, P.E.,CGC Project Manager a.TOTAL b.WITH CURRENT FIRM 19 19 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.S. in Civil Engineering, Florida International University, 1998 Professional Engineer—FL(No. 66794) B.S. in Civil Engineering, Florida International University, 1996 General Contractor License—FL(No. 1518490) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study Miami-Dade County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2013 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager-CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering, architecture,arborist and landscape architecture. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ilene Lieberman Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderhill, FL 2014 2014 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager -CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the Broward County"Parks for People"grant program. The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 31st Avenue Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderhill, FL 2014 2014 C. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager-CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site design, landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward County "Parks for People"grant program. Park elements include; meandering walk through landscape beds with seating respites along the way, decorative LED lighting, neighborhood buffering. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Shoppes at the Fountains PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Plantation, FL 2009 2012 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager-CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida.The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. New streetscape retail was designed to transform the center into a new and exciting shopping destination. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED TGK Booking Center-Study and Conceptual Design PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2012 2012 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager - The Miami-Dade Corrections and Rehabilitations Department requested that CPH perform a design study for them to create a centralized booking area in their existing Turner Guilford Knight Correctional Center. In order to establish a centralized booking area,separate entrances for law enforcement officers(LEDs)and inmates had to be created. STANDARD FORM 330(REV.3/2013) 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 Maxwell D. Spann, PLA,APA,CLARB Deputy Program Manager a.TOTAL b.WITH CURRENT FIRM 17 2 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Landscape Architecture, Kansas State University Professional Landscape Architect—FL(No. 6666780) CLARB Certified—No. 31691 American Planning Association,American Public Gardens Association Florida Chapter ASLA—Orlando Section Chair 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED US 17-92 Riverwalk, Phase III(FDOT LAP) Sanford, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing TBD (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Landscape Architect—Phase III involves planning, survey and design services for a 1.7 mile extension to the existing trail. The new extension connects to the previous phase designed by CPH and is the final connection between the 1-4 Corridor with the adjacent Seminole County Rinehart Trail and the downtown Sanford RiverWalk Trail system.This project followed the complete streets design elements with the provision of a Multi-Use Trail, Roadway safety improvements,Traffic Calming design, Roadway & Trail Lighting, Utility Design, Structural Seawall Design, Drainage Improvements/Design , Irrigation Design, Beautification, Hardscape and Landscape Design, Scenic Overlooks of Lake Monroe, Way-finding Design, Pedestrian Mid-Block Crossings (Rectangular Rapid Flashing Beacons),Traffic Studies, Survey, and Wetland Mitigation. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cape Coral SE 47th Terrace Streetscape Improvements Cape Coral, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2016 Ongoing b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-CPH is providing design and construction engineering services for the streetscape improvements of SE 47th Terrace from Coronado Parkway to Del Prado Blvd.The improvements will include sidewalks with pavers, landscaping, road reconstruction, removal of on-street parking, off-street parking modifications, streetlights,traffic analysis and calming, raised mid- block pedestrian crossings,street furniture,ADA improvements,and drainage modifications/upgrades. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hopkins Avenue Landscape and Traffic Signalization Projects PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (FDOT LAP) 2017 TBD Titusville, FL (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Landscape Architect-CPH provided engineering and landscape architecture for the design and construction of Hopkins Avenue Complete Streets.This project consists of construction of sidewalks to fill existing gaps in infrastructure,ADA improvements, and bus stops for transit related improvements. It will include adjustment of existing roadway cross-sections to accommodate bike lanes in both directions and associated drainage, base,and roadway improvements, and signalization design for the Sycamore Street, Harrison Street, Country Club Drive, and Knox McRae Drive intersections. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Oak Avenue Streetscape Improvement PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL Ongoing TBD d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect— CPH was selected to perform the design for landscape, irrigation, hardscape, and lighting along Oak Avenue between 1st Street and 3rd Street.The project will add parallel parking in areas that have no designated parking spaces as well as convert angle parking spaces to parallel parking. The purpose of this project is to improve the visual and functional character of the street in order to encourage business development. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED W.Central Blvd.Sanitary Sewer Replacement and Streetscape Design/Build PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando, FL 2016 Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e. LandscapeArchitect-Garney Construction along with CPH was selected for the$6.5 million dollar Design/Build project in downtown Orlando. The 0.55 mile project included upsizing the existing gravity sewer line on Central Blvd.between Glenn Ln.&Garland Ave. from an 8"sanitary sewer to a 18"&21"sewer system. The upsized sewer will serve the future MLS Stadium and City of Orlando Sports Entertainment District as well as future redevelopment along W. Central Blvd. Additional improvements include complete roadway reconstruction including removal of the underlying brick, addition of left turn lanes at the existing intersections, a new traffic signal with a BRT(Bus Rapid Transit)phase,additional right-of-way and easement coordination, placing all overhead utility lines underground (including the duct bank design), complete Maintenance of Traffic Plans, incorporating landscape/hardscape features including street lighting,trees,decorative crosswalks,and street furniture. STANDARD FORM 330(REV.3/2013) 49 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Compete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE James K.Winter, RLA,CLARB Landscape Architect a.TOTAL b.WITH CURRENT FIRM 36 12 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.A. in Landscape Architecture, Mississippi State University Registered Landscape Architect—FL(No.0000911) CLARB Certified—(No. 5203) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2010 2013 a. (3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect -CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering,architecture, arborist and landscape architecture. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ilene Lieberman Park Lauderhill, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 b. (3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the Broward County"Parks for People"grant program. The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 31st Avenue Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderhill, FL 2014 2014 c. (3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site design, landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward County "Parks for People"grant program. Park elements include; meandering walk through landscape beds with seating respites along the way, decorative LED lighting, neighborhood buffering. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Oak Avenue Streetscape Improvement PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL Ongoing TBD d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect— CPH was selected to perform the design for landscape, irrigation, hardscape, and lighting along Oak Avenue between 1st Street and 3rd Street.The project will add parallel parking in areas that have no designated parking spaces as well as convert angle parking spaces to parallel parking. The purpose of this project is to improve the visual and functional character of the street in order to encourage business development. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED W. Central Blvd.Sanitary Sewer Replacement and Streetscape Design/Build PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando, FL 2016 Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-Garney Construction along with CPH was selected for the$6.5 million dollar Design/Build project in downtown e. Orlando. The 0.55 mile project included upsizing the existing gravity sewer line on Central Blvd.between Glenn Ln.&Garland Ave. from an 8"sanitary sewer to a 18"&21"sewer system. The upsized sewer will serve the future MLS Stadium and City of Orlando Sports Entertainment District as well as future redevelopment along W. Central Blvd. Additional improvements include complete roadway reconstruction including removal of the underlying brick, addition of left turn lanes at the existing intersections, a new traffic signal with a BRT(Bus Rapid Transit)phase,additional right-of-way and easement coordination, placing all overhead utility lines underground (including the duct bank design), complete Maintenance of Traffic Plans, incorporating landscape/hardscape features including street lighting,trees,decorative crosswalks, and street furniture. STANDARD FORM 330(REV.3/2013) 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 EXPERIENCE Danita Bryant, PLA Landscape Architect a.TOTAL b.WITH CURRENT FIRM 13 3 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) AAS in Drafting and Design,Wytheville Community College Professional Landscape Architect—FL(No. LA6667318) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED US 17-92 Riverwalk, Phase III(FDOT LAP) PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL Ongoing TBD (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Landscape Architect—Phase III involves planning, survey and design services for a 1.7 mile extension to the existing trail. The new extension connects to the previous phase designed by CPH and is the final connection between the 1-4 Corridor with the adjacent Seminole County Rinehart Trail and the downtown Sanford RiverWalk Trail system.This project followed the complete streets design elements with the provision of a Multi-Use Trail, Roadway safety improvements,Traffic Calming design, Roadway & Trail Lighting, Utility Design, Structural Seawall Design, Drainage Improvements/Design , Irrigation Design, Beautification, Hardscape and Landscape Design, Scenic Overlooks of Lake Monroe, Way-finding Design, Pedestrian Mid-Block Crossings (Rectangular Rapid Flashing Beacons),Traffic Studies, Survey, and Wetland Mitigation. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cape Coral SE 47th Terrace Streetscape Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Cape Coral, FL 2016 Ongoing b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-CPH is providing design and construction engineering services for the streetscape improvements of SE 47th Terrace from Coronado Parkway to Del Prado Blvd.The improvements will include sidewalks with pavers, landscaping, road reconstruction, removal of on-street parking,off-street parking modifications,streetlights,traffic analysis and calming, raised mid- block pedestrian crossings,street furniture,ADA improvements,and drainage modifications/upgrades. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hopkins Avenue Landscape and Traffic Signalization Projects PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (FDOT LAP) 2017 TBD Titusville, FL (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Landscape Architect-CPH provided engineering and landscape architecture for the design and construction of Hopkins Avenue Complete Streets.This project consists of construction of sidewalks to fill existing gaps in infrastructure,ADA improvements, and bus stops for transit related improvements. It will include adjustment of existing roadway cross-sections to accommodate bike lanes in both directions and associated drainage, base, and roadway improvements,and signalization design for the Sycamore Street, Harrison Street, Country Club Drive, and Knox McRae Drive intersections. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Oak Avenue Streetscape Improvement PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL Ongoing TBD d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect— CPH was selected to perform the design for landscape, irrigation, hardscape, and lighting along Oak Avenue between 1st Street and 3rd Street.The project will add parallel parking in areas that have no designated parking spaces as well as convert angle parking spaces to parallel parking.The purpose of this project is to improve the visual and functional character of the street in order to encourage business development. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED W.Central Blvd.Sanitary Sewer Replacement and Streetscape Design/Build PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando, FL 2016 Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e Landscape Architect-Garney Construction along with CPH was selected for the$6.5 million dollar Design/Build project in downtown Orlando. The 0.55 mile project included upsizing the existing gravity sewer line on Central Blvd.between Glenn Ln.&Garland Ave. from an 8"sanitary sewer to a 18"&21"sewer system. The upsized sewer will serve the future MLS Stadium and City of Orlando Sports Entertainment District as well as future redevelopment along W. Central Blvd. Additional improvements include complete roadway reconstruction including removal of the underlying brick, addition of left turn lanes at the existing intersections, a new traffic signal with a BRT(Bus Rapid Transit)phase,additional right-of-way and easement coordination, placing all overhead utility lines underground (including the duct bank design), complete Maintenance of Traffic Plans, incorporating landscape/hardscape features including street lighting,trees, decorative crosswalks, and street furniture. STANDARD FORM 330(REV.3/2013) 51 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 Javier E. Omana,CNU-a Sr. Planner a.TOTAL b.WITH CURRENT FIRM 33 16 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.A. in Urban and Regional Planning, University of Florida CNU-a Accredited Member B.S. in Business Administration, University of Florida 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Planning Association (APA) National Association of Office and Industrial Properties(NAIOP) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Atlantic Beach Intracoastal Waterway Park Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Atlantic Beach, FL 2013 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Sr. Planner-Developed a Master Plan for three City parks(Tideviews, Dutton Island &River Branch Preserves)which encompass approximately 385 acres contiguous with the ICW in Duval County, Florida. CPH and HHI developed a plan which promotes passive recreation and environmental education opportunities including identification of citizen stakeholder groups. CPH and HHI addressed the permitability of proposed improvements, cost to construct, parking availability, special security needs,and other required elements. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CEI Services on the Gateway Landscape Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Leesburg, FL 2017 N/A b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Sr. Planner —This project involved CEI Services for the Gateway Landscape Improvements at the intersection of US Highway 441 and US Highway 27 for the City of Leesburg. CPH provided services to ensure the Landscape portion of the project was completed in conformance with the plans and specifications. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bluford Avenue, Phase II PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ocoee, FL 2017 Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm °' Sr. Planner -This project involves a 3,000 ft. long segment of Bluford Ave. in the heart of the City of Ocoee,from Delaware St.to Silver Star Road(SR 438)and passes through the historic downtown area, as well as the current and future City Halls.The project includes the reconstruction of the roadway following the completion of the water main, gravity sewer, and reclaimed water main installations.This reconstruction will include replacing nearly two-thirds of the roads length with brick pavers instead of halt, to denote the downtown and municipal complexes with this change in road's character.This will be done in conjunction with the transfer of all utilities from existing overhead poles to underground conduits and the installation of street lighting. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cape Coral Northwest and 7 Islands Vision Plan Cape Coral, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2016 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Sr. Planner -The City of Cape Coral , Florida retained the firm of CPH, Inc.to conduct a Visioning and Master Plan Study for the City's Northwest Quadrant and its 7 Island Area.The Study Area consisted of 20 square miles with over 20 miles of frontage along the Matlacha Pass and its marine habitat. CPH prepared detailed overall vision plans to establish a "village character" for the area highlighting connectivity, compatibility and context based design alternatives. Design Elements included: complete streets, public lands utilization, mixed-use and commercial lands, target private lands for acquisition for public space, Street tree plans, signage and theming plans, neighborhood identification and preservation, waterfront activation, and infrastructure expansion plans.The Plan established a 50 year implementation horizon. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 58th Street Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2016 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Sr. Planner - Miami Dade County requested to have a master plan conceptual design for a 42+ acres portion of the existing Public Works and Waste Management site located on 8795 NW 58th Street in Miami-Dade County, Florida. Provided space programming,concept design,and master planning of public works/waste services complex.The project included reconfiguration of site, moving existing buildings, and has components such as administration offices, fuel and hazard waste storage, materials storage, vehicle storage,and vehicle maintenance facilities. STANDARD FORM 330(REV.3/2013) 52 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 Michelle Tanner Sr. Planner a.TOTAL b.WITH CURRENT FIRM 27 14 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. in Design, College of Architecture, University of Florida, 1985 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Atlantic Beach Intracoastal Waterway Park Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Atlantic Beach, FL 2013 2013 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Sr. Planner-Developed a Master Plan for three City parks(Tideviews, Dutton Island&River Branch Preserves)which encompass approximately 385 acres contiguous with the ICW in Duval County, Florida. CPH and HHI developed a plan which promotes passive recreation and environmental education opportunities including identification of citizen stakeholder groups. CPH and HHI addressed the permitability of proposed improvements, cost to construct, parking availability, special security needs,and other required elements. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Daytona Beach—US 92(International Speedway Boulevard) Streetscape PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Daytona Beach, FL 2012 2012 b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Sr. Planner —CPH provided conceptual design services and public relations for the streetscape enhancements to International Speedway Boulevard (ISB)(US 92)from US 1 (Ridgewood Avenue)to South Atlantic Avenue (SR A1A)for the City of Daytona Beach. The design consisted of construction of new pedestrian esplanades, roadside and median landscaping to provide shade and comfort, hardscape improvements at intersections and throughout the pedestrian areas,furniture selection,gateway features,wayfinding signage,and accent lighting. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Seminole County Sports Complex Planning and Design PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Mary, FL 2015 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm c' Sr.Planner-The CPH Team was awarded the planning and design of a new Sports Complex situated on over 120 Acres in Seminole County. The project consisted of implementing the pro forma developed for the Seminole County Leisure Services Department which included 15 tournament quality baseball fields, 25 batting cages, 3 concession/restroom buildings, an administration and conference building,playground,walking trail,3 storage buildings,and a maintenance facility.The baseball fields included four 385' and five 350'artificial turf fields, and six 315'natural turf fields.The nine artificial turf fields were designed for multi-use sports play including, soccer,football,and lacrosse in the outfields. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cape Coral Northwest and 7 Islands Vision Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Cape Coral, FL 2016 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Sr. Planner -The City of Cape Coral , Florida retained the firm of CPH, Inc.to conduct a Visioning and Master Plan Study for the City's Northwest Quadrant and its 7 Island Area.The Study Area consisted of 20 square miles with over 20 miles of frontage along the Matlacha Pass and its marine habitat. CPH prepared detailed overall vision plans to establish a "village character" for the area highlighting connectivity,compatibility and context based design alternatives. Design Elements included:complete streets, public lands utilization, mixed-use and commercial lands, target private lands for acquisition for public space, Street tree plans, signage and theming plans, neighborhood identification and preservation, waterfront activation, and infrastructure expansion plans.The Plan established a 50 year implementation horizon. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 58th Street Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2016 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Sr. Planner - Miami Dade County requested to have a master plan conceptual design for a 42+ acres portion of the existing Public Works and Waste Management site located on 8795 NW 58th Street in Miami-Dade County, Florida. Provided space programming,concept design,and master planning of public works/waste services complex.The project included reconfiguration of site, moving existing buildings, and has components such as administration offices,fuel and hazard waste storage, materials storage,vehicle storage,and vehicle maintenance facilities. STANDARD FORM 330(REV.3/2013) 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 Jamie Sokos Land Use Analysis a.TOTAL b.WITH CURRENT FIRM 1 1 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Master of Science in Planning, Land Use Planning and Environmental Design, Florida State University Bachelor of Science in Interdisciplinary Social Science— Urban Studies, Minor—Sociology, Florida State University 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cape Coral Northwest and 7 Islands Vision Plan Cape Coral, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2016 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Land Use Analysis -The City of Cape Coral , Florida retained the firm of CPH, Inc.to conduct a Visioning and Master Plan Study for the City's Northwest Quadrant and its 7 Island Area.The Study Area consisted of 20 square miles with over 20 miles of frontage along the Matlacha Pass and its marine habitat.CPH prepared detailed overall vision plans to establish a"village character"for the area highlighting connectivity, compatibility and context based design alternatives. Design Elements included: complete streets, public lands utilization, mixed-use and commercial lands, target private lands for acquisition for public space, Street tree plans, signage and theming plans, neighborhood identification and preservation, waterfront activation, and infrastructure expansion plans. The Plan established a 50 year implementation horizon. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Orange City CRA PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orange City, FL 2017 N/A b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Land Use Analysis—Prepared a Master Plan of the City's CRA District which depicted target zones for redevelopment efforts, catalyst site identification, infrastructure improvements, potential yields and product mixes, landscape concepts, potential roadway improvements, urban design concepts,signage and architectural theming. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CRA Area US 17-92 Triplet Lake Casselberry, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2017 N/A c' (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Land Use Analysis -Provided conceptual master planning services for three parcels within the CRA. Project included planning for redevelopment into mixed-use retail/commercial use in order to foster revitalization. Provided recommendations to the City for revisions to the Land Development Code. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED West Georgia Avenue Streetscape and Landscaping Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Deland, FL 2016 Ongoing d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Land Use Analysis -The improvements may include sidewalk removal and replacement,modification of access drives and ramps for accessibility, design of decorative lighting, roadway rehabilitation, street furniture, signage, decorative pavers and related infrastructure. Landscape architectural services will include design of irrigation system and plantings. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [ ]Check if project performed with current firm STANDARD FORM 330(REV.3/2013) 54 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 Christopher P. Collins, P.E. Project Engineer a.TOTAL b.WITH CURRENT FIRM 16 7 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. in Civil Engineering, University of Central Florida Professional Engineer—FL(No. 73819) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study Miami-Dade County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2013 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering, architecture, arborist and landscape architecture. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ilene Lieberman Park Lauderhill, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer -CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the Broward County"Parks for People"grant program. The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 31st Avenue Park Lauderhill, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site design, landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward County "Parks for People"grant program. Park elements include; meandering walk through landscape beds with seating respites along the way, decorative LED lighting, neighborhood buffering. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Shoppes at the Fountains PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Plantation, FL 2009 2012 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida.The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. New streetscape retail was designed to transform the center into a new and exciting shopping destination. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED TGK Booking Center-Study and Conceptual Design PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2012 2012 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer - The Miami-Dade Corrections and Rehabilitations Department requested that CPH perform a design study for them to create a centralized booking area in their existing Turner Guilford Knight Correctional Center. In order to establish a centralized booking area, separate entrances for law enforcement officers(LEDs)and inmates had to be created. STANDARD FORM 330(REV.3/2013) 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 Jason L.James, P.E. Project Engineer a.TOTAL b.WITH CURRENT FIRM 11 11 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. in Civil Engineering, University of Central Florida Professional Engineer—FL(No. 76936) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Dade County, FL 2010 2013 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering, architecture, arborist and landscape architecture. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ilene Lieberman Park Lauderhill, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lerhill, FL 2014 2014 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer -CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the Broward County"Parks for People"grant program. The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 31st Avenue Park Lauderhill, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site design, landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward County "Parks for People"grant program. Park elements include; meandering walk through landscape beds with seating respites along the way, decorative LED lighting, neighborhood buffering. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Shopper at the Fountains PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Plantation, FL 2009 2012 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation,Florida.The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. New streetscape retail was designed to transform the center into a new and exciting shopping destination. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED TGK Booking Center-Study and Conceptual Design PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2012 2012 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer - The Miami-Dade Corrections and Rehabilitations Department requested that CPH perform a design study for them to create a centralized booking area in their existing Turner Guilford Knight Correctional Center. In order to establish a centralized booking area, separate entrances for law enforcement officers(LEDs)and inmates had to be created. STANDARD FORM 330(REV.3/2013) 56 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Thomas J.Galloway, PSM Project Surveyor a.TOTAL b.WITH CURRENT FIRM 27 16 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. in Surveying and Mapping, University of Florida Professional Surveyor&Mapper—FL(No.6549) NCEES Council No. 1291 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study Miami Dade County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2013 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor-CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering, architecture, arborist and landscape architecture. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ilene Lieberman Park Lauderhill, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor- CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the Broward County"Parks for People"grant program. The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 31st Avenue Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderhill, FL 2014 2014 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor-CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site design, landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward County "Parks for People"grant program. Park elements include; meandering walk through landscape beds with seating respites along the way, decorative LED lighting, neighborhood buffering. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Oak Avenue Streetscape Improvement Sanford, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing TBD d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor- CPH was selected to perform the design for landscape, irrigation,hardscape, and lighting along Oak Avenue between 1st Street and 3rd Street.The project will add parallel parking in areas that have no designated parking spaces as well as convert angle parking spaces to parallel parking.The purpose of this project is to improve the visual and functional character of the street in order to encourage business development. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED W. Central Blvd.Sanitary Sewer Replacement and Streetscape Design/Build PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando, FL 2016 Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor- Garney Construction along with CPH was selected for the$6.5 million dollar Design/Build project in downtown e' Orlando. The 0.55 mile project included upsizing the existing gravity sewer line on Central Blvd.between Glenn Ln.&Garland Ave. from an 8"sanitary sewer to a 18"&21"sewer system. The upsized sewer will serve the future MLS Stadium and City of Orlando Sports Entertainment District as well as future redevelopment along W. Central Blvd. Additional improvements include complete roadway reconstruction including removal of the underlying brick, addition of left turn lanes at the existing intersections, a new traffic signal with a BRT(Bus Rapid Transit)phase,additional right-of-way and easement coordination, placing all overhead utility lines underground (including the duct bank design), complete Maintenance of Traffic Plans, incorporating landscape/hardscape features including street lighting,trees,decorative crosswalks, and street furniture. STANDARD FORM 330(REV.3/2013) 57 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Compiete one Section E for each key person.) • 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Amy E. Daly, LEED AP Environmental Scientist a.TOTAL b.WITH CURRENT FIRM 24 13 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.B.A., FMU, Summa Cum Laude Florida Unified Mitigation Methodology Course B.S. Biological Sciences, Florida State University Qualified Stormwater Management Inspector U.S.Army Corps of Engineers Wetland Delineator Prescribed Burner/Authorized Gopher Tortoise Agent(GTA-09- 00145E)/LEED Accredited Professional 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2010 2013 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental Scientist- CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering,architecture,arborist and landscape architecture. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ilene Lieberman Park Lauderhill, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental Scientist - CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the Broward County"Parks for People"grant program. The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 31st Avenue Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderhill, FL 2014 2014 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental Scientist-CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site design, landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward County"Parks for People"grant program. Park elements include; meandering walk through landscape beds with seating respites along the way, decorative LED lighting, neighborhood buffering. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Oak Avenue Streetscape Improvement PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL Ongoing TBD d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental Scientist-CPH was selected to perform the design for landscape, irrigation, hardscape, and lighting along Oak Avenue between 1st Street and 3rd Street.The project will add parallel parking in areas that have no designated parking spaces as well as convert angle parking spaces to parallel parking.The purpose of this project is to improve the visual and functional character of the street in order to encourage business development. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED W.Central Blvd. Sanitary Sewer Replacement and Streetscape Design/Build PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando, FL 2016 Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e Environmental Scientist - Gamey Construction along with CPH was selected for the $6.5 million dollar Design/Build project in downtown Orlando. The 0.55 mile project included upsizing the existing gravity sewer line on Central Blvd. between Glenn Ln. & Garland Ave.from an 8"sanitary sewer to a 18"&21"sewer system. The upsized sewer will serve the future MLS Stadium and City of Orlando Sports Entertainment District as well as future redevelopment along W. Central Blvd. Additional improvements include complete roadway reconstruction including removal of the underlying brick, addition of left turn lanes at the existing intersections,a new traffic signal with a BRT(Bus Rapid Transit)phase,additional right-of-way and easement coordination,placing all overhead utility lines underground (including the duct bank design), complete Maintenance of Traffic Plans, incorporating landscape/hardscape features including street lighting, trees,decorative crosswalks, and street furniture. STANDARD FORM 330(REV.3/2013) 58 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as manyprojects as requested bythe agency or 10 projects,if not specified. 1 P 1 Q 9 Y p 1 P Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Casselberry Vision Master Plan Casselberry, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Casselberry Mr. Mark Gisclar 407.262.7725, Ext. 1234 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH was retained by the City of Casselberry to conduct a design study for the relocation of its Public Works Complex.The study included inventory of uses and operations,vehicular and fleet assessment, personnel and space needs. CPH conducted several design charrettes to determine special design elements and features for the"day to day"operations of the Department.A series of land plans and master plans were produced depicting building layouts and locations, parking, buffers,setbacks, landscape and theming,back of house activities and storage areas.The resultant study and its recommendations were incorporated into the City's Capital Improvements Plan. tk ,ilk . . . meki_ „ . / R •�' .‘.-11 MAX _ b eir.. 3. .7, / '- . , ) , , •1. r It Liv. ie, ,.rte t.:', . A ry�i .. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime • b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE r d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e, (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f, (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV_3/2013) 59 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as manyprojects as requested bythe agency,or 10 projects,if not specified. 2 P J 9 9 Y P 1 P Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Warner's Bayou Boat Ramp Improvements Manatee County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Manatee County Tom Yarger 941.749.3003 24.BRIEF DESCRIPTION OF PROJECT AND RELEVAN E TO THIS CONTRACT(Include scope,size,and cost) CPH was retained by Manatee County for site planning,engineering,permitting,landscape design,and bidding/construction administration services for construction of the improvements associated with the Warner's Bayou Boat Ramp which has jurisdictional wetlands that will need to be preserved. The project includes the modification of an existing boat ramp, reconfiguration of parking areas, and utility connections for a 200 s.f.new restroom.Engineering work included investigation of site constraints,modeling of project's water,sewer,and stormwater systems and site improvements.CPH is responsible for completing applications and obtaining site plan approval from Manatee County, and the Florida Department of Environmental Protection for both the stormwater permitting as well as utility permitting. CPH was retained by the County to perform inspection services, shop drawing review, post design services, attendance at progress meetings, as- built drawings, clearance letter, certification of completion of construction, substantial completion and final inspections, review of change orders,and negotiation assistance for changes in the work. .> — 10! h. i= 1, r ..2:1{- , lipp MI k J , ,.k ..., - . ,- j� fit ,, k.."1 s_ 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 60 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as manyprojects as requested bythe agency,or 10 projects,if not specified. 3 P 1 9 9 Y. P j P Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 31st Avenue Park) Lauderhill, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Lauderhill Mr. Herb Johnson 954.730.4230 24.BRIEF DE RIPTI•N•F PR•JE AND RELEVAN E TO THI ON RA T Include scope,size,and cost CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the site design, landscape and irrigation design of this leisure neighborhood park that meet the criteria of the Broward County"Parks for People"grant program. Park elements include; meandering walk through landscape beds with seating respites along the way, decorative LED lighting, neighborhood buffering. Florida Friendly landscaping was incorporated as part of the design criteria for the grant qualification. rb 40- ... . „ ellialeftlialti lu fiiiii4V Ill ._ays. K.-_r_.1...' l' e.42 I+. 3'.t•,,Es-E 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 61 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER 4(Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Ilene Lieberman Park Lauderhill, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Lauderhill Mr. Herb Johnson. 954.730.4230 24.BRIEF DE RIPTI•N•F PR•JE AND RELEVAN E T•THI •NTRA T(Include scope,size,and cost CPH was contracted by the City of Lauderhill to prepare Design Development and Construction drawings for the renovation of the landscape and irrigation design for this botanical garden park that meet the criteria of the Broward County"Parks for People" grant program. The scope of work included the redesign of amphitheatre seating and the addition of wheelchair accessible seating spaces. The project scope also included locating and identifying existing vegetations and supplementing the planting with Florida Friendly landscaping. . :. h - • ., -) • j 4 Qt oftoofre ^A il' '. # ( i 3. -- 4' ,._+• mss-: , '! - ` .t , r 2..i ____, 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a, (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 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 Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Titusville—Sand Point Park Splash Pad Titusville, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2017 2017 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Titusville Jesus Vieiro 321.567.3733 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH is providing Design,Permitting,and Post Construction Services for the splash,pad project in a Design/Build format. CPH performed the design of the splash pad,including civil,landscape architecture,and electrical design services for the splash pad and related Infrastructure. The splash pad was approximately 2,000SF,which included multiple in-ground and above-ground interactive water features. a x �. I thit- 4.1 ~ 1 • M r s o-dr'-- • 1sf�,' ' • nwuj, 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e, (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 63 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER 6 as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Lakewood Ranch Park Improvements Manatee County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Manatee County Mr.Tom Yarger 941.749.3003 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH provided Manatee County design services for park improvements.The proposed improvements included the addition of new buildings, trails, pavilions,playgrounds,and parking areas.A new"park plaza"is the focal point of the park and helps tie the existing amenities to the improvements. CPH also provided a master plan update of the park including vehicular and pedestrian upgrades,park plaza,pavilions,and other upgrades to merge the existing park with the proposed park amenities. 111. 4141111PI 41111111"P'' - ,'allilir R.,.. �" 4.1« gy ' d ,iq,'44, t • .y `� �r of I . d 5 .. rX M 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 64 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER 7 (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Atlantic Beach Intracoastal Waterway Park Master Plan Atlantic Beach, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Atlantic Beach Mr. Rick Carper 904.247.5834 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH was selected by the City of Atlantic Beach to develop a Master Plan for three City parks(Tideviews, Dutton Island & River Branch Preserves)which encompass approximately 385 acres contiguous with the ICW in Duval County, Florida. HHI has partnered with CPH to develop a long range Master Plan for maximizing public access to and use of the Intracoastal Waterway Preserves while providing for protection of ecologically sensitive habitat. CPH and HHI are developing a plan which promotes passive recreation and environmental education opportunities including identification of citizen stakeholder groups. In order to solicit public participation, CPH and HHI are facilitating and conducting workshops for the public participation process to identify and evaluate desired and feasible improvements by the public and City staff. During the Master Plan process, CPH and HHI are addressing the permitability of proposed improvements, cost to construct, parking availability,special security needs,and other required elements. In addition, CPH and HHI shall recommend a long range Capital Improvement Plan including priority ranking of each recommendation, time frame for implementation and estimation of probable costs including such factors as public support, construction and maintenance costs,as well as the anticipated need. ✓ • ,w + • ® � t .� .. ® aM lior aw• .. t. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 65 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as manyprojects as requested bythe agency,or 10 projects,if not specified. 8 P J 4 9 Y. P 1 P Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Jackson Memorial Hospital Renovations PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2013 2013 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Mr.Allen Redmon,Senior Project Manager 305.441.1556 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying,civil engineering,architecture,arborist and landscape architecture. The scope of work included the preparation of drawings for: building demolition, gate house design, entry wall and fence detailing, streetscape paving detailing, grading and drainage, sediment and erosion control, landscaping, irrigation and donor wall and pergola design detailing. One of the primary design intents is to transform a driveway entrance road into a pedestrian plaza that seamlessly flows with the existing Alamo Plaza. ■ W II uu twlP511111 •1s. 6.6.... go a7sp• lass__ , a._0 mi' -" ., .. 1. INN*, 18 ' -1 IfIle. _. `y I 0,V ,�. _4 x'' i - f • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE -- -- L -- STANDARD FORM 330(REV.3/2013) 66 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as manyprojects as requested bythe agency,or 10 projects,if not specified. 9 P j 9 9 Y P 1 P Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Lake Mary—TOD Design Services(Lake Mary Heritage Park) Lake Mary, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Lake Mary Mr.John Omana 407.585.1454 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH is currently providing planning,design and permitting services for the City of Lake Mary in their transit oriented development district. Several projects are currently in construction or bidding phases in the downtown district such as roadway improvements for East Crystal Lake Avenue, Old Lake Mary Road and Wilbur Avenue. This project included a decorative intersection and raised crosswalks, on-street parking, stormwater design, roadway improvements, potable water and sanitary utility improvements,and a public sidewalk connection to the new SunRail station. CPH also designed the new Heritage Park downtown, which included improvements such as public walkways, decorative intersection and sidewalks, landscaping and irrigation, lighting, a fountain/statue feature and signage, stormwater design, potable water and sanitary utility improvements,and roadway improvements to Palmetto Street and Greenleaf Lane.Another project CPH was tasked to design is two traffic circles on North Country Club Road in downtown Lake Mary.The two circles will calm traffic speeds while enhancing the comdor without compromising traffic flow through the downtown area. • STATION . HOUSE Fp V�F ,mss' s r.ua,.e i anA l 44... P • . Amy& 119111* .aka..:. � ',�-10,10.1r,'.. kw* mil SUNRAIL .�� ..,' Y f‘i ..011. ''''''.-.4„. , t lel I 2feritage cPark ii6it Mr-s=2-77 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 67 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as manyprojects as requested bythe agency,or 10 projects,if not specified. 10 P 1 4 9 Y. P J P Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Fallen Heroes Memorial Seminole County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Seminole County Shad Smith, P.E., 407.665.5707 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH was selected for the Master Plan implementation of an infill park inside the Seminole County Courthouse Complex. Design includes six granite memorial seating area for the military branches,granite memorial wall, bronze statue and bases for fire and police, and multi- use plaza area. CPH provided surveying, site/civil, architectural, and hardscape services as well as value engineering of the master plan to reach the funding levels while maintaining a signature park design. II II 1 s 1;4 .ice f tTS w 11,1 #" 44 4 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime(Design) b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 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 (From Section E, Block 12) (From Section E, Block 13) completing table.Place"X"under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 David A.Gierach, P.E,CGC Principal-in-Charge X X X X X X X X X X Todd H. Hendrix,P.E., CGC Program Manager X X X Maxwell D.Spann, PLA,APA,CLARB Deputy Program Manager/Landscape X Architect James K.Winter, RLA,CLARB Landscape Architect X X X X X Danita Bryant, PLA Landscape Architect X Javier E.Omana,CNU-a Sr. Planner X X Micheller Tanner Sr. Planner X X Jamie Sokos Land Use Analysis Christopher P.Collins,P.E. Project Engineer X X X Jason L.James, P.E. Project Engineer X X X Thomas J.Galloway, PSM Project Surveyor X X X Amy E. Daly,LEED AP Environmental Scientist X 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Casselberry Vision Master Plan 6 Lakewood Ranch Park Improvements 2 Warner's Bayou Boat Ramp Improvements 7 Atlantic Beach Intracoastal Waterway Park Master Plan 3 31st Avenue Park 8 Jackson Memorial Hospital Renovations 4 Ilene Lieberman Park 9 Lake Mary—TOD Design Services(Lake Mary Heritage Park) 5 City of Titusville—Sand Point Park Splash Pad 10 Fallen Heroes Memorial STANDARD FORM 330(REV.3/2013) 69 H.ADDITIONAL INFORMATION (continued) Current Workload and Daily Availability to Handle Scope of Services CPH has reviewed the scope of services and has developed ideas for staffing the projects. Based on our recent experience,and our project manager's experience,we feel comfortable in meeting the scope requirements. Our Miami staff are available to complete the Professional Architectural and Engineering Services Contract for Capital Renewal and Replacement Projects as outlined in the scope of work. CPH has the personnel and resources immediately available to carry the Architectural and Engineering Services Contract for Capital Renewal and Replacement Projects to successful completion. The firm's Miami office can provide approximately 2,720 manhours per month and CPH's corporate monthly availability is approximately 56,000 manhours a month.The CPH Miami office has more than adequate personnel and availability to provide the services to the City of Miami Beach. Methods and Controls to be Utilized to Balance and Maintain Quality, Schedule,and Budget CPH is uniquely qualified to provide design services for the City of Miami Beach. The team located in our Miami office includes engineers, designers,surveyors,environmental scientists and administrative personnel.CPH is currently finishing design services for other clients,but is actively seeking work for our Miami staff.As a result,our staff is available and has the capacity to perform projects as they are assigned. CPH is committed to meeting budget and schedule requirements. CPH has developed a reputation for cost effective, quality-engineering services through a philosophy of strong project management. Operating under aggressive deadlines and close coordination with City Staff, we commit to manage each work assignment under this contract based upon the following philosophies: • By proposing a project manager with similar project experience • Frequently involve City staff in meetings to expedite decision-making. • Utilize e-mail and short memoranda to document progress of construction. Report status of the budget on a monthly basis in report form to City Staff. • Prepare and distribute a Project Specific Workplan which details the following: • What is to be done— Define a scope of services by bringing in the stakeholders up front to discuss the project goals and objectives. • Who is going to do it—Monitor staffing usage, needs and expenditures bi-weekly through our accounting software. • When it will be done—Maintain the Project Schedule using Microsoft Project software for scheduling and tracking. • How much it will cost—Monitor the estimated construction cost using trend reports prepared monthly and based on the most up-to-date data available from published prices and any known quantity revisions for the past month. • How it will be controlled—CPH will strive to provide quality service within the project schedule and require Quality Assurance/ Quality Control (QA/QC) procedures to be identified in the initial internal project kick-off meeting. Time for QA/QC is incorporated into the project schedule,therefore,will not delay project milestones. CPH has developed an extensive QA/QC procedure and incorporates it into each of its projects to ensure client satisfaction. Corporate Workload/Availability The current and projected workload of our team is such that we can provide responsive service to the City of Miami Beach. We are well- staffed, equipped with our nearby location,and believe that we and our team members can provide a high quality, professional service to the City that is completely responsive and cost effective.The graph below depicts our current contracted backlog with no consideration for any additional work.The current workload will spread over 18 months.Our current production capability is$4,500,000 per month.With that capacity,there are more than adequate personnel hours to cover the workload. 4.=00.000- 4.000.000 ■ ■ ■ ■ ■ —` ■ ■ i ■ ■ 3.000.000 3.000.000 2.°00.000 2,000.000 1.'00,000 1.000.000 ?00.000 BJH PJ9 yet (fY ,? I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. • 31.SIGNATURE 32.DATE 5/7/2018 33.NAME AND TITLE David A. Gierach, P.E., CGC, President STANDARD FORM 330(REV 3.2013) 70 ARCHITECT ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any) RFQ 2018-141-ND PART II - GENERAL QUALIFICATIONS , . If a firm has branch offices, complete for eachpeciffc branch office seeking work.], 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER CPH, Inc. 1981 2b.STREET 5.OWNERSHIP 1992 SW 1st Street a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE Corporation Miami FL 1 33135 b.SMALL BUSINESS STATUS L --- Yes 6a.POINT OF CONTACT NAME AND TITLE David A.Gierach,P.E.,CGC/President 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 305.274.4805 info©cphcorp.com 8a.FORMER FIRM NAME(S)(If any) - ,8b.YR.ESTABLISHED 8c.DUNS NUMBER 1981 058232349 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 40 1 C10 Commercial Building;(low rise);Shopping 6 12 CMI Engineer 53 5 C15 Construction Management 4 15 Construction Inspection 6 2 C18 Cost Estimating;Cost Engineering and 3 08 Draftsmen 10 E09 Environmental Impact Studies,Assessments 5 18 Estimators 4 H07 Highways;Streets;Airfield Paving;Parking 7 39 Landscape Architects 3 103 Landscape Architecture 4 42 Mechanical Engineer 4 001 Office Building;Industrial Parks 4 47 Planner 5 P06 Planning(Site,Installation and Project) 7 52 Sanitary Engineer 3 1 R04 Recreational Facilities(Parks;Marinas;etc.) 3 57 Structural Engineer 2 1 R06 Rehabilitation(Buildings;Structures; 4 38 Surveyor 19 SO4 Sewage Collection,Treatment&Disposal 8 60 Transportation Engineer 9 W02 Water Resources;Hydrology;Ground Water 6 23 Environmental Engineer 13 W03 Water Supply;Treatment and Distribution 6 08 Engineering/CADD Techs 15 4 102 Land Surveying 6 12 Engineering Interns 19 2 02 Network Admin 6 08 Technical Assistants 19 24 Environmental Scientists 5 06 Architects 5 1 Other Employees 0 Total 240 17 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 1 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 10 5. $1 million to less than$2 million 10. $50 million or greater E c.Total Work 10 - - I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31.SIGNATURE 32.DATE N. /1 ',� 5/7/2018 33.NAME AND TITLE David A. Gierach, P.E., CGC, President STANDARD FORM 330(REV.3/201331 May 7, 2018 oh Natalia Delgado 1992 SW 1«Street Miami Beach Procurement Department Miami,FL 33135 1755 Meridian Avenue, 3rd Floor Phone:305.274.4805 Miami Beach, FL 33139 Fax:305.274.4807 www.cphcorp.cont RE: Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Category of Work: Architecture— Landscape j RFQ 2018-141-ND Dear Selection Committee Members: CPH, Inc. (CPH) nor any of the firm's owners and officers and /or their agents or immediate family members have any material or financial interest in the City of Miami Beach. None of our employees, officers, agents or immediate family members are employed by the City of Miami Beach, and further no City of Miami Beach employee owns an interest in CPH or any of our affiliates. CPH will adhere to the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. CPH will 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. CPH does not and has not provided any campaign contributions to any city official or employee. CPH agrees to adopt, as required in the ordinance, the City of Miami Beach Code of Ethics. CPH certifies that it will adopt policies, practices and standards consistent with the City's Fair Chance Ordinance. CPH agrees to provide the City with supporting documentation evidencing our compliance upon request. The following individuals have an interest in the firm of CPH. Has Contributed To Has Contributed To Name Campaign of an Name Campaign of an Elected Elected Official of the Official of the City of City of Miami Beach? Miami Beach? David A. Gierach, P.E., James K. Winter, RIA, CGC No CLARB No Kamran Khosravani, P.E. No Javier E. Omana, CNU-a No N. P.J. Sutch, P.E., LEED AP No CCS Katriina Bowman, P.E., No Jeffrey M. Satfield, P.E. No AF on L. Toole, P.E., LEED No Carlos J. Sanchez, P.E No Leopoldo J. Ayala, P.E. No David E. Mahler, P.E. No David A. Terwilleger, P.E., No CGC Todd H. Hendrix, P.E. No Benjamin M. Fries No Brett Markovitz No H. Lawrence Wray, P.E. No Wade P. Olszewski, P.E. No j Alan R. Carpenter, P.E. No Thomas J. Galloway, PSM No j Randall L. Roberts, PSM No 72 Has Contributed To Has Contributed To Name Campaign of an Name Campaign of an Elected Elected Official of the Official of the City of City of Miami Beach? Miami Beach? Ben C. Buencamino No , John A. Baer,AIA, NCARB, No { LEED AP, BD+C, GGP Scott A. Breitenstein. P.E No AF tin T. Polk, RE., LEED No Daniel P. Moyer, P.E., No Kurt R. Luman, Jr., P.E. No LEED AP Carlos L. Gonzalez, P.E. No Nicole E. Cianchetti, P.E. No Josh A. Bryant, P.E., LEED Nikhel Jindal, GCC No AP Amy E. Daly, LEED AP No CFM Jeremiah D. Owens, P.E., No Christopher P. Collins, P.E. No Joshua D. Lockhart, P.E., No LEED AP Jose M. Ortiz, MCE, P.E. James R. Morris, Jr., P.E. No No Ismail Ilker Uzun,AIA, No Gerald M. Cox, CGC, CUC No LEED AP BD+C Dasvid J. Melfi, P.E. No Rocco R. Nasso, P.E. No Yinhui(Lucida) Xu, Ph.D., No P.E. Respectfully provided, CPH, Inc. eremia wens, P.E., CFM Mice President/Associate Witnesses: U 40.1.II 1t. k. Jen -r Coffey 1 1°1 r auren Voit 73 PROFESSIONAL SERVICES FOR THE CITY OF MIAMI BEACH PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Architecture — General '......,...., '- RFQ 2018-141-ND • . - A•.. ... ... . . _.. , . •-,..- -.., .1,,i,••«- - , ..e.: k...:. ' --, i! -1.-#. s• . , , . .... •, . 4'k • •• , ... 4.: , • ,.. - i A • . ' . It. .. .1'! . . -. ..• . 4,...,1,4.0." • .• • -,'...t.' : ,-:.• • .,.... • ...1.'....:.. • ....... ,,, • 4 . , . . „ . 1... ,..,,,,,,,,, ,.: ,,,,,, . • if! r" l' (.•:' ' . ' ' ' ' ‘' . .?.. II , . . ,, ..:.. . • . ,, . , • .............04 ". , 0. ."'44'144,12, 1!Ati . ..•• "• ,„4.„..,„:.,...7.-..- e •• „- •-,.4,,, :- 4:*-4':...`w.',•.7..:.,;.4;y.`'-...,!.-4,4-..,.(F1,,,,,i,.i4.'„"",7.„.1l-.:-,2.,,'.74,.‘,,..4,,,5e•.,e/.:.,0i-5,',.f4,-,:•'.f...'4-.'.:7.''',.,_.4..=4.-,_.,',:.---,,..,,-.,-,•;,',•''.,f:f',...f.„,i0.,.,;,/54,,,,.4;,..•.,.!1...'i....•,''.'...•.•',.4 r'.'•••' r''„4L;1H.4r.-.A'7?..,-'0..',.";,!14''.,.r.0.-t.,•'0..'0,.',4.,.,'.-...,.,r,..:..„,,r 4,,-,r'.f'''.','.'•'.,'',_..,..•L.•--,...• 1IiP1ik11i 411.' '• iOloSle,.ffI iI;,oP„.Jf,I 4.4.,..0:4d.r0•Ai•4,'' , .•..'i..1'6'.........^...'...._'.ai'-."4.”4.S,1...^•,,„1,y'.1*-A,"4.....•v,. „•• Ar- a.ll.ig-pki,i cli, It 00 1 ow.wip.4, ' ' t., :tri, 1.- .: •-4 oso I 11 'n , .'1 "--"-:*-j-1 . Tr':1;''''. —;IP• 0.1 ''.. .4,0„, i :..uil'.7;ar---- _ ,• : • •Ifi. ',',i II! `1;,-;:ii: —.-- ! , ir. . , iti _ • _ _ • 0 , .., ".IIIIIIIItBO ,-- i - '....4:. 5„ ' ,...' '''' if.,• , . # J ,- . _,....., ..cs;„le% ve ..,.• . • . . • '”,;""..80:1,, ••'' ''• ' L ,, j ,, 0 . ... , . . , •- - 7-•,"'.,.,•:••,- . . ... • - -------- "s ".,•--z. :,. .'-44! ' . ' . .4,440.....• .. .. — ;0-1"4,• ;.- . ., . • / •,.:. - ,, ...:.... AL_ . • N.'-•,. .. ,. ' . . • - _...,.• Li t'. ::.. ''' 1;--- - ' -',.'.:•-!',.:.;...: ' ' - .•' „,„.. -, • .., . L ,..: . -.-- L, - ..- ... - lillik' - , ,, ••• _ .. . .... . -1 .- , . ... ...._ . ''' L__ ' 11 ...! : ' ... -..-=---....--.-.=-- -,................ -..,-s-- , ...it )4i51* Ll' r)d11 I ' i ft , , ..„ .,,,, — • •:-.‘ It. . , . .- „...„,.., . ., ., . Cp H, Inc. • . ..onierawmesmssionasiet. 1992 SW 1st Street . . Miami, FL 33135 0 / Phone: 305.274.4805 Fax: 305.274.4807 @ ° Th May 7, 2018 Contact Person: Todd H.Hendrix,P.E.,CGC Sr.Vice President City of Miami Beach 1992 SW 1st Street Procurement Department Miami,FL 33135 1755 Meridian Avenue, 3rd Floor Phone:305.274.4805 Miami Beach, Florida 33139 Fax:305.274.4807 • info@cphcorp.com RE: Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Category of Work:Architecture—General I RFQ 2018.141-ND Dear Selection Committee Members: CPH, Inc. (CPH) is pleased to respond to your Request for Qualifications for Architectural Services. Our local team, located in Miami, equals approximately 20 full time staff members that can provide immediate and responsive services to the City of Miami Beach. The CPH team is has extensive experience providing architectural services and is fully qualified to provide services for any project under this contract. The team proposed for the City of Miami Beach includes registered architects, engineers, contractors, landscape architects, environmental scientists, and surveyors. In addition, this staff includes Leadership in Energy and Environmental Design (LEED) Approved Professionals, as well as Green Globes Professionals. CPH is also a registered member of the US Green Building Council, Florida Green Building Coalition, and Green Globes. The team is dedicated to providing economical designs that are safe, reliable, and sustainable. As a qualified full-service architectural and engineering firm, CPH has the staff, capacity, and experience to provide successful projects to the City of Miami Beach. Our team is dedicated to providing quality design solutions, and has provided services for over 60 different fire, police, health, historic renovation, parks, and public safety projects. This unparalleled experience provides the team the understanding of the design standards,schedules, and budgets associated with these types of facilities. CPH is qualified to provide services that include: • Architecture • Landscape Architecture • LEED Analysis& Design • Project Management • Planning &Urban Design • Feasibility Studies • Space Programming • Cost Estimating • Interior Design • BIM/3D Modeling • Historic Renovations • Grant&Funding Assistance The CPH team has worked for numerous similar-sized municipal clients. Projects for municipal clients have included new facilities, renovations, repairs, and expansions. CPH has assembled a diverse and highly-trained group of professionals with experience in all discipline areas requested by the City. Our team is capable of providing services in every aspect that may emerge under this contract. We look forward to working with the City of Miami Beach, and hope the Selection Committee has a favorable review of this submittal. Thank you for considering CPH! Sincerely, CPH, Inc. David A. Gierach, P.E. President w w w . c p h c o r p . c o m Solicitation No Solicitation Title RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact: Tel: Email. NATALIA DELGADO 305.673.7000, Ext. 6263 NATALIADELGADOaMIAMIBEACHFL 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. CPH, Inc. NO OF YEARS IN BUSINESS: 37 NO.OF YEARS IN BUSINESS LOCALLY 37 NO OF EMPLOYEES: 240 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:CPH Engineers, Inc. (1998 -2013)/CPH, Inc. (2013-Current) FIRM PRIMARY ADDRESS(HEADQUARTERS). 500 W. Fulton Street CITY Sanford STATE: Florida ZIP CODE: 32771 TELEPHONE NO.: 407.322.6841 TOLL FREE NO. 1.866.609.0688 FAX NO: 407.330.0639 FIRM LOCAL ADDRESS: 1992 SW 1st Street CITY. Miami STATE. Florida z:P CODE 33135 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Todd H. Hendrix, P.E., CGC/Sr. Vice President ACCOUNT REP TELEPHONE NO.: 305.274.4805 ACCOUNT REP TOLL FREE NO.. 1.866.609.0688 ACCOUNT REP EMAIL. info@cphcorp.com FEDERAL TAX IDENTIFICATION NO. 59-2068806 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. RFC) 2018-141-ND 18 2 1 Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposers 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 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. SUBMITTAL REQUIREMENT: Proposers 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. Proposers 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-performance b an public sector agency? YES Q NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s) 5 Vendor Campaign Contributions. 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 Proposals,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 Department of Procurement Management 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 http 1/www.miamibeachfl.gov/city-halliprocurement RFQ 2018-141-ND 19 3 7 benefits- benefits. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over 5100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B Does your company provide or offer access to any benefits to employees with (same or opposite sex)domestic partners'or to domestic partners of employees? X YES NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave:other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis. you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http:!/www miamibeachfl.govicity-halliprocurement'procurement-related-ordinance-and- procedures/ RFC) 2018-141–ND �— 20 4 9 Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal.proposal.or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals.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. ": H 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. 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. 11. 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. 12. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies. practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and(iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers 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, Proposers 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 addenda may result in proposal disqualification. Initial to Confirm I Initial to Confirm I Initial to Confirm Fyt 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 ....700029, Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-141—ND 21 5 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 deviates 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 2018-141—ND 22 6 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 Authonzed Representative Title of Proposer's Authorized Representative. Jeremiah D.Owens, P.E., CFM Vice President/Associate Signature of Pr�pa�p/p Aut3brized Representative Date „ 5/3/2018 Gr State of FLORIDA ) On this 3rd day of May ,2018,personally appeared before me Jerernan o Owers P E CFM who County of Seminole ) stated that (s)he is the Vice President of CPH, Inc. , 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. me: ,): 4,14i,, ,(._ , , , Notary Public for the State of Florida 4 :F, ` SAMANTHA J.WATT My Commission Expires: —1 Z— Z-CL 1 fa. • . MY COMMISSION#GG 029464 •.%�.:d EXPIRES:January 12,2021 ':f,p,',f,P Banded Thni Notary Public,underwrters RFQ 2018-141—ND 23 7 TABLE OF CONTENT TAB 1 - Cover Letter&Table of Content 1.1. Cover Letter Page 01 1.2. Response Certifications, Questionnaire & Requirements Affidavit Page 02 (Appendix A) TAB 2 - Minimum Requirements 2.1. Minimum Qualifications Requirements Page 09 (a)Architect/ Engineering Firm (b) Principle and Account Representatives TAB 3 - Experience &Qualifications of the Firm 3.1. Qualifications of Proposing Firm Page 11 TAB 4 - Experience &Qualifications of the Team 4.1. Qualifications of Proposer's Individual Team Members Page 17 (Architects and Engineers) 4.1.1 . Project Experience Page 33 TAB 5 - Required Forms 5.1. Standard Form 330 Page 34 4t4 ,_, ....____ 4,--,;\ _ . _ ... _... , _gym �� \)\ ! j 1 _ ,..__r-- . . i , ,,,T,„ ,r,.3...... „r„... , 4 Pia ' f„, -r - j u -".4.11111.1pwwl pr" I ,yii .--417) , rii i tub L -- .-- :.:..- . . , . -Ails • x - a 4:4 . , A e-: 8 .! 2. MINIMUM REQUIREMENTS 2. 1 MINIMUM QUALIFICATION REQUIREMENTS A. ARCHITECT / ENGINEERING FIRM PROFESSIONAL ENGINEERS ARCHITECTURE Oita SCOTT 00,40ara ..N„A.Ot.EeNF,aa. .NES A Rttl.ar State of Florida �I TOi MNCorft TVOt Pfap.Y M ON _ a.cMMTN OF FL aWTeNa NUM ousama Board of Professional Engineers 'S A.m.Thai11M 0.w FBI Esprm RN 1 20,11 CPU,Inc. •mcrmous Nu. 4) WiMC CP. I.teauti..d..dee the pftniatem.f feoh. MAO,. S Owt4T FukTax STNHT w at Paha awake\.Prof<.uoe.I lb NF.i odat Chapere l n d........r. v,Ns9nD R).r>, e...ee.,duly t6taFd weds f.Ieyw a`t,F,nnd.5........ 0111610..* &Sesta. 1,VI.'OM C\tic N. A..&.Na :`lanno.M K »w.ru ,.n.,. nnitAY A.NEOUMED SI'LAW LANDSCAPE ARCHITECTS SURVEYORS AND MAPPERS .00 137143 STATE OF FrOROA1PI 1 ceWRTEIEN1 OF NUSWESS arty ENOFESSKMAI REOULAn]n eredm t2,trwF.l.rw.. k.p.n 1 un a.101. 801110 OF LANOS..ANCWTECNIIE r`"•:. a....A..+n.w ri..m...F1.tl..x wN� • �„ikCi 9ULM54 .. _. - 1-.1f poor a"c ie•. Profesmiooal Surveyor End Mapper lama... Liewa. F*ye vat ON fcc Oat es Ft.*0t0yw.70.Hera....ea 7' f C ETI.Inc. CVN ~�.Y. Meat 1721.1.001 ST WEST..a 1100;1 .. • tA11g1.4RRmLUDE •� NOVA N.IMAM �.�•'�'�.•� O Nwa aNIO Eaat.1110 State of Florida Department of State 1 orttfy horn the records Milts office that CI'FI.INC.is a cotpo ralNr organieed tenter the Maven of the State of Florida.tiled on M;udt 6.19111. the document number of this nalrinnaur in 122250 I further certify that said uNpnwalior has paid all fees due this otfic<through December il.2010,that iss mord recent annual repoitantfonn business report was told on January_'.11010.a,td that tts Status i4 amine. I timber certify that Sad coNryoan,n has not tiled Articles of IJUM,luuon. noder w.Nand and rjr atfaOftha..rr.lb.I'.g.;sl,rho. oar A4,"ad Jut at Januar..:rim 1. ■. Secretary of State oo.t urlw rE..aMe.�w.we+>4t-...a....N......o...Js....wsonsono 9 B. PRINCIPLE AND ACCOUNT REPRESENTATIVES DAVID A. GIERACH, BING LIU, AIA, NCARB JASON L. JAMES, P.E. P.E., CGC .a State of Florida _ Board at Psofeanalog Engineers 1►�n < 414 H � ,,,� ' v" 4Wara r.Iwrr1MA 101•1•1•1111110111011W In.Rd&Isms /1•111.1ate •L r• �w •.rase ••..., wry y. kfPnOvw.r, __ JEFF FOSTER, AIA, MAXWELL D. SPANN, State of Florida NCARB PLA, APA, CLARB Board of Professional Engineers +..... M. .. .m.-. _..�. smo or'lemma David M1enCierach,P.E. r'•'aostate or..."s.: ,:.'o"_a°.',a, -_ —.. 4 Mammal .nMe�m�Easel..ad.Q.yee.471.Merida Scam .was•• --" '''.5.:4 10.1311/Wm. ...... .4,w `'�i?�_ a.. TODD H. HENDRIX., n....,....,.. P.E., CGC THOMAS J. GALLOWAY, State of Florida JOSE M. ORTIZ, MCE, PSM Board of Professional Engineers P.E. IiHarlandP. ..,. - Todd Harland Hendrix. E. �........._.�,•..,..,...� _____ a Seauftel r•hafir,advii1e _maw r „ ,,� , State of Florida ,Maw Board of Professional Engineers /rot r•latss....raw r .•••. r+.. 4a.a_a r.r,.Y... O•P•u In Pled.r....s uaorin wr,u. _ _ MAIL ILKER UZUN, AIA, "`a.._. - --_---.__-______-_ _._.__n__ LEED AP BD+C - -,,..Yr.,aura or DAVID J. MELFI, P.E. AMY E. DALY, LEED AP �-• - . State of Florida +. Board of Professional Engineere..`� `.'� Devid J.Mem.P.& rt��•^:_" - 4 ar•w r•rr«d•.•l s.ds•r alarm 114 Merida Seams sem.„m Amy Daly Ni JOHN A. BAER, AIA, CHRIS P. COLLINS, P.E. ii..," NCARB, LEED AP State of Florida BD+C, GGP Board of Professional Engineers ..........,..+.-... Christopher Petrick Collies.P.E.4 MR CO PUMA 'r'rCI Mad Mt 0.111•116.1•111.0.41.0 .'ea.o.ern_r..n.v Mi. .. .a...e..s.rrr s.fr fir Mr M.r1.da.scar.. iiiginFaa— non <.vam .un, .1;,fj;Y 10 3 . EXPERIENCE & QUALIFICATIONS OF THE FIRM 3. 1 QUALIFICATIONS OF PROPOSING FIRM SIMILAR PROJECT EXPERIENCE "Small & Recent Projects" Government Center Station - Entrance Doors CPH provided services to Miami Dade Transit in Miami-Dade County for modification to existing platform entry and emergency exit doors on Levels I, II and III of Government Center Station. Phase I: Studies and Schematic Design — Investigate two (2) options for removing and/or replacing existing manually operated doors based on initial site visits to determine architectural and electrical considerations Phase II: Design Development— Review client preferred option, determine vendors for products and systems and develop drawings and specifications based on the same Phase Ill: Construction Documents and Permitting — Perform architectural and engineering design services required to produce a set of buildable plans accompanied by a specification manual and cost estimate for construction. CPH will respond to and expedite the dry-run permitting process with Miami-Dade County building department Phase IV: Bidding and Award of Contract — Assist client with obtaining bids and evaluating contractor's bids by attending pre-bid conference and bid opening as required. Phase V: Administration of the Construction Contract and Warranty Phase — Review and stamp contractor's shop drawings, provide up to a maximum of five (5) site visits, and review and respond up to twenty (20) contractor's "request for information". Total Area Under Review—Approximately 165 linear feet of storefront at platform entry and 11 pairs of emergency egress doors. Agency/Client Name: Miami Dade Transit Agency/Client Contact: Ms. Nury Perez, Transit Facilities Maintenance Support Contact Telephone&Email: 305.884.7578/pereznu@miamidade.gov Year(s) and Term Of Engagement: 2013 Construction Cost: $300,000 Comprehensive Needs Assessment/Building Evaluation Project CPH was commissioned to do a building assessment on five buildings for the City of Fort Myers. Three of the buildings under study (Water Treatment Plant, Central and South WWT plant) all contained a dedicated generator building. The general scope of our analysis included the basic description of structure, conditional assessment of physical exterior appearance, visual structural integrity and suitability for continued use. Our assessment report broke down various building components (windows, doors, roofing and exterior façade materials) and noted short and long term items in regard to maintenance and/or replacement. Anticipated replacement cost analysis was also provided as a means for long term budgeting. Agency/Client Name: City of Fort Myers Agency/Client Contact: Mr. Scott Musheff, Senior Project Manager, Engineering Division Contact Telephone& Email: 239.321.7257/smusheff@cityftmyers.com Year(s)and Term Of Engagement: 2014 Assessment Cost: $28,900 11 Library Building Converted into Additional Office Space/Training Center * , - - . -> The City of Lake Alfred selected CPH to perform architectural design services to j convert their old library building into additional office space and a training center for split use by the police and fire departments. The project included the modification of the existing space into 3 private offices, a training room (10-20 persons), conference i room, dormitories for four (4) firemen, a connecting door to both the police and fire .:`: Noo departments and an IT server room. Agency/Client Name: City of Lake Alfred Agency/Client Contact: Mr. John Deaton, Utilities Director Contact Telephone& Email: 863.298.5458/utildir@mylakealfred.com Year(s) and Term Of Engagement: 2012—2013 Construction Cost: $250,000 Spring Hill Boys and Girls Club (DeLand) 1 CPH provided architectural and engineering services for the new Boys and Girls Club building constructed in Spring Hill. U.S. Rep. John Mica rallied for approximately 5 years to raise funds and approval for the new building. CPH w,,,.. designed a 2,700 sq. ft. free-standing masonry building with a pre-engineered EESI t _ ter. .- wood truss roof with architectural fiberglass shingle roofing. The Building is twice -- ' -.. the size of the previous plan. The Facility includes a large Foyer where the children will gather when they first enter the building. The other functions of the building are various sizes of Activity Rooms, a Media Center, a Break Room and an Administration Office. The ancillary rooms include ADA Restrooms and a Mechanical/Electrical Room. Agency/Client Name: City of DeLand Agency/Client Contact: Mr. Joseph Sullivan, Chief Professional Officer Contact Telephone& Email: 386.734.0555 I jsullivan@becvfc.org Year(s)and Term Of Engagement: 2012—2013 Construction Cost: $250,000 Proposed Three-Story Mayfair Hotel Remodel Scope of work involved building assessment to determine viability to upgrade the - existing three-story building of approximately 80,000 SF of space into the quality of a _3 : , ,*„ - high standard hotel. Assessment would include inventory of 100 guest rooms, banquet r - "IVA! Ill!' facility, meeting rooms, spa, fitness center, offices, lounge bar, restaurant, kitchen and laundry facility. Site work shall include expansion of parking lots, perimeter landscape improvements, new swimming pool facility and a new loading dock. Agency/Client Name: Key Performance Hospitality Management Agency/Client Contact: Mr. Louis Robbins Contact Telephone& Email: 407.878.5500/louisrobbins@kphmgt.com Year(s)and Term Of Engagement: 2017 Assessment Cost: $22,800 12 City of Lake Worth - Office Addition I .. CPH has successfully completed conversion of an existing porch to office space under — our current continuing services contract with the City of Lake Worth. The project - 1 100 involved closing the existing porch with a new metal panel wall, insulating the walls and roof, as well as new HVAC and lighting systems. CPH has provided 3D Laser - -, Scan surveying, Architectural, M/E/P engineering and Structural engineering services t: • for this project. Agency/Client Name: City of Lake Worth Agency/Client Contact: Mr. William Waters, AIA, NCARB, LEED AP BD+C, ID, SEED, Director/Community Sustainability Department Contact Telephone& Email: 561.586.1634/wwaters@lakeworth.org Year(s) and Term Of Engagement: 2014-2016 Construction Cost: $135,000 "Other Projects" Remodel and Expansion of the West Melbourne Police Department CPH was awarded the contract for the Remodel and Expansion of the West Melbourne Police Department in 2016. The existing 10,200 s.f. building will be " * I n. w' 1 ' increased by 9,500 s.f. including the addition of new offices, a training room and = '"�� • d� evidence storage. The existing building will have a new entrance canopy and façade to match the addition. CPH will reconfigure the interior rooms for larger locker rooms and offices for police operations. Agency/Client Name: City of West Melbourne Agency/Client Contact: Mr. Keith Mills Contact Telephone: 321.727.7700 Year(s)and Term Of Engagement: 2015-Ongoing (Estimated 2018) Construction Cost: $3.5 Million (Estimated) Sanford Civic Center - CPH was commissioned by Sanford's Community Development Agency to provide - Ml conceptual plans for a new "Civic Center". This proposed 18,000 square foot facility will replace the existing civic center located on Seminole Boulevard which borders Fort Mellon Park and Lake Monroe. The new facility will expand present inventory of meeting rooms and flexible banquet areas for public use in the range of 500-700 people. Specific meeting rooms and offices will be provided for senior citizens. Prefunction social gathering areas will be complimented by massive exterior covered patios and spacious interior circulation spaces. Provisions will also include landscape alcoves, delivery ports for catered service and abundant parking within the borders of the site. Agency/Client Name: City of Sanford Agency/Client Contact: Mr. Jeff Triplett, Mayor Contact Telephone & Email: 407.261.2800/Jeff.Triplett@Sanfordfl.gov Year(s) and Term Of Engagement: 2016-2017 Design Cost: $49,250 13 Orlando Sanford International Airport Terminal Expansion As part of our Master Services Agreement with the Sanford Airport Authority, • �, J�i CPH was tasked with the Terminal Expansion project to support the current IN "ry � .a... . growth of passenger traffic. The $42 million expansion includes the terminal .,._ :y departure consolidation from a dual terminal check-in. The improvements also include new consolidated loading and unloading facility, curbside transportation improvements, a covered baggage drop off, apron addition, four new gates, parking lot improvements, terminal building improvements and renovation, as well as transportation improvements that include a new traffic signal and alternate entrances to the parking lots. CPH is providing engineering, surveying, architectural, and MEP services for this project. Agency/Client Name: Orlando Sanford International Airport Agency/Client Contact: Ms. Diane H. Crews, A.A.E., President and CEO Contact Telephone& Email: 407.585.4000/ Dcrews@osaa.net Year(s) and Term Of Engagement: 2015—Ongoing Construction Cost: $42 Million (Estimated) West Leesburg Neighborhood Resource Center Project _ ,, ; CPH was commissioned to design a new 9,000 SF, Neighborhood Resource Center forthe City of Leesburg. CPH is responsible for full design services including survey, ••rs� � civil, landscape, architectural and MEP. The Center will include meeting room spaces ` '"' for large and small groups, a computer lab, office space for local community service providers, conference rooms for miscellaneous social groups, and a Kitchen / Café facility. CPH organized public involvement meetings, in which two key architectural components were identified. The first was to have a community kitchen and café within the building and the second was the need for multifunctional meeting space. Since budget was also a factor, CPH was able to design a café with both indoor and outdoor seating elements while incorporating key infrastructure elements for the commercial kitchen until the equipment could be purchased at a later date. The flexible meeting space was accomplished by designing large meeting rooms with folding partitions to support smaller or larger groups. The end result was a flexible, cost effective, user-friendly neighborhood resource center with the potential for future development when the City needs it. Agency/Client Name: City of Leesburg Agency/Client Contact: Mr. Ken Thomas, CRA Manager Contact Telephone & Email: 352.728.9765/ken.thomas@leesburgflorida.gov Year(s)and Term Of Engagement: 2016—Ongoing Construction Cost: $1.9 Million (Estimated) 14 Englewood Warehouse & Maintenance Office Egis This is a new facility for Englewood Water District that consists of a new 22,200 SF aft, maintenance warehouse and office building. This project is primarily a pre-engineered r: ` metal building with a masonry wainscot along the main entrance. This facility will store --"=' non-combustible material. The office component is approx. 10,000 SF and the remaining r:- area is in the warehouse. The walls are metal panel and the roof will be standing seam. All associated structural, civil, mechanical, plumbing and electrical engineering is included. Agency/Client Name: Englewood Water District Agency/Client Contact: Mr. Keith R. Ledford, Jr., P.E., Utility Engineer Contact Telephone & Email: 941.474.3217/kledford@ewdfl.com Year(s) and Term Of Engagement: 2016—2017 Construction Cost: $1.9 Million DeBary Central Fire Station CPH was recently awarded the DeBary Central Fire Station contract in Volusia County. -moi w „ CPH was responsible for the architecture, structural, landscape, survey, M/E/P, and civil ir " - , site design. It is an 8,000 +/- square foot masonry, stucco and brick accented building ^. f with an apparatus bay built for 3 fire vehicles and dormitories for a shift of 6 fire fighters. The personnel now enjoy a spacious living and dining quarters and the building serves as a visible landmark for this growing community. Agency/Client Name: City of DeBary Agency/Client Contact: Mr. Alan Williamson, Public Works Director Contact Telephone& Email: 386.668.2040 ext. 323 I awilliamson@debary.org Year(s)and Term Of Engagement: 2015—2017 Construction Cost: $1.8 Million OUC Warehouse Expansion and Improvements This is a design-build project for the Orlando Utilities Commission. It consists • - of a new 9,506 SF pre-engineered metal building warehouse addition that ties into the existing warehouse building for the Orlando Utilities Commission. This facility will store non-combustible material. The walls are metal panels with a standing seam metal roof. This project will also have a new pre-manufactured modular structure located within the existing warehouse. This will serve as the new breakroom and restrooms for the facility. All associated structural, mechanical, electrical and civil engineering is included within the design. Agency/Client Name: Orlando Utilities Commission (OUC) Agency/Client Contact: Mr. Michael J. Amann, Sr. Facilities Coordinator Contact Telephone& Email: 407.434.2728 I mamann@ouc.com Year(s)and Term Of Engagement: 2016—2015 Construction Cost: $800,000 15 Monroe County Fire Station — Cudjoe Key CPH is providing pre-design phase/programming, Schematic Design, " •< �' Design Development, Construction documents, Bidding and Permitting assistance, and Construction Administration for a new 7,500 SF Fire Station on Cudjoe Key. Additional services provided will be site plan - review, civil engineering, landscape architecture, and FDOT Review and Florida Green Build criteria. The building will be designed to meet _t or exceed Florida Green Building Coalition (FGBC)standards. Agency/Client Name: Monroe County Agency/Client Contact: Mr. Doug Sposito, Public Works & Engineering Contact Telephone& Email: 305.292.4429/sposito-doug@monroecounty-fl.gov Year(s)and Term Of Engagement: 2016—Ongoing Construction Cost: TBD DeBary Public Safety Complex CPH provided architectural design and construction documents for a 5,600 ,.' square foot Public Safety Complex including offices and operational facilities for local law enforcement. The style of the building uses colonial detailing with ;� ; - a "temple front" facade, divided light windows, pitched roof, stone wainscot kt '0 . • and white trims. CPH also provided site civil and master planning for future e development. The project included meeting/training rooms, bill payment/secured entry, server and backup systems, offices and holding cells. Due to the high security need, areas included bullet proof glass and monitored access. Agency/Client Name: City of DeBary Agency/Client Contact: Mr. Alan Williamson, Public Works Director Contact Telephone& Email: 386.668.2040 ext. 323/awilliamson@debary.org Year(s) and Term Of Engagement: 2014—2015 16 4. EXPERIENCE & QUALIFICATIONS OF THE TEAM 4. 1 QUALIFICATIONS OF PROPOSER'S INDIVIDUAL TEAM MEMBERS (ARCHITECTS AND ENGINEERS) Organizational Chart CPH has assembled a vastly diverse and highly qualified team with experience in all discipline areas requested by the City of Miami Beach. Our team is capable of providing services for every project that will emerge under this contract. The CPH Team Organizational Chart (provided below) depicts the overall reporting and communication hierarchy as well as project roles and responsibilities in relation to the City's scope of services. City of Miami Beach PRINCIPAL-" - ` ' PROGRAM MANAGER David A.Gierach.PE..CGC Todd H.Hendrix.,P.E..CGC ARCHITECT-OF-RECORD Ismail Ilker Uzun,AIA,LEED AP BD+C STRUCTURAL ARCHITECTURE M/E/P Jose M.Ortiz,MCE,P.E. John A.Baer,AIA. NCARB,LEED AP David J.Melfi,P.E. Hector G.Morataya,PE. BD+C,GGP Jeff Foster,AIA,NCARB Bing Liu,AIA,NCARB SITE CIVIL/ PERMITTING LANDSCAPE ARCHITECTURE ENVIRONMENTAL Christopher P.Collins,PE. Maxwell D.Spann,PLA,APA,CLARB Amy E.Daly,LEED AP Jason L.James,P.E. SURVEY Thomas J.Galloway,PSM 17 Key Personnel Overview We have carefully evaluated the RFQ document and available information, and have assembled a team that has the expertise and background to work on any project assigned under the "Architecture — General" contract. In addition to the assigned staff, CPH has the ability to pull from over 240 staff members to assist in design and construction services. Our total level of in-house resources consists of engineers, designers, environmental scientists, contractors, architects, surveyors, planners, GIS analysts, and landscape architects. The chart below identifies our project team and their qualifications. Name Role Years of Education/Licenses Experience David A. Gierach, P.E., Principal-in- B.S. in Environmental Engineering, University of Florida CGC Charge 34 Professional Engineer—FL(No. 38642) General Contractor License—FL(No. 060789) M.S. in Environmental Engineering, Florida International University Todd H. Hendrix., P.E., Program 19 B.S. in Biological Science, Florida International CGC Manager University Professional Engineer—FL(No.66794) General Contractor License—FL(No. 1518490) M.A.,Yildiz Technical University Ismail Ilker Uzun,AIA, Architect-of- B.A.,Yildiz Technical University, LEED AP BD+C Record 27 Florida Atlantic University(Non Degree Courses) Registered Architect—FL(No.AR95507) LEED Accredited Professional B.S. in Architectural Studies, University of Milwaukee John A. Baer,AIA, A.A. in Civil Structural Technology, Northwest Technical NCARB, LEED AP BD+C, Principal 40 Institute GGP Architect LEED Accredited Professional Building Leadership Excellence: Dale Carnegie Training Registered Architect—FL(No.93193) M.A. in Architecture, University of Calgary Bing Liu,AIA, NCARB Project Architect 14 B.A. in Art&Design, University of Alberta Registered Architect—FL(No.96578) B.Arch. in Architecture, University of Hawaii Professional Architect-FL(No. 50041) Jeff Foster,AIA, NCARB Project Architect 21 American Institute of Architects Member Member of National Council of Architectural Registration Board M.E. in Structural Engineering, Cornell University Jose M. Ortiz, MCE, P.E. Structural 20 B.S. in Civil Engineering, Recinto Universitario de Engineer Mayaguez, UPR Professional Engineer—FL(No. 67920), PR(No. 17212) M.A. in Architectural Engineering, Pennsylvania State University David J. Melfi, P.E. M/E/P Engineer 11 B.A. in Architectural Engineering, Pennsylvania State University Professional Engineer—FL(No. 72405) Christopher P. Collins, Site Civil/ 16 B.S. in Civil Engineering, University of Central Florida P.E. Permitting Professional Engineer—FL(No. 73819) 18 Name Role Years of Education/Licenses Experience Jason L.James, P.E. Site Civil/ 11 B.S. in Civil Engineering, University of Central Florida Permitting Professional Engineer—FL(No. 76936) Bachelor of Landscape Architecture, Kansas State University 2002, Professional Landscape Architect—FL Maxwell D. Spann, PLA, Landscape (No.6666780) APA, CLARB Architect 17 CLARB Certified—No. 31691 American Planning Association,American Public Gardens Association Florida Chapter ASLA—Orlando Section Chair Thomas J.Galloway, B.S. in Surveying and Mapping, University of Florida PSM Project Surveyor 27 Professional Surveyor&Mapper—FL(No. 6549) NCEES Council No. 1291 M.B.A., FMU, Summa Cum Laude B.S. Biological Sciences, Florida State University U.S.Army Corps of Engineers Wetland Delineator Amy E. Daly, LEED AP Environmental 24 Florida Unified Mitigation Methodology Course Scientist Qualified Stormwater Management Inspector Prescribed Burner Authorized Gopher Tortoise Agent(GTA-09-00145E) LEED Accredited Professional 19 DAVID A. GIERACH, P.E., CC I ,, . , . Principal-in-Charge 34 Total Years of Experience • 30 Years with (PH '�, t .1 Similar Project Experience Sanford Civic Center • CPH was commissioned by Sanford's Community Development Agency to provide conceptual plans for a Mr. Gierach serves CPH as President new"Civic Center". This proposed 18,000 square foot facility will replace the existing civic center located on and has over 34 years of experience Seminole Boulevard which borders Fort Mellon Park and Lake Monroe. in engineering and construction for • The new facility will expand present inventory of meeting rooms and flexible banquet areas for public use in the projects that include trails, parks, range of 500-700 people. Specific meeting rooms and offices will be provided for senior citizens. roadways,treatment facilities,pump/ lift stations,drainage, pipelines,and Sanford Airport Terminal B Expansion vertical construction projects. He • As part of our Master Services Agreement with the Sanford Airport Authority, CPH was tasked with the Terminal has managed the planning,design, Expansion project to support the current growth of passenger traffic. permitting,and construction of • The$42 million expansion includes the terminal departure consolidation from a dual terminal check-in. projects that range from$1 Million to • The improvements also include new consolidated loading and unloading facility,curbside transportation projects over$200 Million in value. improvements,a covered baggage drop off,apron addition,four new gates, parking lot improvements,terminal Mr. Gierach has provided services building improvements and renovation,as well as transportation improvements that include a new traffic signal to clients including the Cities of and alternate entrances to the parking lots. Palm Coast,Sanford, Lake Mary, Casselberry,Winter Springs,Orlando, Westside Community and Recreation Center the U.S. Navy and Volusia County • Expanded an existing 7,900 sq.ft.structure with the addition of a 10,400 sq.ft.gymnasium,game room among numerous others. addition and storage mezzanine • Remodeled the existing gym into a multipurpose room,work out area and conference room • Both the men's and the women's restrooms were upgraded for handicapped accessibility and the existing Education kitchen was completely gutted and redesigned • Included a new welcoming reception area,refurbished staff offices,computer room and locker room with a B.S. in Environmental Engineering, playful color scheme University of Florida DeBary Public Safety Complex • Architectural design and construction documents for a 5,600 square foot Public Safety Complex including offices and operational facilities for local law enforcement. i Licenses I(ertiflcat ons • The style of the building uses colonial detailing with a"temple front"facade,divided light windows,pitched roof, Professional Engineer—FL stone wainscot and white trims. (No.38642) • CPH also provided site civil and master planning for future development. General Contractor License—FL (No.060789) West Leesburg Neighborhood Resource Center • CPH was commissioned to design a new 9,000 s.f., Neighborhood Resource Center for the City of Leesburg. • CPH is responsible for full design services including survey, civil,landscape,architectural and MEP. K .Strengths • The Center will include meeting room spaces for large and small groups,a computer lab,office space for local community service providers, conference rooms for miscellaneous social groups,and a Kitchen/Café facility. • Project Management • Trail/Sidewalk Design Spec Martin Stadium Design Criteria Package—City of DeLand • Roadway/Transportation • Was selected by the City of DeLand for the Spec Martin Stadium Improvements Design/Build Criteria Package • Construction Administration • The project required the development of the design/build criteria package and professional services to assist • Stormwater Management the City during the selection process • Planning, Design and Engineering • Included a new press box,training room and locker room additions Services during construction for • The stadium will be used by the local high school as well as Stetson University;therefore,the stadium water,wastewater,and reclaimed improvements were designed to meet collegiate level demands water type projects • Process Design/Analysis DeLand New Public Works Complex • Master Water/Wastewater/ • CPH provided complete architectural,engineering,survey,and landscape design services as a part of this Reclaimed Water Plans design-build project. The Public Works building was designed to house divisions that included:Administration, Streets,Forestry/Trees, Urban Beautification, Fleet Maintenance,and Stormwater. • The Street division is responsible for the maintenance of all City owned roadways and sidewalks, and utilizes this facility as its headquarters for operations. 001 20 • TODD H. HENDRIX, PE, CGC Program Manager A A _ 4 19 Total Years of Experience 19 Years with (PH Similar Project Experience Mr. Hendrix serves CPH as Branch Lowe's Companies,Miami,FL Manager for the Miami Office. • Projects have included site design,intersection improvements,roadway, utility design,parks,and trails. He is responsible for overseeing • The team has provided services that include engineering, landscape architecture, planning,traffic engineering, a diverse staff that manages site surveying,environmental science,and construction administration. development for commercial, • All projects included new or expanded commercial sites. • residential,and municipal projects. The Lowe's in Miami, FL was a 17-acre site. Mr. Hendrix joined CPH in 1998. Shoppes at the Fountains His municipal experience includes • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains project coordination,design,and Shopping Center in Plantation, Florida. permitting of various potable water pp g systems,wastewater systems,and • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction stormwater management systems. of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. He has experience in the areas of • New streetscape retail was designed to transform the center into a new and exciting shopping destination. design and permitting of water supply Martin County High School wells,ground storage and treatment • CPH was responsible for this expansion of a new 43,000 SF cafeteria and sie improvements for a 64-acre facilities,and high service pumping and distribution systems. school campus. • CPH provided services for a Master Site Plan to accommodate expansion of the existing school facilities. • Construction plans included design of water distribution facilities,sanitary sewer collection system,and master drainage system. Education A minor bridge crossing was designed over an existing drainage canal using a box culvert system. M.S.in Environmental Engineering, TGK Booking Center-Miami-Dade County Florida International University • Provided civil,architectural,and surveying services B.S. in Biological Science, Florida • Performed a design study to create a centralized booking area in the existing Turner Guilford Knight International University Correctional Center • Created separate entrances for law enforcement officers(LEOs)and inmates • Provided a conceptual plan that converted an existing covered parking garage into a secured bus drop-off area licenses I Certifications for the inmates Professional Engineer-FL • Created a concept plan for a Sally Port and secured parking area for the LEOs (No.66794) •• Prepared construction documents for the project General Contractor License—FL The construction documents included plans for demolition,grading, site dimensioning,structural and electrical (No. 1518490) work. Islamorada Village Wide Wastewater System,Design,Build,Operate(DBO)/Islamorada • Areas of responsibility included the design and permitting of the vacuum collection system for the Island of Kev Strengths Upper Matecumbe Key;vacuum pumping stations for the Islands of South Plantation Key, Upper Matecumbe • Project Management Key and Lower Matecumbe Key;and low pressure force main collection systems for the Island of Windley Key • Land Development Coordination and portions of Upper Matecumbe Key. • Commercial, Industrial,and • Combined the project consists of 37,410 LF of HDPE pipe ranging in size from 1 1/4-6".The team provided Residential Site Development a complete system design including plan and profile drawings of each pipe run.The team conducted system • Water and Wastewater Planning hydraulics calculations using Sewercad.The team provided limited CEI services for this portion of the project. and Design Public Works and Waste Management 58th Street Master Plan • stormwater Management and • Master plan conceptual design for a 42+acres portion of the existing Public Works and Waste Management site Design • Provided space programming,concept design,and master planning of public works/waste services complex. • Environmental Permitting and • The project included reconfiguration of site,moving existing buildings,and has components such as Compliance administration offices,fuel and hazard waste storage,materials storage,vehicle storage,and vehicle • Project Budgeting, Scheduling,and Quality Control maintenance facilities. Jackson Memorial Hospital Renovations • Civil Engineering Service • Construction of Jackson Memorial Hospital the County's medical campus g o The project included the coordination of landscape and hardscape improvements for the construction of the hospital's new park. 21 ISMAIL ILKER UZUN1 RIA, LEED RP i ::'"'( Architect of Record 27 Total Years of Experience • 3 Years with (PH r,,.,,,, Ille; Similar Project Experience Ilker serves CPH as a Project Monroe County Fire Station at Cudjoe Key Architect and has over 27 years of • CPH is providing pre-design phase/programming, Schematic Design, Design Development,Construction experience in project management documents, Bidding and Permitting assistance,and Construction Administration for a new Fire Station on and architecture. Ilker has Cudjoe Key. successfully managed and designed • Additional services provided will be site plan review,civil engineering, landscape architecture,and FDOT various development programs Review and Florida Green Build criteria.The building will be designed to meet or exceed Florida Green Building including commercial/retail,mixed- Coalition(FGBC)standards. use,office,financial,industrial,and residential projects. Ilker has been City of Lake Worth Office Addition instrumental in the development and • CPH provided design and construction related services for this interior renovation design which consisted of the maintenance of the development removal of a janitor's room and combination of that area with the existing storage room to create a new office in program for one of CPH's large the City of Lake Worth Water Plant. national retail clients. Ilker manages all phases of development from Public Works and Waste Management 58th Street Master Plan Schematic Design through to • Master plan conceptual design for a 42+acres portion of the existing Public Works and Waste Management site Construction Administration for new • Provided space programming,concept design,and master planning of public works/waste services complex. facilities,redevelopment,and ADA • The project included reconfiguration of site,moving existing buildings,and has components such as compliance. Located in our Miami administration offices,fuel and hazard waste storage, materials storage,vehicle storage,and vehicle office, Ilker is specially skilled in South maintenance facilities. Florida design challenges and permit expediting. Government Center Station Entrance Doors • CPH provided services to Miami Dade Transit in Miami-Dade County for modification to existing platform entry and emergency exit doors on Levels I, II and III of Government Center Station. • Services provided included studies and schematic design,design development,construction documents and Education permitting, bidding phase services,and administration of the construction contract and warranty phase. M.A.- Yildiz Technical University B.A.-Yildiz Technical University McDonald's USA Corp.—New and Rebuid Store Program Florida Atlantic University(Non • Responsible to oversee prototypical design program in various communities Degree Courses) • Provide building design construction documents, coordination with all desiplines including civil,and construction administration. McDonald's USA Corp.—Major Remodel Program Licenses I certifications • Oversee and assist with design in various communities. Registered Architect—FL(No. • Provide construction documents and construction administration. AR95507) • Coordinate with kitchen designe, interior designer signage manufactor and miscellaneous building finish LEED AP BD+C specialities. McDonald's USA Corp.—ADA Remodel Program • Oversee and assist with providing design and construction documents for full ADA accessible facilities. Key Strengths • Architectural Project Management CVS Pharmacy,Inc.—New Store Program • Design/Build • Responsible for developing architectural prototype for new stores in Puerto Rico market. • Retail/Office planning • Responsible for managing engineering coordination. • Condominium Development • Assists in site design&prototype selection. • Medical/Healthcare Facilities • Responsible for architecture&engineering coordination of design,construction drawings and permitting. • Financial Institutions • Responsible for FEMA flood proofing design of stores in flood zones. • Industrial/Warehouse Facilities • Completed over 20 new prototypical and atypical new stores in Puerto Rico. • Restaurant Design • Educational Facilities CVS Pharmacy,Inc.—Special Projects • Sustainable Design • Responsible for reviewing accessibility and ADA improvements, minute clinic installations, pharmacy • Retrofits and Renovations expansions,photo lab&general retail area improvements. • Manages design and of remodel construction drawing production&coordination of civil, structural,mechanical, &electrical engineering for construction&permitting. 0 / • Completed 5 stores(2014)with over 30 projects currently in progress throughout Florida,to be complete fall 2015. 22 JOHN R. BAER, AIA, NCARB, LEED s_, AP BDC, GGP Principal Architect ao Total Years of Experience•12 Years with(PH Similar Project Experience Mr. Baer serves as CPH's Director Shoppes at the Fountains of Architecture for the firm's work • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains in the United States and Puerto Shopping Center in Plantation, Florida. Rico. He has more than 40 years of • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction experience in the master planning, of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. design,and permitting of public • New streetscape retail was designed to transform the center into a new and exciting shopping destination. and private architectural projects. TGK Booking Center-Miami-Dade County John has successfully managed • Provided civil,architectural,and surveying services and designed various development • Performed a design study to create a centralized booking area in the existing Turner Guilford Knight programs including commercial/retail, Correctional Center mixed-use,office,financial,industrial, • Created separate entrances for law enforcement officers(LEDs)and inmates and educational projects.John leads • Provided a conceptual plan that converted an existing covered parking garage into a secured bus drop-off area and manages a very talented team of for the inmates architects,engineers,designers and • Created a concept plan for a Sally Port and secured parking area for the LEOs coordinators. He constantly works to • Prepared construction documents for the project streamline process and reduce cost to • The construction documents included plans for demolition,grading, site dimensioning,structural and electrical help clients maximize return on their work. investments. Jackson Memorial Hospital Renovations Education • Civil Engineering Service B.S.in Architectural Studies, • Construction of Jackson Memorial Hospital the County's medical campus University of Milwaukee,Wisconsin • The project included the coordination of landscape and hardscape improvements for the construction of the A.S.in Civil Structural Technology, hospital's new park. Northwest Technical Institute Sanford Civic Center Building Leadership Excellence: Dale • CPH was commissioned by Sanford's Community Development Agency to provide conceptual plans for a Carnegie Training new"Civic Center". This proposed 18,000 square foot facility will replace the existing civic center located on Seminole Boulevard which borders Fort Mellon Park and Lake Monroe. licenses I Certifications • The new facility will expand present inventory of meeting rooms and flexible banquet areas for public use in the Registered Architect FL(No. range of 500-700 people. Specific meeting rooms and offices will be provided for senior citizens. AR93193) Spec Martin Stadium Design Criteria Package—City of DeLand LEED Accredited Professional • Was selected by the City of DeLand for the Spec Martin Stadium Improvements Design/Build Criteria Package American Institute of Architects • The project required the development of the design/build criteria package and professional services to assist Green Globes Professional the City during the selection process National Council of Architectural • Included a new press box,training room and locker room additions Registration Boards • The stadium will be used by the local high school as well as Stetson University;therefore,the stadium Florida Green Building Coalition improvements were designed to meet collegiate level demands Key Strengths West Leesburg Neighborhood Resource Center • Architectural Project Management • CPH was commissioned to design a new 9,000 s.f., Neighborhood Resource Center for the City of Leesburg. • Retail/office planning •• CPH is responsible for full design services including survey,civil,landscape,architectural and MEP. • Condominium Development The Center will include meeting room spaces for large and small groups,a computer lab,office space for local • Financial Institutions community service providers,conference rooms for miscellaneous social groups,and a Kitchen/Café facility. • Industrial/Warehouse Facilities DeBary Public Safety Complex • Restaurant Design • Architectural design and construction documents for a 5,600 square foot Public Safety Complex including • Chapel/Mausoleum/Funeral Homes offices and operational facilities for local law enforcement. • Education • The style of the building uses colonial detailing with a"temple front"facade,divided light windows, pitched roof, • Assisted Living/Nursing Homes stone wainscot and white trims. • Parks • Provided site civil and master planning for future development. 0 � 23 1. BING LIV, IIProject Architect J •J F1? j pk • 15 Total Vears of Experience • 13 Years with CPH 4 / Similar Project Experience Jackson Memorial Hospital Renovations • Civil Engineering Service Bing has more than 13 years of • Construction of Jackson Memorial Hospital the County's medical campus architectural design experience in • The project included the coordination of landscape and hardscape improvements for the construction of the retail,light industrial,commercial hospital's new park. interiors and project estimating. Remodel and Expansion of the West Melbourne Police Department Bing currently manages projects • CPH was awarded the contract for the Remodel and Expansion of the West Melbourne Police Department in through all phases of development 2016. from Schematic Design through • The existing 10,200 s.f.building will be increased by 9,500 s.f. including the addition of new offices,a training to Construction Administration for room and evidence storage. large national clients including • The existing building will have a new entrance canopy and facade to match the addition. CPH will reconfigure McDonald's and CVS. Bing efficiently the interior rooms for larger locker rooms and offices for police operations. and effectively manages prototype designs, rollout and programming. Sanford Airport Terminal B Expansion He oversees construction document • As part of our Master Services Agreement with the Sanford Airport Authority, CPH was tasked with the Terminal preparation and assists with permit Expansion project to support the current growth of passenger traffic. expediting. Bing is experienced • The$42 million expansion includes the terminal departure consolidation from a dual terminal check-in. in new store and existing facility The improvements also include new consolidated loading and unloading facility,curbside transportation redevelopment including ADA improvements,a covered baggage drop off,apron addition,four new gates, parking lot improvements. terminal compliance upgrades and remodels building improvements and renovation,as well as transportation improvements that include a new traffic signal for various types of commercial and alternate entrances to the parking lots. development. West Leesburg Neighborhood Resource Center • CPH was commissioned to design a new 9,000 s.f., Neighborhood Resource Center for the City of Leesburg. • CPH is responsible for full design services including survey,civil,landscape,architectural and MEP. Education • The Center will include meeting room spaces for large and small groups,a computer lab,office space for local community service providers,conference rooms for miscellaneous social groups,and a Kitchen/Café facility. M.S.in Architecture, University of Immokalee Farmer's Market—Florida Agricultural Department Calgary • Provided architectural and construction inspection services for the storm damage repair B.S. in Art&Design, University of • Evaluation of existing facilities Alberta • Designed three new facilities totaling over 81,000 sq.ft. Wauchula Farmer's Market—Florida Agricultural Department Licenses I Certifications • Provided architectural, survey,civil and construction inspection services • The scope of work included providing assessments,upgrades,repairs, rehabilitations,and expansion of the Registered Architect—FL(96578) facility • Tasked with providing complete evaluation and renovation of the complex,which included approximately 5 buildings in excess of 100,000 total sq.ft. • All facilities were kept in operation during the design and construction process Ked Strengths Cigar Lake Water Pump Station • Municipal/State/Federal • The pump station consists of a 40'x 76'building including a pump room,an electrical room,and a chemical • Commercial feed room • Architecture • The architectural group met with the City and developers and jointly developed a Spanish motif which blends • Space Programming into the local architecture • Interior Design •• The 3,040 sq.ft. pump station building is stucco over concrete block with tile mansard roof • ADA Compliance The building exterior is accented with large archways around the louvers North Pointe Plaza—Staples Improvement • Provided the design for a contemporary pop-up facade clad with the trademark STAPLES"red"tile and landmark corner tower in a neutral colored stucco O • Energy Star level upgrades were implemented including new building envelope insulation,"cool"roofing `t J materials and the installation of high performance heating and cooling equipment • Included new bathrooms,interior partitions floor lighting,carpet,paint and electrical service 24 fi • t JEFF FOSTER, RIA, N(ARB Project Architect 25 Total Years of Experience • 2 Years with (PH Similar Project Experience Jeff has been an architect for over Englewood Warehouse&Maintenance Office 25 years and has worked on an • This is a new facility for Englewood Water District that consists of a new 22,200 SF maintenance warehouse extensive array of projects. Jeff and office building. has been the architect of record on • This project is primarily a pre-engineered metal building with a masonry wainscot along the main entrance. many commercial projects involving • This facility will store non-combustible material.The office component is approx. 10,000 SF and the remaining companies such as Sysco, Nicholas area is in the warehouse. Foods Inc.,HEB,Target, Kentucky • The walls are metal panel and the roof will be standing seam. All associated structural,civil,mechanical, Fried Chicken,TGIF,Jekyll&Hyde plumbing and electrical engineering is included. Restaurant and Albertson's. He has completed work involving tilt-up OUC Warehouse Expansion and Improvements concrete,CMU,steel erection, metal • This is a design-build project for the Orlando Utilities Commission. buildings and stud framing. He has • It consists of a new 9,506 SF pre-engineered metal building warehouse addition that ties into the existing led teams of architects,designers warehouse building for the Orlando Utilities Commission. and engineers toward the successful • This project will also have a new pre-manufactured modular structure located within the existing warehouse. completion of numerous,large scale, This will serve as the new breakroom and restrooms for the facility. commercial projects all across the • All associated structural,mechanical,electrical and civil engineering is included within the design. United States. JEA—Otter Run Water Treatment Plant Renewal&Replacement • CPH is providing Architectural/Engineering services to JEA for the Otter Run Water Treatment Plant Renewal Education and Replacement. BARCH—Bachelor in Architecture • This work include evaluating the existing water treatment facility and make recommendations for upgrading the from the University of Hawaii at existing plant to include a removal and replacement of the high service pumps,above ground storage tanks, Manoa(NAAB accredited) aerator,sodium hypochlorite system and the electrical equipment. Monroe County Fire Station at Cudjoe Key • CPH is providing pre-design phase/programming.Schematic Design, Design Development,Construction Licenses I certifications documents, Bidding and Permitting assistance,and Construction Administration for a new Fire Station on Member of the American Institute of Cudjoe Key. Architecture • Additional services provided will be site plan review,civil engineering, landscape architecture,and FDOT Member of the National Council of Review and Florida Green Build criteria.The building will be designed to meet or exceed Florida Green Building Architectural Registration Boards Coalition(FGBC)standards. Retired United States Naval Reservists Remodel and Expansion of the West Melbourne Police Department Registered Architect—FL(No. • CPH was awarded the contract for the Remodel and Expansion of the West Melbourne Police Department in AR98149) 2016. • The existing 10,200 s.f. building will be increased by 9,500 s.f.including the addition of new offices,a training room and evidence storage. • The existing building will have a new entrance canopy and facade to match the addition. CPH will reconfigure Key Strengths the interior rooms for larger locker rooms and offices for police operations. • Retail and Restaurant • Petroleum and Convenience Aramark/UCF Student Union Renovations Stores, • CPH was contracted by the Aramark Engineering Solutions to provide improvements for(5)new"National • Education Facilities(K-12+ Brand"food vendors in the Student Union building at the University of Central Florida. University) • These(5)food vendors are proposed to be located on the North West corner of the 1st floor of the Student • Office and general commercial Union,adjacent to the catering kitchen area,where the existing food court is currently located. Buildings • CPH will serve as a food service consultant, handing coordination of the(5)"National Brands"design • Hotel/Motel Hospitality development drawings and specifications for the timely completion and permitting of the project, in a cost- • Assembly Buildings effective manner. • Industrial/Processing/Storage • CPH is providing mechanical engineering,electrical engineering,plumbing,fire protection,and structural design Facilities services as part of the larger Student Union project under a separate contract. • Green Sustainable Design McDonald's USA Corp.—Major Remodel Program • Oversee and assist with design in various communities. 0Provide construction documents and construction administration. •• Coordinate with kitchen designe, interior designer signage manufactor and miscellaneous building finish specialities. 25 • JOSE M. ORTIZ, MCE, P.E. Structural Engineer 20 Total Years of Experience • 3 Years with (PH . Similar Project Experience José has over 20 years of experience Monroe County Fire Station—Cudjoe Key in structural engineering design and • CPH is providing pre-design phase/programming,Schematic Design, Design Development,Construction project management. His experience documents, Bidding and Permitting assistance,and Construction Administration for a new 7,500 SF Fire Station encompasses projects of all types and on Cudjoe Key. complexities including commercial) • Additional services provided will be site plan review,civil engineering, landscape architecture,and FDOT retail, hospitals,educational facilities, Review and Florida Green Build criteria. recreational facilities, hotels/resorts, • The building will be designed to meet or exceed Florida Green Building Coalition(FGBC)standards. parking structures,residential,and Cityof Sanford-Civic Center multi story office buildings. The depth • CPH was commissioned by Sanford's Community Development Agency to provide conceptual plans for a of his technical understanding of new"Civic Center". This proposed 18,000 square foot facility will replace the existing civic center located on systems and codes allows him to work Seminole Boulevard which borders Fort Mellon Park and Lake Monroe. with architectural/engineering teams • The new facility will expand present inventory of meeting rooms and flexible banquet areas for public use in the to deliver cost-effective structural range of 500-700 people. Specific meeting rooms and offices will be provided for senior citizens. solutions to meet project goals. Orlando Sanford International Airport-Terminal Expansion Education • As part of our Master Services Agreement with the Sanford Airport Authority,CPH was tasked with the Terminal M.E.in Structural Engineering,Cornell Expansion project to support the current growth of passenger traffic. University •• The$42 million expansion includes the terminal departure consolidation from a dual terminal check-in. B.S. The improvements also include new consolidated loading and unloading facility,curbside transportation B.S. Civil Engineering, Recinto insitario de Mayaguez, UPR improvements,a covered baggage drop off,apron addition,four new gates,parking lot improvements,terminal Univerbuilding improvements and renovation,as well as transportation improvements that include a new traffic signal and alternate entrances to the parking lots. Licenses I Certifications City of Leesburg-West Leesburg Neighborhood Resource Center Professional Engineer—MA(No. • CPH was commissioned to design a new 9,000 s.f., Neighborhood Resource Center for the City of Leesburg. 53075),CT(No. PEN.0031938), •• CPH is responsible for full design services including survey,civil,landscape,architectural and MEP. AL(No.36510-E), FL(No.67920), The Center will include meeting room spaces for large and small groups,a computer lab,office space for local GA(No. PE041327), IN(No. community service providers,conference rooms for miscellaneous social groups,and a Kitchen/Café facility. PE11700647), KY(No.33122), MD Westfield Mall and Theater (No.49955), ME(No.PE15414), • Commissioned to assist with the site plan submission for the proposed theater addition for Westfield Mall MI(No.6201066239),MOO(No.(No. • Involved a 55,000 square foot expansion to the existing mall along with modification to existing entrances 2017037509), MS(No.28636),NY • Our services also included modification to existing parking lot and traffic patterns, landscape improvement and (No,098270-1), PR(No. 17212), RI civil storm water design. (No.12217),TN(No. 119656) Englewood Warehouse&Maintenance Office Key Strengths • This is a new facility for Englewood Water District that consists of a new 22,200 SF maintenance warehouse • Structural Concrete,Steel,and and office building. Timber Design • This project is primarily a pre-engineered metal building with a masonry wainscot along the main entrance. • SeismicWind Engineering • This facility will store non-combustible material.The office component is approx. 10,000 SF and the remaining • Construction Inspection/Supervision area is in the warehouse. • High Rise Building Design • The walls are metal panel and the roof will be standing seam. All associated structural,civil,mechanical, • Theme Parks plumbing and electrical engineering is included. • Fall Protection Condominio Mont Blanc,San Juan,PR • Failure Analysis&Post Disaster • 12-Story High Rise Building With 2 Level Parking Basement,210,000 S.F.Building Assessment • Assembled drawings/calculations for permitting,Supervised construction process,performed post tension • Structural Evaluation and concrete design,and performed seismic/wind Design Retrofitting @ ° 1ID 26 rah' DRUID I ME[FI, P.E. �v MIEIP Engineer look I g -k �' 11 Total Years of Experience • <1 Year with (PH Similar Project Experience City of Leesburg-West Leesburg Neighborhood Resource Center • Design a new 9,000 s.f., Neighborhood Resource Center for the City of Leesburg. Mr. Melfi serves CPH as the Director • Responsible for full design services including survey,civil,landscape,architectural and MEP/Fire Protection. of the M/E/P Engineering Department, • The Center will include meeting room spaces for large and small groups,a computer lab,office space for local and has over 12 years of engineering community service providers,conference rooms for miscellaneous social groups,and a Kitchen/Café facility. management and design experience. Seminole Science Charter School He has a broad base of experience • CPH converted a religious facility into a complex of spaces at the Seminole Science Charter School. The having designed for Healthcare, various spaces designed included a gymnasium,cafeteria, media center,administrative offices,and classrooms Mission Critical, Hospitality, Retail, for elementary and middle school. Industrial, Educational,and Service • The total enrollment for the charter school is 550 students with a building footprint of 32,065 sq.ft. market sectors. David spent over 6 • The renovated building will be enhanced by two(2)thirty ft.towers with concrete tile roofing at the front façade. years delivering Design Build projects. One of the towers will have a clock at the top and the other tower will accommodate the name of the school. This crafted his ability to effectively implement efficient solutions that Cape Coral SE 47th Terrace Streetscape Improvements optimize value and constructability • CPH was selected by the City of Cape Coral to provide professional design and construction engineering within schedule and budget services for the streetscape improvements of SE 47th Terrace,from Coronado Parkway to Del Prado Blvd. constraints. • The improvements will include sidewalks with pavers,landscaping,road reconstruction, removal of on-street parking to increase the width of the pedestrian area,off-street parking modification,streetlights,traffic analysis Education and calming including adding a roundabout at one of the busiest intersections, raised mid-block pedestrian M.A.in Architectural Engineering, crossings,street furniture,ADA improvements, and drainage modifications/upgrades. Pennsylvania State University • Also includes replacement of existing street lighting with decorative LED street lighting fixtures, utilizing a B.A.in Architectural Engineering, wireless network control of street lighting, providing wireless access points and cameras along the street, Pennsylvania State University addition of fiber optic distribution along the street,as well as providing electrical outlets for landscape lighting and street vendor usage. UCF Student Expansion/Remodel Licenses I Certifications • Providing M/E/P,Structural and Fire Protection Engineering Design Services to Zyscovich Architects for this Professional Engineer—MA(No. expansion/remodel of the UCF Student Union Building on campus. 53494),CT(No.PEN.0032456), FL Boston Medical Center—Boston,MA (No.72405),GA(No.PE042199), • Representative for Integrated Project Delivery(IPD)of the hospital's latest expansion.This project consisted of IL(No.062070018), IN(No. demolition, renovation,and new construction under a tight schedule and budgetary constraints. PE11700645), KY(33112), ME(No. • Duties included value engineering proposals,specification writing,and weekly site visits to hospital campus to PE15413), MI (No.6201066238), MO verify conditions and adapt the design accordingly (No.2017037508), MS(No.28633), • NH(No. 15439), NY(098393-1),RI Washington Adventist Hospital—Silver Spring,MD (No.12332),TN(No. 120793) • Mechanical and Plumbing design services • Offered cost-effective constructability feedback while maintaining performance and efficiency Key Strengths WMATA Greenbelt Commissioning Facility—Greenbelt, MD • Education • Served as Lead Design-Build Mechanical Engineer for Washington Metro's train car commissioning facility. • Healthcare Duties included design analysis,specifications,and floor plan production for a LEED Silver facility on time and • Science&Technology under budget. • Hospitality SAARC(Southern Area Aquatics and Recreation Complex)Silver Spring,MD • Entertainment • The Southern Area Aquatic and Recreation Complex(SAARC)is the first Multi-Generational Community • Project Management Recreational Center in Prince George's County,and will include a natatorium,a gymnasium,a fitness room and • Autodesk Revit flexible programmable space • Autodesk AutoCAD • Lead Mechanical Engineer responsible for the facility's energy studies,lead mechanical design,energy • Carrier HAP management systems,hydronic analysis,heat recovery systems,and integration into the natatorium design • Challenges include maintaining indoor air quality and appropriate humidity levels for the indoor natatorium space 0 • The building achieved a LEED Silver certification in the design National Oceanic and Atmospheric Administration(NOAA)—Geophysical Fluid Dynamics Laboratory27 • Survey and redesign of a supercomputer facility to develop MEPFP drawings. , , . ,,, . ....a. . .. CHRISTOPHER P. COLLINS, P.L. • o Project Engineer s 16 Total Years of Experience •7 Years with CPH • �" .• ,. � Similar Project Experience Mr. Collins serves CPH as Project DDR-Shoppes at the Fountains Manager at the Miami Office.He is • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains responsible for the oversight of our Shopping Center in Plantation, Florida. project's design and engineering • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction infrastructure,grading,drainage, of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. potable water,sanitary sewer • New streetscape retail was designed to transform the center into a new and exciting shopping destination. systems,as well as the preparation Miami-Dade Corrections&Rehab Department-TGK Booking Center-Study and Conceptual Design and processing of permits through • Provided civil,architectural,and surveying services various regulatory agencies. Prior to • Performed a design study to create a centralized booking area in the existing Turner Guilford Knight joining CPH, Mr.Collins worked on Correctional Center projects in various areas including • Created separate entrances for law enforcement officers(LEDs)and inmates numerous residential and commercial • Provided a conceptual plan that converted an existing covered parking garage into a secured bus drop-off area developments, Infrastructure design, for the inmates educational facility re design. • Created a concept plan for a Sally Port and secured parking area for the LEOs • Prepared construction documents for the project • The construction documents included plans for demolition,grading, site dimensioning,structural and electrical Education work. B.S.in Civil Engineering, University of PWWM-Public Works and Waste Management 58th Street Master Plan Central Florida • Master plan conceptual design for a 42+acres portion of the existing Public Works and Waste Management site • Provided space programming, concept design, and master planning of public works/waste services complex. licenses I Certifications • The project included reconfiguration of site, moving existing buildings,and has components such as Professional Engineer—FL(No. administration offices,fuel and hazard waste storage,materials storage,vehicle storage,and vehicle 73819) maintenance facilities. Miami-Dade County-Jackson Memorial Hospital Renovations • Civil Engineering Service Key Strengths • Construction of Jackson Memorial Hospital the County's medical campus • Stormwater Design • The project included the coordination of landscape and hardscape improvements for the construction of the • Paving and Grading Design hospital's new park. • Lift station, hydraulic analysis Lowe's Companies,Miami,FL design • Projects have included site design, intersection improvements,roadway, utility design,parks,and trails. • General site layout and municipal • The team has provided services that include engineering,landscape architecture, planning,traffic engineering, permitting surveying,environmental science,and construction administration. • Project Scheduling/Budgeting • All projects included new or expanded commercial sites. • Construction Specifications • The Lowe's in Miami, FL was a 17-acre site. • Quality Control Review • SWPPP Design and Certification Islamorada Village Wide Wastewater System,Design,Build,Operate(DBO)/lslamorada • Roadway Design • Areas of responsibility included the design and permitting of the vacuum collection system for the Island of Upper Matecumbe Key;vacuum pumping stations for the Islands of South Plantation Key, Upper Matecumbe Key and Lower Matecumbe Key;and low pressure force main collection systems for the Island of Windley Key and portions of Upper Matecumbe Key. • Combined the project consists of 37,410 LF of HDPE pipe ranging in size from 1 1/4-6".The team provided a complete system design including plan and profile drawings of each pipe run.The team conducted system hydraulics calculations using Sewercad.The team provided limited CEI services for this portion of the project. 001 28 �• r JASON L. JAMES, RE 41. Project Engineer 11 Total Years of Experience •11 Years with (PH ,#,000001, Similar Project Experience Mr.James serves CPH as Project PWWM-Public Works and Waste Management 58th Street Master Plan • Master plan conceptual design for a 42+acres portion of the existing Public Works and Waste Management site Engineer. He is responsible for • design and engineering infrastructure, • Provided space programming, concept design,and master planning of public works/waste services complex. grading,drainage,potable water, The project included reconfiguration of site,moving existing buildings,and has components such as sanitary sewer systems,as well as the administration offices,fuel and hazard waste storage, materials storage,vehicle storage,and vehicle preparation and processing of permits maintenance facilities. through various regulatory agencies. Miami-Dade County-Jackson Memorial Hospital Renovations • Civil Engineering Service • Construction of Jackson Memorial Hospital the County's medical campus Education The project included the coordination of landscape and hardscape improvements for the construction of the B.S. in Civil Engineering, University of hospital's new park. Central Florida,2005 DDR-Shoppes at the Fountains • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Licenses I Certiflcations Shopping Center in Plantation, Florida. Professional Engineer—FL(No. • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction 76936) of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. • New streetscape retail was designed to transform the center into a new and exciting shopping destination. Monroe County Fire Station—Cudjoe Key Key Strengths • CPH is providing pre-design phase/programming,Schematic Design, Design Development,Construction • Commercial Land Development documents, Bidding and Permitting assistance,and Construction Administration for a new 7,500 SF Fire Station • General Site Planning on Cudjoe Key. • UtilitiesDesign • Additional services provided will be site plan review,civil engineering,landscape architecture,and FDOT • Permitting Review and Florida Green Build criteria. • The building will be designed to meet or exceed Florida Green Building Coalition(FGBC)standards. Miami-Dade Corrections&Rehab Department-TGK Booking Center-Study and Conceptual Design • Provided civil,architectural,and surveying services • Performed a design study to create a centralized booking area in the existing Turner Guilford Knight Correctional Center • Created separate entrances for law enforcement officers(LEDs)and inmates • Provided a conceptual plan that converted an existing covered parking garage into a secured bus drop-off area for the inmates • Created a concept plan for a Sally Port and secured parking area for the LEOs • Prepared construction documents for the project • The construction documents included plans for demolition,grading,site dimensioning,structural and electrical work. Islamorada Village Wide Wastewater System,Design,Build,Operate(DBO)/Islamorada • Areas of responsibility included the design and permitting of the vacuum collection system for the Island of Upper Matecumbe Key;vacuum pumping stations for the Islands of South Plantation Key,Upper Matecumbe Key and Lower Matecumbe Key;and low pressure force main collection systems for the Island of Windley Key and portions of Upper Matecumbe Key. • Combined the project consists of 37,410 LF of HDPE pipe ranging in size from 1 1/4-6".The team provided a complete system design including plan and profile drawings of each pipe run.The team conducted system hydraulics calculations using Sewercad.The team provided limited CEI services for this portion of the project. 0 29 MAXWELL D. SPANN, PLA, APA, CLARB Landscape Architect 17 Total Years of Experience • 2 Years with (PH Similar Project Experience Mr. Spann serves CPH as a City of Sanford-US 17/92 Riverwalk,Phase III(FDOT LAP) Landscape Architect. He is • CPH provided planning,survey,and design services for a 1.7 mile extension to an existing trail. responsible for planning,design,and • The new extension connects to the previous phase designed by CPH and is the final connection between construction inspection of landscape the 1-4 Corridor with the adjacent Seminole County Rinehart Trail and the downtown Sanford RiverWalk Trail design for CPH projects. Mr.Spann system. has over 17 years of experience in • This project followed the complete streets design elements with the provision of a Multi-Use Trail, Roadway Landscape Architecture,including safety improvements,Traffic Calming design, Roadway&Trail Lighting, Utility Design,Structural Seawall master planned and mixed-use Design, Drainage Improvements/Design , Irrigation Design, Beautification, Hardscape and Landscape Design, developments,municipal ordinance Scenic Overlooks of Lake Monroe,Way-finding Design, Pedestrian Mid-Block Crossings(Rectangular Rapid review and development,community Flashing Beacons),Traffic Studies, Survey,and Wetland Mitigation. amenity design including public and City of Titusville-Hopkins Avenue Landscape and Traffic Signalization Projects(FDOT LAP) private design charette facilitation • CPH provided engineering and landscape architecture for the design and construction of Hopkins Avenue and grant discovery and document Complete Streets.This project consists of construction of sidewalks to fill existing gaps in infrastructure,ADA development. He has extensive improvements,and bus stops for transit related improvements. project management,design and • It will include adjustment of existing roadway cross-sections to accommodate bike lanes in both directions and construction administration experience associated drainage, base,and roadway improvements. for active and passive parks as well • CPH is providing the City of Titusville with a signalization design for the Sycamore Street, Harrison Street, as multi use trail projects. He also has Country Club Drive,and Knox McRae Drive intersections. experience with streetscapes,aquatic • This task will involve 3D Laser surveying,topographic surveying,geotechnical exploration,utility locations facilities and other publiclic works and coordination,utility pole clearances,traffic analysis and signal design,traffic control plans,permitting projects. assistance,bidding assistance,and construction administration services including CEI. Cape Coral SE 47th Terrace Streetscape Improvements Education • CPH was selected by the City of Cape Coral to provide professional design and construction engineering Bachelor of Landscape Architecture, services for the streetscape improvements of SE 47th Terrace,from Coronado Parkway to Del Prado Blvd. Kansas State University • The improvements will include sidewalks with pavers,landscaping,road reconstruction, removal of on-street parking to increase the width of the pedestrian area,off-street parking modification,streetlights,traffic analysis and calming including adding a roundabout at one of the busiest intersections,raised mid-block pedestrian crossings,street furniture,ADA improvements, and drainage modifications/upgrades. Licenses I Certifications • CPH is also designing the utility upgrades/modifications including a new upsized watermain,new forcemain, Professional Landscape Architect—FL and a new reclaimed watermain. Design services will also include modifications to the City's Club Square,such (No.6666780) as added sidewalks,bio-retention swales,entrance feature,ADA improvements, landscaping,and streetlights. CLARB Certified FL No.31691 City of Sanford-Historic Goldsboro Boulevard Streetscape American Planning Association, • CPH provided planning,design,and permitting services to the City of Sanford for the redevelopment of Historic American Public Gardens Association Goldsboro Boulevard. Florida Chapter ASLA—Orlando • The project included the design of streetscape improvements for the corridor from William Clark Avenue to Section Chair South Persimmon Avenue. • The streetscape design includes new parallel parking, landscape bulb-outs,street and pedestrian lighting, reconstruction of the sidewalks, repaving of the roadway,drainage improvements,and pedestrian crossings. Key Strengths City of Orlando•W.Central Blvd.Sanitary Sewer Replacement and Streetscape Design/Build • Hospitality • Garney Construction along with CPH was selected by the City of Orlando for the$6.5 million dollar Design/Build • Mixed Use Retail project in downtown Orlando • Multi-Use Trail Projects • The primary purpose of the project is to upsize the existing gravity sewer line on Central Blvd. between Glenn • Parks and Open Space Ln.and Garland Ave.to serve the future MLS Stadium and Sports Entertainment District • Community Redevelopment • Additional improvements include rebuilding the roadway including removal of the underlying brick, placing all • Municipal Planning overhead utility lines underground,two mast arm traffic signals,and landscape/hardscape features including • Streetscape and Corridor street lighting, brick paver walkways,and street furniture Munic • Municipal&Institutional @ ° g 30 THOMAS J. GALLOWAY, PSM Protect Surveyor 21 Total years of Experience •16 years with (PH Similar Protect Experience Mr.Galloway has over 27 years of Shoppes at the Fountains experience in the surveying and • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains mapping profession,and has a Shopping Center in Plantation, Florida. Bachelor of Science of Surveying • The project included the demolition of approximately 200.000 sq.ft.of existing retail space for the construction and Mapping from the University of of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. Florida. His experience ranges from • New streetscape retail was designed to transform the center into a new and exciting shopping destination. working in the field and office on Immokalee Farmer's Market—Florida Agricultural Department small to large development projects, • Provided architectural and construction inspection services for the storm damage repair to serving as Party Chief/Survey • Evaluation of existing facilities CAD Technician, Project Manager • Designed three new facilities totaling over 81,000 sq.ft. and Survey Survey Manager. Mr.Galloway has served as Principal and Director Wauchula Farmer's Market—Florida Agricultural Department of the Surveying Division of the firm • Provided architectural, survey,civil and construction inspection services since its establishment in 2001. He • The scope of work included providing assessments,upgrades,repairs,rehabilitations,and expansion of the has overseen the department's growth facility from two survey crews to managing • Tasked with providing complete evaluation and renovation of the complex,which included approximately 5 the current seven survey crews. buildings in excess of 100,000 total sq.ft. Additionally he has been personally • All facilities were kept in operation during the design and construction process involved in over 2,500 surveys while at CPH. Westside Community and Recreation Center • Expanded an existing 7,900 sq.ft.structure with the addition of a 10,400 sq.ft.gymnasium,game room Education addition and storage mezzanine B.S.in Surveying and Mapping, • Remodeled the existing gym into a multipurpose room,work out area and conference room University of Florida • Both the men's and the women's restrooms were upgraded for handicapped accessibility and the existing kitchen was completely gutted and redesigned • Included a new welcoming reception area, refurbished staff offices,computer room and locker room with a playful color scheme Licenses I Certifications North Port Medical Clinic-Project Surveyor Professional Surveyor&Mapper FL • 7,084 sq.ft. building increased an additional 5,062 sq.ft. (No.LS6549) • Expansion included new exam rooms,offices,record storage,auxiliary storage,and new reception area NCEES Council#1291) • Designed to achieve LEED Silver Accreditation • Energy efficient technologies including water chiller,cooling system, LED lighting, high efficiency filtration system and use of sustainable materials Key Strengths Jackson Memorial Hospital Renovations • Surveying and Management • Civil Engineering Service • Highway Projects • Construction of Jackson Memorial Hospital the County's medical campus • Land Development • The project included the coordination of landscape and hardscape improvements for the construction of the • Commercial and Private Projects hospital's new park. • Municipal Projects 151 0 Aai 31 AMY E. DALY, LEED AP A Environmental Scientist 24 Total Years of Experience •13 Years with (PH jig I Similar Project Experience Mrs. Daly serves CPH as principal Shoppes at the Fountains environmental scientist.She has 24 • CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains years of environmental consulting Shopping Center in Plantation, Florida. experience with project management, • The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction environmental resource assessments, of new anchor tenants including Dick's Sporting Goods and Jo Ann's Fabrics. wetland delineation, permitting, • New streetscape retail was designed to transform the center into a new and exciting shopping destination. mitigation design and implementation, DeLand New Public Works Complex land management,habitat mapping, • CPH provided architectural and engineering services jurisdictional determinations,wetland • 12,800 sq.ft.building pre-engineering single story metal building functional analyses, protected wildlife surveys and management Springhill Boys and Girls Club programs,field survey design and • CPH provided architectural and engineering services for the new Boys and Girls Club building constructed in habitat restoration,tortoise surveys, Spring Hill permitting and relocation including • Included a 2,700 sq.ft.free-standing masonry building with a pre-engineered wood truss roof with architectural commensal species. Mrs. Daly has fiberglass shingle roofing served as an expert witness on • The other functions of the building are various sizes of Activity Rooms,a Media Center,a Break Room and an various environmental matters for Administration Office condemnation proceedings. • The ancillary rooms include ADA Restrooms and a Mechanical/Electrical Room Education Westside Community and Recreation Center M.B.A., FMU,Summa Cum Laude • Expanded an existing 7,900 sq.ft.structure with the addition of a 10,400 sq.ft.gymnasium,game room B.S. in Biological Sciences, Florida addition and storage mezzanine State University •• Remodeled the existing gym into a multipurpose room,work out area and conference room Both the men's and the women's restrooms were upgraded for handicapped accessibility and the existing kitchen was completely gutted and redesigned • Included a new welcoming reception area, refurbished staff offices,computer room and locker room with a Licenses I Certifications playful color scheme U.S.Army Corps of Engineers IvyLane Recreation Park Wetland Delineator, Florida Unified • The Park includes two entrance arbors, paved walkways, picnic shelters and a group pavilion. Mitigation Methodology Course, • Site furnishings consisted of wood park benches with powder coated steel frames,complementary litter FDEP Certified Stormwater Inspector, receptacles,extra heavy picnic table and multi-level park grills Prescribed Burner,Authorized Gopher • The column base was finished with cultured stone veneer Tortoise Agent(GTA-09-00145E), • The roof construction was standing seam metal roofing with Kynar 500 finish on Plywood sheathing over pre- LEED Accredited Professional engineered roof trusses, bearing on steel beams Bayside Lakes Shopping Center Key Strengths • Consists of two(2)buildings totally 25,000 sq.ft.each • Ecological Assessments • Each building is constructed in masonry walls with stucco finish and has three(3)towers with standing seem • Environmental Permitting metal roofing • Mitigation Program Design Children's Lighthouse • Wetland Delineation • 13,183 square foot multipurpose facility in Winter Garden, FL • Land Management • Features a brightly painted"lighthouse"tower over the entry that has become a community landmark • Consumptive Use Permitting • Each of the ten classrooms has easy access to the spacious 200 seat worship space with a stage Jackson Memorial Hospital Renovations • Civil Engineering Service • Construction of Jackson Memorial Hospital the County's medical campus • The project included the coordination of landscape and hardscape improvements for the construction of the hospital's new park. Oib 32 CPH has quiddy become a leader in architecture,urban design,and interior space design.The team is fully staffed to provide Architecture,Urban Planning and Design,LEEDOAnayss and Design,Master Planning,Interior Design,Urban Desgn,Programing,Space Needs Assessment and Planning,Cost Estimating,and Program Management services. Projects indude:Retail/Commercial,Renovations,Healthcare,Hospitality,Mixed-use,Municipal Buildings(Police/Fire).Religious Facilities,Senior Living Facilities,Multi-Family, Warehouse,and Industrial Fadlities.Our projects similar in scope are included in the chart below. KEY PERSONNEL 111 111101101 w ojec! hams Descriptem'Me.. Design Cost Government Center Station-Entrance Doors 165 LF of storefront at platform entry&11 pairs of emergency egress doors 530,000 X X X X X X City of Fort Myers Comprehensive Needs Assessment/Building Assessment for(5)buildings in Fort Myers $28,900 X X X Evaluation Project Remodel and Expansion of the West Melbourne Police Existing 10,200 SF building to be increased by 9,500 SF $112,120 X X X X X X Department Sanford Civic Center Proposed 18,000 SF facility $49,250 X X X Orlando Sanford International Airport Terminal Expansion The$42 million expansion includes the terminal departure consolidation from a dual terminal check-in. $3,331,510 X X X X X X West Leesburg Neighborhood Resource Center Design of a new 9.000 SF Resource Center $127,000 X X X X X X X Englewood Warehouse&Maintenance Office 22,000 SF Maintenance Warehouse&Office Building $198,430 X X X X X X Monroe County Fire Station-Cudjoe Key New 7,500 SF Fire Station on Cudjoe Key $267,350 X X X X X X X X X X OUC Warehouse Expansion and Improvements New 9,506 Pre-Engineered Metal Building Warehouse 958,200 X X X X X X Addition DeBary Central Fire Station New 8,000 SF masonry,stucco and brick accented $150,000 X X X X X X X building City of Lake Worth-Office Addition Conversion of existing porch to office space $20,525 X X X X X DeBary Public Safety Complex New 5,600 SF Public Safety Complex including offices $112,975 X X X X X X X and operational facilities for local law enforcement Proposed 3-Story Mayfair Hotel Remodel Upgrade if existing 60,000 SF hotel into a quality,high- $22,800 X X X X X X standard hotel Cityof Winter Springs New Public Works FacilityNew 4,900 SF office building for the City of Winter Springs $44,000 X X X X X X X X X • .w-.., R�• n .' Via,..., --- a -_- o,.k„«..Expansion [Mary r<,.»iArt r,... o....,Pubic s..«x.«.w 33 ARCHITECT - ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS 1.TITLE AND LOCATION(City and State) PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS City of Miami Beach 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER RFQ 2018-141-ND B.ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE DAVID A.GIERACH, P.E.,CGC, PRESIDENT 5.NAME OF FIRM CPH, INC. 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS 305.274.4805 305.274.4807 info• c e hco •.com C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) =0 10.ADDRESS 11. ROLE IN THIS CONTRACT 8t 9. FIRM NAME m . -, CPH,Inc. 1992 SW 1st Street a. X [X]CHECK IF BRANCH OFFICE Miami, FL 33135 Architecture b. [ ]CHECK IF BRANCH OFFICE c. [ ]CHECK IF BRANCH OFFICE d. [ ]CHECK IF BRANCH OFFICE e. [ ]CHECK IF BRANCH OFFICE f. [ ]CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM [X] Please See Next Page AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.3/2013) 34 D.ORGANIZATIONAL CHART OF PROPOSED TEAM City of Miami Beach PRINCIPAL-IN-CHPROGRAM MANAGER David A.Gierach,P.E.,CGC Todd H.Hendrix.,P.E.,CGC ARCHITECT-OF-RECORD Ismail Ilker Uzun,AIA,LEED AP BD+C STRUCTURAL ARCHITECTURE M/E/P Jose M.Ortiz,MCE,P.E. John A.Baer,AIA, NCARB,LEED AP David J.Melfi,P.E. BD+C,GGP Jeff Foster,AIA,NCARB Bing Liu,AIA,NCARB SITE CIVIL/ PERMITTING LANDSCAPE ARCHITECTURE ENVIRONMENTAL Christopher P Collins,P.E. Maxwell D.Spann,PLA,APA,CLARB Amy E.Daly,LEED AP Jason L.James,P.E. SURVEY Thomas J.Galloway,PSM 35 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE David A. Gierach,P.E.,CGC Principal-in-Charge a.TOTAL b.WITH CURRENT FIRM 34 30 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. in Environmental Engineering, University of Florida Professional Engineer—FL(No. 38642) General Contractor License—FL(No. 060789) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Government Center Station Entrance Doors PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2013 2013 a (3)BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-in-Charge- CPH provided services to Miami Dade Transit in Miami-Dade County for modification to existing platform entry and emergency exit doors on Levels I, II and III of Government Center Station. Services provided included studies and schematic design, design development, construction documents and permitting, bidding phase services, and administration of the construction contract and warranty phase. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Monroe County Fire Station—Cudjoe Key PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Monroe County, FL Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Principal-in-Charge- CPH is providing pre-design phase/programming, Schematic Design, Design Development, Construction documents, Bidding and Permitting assistance,and Construction Administration for a new 7,500 SF Fire Station on Cudjoe Key. Additional services provided will be site plan review, civil engineering, landscape architecture, and FDOT Review and Florida Green Build criteria.The building will be designed to meet or exceed Florida Green Building Coalition (FGBC)standards. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Spring Hill Boys and Girls Club PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Deland, FL 2012 2012 c. (3)BRIEF DESCRIPTION(Boef scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-in-Charge-CPH provided architectural and engineering services for the new Boys and Girls Club building constructed in Spring Hill. U.S. Rep. John Mica rallied for approximately 5 years to raise funds and approval for the new building. CPH designed a 2,700 sq.ft.free-standing masonry building with a pre-engineered wood truss roof with architectural fiberglass shingle roofing.The Building is twice the size of the previous plan. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Shoppes at the Fountains PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Plantation, FL 2009 2012 d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-in-Charge- CPH provided survey, civil, architectural, and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida.The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. New streetscape retail was designed to transform the center into a new and exciting shopping destination. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED TGK Booking Center-Study and Conceptual Design Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2012 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal-in-Charge-The Miami-Dade Corrections and Rehabilitations Department requested that CPH perform a design study for them to create a centralized booking area in their existing Turner Guilford Knight Correctional Center. In order to establish a centralized booking area, separate entrances for law enforcement officers(LEDs)and inmates had to be created. STANDARD FORM 330(REV.3/2013) 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 Todd H. Hendrix,P.E.,CGC Program Manager a.TOTAL b.WITH CURRENT FIRM 19 19 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.S. in Civil Engineering, Florida International University, 1998 Professional Engineer—FL(No. 66794) B.S. in Civil Engineering, Florida International University, 1996 General Contractor License—FL(No. 1518490) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study Miami-Dade County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2012 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager-CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering, architecture, arborist and landscape architecture. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Government Center Station Entrance Doors PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2013 2013 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager-CPH provided services to Miami Dade Transit in Miami-Dade County for modification to existing platform entry and emergency exit doors on Levels I, II and III of Government Center Station. Services provided included studies and schematic design, design development, construction documents and permitting, bidding phase services, and administration of the construction contract and warranty phase. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Monroe County Fire Station—Cudjoe Key PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Monroe County, FL Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Project Manager - CPH is providing pre-design phase/programming, Schematic Design, Design Development, Construction documents, Bidding and Permitting assistance,and Construction Administration for a new 7,500 SF Fire Station on Cudjoe Key. Additional services provided will be site plan review, civil engineering, landscape architecture, and FDOT Review and Florida Green Build criteria.The building will be designed to meet or exceed Florida Green Building Coalition(FGBC)standards. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Shoppes at the Fountains PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Plantation, FL 2009 2012 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager-CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida.The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. New streetscape retail was designed to transform the center into a new and exciting shopping destination. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED TGK Booking Center-Study and Conceptual Design PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2012 2012 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager - The Miami-Dade Corrections and Rehabilitations Department requested that CPH perform a design study for them to create a centralized booking area in their existing Turner Guilford Knight Correctional Center. In order to establish a centralized booking area,separate entrances for law enforcement officers(LEDs)and inmates had to be created. STANDARD FORM 330(REV.3/2013) 37 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Ismail Ilker Uzun,AIA, LEED AP BD+C Architect-of-Record a.TOTAL b.WITH CURRENT FIRM 27 3 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.A.-Ylldlz Technical University Registered Architect—FL(No.AR95507) B.A.-Yildiz Technical University LEED AP BD+C Florida Atlantic University(Non-Degree Courses) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Monroe County Fire Station—Cudjoe Key PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Monroe County, FL Ongoing Ongoing a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect - CPH is providing pre-design phase/programming, Schematic Design, Design Development, Construction documents, Bidding and Permitting assistance,and Construction Administration for a new 7,500 SF Fire Station on Cudjoe Key. Additional services provided will be site plan review, civil engineering, landscape architecture, and FDOT Review and Florida Green Build criteria.The building will be designed to meet or exceed Florida Green Building Coalition (FGBC)standards. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Lake Worth Office Addition PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Worth, FL 2017 2017 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect- CPH provided design and construction related services for this interior renovation design which consisted of the removal of a janitor's room and combination of that area with the existing storage room to create a new office in the City of Lake Worth Water Plant. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Public Works and Waste Management 58th Street Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2014 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Project Architect-Miami Dade County requested to have a master plan conceptual design for a 42+acres portion of the existing Public Works and Waste Management site located on 8795 NW 58th Street in Miami-Dade County, Florida. CPH took the lead role as the project planner for the County,handling the master planning and coordination of regulatory agency meetings to assure the timely completion of the project in a cost effective manner. CPH provided space programming, concept design, and master planning of public works/waste services complex. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Government Center Station Entrance Doors PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2013 2013 d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-CPH provided services to Miami Dade Transit in Miami-Dade County for modification to existing platform entry and emergency exit doors on Levels I, II and Ill of Government Center Station. Services provided included studies and schematic design, design development, construction documents and permitting, bidding phase services, and administration of the construction contract and warranty phase. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED McDonald's USA Corp.—New and Rebuid Store Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Various Locations, FL Ongoing Ongoing e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect - Responsible for overseeing prototypical design program in various communities; providing building design construction documents, coordination with all desiplines including civil, and construction administration. STANDARD FORM 330(REV.312013) 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 John A. Baer,AIA, NCARB, LEED AP BD+C, Principal Architect a.TOTAL b.WITH CURRENT FIRM GGP 40 12 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. in Architectural Studies, University of Milwaukee Registered Architect—FL(No. 93193) A.A. in Civil Structural Technology, Northwest Technical Institute LEED Accredited Professional 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Shoppes at the Fountains PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Plantation, FL 2009 2012 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida.The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. New streetscape retail was designed to transform the center into a new and exciting shopping destination. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Government Center Station Entrance Doors PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2013 2013 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-CPH provided services to Miami Dade Transit in Miami-Dade County for modification to existing platform entry and emergency exit doors on Levels I, II and III of Government Center Station. Services provided included studies and schematic design, design development, construction documents and permitting, bidding phase services, and administration of the construction contract and warranty phase. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Monroe County Fire Station—Cudjoe Key PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Monroe County, FL Ongoing Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Project Architect - CPH is providing pre-design phase/programming, Schematic Design, Design Development, Construction documents, Bidding and Permitting assistance,and Construction Administration for a new 7,500 SF Fire Station on Cudjoe Key. Additional services provided will be site plan review, civil engineering, landscape architecture, and FDOT Review and Florida Green Build criteria.The building will be designed to meet or exceed Florida Green Building Coalition(FGBC)standards. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Library Building Converted into Additional Office Space/Training PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Center 2012 2013 Lake Alfred, FL d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect - The City of Lake Alfred selected CPH to perform architectural design services to convert their old library building into additional office space and a training center for split use by the police and fire departments. The project included the modification of the existing space into 3 private offices, a training room (10-20 persons), conference room, dormitories for four(4)firemen, a connecting door to both the police and fire departments and an IT server room. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Spring Hill Boys and Girls Club PROFESSIONAL SERVICES CONSTRUCTION(If applicable) DeLand, FL 2012 2012 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-CPH provided architectural and engineering services for the new Boys and Girls Club building constructed in Spring Hill. U.S. Rep.John Mica rallied for approximately 5 years to raise funds and approval for the new building. CPH designed a 2,700 sq.ft.free-standing masonry building with a pre-engineered wood truss roof with architectural fiberglass shingle roofing.The Building is twice the size of the previous plan. STANDARD FORM 330(REV.3/2013) 39 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 Bing Liu,AIA, NCARB Project Architect a.TOTAL b.WITH CURRENT FIRM 13 10 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.S. in Architecture, University of Calgary Registered Architect—FL(96578) B.S. in Art&Design, University of Alberta 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED West Leesburg Neighborhood Resource Center Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Leesburg, FL Ongoing Ongoing a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-CPH was commissioned to design a new 9,000 SF, Neighborhood Resource Center for the City of Leesburg. CPH is responsible for full design services including survey, civil, landscape, architectural and MEP. The Center will include meeting room spaces for large and small groups,a computer lab,office space for local community service providers,conference rooms for miscellaneous social groups,and a Kitchen/Café facility. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Orlando-Sanford International Airport-Terminal Expansion PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL Ongoing b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-As part of our Master Services Agreement with the Sanford Airport Authority, CPH was tasked with the Terminal Expansion project to support the current growth of passenger traffic. The$42 million expansion includes the terminal departure consolidation from a dual terminal check-in. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Wauchula Farmer's Market—Florida Agricultural Department PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Wauchula, FL 2005 2007 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm C. Project Architect-CPH was retained to provide architectural and construction inspection services for the storm damage repairs to the State Farmers Market in Wauchula as a result of the hurricanes experienced during the 2004 season. The total amount funded through FEMA was approximately$5 Million. The project was phased in accordance to the grant and funding process to allow reviews by FEMA and allow for funding to be provided for the next design phase. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Immokalee Farmer's Market—Florida Agricultural Department PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Immokalee, FL Ongoing d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-CPH was retained to provide architectural and construction inspection services for the storm damage repairs to the State Farmers Market in Immokalee as a result of the hurricanes experienced during the 2004 season. The anticipated total amount to be funded through FEMA is approximately$5 Million. The project was phased in accordance to the grant and funding process to allow reviews by FEMA and allow for funding to be provided for the next design phase. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sanford Civic Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL 2017 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-CPH was commissioned by Sanford's Community Development Agency to provide conceptual plans for a new "Civic Center". This proposed 18,000 square foot facility will replace the existing civic center located on Seminole Boulevard which borders Fort Mellon Park and Lake Monroe. The new facility will expand present inventory of meeting rooms and flexible banquet areas for public use in the range of 500-700 people. STANDARD FORM 330(REV.3/2013) 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 Jeff Foster,AIA, NCARB Project Architect a.TOTAL b.WITH CURRENT FIRM 25 2 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BARCH—Bachelor in Architecture from the University of Hawaii Registered Architect—FL(No.AR98149) at Manoa (NAAB accredited) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED OUC Warehouse Expansion and Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando, FL 2017 Ongoing a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect - This is a design-build project for the Orlando Utilities Commission. It consists of a new 9,506 SF pre- engineered metal building warehouse addition that ties into the existing warehouse building for the Orlando Utilities Commission. This facility will store non-combustible material. The walls are metal panels with a standing seam metal roof. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Englewood Warehouse&Maintenance Office PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Englewood, FL 2017 Ongoing b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-This is a new facility for Englewood Water District that consists of a new 22,200 SF maintenance warehouse and office building. This project is primarily a pre-engineered metal building with a masonry wainscot along the main entrance. This facility will store non-combustible material. The office component is approx. 10,000 SF and the remaining area is in the warehouse. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Orlando-Sanford International Airport-Terminal Expansion PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL Ongoing C. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-As part of our Master Services Agreement with the Sanford Airport Authority, CPH was tasked with the Terminal Expansion project to support the current growth of passenger traffic. The$42 million expansion includes the terminal departure consolidation from a dual terminal check-in. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Seminole Science Charter School Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Mary, FL 2015 2015 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect - The City of Lake Alfred selected CPH to perform architectural design services to convert their old library building into additional office space and a training center for split use by the police and fire departments. The project included the modification of the existing space into 3 private offices, a training room (10-20 persons), conference room, dormitories for four(4)firemen, a connecting door to both the police and fire departments and an IT server room. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Remodel and Expansion of the West Melbourne Police Department PROFESSIONAL SERVICES CONSTRUCTION(If applicable) West Melbourne, FL 2016 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-CPH was awarded the contract for the Remodel and Expansion of the West Melbourne Police Department in 2016.The existing 10,200 s.f. building will be increased by 9,500 s.f. including the addition of new offices, a training room and evidence storage.The existing building will have a new entrance canopy and facade to match the addition. CPH will reconfigure the interior rooms for larger locker rooms and offices for police operations. STANDARD FORM 330(REV.3/2013) 41 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Jose M.Ortiz, MCE, P.E. Structural Engineer a.TOTAL b.WITH CURRENT FIRM 20 3 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.E. in Structural Engineering, Cornell Professional Engineer—FL(No. 67920) University B.S. in Civil Engineering, Recinto Universitario de Mayaguez, UPR 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED OUC Warehouse Expansion and Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando, FL 2017 Ongoing a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer- This is a design-build project for the Orlando Utilities Commission. It consists of a new 9,506 SF pre- engineered metal building warehouse addition that ties into the existing warehouse building for the Orlando Utilities Commission. This facility will store non-combustible material. The walls are metal panels with a standing seam metal roof. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Englewood Warehouse&Maintenance Office PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Englewood, FL 2017 Ongoing b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer-This is a new facility for Englewood Water District that consists of a new 22,200 SF maintenance warehouse and office building. This project is primarily a pre-engineered metal building with a masonry wainscot along the main entrance. This facility will store non-combustible material. The office component is approx. 10,000 SF and the remaining area is in the warehouse. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Orlando-Sanford International Airport-Terminal Expansion PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL Ongoing C. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer-As part of our Master Services Agreement with the Sanford Airport Authority, CPH was tasked with the Terminal Expansion project to support the current growth of passenger traffic. The$42 million expansion includes the terminal departure consolidation from a dual terminal check-in. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED West Leesburg Neighborhood Resource Center Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Leesburg, FL Ongoing Ongoing d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer-CPH was commissioned to design a new 9,000 SF,Neighborhood Resource Center for the City of Leesburg. CPH is responsible for full design services including survey, civil, landscape, architectural and MEP. The Center will include meeting room spaces for large and small groups,a computer lab,office space for local community service providers,conference rooms for miscellaneous social groups,and a Kitchen/Café facility. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Remodel and Expansion of the West Melbourne Police Department PROFESSIONAL SERVICES CONSTRUCTION(If applicable) West Melbourne, FL 2016 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Structural Engineer-CPH was awarded the contract for the Remodel and Expansion of the West Melbourne Police Department in 2016.The existing 10,200 s.f. building will be increased by 9,500 s.f. including the addition of new offices, a training room and evidence storage.The existing building will have a new entrance canopy and facade to match the addition. CPH will reconfigure the interior rooms for larger locker rooms and offices for police operations. STANDARD FORM 330(REV.3/2013) 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 David J. Melfi, P.E. M/E/P Engineer a.TOTAL b.WITH CURRENT FIRM 11 1 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.A. in Architectural Engineering, Pennsylvania State University Professional Engineer—FL(No. 72405) B.A. in Architectural Engineering, Pennsylvania State University 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Seminole Science Charter School Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Mary, FL 2015 2015 a (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm M/E/P Engineer - The City of Lake Alfred selected CPH to perform architectural design services to convert their old library building into additional office space and a training center for split use by the police and fire departments. The project included the modification of the existing space into 3 private offices,a training room(10-20 persons),conference room,dormitories for four (4)firemen, a connecting door to both the police and fire departments and an IT server room. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED West Leesburg Neighborhood Resource Center Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Leesburg, FL Ongoing Ongoing b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-CPH was commissioned to design a new 9,000 SF, Neighborhood Resource Center for the City of Leesburg. CPH is responsible for full design services including survey, civil, landscape, architectural and MEP. The Center will include meeting room spaces for large and small groups,a computer lab,office space for local community service providers,conference rooms for miscellaneous social groups,and a Kitchen/Café facility. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Monroe County Fire Station—Cudjoe Key PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Monroe County, FL Ongoing Ongoing c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm M/E/P Engineer - CPH is providing pre-design phase/programming, Schematic Design, Design Development, Construction documents, Bidding and Permitting assistance, and Construction Administration for a new 7,500 SF Fire Station on Cudjoe Key. Additional services provided will be site plan review, civil engineering, landscape architecture, and FDOT Review and Florida Green Build criteria.The building will be designed to meet or exceed Florida Green Building Coalition (FGBC)standards. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Orlando-Sanford International Airport-Terminal Expansion PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL Ongoing d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm M/E/P Engineer-As part of our Master Services Agreement with the Sanford Airport Authority, CPH was tasked with the Terminal Expansion project to support the current growth of passenger traffic. The$42 million expansion includes the terminal departure consolidation from a dual terminal check-in. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED OUC Warehouse Expansion and Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando, FL 2017 Ongoing e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm M/E/P Engineer-This is a design-build project for the Orlando Utilities Commission. It consists of a new 9,506 SF pre-engineered metal building warehouse addition that ties into the existing warehouse building for the Orlando Utilities Commission. This facility will store non-combustible material. The walls are metal panels with a standing seam metal roof. STANDARD FORM 330(REV.3/2013) 43 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) • 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Christopher P. Collins, P.E. Site Civil I Permitting a.TOTAL b.WITH CURRENT FIRM 16 7 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. in Civil Engineering, University of Central Florida Professional Engineer—FL(No. 73819) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Shoppes at the Fountains Plantation, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2012 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida.The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. New streetscape retail was designed to transform the center into a new and exciting shopping destination. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Government Center Station Entrance Doors PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2013 2013 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH provided services to Miami Dade Transit in Miami-Dade County for modification to existing platform entry and emergency exit doors on Levels I, II and III of Government Center Station. Services provided included studies and schematic design, design development, construction documents and permitting, bidding phase services, and administration of the construction contract and warranty phase. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Monroe County Fire Station—Cudjoe Key PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Monroe County, FL Ongoing Ongoing c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer - CPH is providing pre-design phase/programming, Schematic Design, Design Development, Construction documents, Bidding and Permitting assistance, and Construction Administration for a new 7,500 SF Fire Station on Cudjoe Key. Additional services provided will be site plan review, civil engineering, landscape architecture, and FDOT Review and Florida Green Build criteria.The building will be designed to meet or exceed Florida Green Building Coalition(FGBC)standards. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Lake Worth Office Addition PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Worth, FL 2017 2017 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH provided design and construction related services for this interior renovation design which consisted of the removal of a janitor's room and combination of that area with the existing storage room to create a new office in the City of Lake Worth Water Plant. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2010 2012 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer -CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering, architecture, arborist and landscape architecture. STANDARD FORM 330(REV.3/2013) 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 Jason L.James, P.E. Site Civil I Permitting a.TOTAL b.WITH CURRENT FIRM 11 11 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. in Civil Engineering, University of Central Florida,2005 Professional Engineer—FL(No. 76936) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Shoppes at the Fountains PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Plantation, FL 2009 2012 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida.The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. New streetscape retail was designed to transform the center into a new and exciting shopping destination. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Government Center Station Entrance Doors PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2013 2013 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH provided services to Miami Dade Transit in Miami-Dade County for modification to existing platform entry and emergency exit doors on Levels I, II and Ill of Government Center Station. Services provided included studies and schematic design, design development, construction documents and permitting, bidding phase services, and administration of the construction contract and warranty phase. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Monroe County Fire Station—Cudjoe Key PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Monroe County, FL Ongoing Ongoing c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer - CPH is providing pre-design phase/programming, Schematic Design, Design Development, Construction documents, Bidding and Permitting assistance,and Construction Administration for a new 7,500 SF Fire Station on Cudjoe Key. Additional services provided will be site plan review, civil engineering, landscape architecture, and FDOT Review and Florida Green Build criteria.The building will be designed to meet or exceed Florida Green Building Coalition(FGBC)standards. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Lake Worth Office Addition PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Worth, FL 2017 2017 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer-CPH provided design and construction related services for this interior renovation design which consisted of the removal of a janitor's room and combination of that area with the existing storage room to create a new office in the City of Lake Worth Water Plant. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2010 2012 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer -CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering, architecture, arborist and landscape architecture. STANDARD FORM 330(REV.3/2013) 45 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 Maxwell D.Spann, PLA,APA,CLARB Landscape Architect a.TOTAL b.WITH CURRENT FIRM 17 2 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Landscape Architecture, Kansas State University Professional Landscape Architect—FL(No. 6666780) CLARB Certified—No. 31691 American Planning Association,American Public Gardens Association Florida Chapter ASLA—Orlando Section Chair 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED DeBary Central Fire Station DeBary, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2017 2017 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect—CPH was recently awarded the DeBary Central Fire Station contract in Volusia County. CPH is responsible for the architecture,structural,landscape,survey, M/E/P,and civil site design. It will be an 8,000+/-square foot masonry, stucco and brick accented building with an apparatus bay built for 3 fire vehicles and dormitories for a shift of 6 fire fighters. The personnel will enjoy a spacious living and dining quarters and the building will serve as a visible landmark for this growing community. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cape Coral SE 47th Terrace Streetscape Improvements Cape Coral, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2016 Ongoing b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-CPH is providing design and construction engineering services for the streetscape improvements of SE 47th Terrace from Coronado Parkway to Del Prado Blvd.The improvements will include sidewalks with pavers, landscaping, road reconstruction, removal of on-street parking,off-street parking modifications, streetlights,traffic analysis and calming, raised mid- block pedestrian crossings, street furniture,ADA improvements, and drainage modifications/upgrades. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sanford Civic Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL 2017 N/A c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect-CPH was commissioned by Sanford's Community Development Agency to provide conceptual plans for a new"Civic Center". This proposed 18,000 square foot facility will replace the existing civic center located on Seminole Boulevard which borders Fort Mellon Park and Lake Monroe. The new facility will expand present inventory of meeting rooms and flexible banquet areas for public use in the range of 500-700 people. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Englewood Warehouse&Maintenance Office PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Englewood, FL 2017 Ongoing d (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Architect-This is a new facility for Englewood Water District that consists of a new 22,200 SF maintenance warehouse and office building. This project is primarily a pre-engineered metal building with a masonry wainscot along the main entrance. This facility will store non-combustible material. The office component is approx. 10,000 SF and the remaining area is in the warehouse. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED W.Central Blvd. Sanitary Sewer Replacement and Streetscape Design/Build PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando, FL 2016 Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Landscape Architect-Garney Construction along with CPH was selected for the$6.5 million dollar Design/Build project in downtown Orlando. The 0.55 mile project included upsizing the existing gravity sewer line on Central Blvd.between Glenn Ln.&Garland Ave. from an 8"sanitary sewer to a 18"&21"sewer system. The upsized sewer will serve the future MLS Stadium and City of Orlando Sports Entertainment District as well as future redevelopment along W. Central Blvd. Additional improvements include complete roadway reconstruction including removal of the underlying brick, addition of left turn lanes at the existing intersections, a new traffic signal with a BRT(Bus Rapid Transit)phase,additional right-of-way and easement coordination, placing all overhead utility lines underground (including the duct bank design), complete Maintenance of Traffic Plans, incorporating landscape/hardscape features including street lighting,trees,decorative crosswalks, and street furniture. STANDARD FORM 330(REV.3/2013) 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 Thomas J.Galloway, PSM Project Surveyor a.TOTAL b.WITH CURRENT FIRM 27 16 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. in Surveying and Mapping, University of Florida Professional Surveyor&Mapper—FL(No.6549) NCEES Council No. 1291 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations, Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study PROFESSIONAL SERVICES CONSTRUCTIONIfa Miami-Dade County, FL 2010 2012 ( pplicable) a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor-CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering, architecture,arborist and landscape architecture. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED DeBary Central Fire Station PROFESSIONAL SERVICES CONSTRUCTION If a DeBary, FL 2017 2017 ( pplicable) b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor—CPH was recently awarded the DeBary Central Fire Station contract in Volusia County. CPH is responsible for the architecture,structural,landscape,survey, M/E/P,and civil site design. It will be an 8,000+/-square foot masonry,stucco and brick accented building with an apparatus bay built for 3 fire vehicles and dormitories for a shift of 6 fire fighters. The personnel will enjoy a spacious living and dining quarters and the building will serve as a visible landmark for this growing community. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Lake Worth Office Addition PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Worth, FL 2017 2017 C. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor-CPH provided design and construction related services for this interior renovation design which consisted of the removal of a janitor's room and combination of that area with the existing storage room to create a new office in the City of Lake Worth Water Plant. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED OUC Warehouse Expansion and Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando, FL 2017 Ongoing d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor - This is a design-build project for the Orlando Utilities Commission. It consists of a new 9,506 SF pre- engineered metal building warehouse addition that ties into the existing warehouse building for the Orlando Utilities Commission. This facility will store non-combustible material. The walls are metal panels with a standing seam metal roof. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Shoppes at the Fountains Plantation, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e Project Surveyor-CPH provided survey,civil,architectural,and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida.The project included the demolition of approximately 200,000 sq.ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. New streetscape retail was designed to transform the center into a new and exciting shopping destination. STANDARD FORM 330(REV.3/2013) 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 Amy E. Daly, LEED AP Environmental Scientist a.TOTAL b.WITH CURRENT FIRM 24 13 15.FIRM NAME AND LOCATION(City and State) CPH, Inc./Miami FL 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.B.A., FMU, Summa Cum Laude Florida Unified Mitigation Methodology Course B.S. Biological Sciences, Florida State University Qualified Stormwater Management Inspector U.S.Army Corps of Engineers Wetland Delineator Prescribed Burner/Authorized Gopher Tortoise Agent(GTA-09- 00145E)/LEED Accredited Professional 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Shoppes at the Fountains PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Plantation, FL 2009 2012 a (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental Scientist-CPH provided survey, civil, architectural, and traffic engineering services for the redevelopment of the Fountains Shopping Center in Plantation, Florida.The project included the demolition of approximately 200,000 sq. ft.of existing retail space for the construction of new anchor tenants including Dick's Sporting Goods and Jo-Ann's Fabrics. New streetscape retail was designed to transform the center into a new and exciting shopping destination. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Spring Hill Boys and Girls Club PROFESSIONAL SERVICES CONSTRUCTION(If applicable) DeLand, FL 2012 2012 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental Scientist-CPH provided architectural and engineering services for the new Boys and Girls Club building constructed in Spring Hill. U.S. Rep. John Mica rallied for approximately 5 years to raise funds and approval for the new building. CPH designed a 2,700 sq.ft.free-standing masonry building with a pre-engineered wood truss roof with architectural fiberglass shingle roofing.The Building is twice the size of the previous plan. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson Memorial Hospital Renovations Study PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, FL 2010 2012 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Environmental Scientist - CPH was contracted by Miami-Dade County to provide services for the Jackson Memorial Hospital Renovation Project. CPH was tasked to prepare design development and construction drawings of the conceptual design prepared by Heery Design of the Alamo Plaza Renovation and the East Entrance Renovation. Professional services provided included surveying, civil engineering, architecture, arborist and landscape architecture. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Westside Community and Recreation Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanford, FL 2010 2010 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Environmental Scientist - CPH expanded an existing 7,900 sq. ft. structure with the addition of a 10,400 sq. ft. gymnasium, game room addition and storage mezzanine.The scope included the remodeling of the existing gym into a multi-purpose room, workout area and conference room. Both the men's and the women's restrooms were upgraded for handicapped accessibility and the existing kitchen was completely gutted and redesigned. Additionally, the project included a new welcoming reception area, refurbished staff offices, and a computer room and locker room with a playful color scheme. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED DeLand New Public Works Complex DeLand, FL 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 e. Environmental Scientist - CPH provided complete architectural, engineering, survey, and landscape design services as a part of this design-build project. The Public Works building was designed to house divisions that included:Administration, Streets, Forestry/Trees, Urban Beautification, Fleet Maintenance,and Stormwater.The Street division is responsible for the maintenance of all City owned roadways and sidewalks, and utilizes this facility as its headquarters for operations. STANDARD FORM 330 (REV.3/2013) 48 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,.or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Government Center Station-Entrance Doors Miami-Dade County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami Dade Transit Ms. Nury Perez 305.884.7578 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH provided services to Miami Dade Transit in Miami-Dade County for modification to existing platform entry and emergency exit doors on Levels I, II and Ill of Government Center Station. Phase I:Studies and Schematic Design—Investigate two(2)options for removing and/or replacing existing manually operated doors based on initial site visits to determine architectural and electrical considerations Phase II: Design Development—Review client preferred option, determine vendors for products and systems and develop drawings and specifications based on the same Phase Ill: Construction Documents and Permitting—Perform architectural and engineering design services required to produce a set of buildable plans accompanied by a specification manual and cost estimate for construction. CPH will respond to and expedite the dry-run permitting process with Miami-Dade County building department Phase IV: Bidding and Award of Contract—Assist client with obtaining bids and evaluating contractor's bids by attending pre-bid conference and bid opening as required. Phase V: Administration of the Construction Contract and Warranty Phase—Review and stamp contractor's shop drawings, provide up to a maximum of five(5)site visits,and review and respond up to twenty(20)contractor's"request for information". Total Area Under Review—Approximately 165 linear feet of storefront at platform entry and 11 pairs of emergency egress doors. NM ' Y 17 4 axx as ra .ria . .! 11 AT AP a. SU a ,A Yi I;� ant 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 49 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 2 Complete one Section F for each project) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Comprehensive Needs Assessment/Building Evaluation Project Fort Myers, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Fort Myers, FL Mr.Scott Musheff 239.321.7257 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH was commissioned to do a building assessment on five buildings for the City of Fort Myers.Three of the buildings under study(Water Treatment Plant, Central and South WWT plant)all contained a dedicated generator building.The general scope of our analysis included the basic description of structure, conditional assessment of physical exterior appearance, visual structural integrity and suitability for continued use. Our assessment report broke down various building components (windows, doors, roofing and exterior façade materials) and noted short and long term items in regard to maintenance and/or replacement.Anticipated replacement cost analysis was also provided as a means for long term budgeting. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 50 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as manyprojects as requested bythe agency,or 10 projects,if not specified. 3 P 1 9 9 Y. P 1 P Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Library Building Converted into Additional Office Space/Training Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lake Alfred, FL 2014 2014 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Lake Alfred Mr.John Deaton, Utilities Director 63.298.5458 24.BRI itE 'IPI•N• PR•J TAND REL VAN Ts HI •NTRA T Include scope,size,and cost The City of Lake Alfred selected CPH to perform architectural design services to convert their old library building into additional office space and a training center for split use by the police and fire departments. The project included the modification of the existing space into 3 private offices,a training room(10-20 persons),conference room,dormitories for four(4)firemen,a connecting door to both the police and fire departments and an IT server room. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 51 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 4 Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Spring Hill Boys and Girls Club(DeLand) DelLand,, FLPROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of DeLand Mr.Joseph Sullivan 386.734.0555 24.BRIEF DE RIPTI•N •F•R•JE TAND RELEVAN E T•THI •NTRA T Include scope,size,and cost CPH provided architectural and engineering services for the new Boys and Girls Club building constructed in Spring Hill. U.S. Rep. John Mica rallied for approximately 5 years to raise funds and approval for the new building. CPH designed a 2,700 sq.ft.free-standing masonry building with a pre-engineered wood truss roof with architectural fiberglass shingle roofing.The Building is twice the size of the previous plan.The Facility includes a large Foyer where the children will gather when they first enter the building.The other functions of the building are various sizes of Activity Rooms,a Media Center,a Break Room and an Administration Office.The ancillary rooms include ADA Restrooms and a Mechanical/Electrical Room. ,... .,... .ikt:;':-00-1000.4)1,014:44' '''' - 1-1.'- .:-ws'..3- :\rte A''�r a9kt 1 440 i ,�. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.312013) 52 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as manyprojects as requested bythe agency or 10 projects,if not specified. 5 P j 4 9 Y P 1 p Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Proposed Three-Story Mayfair Hotel Remodel Sanford, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2017 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Key Performance Hospitality Mngmt Mr. Louis Robbins 407.878.5500 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Scope of work involved building assessment to determine viability to.upgrade the existing three-story building of approximately 80,000 SF of space into the quality of a high standard hotel. Assessment would include inventory of 100 guest rooms,banquet facility,meeting rooms, spa,fitness center,offices, lounge bar, restaurant, kitchen and laundry facility. Site work shall-include expansion of parking lots, perimeter landscape improvements,new swimming pool facility and a new loading dock. ti t I cy tai 11 .��' r• l tI re. e 't. ' . r,,,,i.,..,.likb % .F ,� li 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e, (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV 3/2013) 53 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as manyprojects as requested bythe agency,or 10 projects,if not specified. 6 P 1 4 9 Y. P 1 P Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Sanford Civic Center Sanford, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2017 2017 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Sanford Mr.Jeff Triplett,Mayor 407.261.2800 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH was commissioned by Sanford's Community DevelopmentAgency to provide conceptual plans for a new"Civic Center". This proposed 18,000 square foot facility will replace the existing civic center located on Seminole Boulevard which borders Fort Mellon Park and Lake Monroe. The new facility will expand present inventory of meeting rooms and flexible banquet areas for public use in the range of 500-700 people. Specific meeting rooms and offices will be provided for senior citizens. Prefunction social gathering areas will be complimented by massive exterior covered patios and spacious interior circulation spaces. Provisions will also include landscape alcoves,delivery ports for catered service and abundant parking within the borders of the site. 4, i, 15 it 1m c qt 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 54 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER 7 (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Orlando Sanford International Airport Terminal Expansion Sanford, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Orlando Sanford International Airport Ms. Diane H.Crews 407.585.4000 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) As part of our Master Services Agreement with the Sanford Airport Authority, CPH was tasked with the Terminal Expansion project to support the current growth of passenger traffic. The $42 million expansion includes the terminal departure consolidation from a dual terminal check-in. The improvements also include new consolidated loading and unloading facility,curbside transportation improvements, a covered baggage drop off, apron addition, four new gates, parking lot improvements, terminal building improvements and renovation, as well as transportation improvements that include a new traffic signal and alternate entrances to the parking lots. CPH is providing engineering,surveying,architectural,and MEP services for this project. r` ._.1, m rw- + r- .MAE')illi Soil +a.ir. _ _ R 4 rc., ..,. 1 _ 4.1".. _ 11 I iiit 1 — - 111. . oir- 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 55 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER $(Present as many projects as requested by the agency,.or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED West Leesburg Neighborhood Resource Center Project Leesburg, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Leesburg Mr. Ken Thomas,CRA Manager 352.728.9765 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH was commissioned to design a new 9,000 SF, Neighborhood Resource Center for the City of Leesburg. CPH is responsible for full design services including survey, civil, landscape, architectural and MEP. The Center will include meeting room spaces for large and small groups, a computer lab,office space for local community service providers, conference rooms for miscellaneous social groups, and a Kitchen/Café facility.CPH organized public involvement meetings, in which two key architectural components were identified.The first was to have a community kitchen and café within the building and the second was the need for multifunctional meeting space.Since budget was also a factor, CPH was able to design a café with both indoor and outdoor seating elements while incorporating key infrastructure elements for the commercial kitchen until the equipment could be purchased at a later date.The flexible meeting space was accomplished by designing large meeting rooms with folding partitions to support smaller or larger groups.The end result was a flexible, cost effective, user-friendly neighborhood resource center with the potential for future development when the City needs it. r ,`,,. 1„ .. Ss } a_0 • - — iii i T,. t: 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE c, (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 56 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 9 Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Monroe County Fire Station—Cudjoe Key Monroe County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Monroe County Mr. Doug Sposito 305.292.4429 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH is providing pre-design phase/programming, Schematic Design, Design Development, Construction documents, Bidding and Permitting assistance,and Construction Administration for a new 7,500 SF Fire Station on Cudjoe Key.Additional services provided will be site plan review,civil engineering,landscape architecture,and FDOT Review and Florida Green Build criteria.The building will be designed to meet or exceed Florida Green Building Coalition(FGBC)standards. •9 ® , y I _�,: . ., . 6011111 -.. 6 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a, (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 57 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER 10 • (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Lake Worth-Office Addition Lake Worth, G PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 23.PROJECT OWNER'S INFORMATION • • a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Lake Worth Mr.William Waters,AIA 561.586.1634 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CPH was selected for the Master Plan implementation of an infill park inside the Seminole County Courthouse Complex. Design includes six granite memorial seating area for the military branches, granite memorial wall, bronze statue and bases for fire and police, and multi- use plaza area. CPH provided surveying, site/civil, architectural, and hardscape services as well as value engineering of the master plan to reach the funding levels while maintaining a signature park design. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CPH, Inc. Miami, FL Prime(Design) b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE STANDARD FORM 330(REV.3/2013) 58 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 (From Section E, Block 12) (From Section E,Block 13) completing table.Place"X"under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 David A.Gierach, P.E,CGC Principal-in-Charge X X X X X X X X X X Todd H. Hendrix, P.E.,CGC Program Manager X X X Ismail Ilker Uzun,AIA, LEED AP BD+C Architect of Record X X X John A. Baer,AIA, NCARB,LEED AP Principal Architect X X X X X X X X X X BD+C,GGP Bing Liu,AIA, NCARB Project Architect X X X Jeff Foster,AIA, NCARB Project Architect X Jose M.Ortiz, MCE, P.E. Structural Engineer X X X X X David J. Melfi, P.E. M/E/P Engineer X X X Christopher P.Collins, P.E. Site Civil/Permitting X X X Jason L.James, P.E. Site Civil/Permitting X X X Maxwell D.Spann, PLA,APA,CLARB Landscape Architect X Thomas J.Galloway, PSM Project Surveyor X X Amy E. Daly,LEED AP Environmental Scientist X X 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Government Center Station-Entrance Doors 6 Sanford Civic Center 2 Comprehensive Needs Assessment/Building Evaluation 7 Orlando Sanford International Airport Terminal Expansion Project 3 Library Building Converted into Additional Office Space/ 8 West Leesburg Neighborhood Resource Center Project Training Center 4 Spring Hill Boys and Girls Club(DeLand) 9 Monroe County Fire Station—Cudjoe Key 5 Proposed Three-Story Mayfair Hotel Remodel 10 City of Lake Worth-Office Addition STANDARD FORM 330(REV.3/2013) 59 H.ADDITIONAL INFORMATION (continued) Current Workload and Daily Availability to Handle Scope of Services CPH has reviewed the scope of services and has developed ideas for staffing the projects. Based on our recent experience,and our project manager's experience,we feel comfortable in meeting the scope requirements. Our Miami staff are available to complete the Professional Architectural and Engineering Services Contract for Capital Renewal and Replacement Projects as outlined in the scope of work. CPH has the personnel and resources immediately available to carry the Architectural and Engineering Services Contract for Capital Renewal and Replacement Projects to successful completion. The firm's Miami office can provide approximately 2,720 manhours per month and CPH's corporate monthly availability is approximately 56,000 manhours a month.The CPH Miami office has more than adequate personnel and availability to provide the services to the City of Miami Beach. Methods and Controls to be Utilized to Balance and Maintain Quality, Schedule, and Budget CPH is uniquely qualified to provide design services for the City of Miami Beach.The team located in our Miami office includes engineers, designers,surveyors,environmental scientists and administrative personnel.CPH is currently finishing design services for other clients,but is actively seeking work for our Miami staff.As a result,our staff is available and has the capacity to perform projects as they are assigned. CPH is committed to meeting budget and schedule requirements. CPH has developed a reputation for cost effective, quality-engineering services through a philosophy of strong project management. Operating under aggressive deadlines and close coordination with City Staff, we commit to manage each work assignment under this contract based upon the following philosophies: • By proposing a project manager with similar project experience • Frequently involve City staff in meetings to expedite decision-making. • Utilize e-mail and short memoranda to document progress of construction. Report status of the budget on a monthly basis in report form to City Staff. • Prepare and distribute a Project Specific Workplan which details the following: • What is to be done — Define a scope of services by bringing in the stakeholders up front to discuss the project goals and objectives. • Who is going to do it—Monitor staffing usage, needs and expenditures bi-weekly through our accounting software. • When it will be done—Maintain the Project Schedule using Microsoft Project software for scheduling and tracking. • How much it will cost—Monitor the estimated construction cost using trend reports prepared monthly and based on the most up-to-date data available from published prices and any known quantity revisions for the past month. • How it will be controlled—CPH will strive to provide quality service within the project schedule and require Quality Assurance/ Quality Control (QA/QC) procedures to be identified in the initial internal project kick-off meeting. Time for QA/QC is incorporated into the project schedule,therefore,will not delay project milestones. CPH has developed an extensive QA/QC procedure and incorporates it into each of its projects to ensure client satisfaction. Corporate Workload/Availability The current and projected workload of our team is such that we can provide responsive service to the City of Miami Beach. We are well- staffed, equipped with our nearby location, and believe that we and our team members can provide a high quality, professional service to the City that is completely responsive and cost effective.The graph below depicts our current contracted backlog with no consideration for any additional work.The current workload will spread over 18 months.Our current production capability is$4,500,000 per month.With that capacity, there are more than adequate personnel hours to cover the workload. 4.000.000- 4.000.000 ■ . a ■- 3.=00.000 3.000.000 2500.000 2.000.000 1.500.000 1.000.000 000.000 0 • •••� ,Jk PJ0 �� Q 115‘ c ,v a I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31 SIGNATURE 32.DATE 5/7/2018 33.NAME AND TITLE David A. Gierach, P.E., CGC, President STANDARD FORM 330(REV 3/2013) 60 ARCHITECT ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER(If any) RFQ 2018-141-ND PART II -GENERAL QUALIFICATIONS 3 .,.ice firm has branch offices, complete for each specific branch office ng w•:f. 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 1 4 DUNS NUMBER CPH,Inc. 1981 2b.STREET 5.OWNERSHIP 1992 SW 1st Street a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE Corporation Miami FL 33135 b.SMALL BUSINESS STATUS Yes 6a.POINT OF CONTACT NAME AND TITLE David A.Gierach,P.E.,CGC/President 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 305.274.4805 info@cphcorp.com 8a.FORMER FIRM NAME(S)(lf any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER 1981 058232349 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 Code Code Number (1)FIRM (2)BRANCH (see below) 02 Administrative 40 1 C10 Commercial Building;(low rise);Shopping 6 12 Civil Engineer 53 5 C15 Construction Management 4 15 Construction Inspection 6 2 C18 Cost Estimating;Cost Engineering and 3 08 Draftsmen 10 E09 Environmental Impact Studies,Assessments 5 18 Estimators 4 H07 Highways;Streets;Airfield Paving;ParkIng 7 39 Landscape Architects 3 103 Landscape Architecture 4 42 Mechanical Engineer 4 001 Office Building;Industrial Parks 4 47 Planner 5 P06 Planning(Site,Installation and Project) 7 52 Sanitary Engineer 3 1 R04 Recreational Facilities(Parks;Marinas;etc.) 3 57 Structural Engineer 2 1 R06 Rehabilitation(Buildings;Structures; 4 38 Surveyor 19 SO4 Sewage Collection,Treatment&Disposal 8 60 Transportation Engineer 9 W02 Water Resources;Hydrology;Ground Water 6 23 Environmental Engineer 13 W03 Water Supply;Treatment and Distribution 6 08 EngineeringlCADD Techs 15 4 102 Land Surveying 6 12 Engineering Interns 19 2 02 Network Admin 6 08 Technical Assistants 19 24 Environmental Scientists 5 06 Architects 5 1 1 Other Employees 0 Total 240 17 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 1 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 10 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 10 I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31.SIGNATURE 32.DATE N. /2 > 5/7/2018 33.NAME AND TITLE David A. Gierach, P.E., CGC, President STANDARD FORM 330(REV.3/201 W May 7, 2018 sgi o 1' Natalia Delgado 1992 SW 1«Street Miami Beach Procurement Department Miami,FL 33135 1755 Meridian Avenue, 3rd Floor Phone:305.274.4805 Miami Beach, FL 33139 Fax:305.274.4807 unv7o.cphcorp.com RE: Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Category of Work: Architecture—General I RFQ 2018-141-ND Dear Selection Committee Members: CPH, Inc. (CPH) nor any of the firm's owners and officers and /or their agents or immediate family members have any material or financial interest in the City of Miami Beach. None of our employees, officers, agents or immediate family members are employed by the City of Miami Beach, and further no City of Miami Beach employee owns an interest in CPH or any of our affiliates. CPH will adhere to the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. CPH will 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. CPH does not and has not provided any campaign contributions to any city official or employee. CPH agrees to adopt, as required in the ordinance, the City of Miami Beach Code of Ethics. CPH certifies that it will adopt policies, practices and standards consistent with the City's Fair Chance Ordinance. CPH agrees to provide the City with supporting documentation evidencing our compliance upon request. The following individuals have an interest in the firm of CPH. Has Contributed To Has Contributed To Name Campaign of an Name Campaign of an Elected Elected Official of the Official of the City of City of Miami Beach? Miami Beach? David A. Gierach, P.E., James K. Winter, RLA, CGC No CLARB No Kamran Khosravani, P.E. No Javier E. Omana, CNU-a No N. P.J. Sutch, P.E., LEED AP No CCS Katriina Bowman, P.E., No Jeffrey M. Setfield, P.E. No AF on L. Toole, P.E., LEED No Carlos J. Sanchez, P.E No Leopoldo J.Ayala, P.E. No David David E. Mahler, P.E. No CGC A. Terwilleger, P.E., No Todd H. Hendrix, P.E. No Benjamin M. Fries No Brett Markovitz No I H. Lawrence Wray, P.E. No Wade P. Olszewski, P.E. No Alan R. Carpenter, P.E. No Thomas J. Galloway, PSM No Randall L. Roberts, PSM No 62 Has Contributed To ! Has Contributed To Campaign of an Campaign of an Elected Name Elected Official of the Name Official of the City of City of Miami Beach? Miami Beach? Ben C. Buencamino No John A. Baer,AIA, NCARB, No LEED AP, BD+C, GGP Scott A. Breitenstein, P.E No AP tin T. Polk, P.E., LEED No Daniel P. Moyer, P.E., No Kurt R. Luman, Jr., P.E. I No LEED AP Carlos L. Gonzalez, P.E. No Nicole E. Cianchetti, P.E. No Josh A. Bryant, P.E., LEED Nikhel Jindal, GCC No AP I Amy E. Daly, LEED AP No CFM Jeremiah D. Owens, P.E., No Christopher P. Collins, P.E. No Joshua D. Lockhart, P.E., No LEED AP James R. Morris, Jr., P.E. No Jose M. Ortiz, MCE, P.E. No Ismail Ilker Uzun,AIA, No Gerald M. Cox,CGC, CUC No LEED AP BD+C Dasvid J. Melfi, P.E. No Rocco R. Nasso, P.E. No Yinhui (Lucida) Xu, Ph.D., No P.E. Respectfully provided, CPH, Inc. ire oh 1. Owens, P.E., CFM e President/Associate Witnesses: C - _: h A �b.i►.-4 erCoffe Nr . auren Voit 63