Loading...
Agreement with Chen Moore and Associates Inc. g- SO 3(1AGREEMENT BETWEEN CITY OF MIAMI BEACH AND CHEN MOORE AND ASSOCIATES INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2018-141-ND DISCIPLINE: ARCHITECTURAL- LANDSCAPE AND ENGINEERING-CIVIL 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 CHEN MOORE AND ASSOCIATES INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this (7Z-- day of --__)6/1')(4C,f 20 1 7 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal cor oration 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 Chen Moore and Associates Inc., a Florida corporation having its principal office at 500 West Cypress Creek , Road, Suite 630, Fort Lauderdale, FL. 33309 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on September 17, 2014, the Mayor and City Commission approved the issuance of Request for Qualifications No. 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 Chen Moore and Associates 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, 4 which the Consultant shall perform, at the City's option, and which must be duly authorized, in 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 5 excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "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), 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.l 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 informption. 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. r 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 Cost Budget. Consultant shall attend meetings with the City to,review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more thanfifteen 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 suc revisions are inconsistent with written approvals or instructions previously given by ity and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the onsultant is required by legal process or subpoena to appear and give testimony, pr paring 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. r 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 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 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 Consultaht 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: Chen Moore and Associates Inc. 500 West Cypress Creek Road, Suite 630 Fort Lauderdale, FL. 33309 Tel: (954) 730-0707 Fax: N/A Email: jacosta@chenmoore.com Attn: Jose L Acosta 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 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 i 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 dutiesand 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 exit 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 jn this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated, upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. 28 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITYERK , OR Attest CH ► ••RE AND A OCIATES INC. I- Signature/Secre ary :ign.`Tr777esident S i kFI)cA (3R-ewq 9Et( wkvo-a-F Print Name Print N-me %Walk .. ') frE�' � APPROVED AS TO ,+• FORM & LANGUAGE $ INCORP 0RA T ED: &FOR EXECUTION help t 261 �►�'�� City AttoYney km) Date 29 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND Chen Moore and Associates Inc. CONSULTANT SERVICE ORDER Service Order No. _for Consulting Services. TO: Chen Moore and Associates Inc. 500 West Cypress Creek Road, Suite 630 Fort Lauderdale, FL. 33309 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 Date': $ 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 * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXX)OCX, 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 SCHEDULE C HOURLY BILLING RATE SCHEDULE Project Principal $172.50, Project Engineer(Coastal or Other) $116.15 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 l 33 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM V j 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 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. 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; and 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 UCI 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. Atleguez 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, Scot & 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 ! 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 Aber 2018. ATTEST: OC:;:31"...--L__________ J 14)3(4 RAF EL E. GRANADO, CITY CLE ., �� DAN GELBER, MAYOR F:IPURC1Soricitations1201812018-141-ND �Qt ar1 • ,h'4frtaH/'r. 1,, s110-Award\RESO 2018-141-ND.doc t .. -K%4(:,"'. ›. APPROVED AS TO w-.� ' FORM &LANGUAGE E, 4.-- : * i &FOR EXECUTION • iN . 0 ‘0 p__ ,,— —(c, (sORPi iORATED= 1 n ". ;-,!01----/„ 7„........_....•.„,.\/„. 96• 4;” city Attorneys ,IRK Date Resolutions-C7 P MIAMI BEACH 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, 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, 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 / 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 BY 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. AlleguezArchitecture, 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, Scotti& 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&Baruzzini, 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. UC1 Engineering, Inc. D/B/A UCI Design, Inc. Vitalini 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 & Baruz ini, Inc. submitted the attached letter indicating that without local MEP resources it no longer wished to be considered for award. Due 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 RA., 1/italini Coraz ini, 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, 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. 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: Description , ❑ Attachment A ❑ Ross and Barazzuni Letter ❑ Resolution Page 440 of 1637 t ATTACHM ENT A - ARCHITECTURE-GENERAL • 1#'0 i00•tat•ND PROFESSIONAL -- - •-- -�- -1 ARCHHECTURALAND ENGINEERL40 i Low I c Lily Alvarez a Pilar Courts Elizabeth Estee ea. SERVICES FOR CAPITAL RENEWAL AND Y s Francisco Garcia RENACEauHr PROJECTS I w c Aggregate cc I cc i......._.—._. C Totals :ce Qualitative Quantitative I Subtotal Qualitative Quantilalive Subtotal j Qualitative Quantitative Subtotal i Qualitative , Quantitative Subtotal William B.Medellin Architect J _ ,___•__-•_i_ P.A. 98 0 96 1 95 095 4 92 0 92 3 . 100 0 100 11 9 11 CSA Central,Inc. •, ••• - 96 0 96 1• 98 0 98 1 91 ' 0 91 4 98 0 _ 98 5 11 2 •Sch,ndler Architects.Inc. 95 - 0 95 6 - 94 0 94 5 95 0 95 1 - 99 0 99 3 15 3 TSAO Design Group, - Incorporated 95 0 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 a 99 3 16 5 Sol-ARCH,Inc. I 95 0 95 6 98 0 98 _ 1 86 0 86 7 98 0 98 5 IB _ 6_ . William Lane Architect Inc 95 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 .6__90 0 90 8 86 0 86 7 _97_ 0 97 8 29 8 AlteguezArchitecture.Inc. 96 0 B61 89 --_ 0 B9 9 80 0 80 11 El40 94 _ 9 30 9 R.J.Heisenbottie Architects, _ - P A. 94 0 94 10 91 • 0 91 7 __88 0 68 6 94 0 94 9 32 10 Vilabni Corazcini,PA. 94 0 94 •10 82 -0 82 12 82 0 82 10 96 0 98 5 37 1 11 ArcBuilders and Group '-' -- - •- • - Incorporated 94 0 94 10 84 0 84 11 75 0 I 75 14 84 0 84 12 47 12 Alejandro Pardo Architecture, . Inc. 93 0 93 13 50 0 _ 80 .13 79 0 79 12 79 0 79 13 51 13 UCIDesign.lnc. '"�.- .__88 0 88 14. 69 0 _ 69 j 14 78 I 0 7B 13 76 0 _ 78 14 55 •14 .. . ..,• :,''• Pak+ . Propo. %Moranr Pomo tauteuwnRaM. ' AVIadiePado ArcryoUma.bc. 0 0 • Aka..A,claactuhVm a i a NcOunmt and Grow t ievarn a o 0 CRDE O O CSA Cnwa lrc 0 0 Lan NNMm me ra and «.Ins. —.._0 —._0 a J 14,..1.201armor.0..p.A 0 0 ✓0tu #0O+cCU lac 0 0 SKAA01•K —••• •• 0 0 ISAoLH¢Gmp•50a05000 0 O UCI Eieawrg.tic 0,80,UOOewO%Inc. a 0 VisADJ Domini,P A 0 0 MIim BNWVAnaNV¢nPa 0 _ a .... mums Lan,vrrdart mo ..... 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. C- Page 441 of 1637 ATTACHMENT A ARCHITECTURE-LANDSCAPE RF0101a-N14ROPROFES$ort 1. • ��—..—. CO m 561NCE9PoRCAPRALtiFIVtW�NyID Lily Alvarez--- x P9ar Caurin •E Elizabeth Estevez 1 c e LOW �' REPIAGEYFJt1 PRDltx'T8 c 1 i I C FfanCISDe Garda .•c Aggreyatp cc Ic"1 _ • _—J g Totala Qualitative Quantitative Sumacs? 1 Qualitative Quantitative Subtotal 1 Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal I Savino&Miller Design Studio. I `---'—'_-_ ' •- -—•-- P A. 97 0 97 1_ 95 0 95 4 94 0 94 1 100 0 100 1 7 1 Keith and Schnars-P.A. 96 ___ 0 96 3 97 - __0 97 2 92 0 92 2 100__` ,0 —. —100 1 8 2 CPH,Inc 96 0 96 •3; 97 0 97 2 86 0 86 6 100 0 I 100 1 i Z.__.r3 Cunis&Rogers Design Studio. " Inc. _ 86 _ 0 _ 96 3 98 0 98 1 87 0 87 5 98 0 98 5 14 '4 Chen-Moore Associates _ 97 J • 0 — 97 1 ' 91 0 91 8 90 _0—_ _90 •• 4 98 0 1 88 ;6 16 :S • — Meer.Legg&Associates.Inc. 95 __ 0 95 6„ — ,88 0 88 7 91 0 91 3 100 0 i 100 .1 17 t 6 Calvin.Giordano&Associates. Inc 95 0 95 6 92 0 92 5 __ 86 0 86 6 96 0 96 .7 24 7 Landscape DE,LLC 93 0 97 6 • •83 • 0 .83 8 90 0 _ 80 8 96 0 96 7 I 31 .'8 .oc r v.os..o.vow. T.aWtna..a. Cam,Madam&Aa.a.,inc 0 0 Chow..AtNUalos0 O CPM1ns. ,__...0.... a Curb a O .D pSuaP.100 0 5 . Cla KM.sSaw.PA 0 0 tir05Cau0E.LLD 0 0 _ stab t.Of fAy0000..wC 0 0 Saito a 5Mb Dear S0a0 P.A. 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • • Page 442 of 1637 ATTACHMENT A ENGINEERING-CIVIL r--------.. ..- -• - --• - - ----- ----...__...... _. _ _ _ Noce u.NID ENGINEERRIG Lily Alvarez a: Pilar Cathie Elizabeth Estevez ` I C low�•• O1 &ERASES FOR WrrAL RENEWAL AND y Y Francisco GarciaE. SOLACEMENT PROJECTS s Z c e Aggregate f tr C_ y ___ 2 Totals 12 -- Qualitative Quantltativs Subtotal Qualitative Q9;11941996 Subtotal -_ Qualitative quantitative Subtotal Qualitative 1 Quantitative Subtotal • SGlwebke-Shiskin 8 -•... Associates.Inc. 95 0 95 5 97 0 97 3• 95 0 95 1 100 0 100 2 11 1 CES Consultants.loc. 97 0 97 2 95 0 _ 95 4• 92 0 92 5 100 0 100 2 13 2 Chen-Moore Associates 97 0 87 2 91 0 91 7 r 93 0 93 3 100 0 100 2 14 3 305 Consulting Erlgmeers,LLC 95,,- _ 5 „- _,100 1 84 5 89 887 5 ___ 92 5 98 5 103 1 _ 15 4 Miller,Legg&Associates.Inc- 95 0 95 5 94 0_-.•_ 04 5 93 0 93 3 100 0 100 .• .- 15 4 SRS Engineering,Inc. 95 0 95 5 96 0 98 1 ...94 0 94 2 98 _ 0 98 7 15 4 CPU.Inc. 94 094 81 __ 9ti 0 88 1�--_-_91 0 91 7 100 D 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---- -8” .. .... '.goietlrsaPavUWs I I woPaw Vass.oh Paivo l Taue.mea. 0C6caaea n 0 Cnena0.LLC 0 i $ CES CmuMu Yr 0 i 0 Gnat Wore b.uig 0 o CPN.10 0 0 4am len 6Mwo.Ve.PP. 0 0 Ser aStu1ie I Al00imo 00 0 0 ' N coo I,q .g lie 0 0 TN LwaVmmmJ 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 I A gTgLor e:vgi::0 • W.2201614141D FRINES510104 co: ARCHWCTURAL AND Elf3INEERNG c. ca .c so Lily Alvarez Filar Caurin - Elizabeth Estevez .E Francisco Garcia SERVICES FOR ettntaL REuniviu..4A0 rc -v KRAL-MEW PROJECTS g CC1 cc Qualitative 0 uandtative Subtotal Qualitative Quantitative Subtotal Qualitative • Quantitative Subtotal ' Qualitative Quantitative Subtotal..... - . E Sciences.Inc. 96 0 96 1 95 0 95 I,2 98 oea 1 " 100 0 100 1 5 t Terracon Consuliants,Inc 96 0 98 1 95 0 95 2 as —--• — o . . .. 96 3 100 0 100 1 i - 2 EBS Engineering,Inc. • 95 0 95 4 96 0 98 1 1 92 0 .92 . 2 100 0 100 1 8 3 • CRA Central.Inc. 96 0 96 1 89 0 89 1 4 . 67 0 87 4 100 9 100 1 10 4 - Florida Technical Consultants. - —I LLC - 94 0 94 5 82 0 82 ;5 82 p . ..___ 82 5 94 0 94 5 20 5 Provo.. 0414,0.1.0.14 1 TOW 000/434044 . . CSA Osumi.lrc 0 4 0 E Somas,ro - 0 ; 0 • FRS fivnevirg 1..c 0 1 0 10u4.reancalCoolnont.ac o I o FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. - , • ,-- ... Page 444 of 1637 • • . . ___ • • ATTACHMENT A ENGINEERING-MECHANICAL,ELECTRICAL,AND PLUMBING . • 8FQ 10ta.tal-NO PROFESSIONAL u 0 0, ARCHITECTURAL AND RENEWAL ENEW LAl UI Alvarez ` Pilar Caurin o Elizabeth Ectavex a Francisco Garcia E LO'A' S � ReptACaF.M�PRNo, clS uta Y c c Aggregate Y C C cc t2 a Totals z Quantative Ouonlltatlee Subtotal Qualitative I Quantitative Subtotal Qualitative 1 Quantitative Subtotal Qualitative Quantita_tivo . Subtotal CEA Central.Inc. 95 0 95 1 96 0 • 96 1 89 0 _ 89 3 ' 100 0 100 1 5 • 1 Roea 8 BaruzzinI.Inc. 95 2_ 0 95 1 95 0 95 2 _ 9 _0__ 9T�r 1 _ 100 - 0 100 ' I 5 —f •JFM Engineering.Inc. 90 0 90 3 94 0 _ 94 3 •~ 88 T 0 88 T3 98 0 ! 98 4 I 13 _ 3 IUC1 Engineering.Inc. 90 0 90 3 90 0 90 4 86 0 66 4 98 0 _i 99 _3 I 14 4 • . :: :.....•. :.� des+.. •.? vropow Klarar.Pont* TaalQwnnie. a_ . o 0 ..,.Biota.Pc ---- e FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • L Page 445 of 1637 L • ATTACHMENT A ENGINEERING-STRUCTURAL ARO IEC IMAL ARD ERPUE tili5 m W Lily Alvarez c Filar Caurin ` Elizabeth Estevez E Francisco Garcia S Love ca SFANCEsfOR CAPITAL RENEWAL/JO JL` .Te x REiiACE11ERrPROJECTs a i m it t Aggregate c lY —._.._..._._�_.__...... .00 .. K _... .._..�. _ 1�' Totals a Qualitative quantitative Subtotal -l - Qualitative Quantitative Subtotal i Quali• tative I quantitative Subtotal quaGtativo� Quantitative Subtotal I 305 Consulting Engineers,LLC 95 5 100 1 88 5 93I 79 5 84 5 100 5 105 • 1 8 1 Eastern Engineering Group - • Company 95 0 95 3 92 0 92 2 90 0 90 1 100 0100 2 8 1 CES Consutants,Inc. 97 0 97 2 91 0 91 3 87 0 87 - 3 100 0__ _100 2 J 10 3 Hasler Consulting Engineers. •_. • ... _.._ _ _, _ Inc. 95 0 95 3 84 0 84 5 89 0 89 2 i 98 0 98 .4 14 4 UCt Engineenng,Inc. . 94 ' 0 •� 94 5 _._ 91 0 91 3 87 0 87 1 94 .. 5i 16 5.1 Diaz.Carreno.Scott& - -- Partners.Inc. 92 0 92 6 91 0 __81 - 8_ 75 0• 75 . 6 92 0 _ 92 - 6 I 24 '8 i PropVatln.Valata•� dY n TanleauIUhio. CESCOn.aatl.int, a , 0 I eve.C✓waa.S..%Om. co a • Fawn F,gmaap f,u0 ecrepacpG 0 _ IICJ F,prenp Inc - ---- nam Cevwtq Caplan,4a _ -. _...•--p 0 I 1 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. Page 446 of 1637 • ATTACHMENT A INTERIOR DESIGN I SPACE PLANNING ..—.--.— _ • - -••• RFO i910441.NO PROFESSIONAL • a.RCHITECTORAL ARO ENGINEEONG c I Lily Alvarez Filar Caurin I Elizabeth Estevez • .5 Francisco Garcia Low SERVICES FOR corm RENEWAL AND REPLACEMENT PROJECTS Agztealsate Qualitative Quantitativ-7 SuNQiI Qualltaeve_1771uantllatIve'i Subtotal I Qualitative I CutaatitatNe • Subtotal 11 , Qualitative Quantitative Subtotal TSAO Design Group. Incorporated 95 0 95 1 93 0 93 1 93 0 93 1 100 _ 0 100 1 a IL MC Designers.Inc. 0 93 2 67 0 _ _ 67 2 69 0 89 2 98 0 98.. 2 -1 • -8 • S '''..............ii:Nlo,Wo•xtuouadu '.•••• !W.": • ouuww www.POMO 11.Ottaptitatte• .40a 0 MAO OiLsel Geta0.1(.14344.1 0 FOR DISPLAY PURPOSES ONLY,FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • Page 447 of 1637 ATTACHMENT A SURVEYING RED 2016171.1W PROFESSIONAL ! ARCHITECTURAL AAM DIMMINGIse Low L' Alvarez = Pilar Cin Elizabeth Estevez Francisco Garcia SERVICES FORCAPRAL RENEWAL AND x aur .it REPLACEMENT PROJECTS .is I i •z Aggregate e, cc Totals I. Qualitative Quantitative Subtotal Qualitative QuantitatMe Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal l Schwebke-Shisbirt& —— Associates;fnc._ _- 95 0 95 1 98 0 98 1 95 0 95 1 100 0 J 100 ,1 4 __I 1 14ppprr VMarfs Poets Total hereat. PS�wtAsswaw.lac 1 0• I 0 FOR DISPLAY PURPOSES ONLY.FIN AL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 448 of 1637 Ross SJ3aruzzrnr 7200 NW 19`h 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. 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, jeloie.d. 041024. 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 /� /� Procurement Department I �/ ' 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,/018 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, May 7,2018,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. 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 -ly, lex is �r� Pro -ment Director RFQ No.2018-141-ND Addendum#7 4/18/2018 M IAtv\ I Di E /e C'" Procurement Department !"11755 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. No further-questions wilhbe considered: Any questions regarding this Addendum should be submitted in writings 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 iely, r i A22- lex D-�` Procurement Director ' 1 RFQ No.2018-141-ND Addendum#6 4/16/2018 MIAMI IA I B E! C . Procurement Department 1755 Meridian , , 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 M f AJ"v'\! B EACH Procurement Department 1755 Meridian Ave,3rd 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? AB: 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 - v I EAC H Procurement Department 1755 Meridian , ,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. MO: Yes, the Consultant will need to maintain the minimum levels of insurance indicated in Appendix D, Insurance Requirements. I 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? All: 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 Ij ` I i fv\. B EAC H Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www,mi amibeachfl.g ov 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 Q1.6 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 /'\/\ I /� /\ /, I B EC F-1/�11 �/ 1 /"1 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 Procurement Department AA I ANI I B QAC H 1755 Meridian Ave,3rd Floor, 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(les)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,Asbestos/Lead 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 n I V ( B E " 2F-I Procurement Department 1755 Meridian , ,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? 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 2.2.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, 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 nataliadelgadoanmiamibeachfl.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 MInM I B EACH Procurement Department 1/� 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www,miamibeachflgov 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 no,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 V I / ( B EA I-I Procurement Department , 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 projects relevant 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 ;rely, • Al•xDy' • 'curement Director RFQ No.2018-141-ND ' Addendum#5 4/13/2018 ty'\ I/�/ /' ' I B E /�i� Procurement Department1 y 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 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. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. TAB 2 j 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 1. 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 • 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-Np.. 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). • • • • • • • L • RFQ 2018-141-ND . I h I A I B E ' (u Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 • www.miamibeachfl,gov L ' Exhibit B . Revised Appendix C, Minimum Requirements & Specifications • • • RFQ No.2018-141-ND Addendum#5 4/13/2018 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—Electrical •Engineering—Plumbing • •Engineering-Mechanical •Engineering—Structural •Engineering—Civil •Interior Design/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 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 • 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 othei•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-Cyding 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/DMSAEFeeGuidedefin ition.asp • • RFQ 2018-141—ND 28 f� J� I� f /� I B EI c [� Procurement Department V 1 V 1 1 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www,miamibeachfl.gov 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 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 ective Bidders"questionnaire with the reason(s)for not submitting a proposal. ' c ly, AxDes tor' . • rocu ent Director • • • RFQ No.2018-141-ND Addendum#3 • 4/11/2018 . l MIA /� I B EAC rocurement Department 1 V l 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov • ADDENDUM NO,3 REQUEST FOR QUALIFICATIONS NO.2018.141-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, 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 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. itL' , j urement Director I 1 RFQ No.2018-141-ND Addendum#3 3/28/2018 MIAMI B E " c Procurement Department 1700 Convention Center , 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 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. icrely, Ale ennis Prop ement Director • RFQ No.2018-141-ND Addendum#2 3/6/2018 V 1 f� I /\/te {� /� I B EAC I l V 1s 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachfl.gov • 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: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS tqYL1s k Ssa1 1 vrAp La , g a r :r ° wr.$��y �S 7 'ai� e • 4.e 1 I7 ihlg w,t ii 4axga` 1, ia. . I„`I t :hig,* d ▪ VI�[r �"•t 5al �,+ ' .5 ,:„.104111,,„il1,. i1�4 k t o,,• okNAr p 4 �� � , � . , 4i I t 4 .c5s n l 0A.Ca. Rt RI3Xs i:I A a7i iS ' rgW1 � T4 . at1.. 7 S ..48.,kitr4r ._ Natalia Delgado Procurement-CMB 305-673-7000 nataliadelgado@miamibeachfl.gov miamibeachfl.gov Ext.6263 ?�a�zr� 3p5--673^ � '7O OU ,.:\ .,<, '' r^, ra-k .- -re.zR.E s Ix..4-I,..4..„-r f d m?a....:1uc t,41. 0 9a Ux x-917 ry VCSa- V e_.r.416101:beuctiS'(.1.012 (014;02- 0Ed. orb Ke' a `` p 1 Y1 4[30ye'r -,,,,))_ 3a5c-ti‘i - KWoyPe e da.)..sw •bpZ ySo ;(4- 30� -F'dJ2 bL t n,k d , cow1� 3 os-200- Fa-r"ocA, bou�c oni S2_51 EX-E. 10 5 6M6 1-10a1Z‘If 11Z. 0,511-41'Li-IL MIK'e- 51,klaikrclA - p. _� ngam' U e ) .3g0r 4 aw,.:-1' L -�-rocn,�eusc, ,...4_,A.:e-@ hn,ic,-kL za g. 26.0 a.-,d(/erruc.,4nido 9i ��O OP3� , e o+S4eY'(\ {r\SI,NQVtr3(-tataTQ M'ettc.!JJ TOl'e810 n, .tY\p�1k PCuSaer(Ne cmc -1-_,--- L _ 3DC '0�3_ _____ __ _ ___ _ _ _ ___ _ _ _ _ __ • _._ , 1 __ _ _ _ _ _ MIAMI EA H ,- 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. p CAPITAL RENEWAL AND REPLACEMENT PROJECTS �1�� �qa�$ `� '� S �S x �",'� �� t" g.w� +Y�S!'s�". ,� S t w �dws 3' a r @g �^ � i"wt w +w�u : wN"�v � �r� ��5i,�. # 3# 3..,�e °a � '� � � \� �fids.. {.� ""1 Ila ` '� a J Anil, e �@ ' Iti i ��P # :4 ` + 3. IA 4 ,F $;Y.p, 12�1.3�, } t ,�# r a •re 4, ' w17,k,i i s' p �"b'y� �X f .,,,,, ‘,.„,,,.4.:,,,1 Fla �+.I.aS;��78� '.�`�;� i ., �,a�,.�...�,a�a..#�.a � �I�.��?��;ks a?�;t�..aaiza. iM » Ct a[Aw� �. ��,¢�� ° �a l @ � a" Dg g uNG-tNEEICs AND A-ea- eer. SFYhP.M 1I1 51J717tGQr7s Ss mu,1a2uEat)s--eNa.coed -86-¢¢I-sit-0 b213 &n4Ii,�ter.6 4+_A duAleas. fi i79� karnioo4-0.. -5106-eom ���'-44I`�!(�D 6- t '( /vIF/�OC Z ChAFJv Moo fk/1nC111 1 _ l vtFnrA€'2 400ftt.coA„ �s5'�G2 44181 T F ____oaf lir_ --.‘ii ' 9.5-4 z.{o-7f, , VAZQ5-S Z 414s5 e McEa lGLnf- J . cak_ U \C 0 'q caban�ict2QbU,ir, e �tysCo 305—Q7 !g (AbCm - z- Utl,i I A 1 n nu�,.;i7 hr$rt c 9Qs. Rnot -t IAA NI lkl cc n & 1rrV 04-Fct. 'Oro (9,50 770717r 1--hic. ter ` cAA-4`r ,., J13t- E (11MSVEZ T (-) DES,Gm GRLup 305-6769a3c, 5BE-DBE - SAO pE61610 8E-DB ) 6 ecuP , t c- a -TSAGsDecStGu LOA DuLc c-oNr>e Sot.-A7z-GHt ,. INc SOI_-A1Z-Gt4• SrJG.. 3oc740 0723 SOS 7400'1 18 I)eSOI ,,.. I...r( �� �7 ry� X61,-3111-z3SZ jeabo,.oro4 Y.«ino\ .e,, e Aul Slz { '6` p9-66,I k 12. 3Pv.6a.`sy-� f i d S ( �JUh:4 d, r .302_?9?— 1 s� 1- 1,,,c�sk(-ww- act-6-h_i (. ,19-3'z C-0 Wt. L 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 tfirakilik glitraitletl:''<:19111111111:1113!, 77111111‘i 47*:71':'‘itt ,wo,,, -,A1,"Aipiallitt 44,:,„1,,,.‘,iv,vm,,.g,'".,1,,r1114is.jj4fk,,,''.;',4,"g:4,&.Atii• 4.,t\,.",. \,', ';:":,, ',1''.;,.%‘•k.,Iff., 0,1 II. itiAM,,.,%9MiitatkAA 4:*14":lqti OW 4A.,M,V,\L'Ign',3'jnt,,,,''VA';' ,.",ii, ":12,itt'As:i'Av CAo_kod\_cA. Y_Cov.ito C.,...,7‘A ewsk_%-(c9v-L--- C-Noonncr0 , - #43 WICX1Z-V.- 77 3o5- qy' -c-ti G 305 g63 r9/1 IDoc./ 16-S 11;orago-1 Land re. DE k 0-6 LSO La.-ascrApe DE c , , SOS-Z!S-7‘73 tq : i . g,vtt, i-c,4y& (p:1 ). ", 1.-6,16. -Akir.61-ce, 305-vo(0, 17 II' , WiOn./teuki-ti l I'M.la Vie, c614A Al Van aekt'A AlkeL) SLA,A)16K-L-,11.,C, 51'1,1.1 aloybrOk CI\So)nrirbc7011630.41 CO (511-15 ScC CUdi ODiiii--. ,, II\J DLig-R AIL-4441 IF-r--13 ,S*I0 632. Tc.45 est4Fig..s..eitrl_c4HrEtws,tom- GP i-1 it..Kel< Uztf 30'5 2.744to 5 3052,711307 1 OZU iNeciphco rp.C.0 kt1 LUC-P!5 Y,AtZg.o 50-61Actfgrri , e)-11 A-Lpeie y cA124 el:101 O.: C)1 CA tz-rze-w---C)5c04-1-i;, ro'r-ih.dy.s soc-z cc, , . carveno k7cst,_2 e.earn. ci cy4.41.C-c,, 6-4 1_6 0 1 14.a ArZtoc-/ 8-A- E - : Y1(1;!r 0,,rne i 4-AA i 9 2.2 chi a n ri4 etciciatfa...emit'f OM men-0.42 tic?••-133 673go£3 NVL cifai i-Fe c,fiATe 19-i6.1- 303 NVILLt -,. 3 of2,vi il4leti koosc owl ‘--) ,f - ---- Ace-0--(1TEct .3 . . 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 NNW�s3 a"a r� r,t t d�q�'" .�c#tx a�E� �a�`v�W f �� � i� � ,.� `�i,17 ,44,,,:- s, � � y�� t��� ki , '' t,'G(1�' '� + 1fC,f"r !#��� AIS U I w ,� Ii sx 1�- S 1,��, 3 C t i; l',:' a",,,j,s ,y Vis. q d', e �� �_ a a a. &:t.a ^ k�.•, e,is tit`,; P tOC H A. ,,wy 5a33333;, Ar . r x atU d.t`I.,,,,- `,:, 411A4 'cI i t W c 1" l¢ 7 -e)e ad Ul ,@ aectj u)orJ4, COM 4(000 sbrow 00J\C-e Ii-aecoc ftes,C;-, C4-7 q a4e tekut5 Day.i 5 Fin.tlieen.,,„ , 49_51,tuilvw,I.305- �?- n �GFe tcl� 1;Jx - t{\ k���1nry < �n 1� TM,-285.159 5-7q(9.0 Zg' Ar 1� �l'tom AE11AE.\(e,-�`oY'to • 305-c134-2gtiZ '305'=415-'-4SO oto, (1 1 ,� 3ar- l5•-ri5o e(YhGvi t ., @ Co2.461Q,,-.com 1.1g42A o-tBCGe E{AKS,ECn igutil s,(>rz1,,.+ s 4(a.,l Sr..`'1• '3`0$ -6q8.3glao t tJoTR EO 0 HA f=s.Nei 86.22q•2o(o 4-vivlA Kam bF3J.(Za✓ ill> C°1'l5c,c.{,f'a 45 zee, -4t -2g7 Rt,,,,d) rt,..d,n44 fiviSKLLio,' e-N4CA,4,1,e1n+1j Ct 305-3/ -/l2$ ,,-,/.,a. frit dcivAa @ naslczLcoN-0..5.66.1 %1 TD,..n-roto F1ce. %-\, �Ar 305 44-b 9 -11 (..10% SAA.,-tw ro N iLP.KtEwDTo@ aoou-mo>1EesN•w-A ,X 'lo'b Pv b v .cu:Q D-sS mf.,a . s,U ,JE_Larmt a"''ext_13}'r 4/A, ENel Pi 055 .brei}e moss-0\(c1-1,cbm 3os 7 1-667 kV/( 1_,., - .rn6ss Ac A lec +04r.V1n -���;�. a r -ccsg5k0t. .v53T wuAN-Ft 0039\- \MINI>a0alFcQc-cy,tk2cIs- 4 . . .. _.. .. ... . .. .. MIAMIBEACH 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 -; tillitt*WWItatreglAtfinra:'''ilr..'30r,1Fr rl : ii' Yiat.''Misilaikf ial,';,: a1, ,rtIL't.: 4',' t;:!!'nOkvsr:,: 11i0T,,:,,1,',':ri,,it 4s1,3, . 6.1142RAMPOPe We A*****111104V'..%Ill'°"7"ki''''qi;'il i VI.'',0 . 4.?.,,,''':It iQ•iatia.iii4a,aitil tta'AiW,airte g'tttit'0, ' P:..''''i'"!,'Li" s,,,,..%i' :':''..'%`'s‘ 0 PP NA),.;‘, Imp ar4 1\11 t tle."2. . ()I ,sAqn Skuo4 D . . Jk,.k - Th 4WJ1i . . • , cPt-eitele..s p apoi, -k . a4Q-s. \Aut aril kou_111?-1 \ l"1 (3(`' 14ectallio -11 c... A-_-_.co, . • • ' \bg\g..ssa reommitiszyz_ .4 n7,1 I-1Mb v-I-Q) • " - . \ V-, cippy\ii)cd 2 t. .. oectg, 16c129,tnan iee7 . . A0? .e.\• - VOAkia esisin . y ,ovc, , ,,./(;), ,,,,,, ,,,,,,,,, 4_ ......, , . - 1, 01(_, 0-1-iii,eiva_ . CF:q4P—QC31C1 t 01 tksG,--Q:1-\329li--Ma (..Th --640t. S Iked-lt tec_4-s eirry-0-e-eszd -• , . •Cal pia r _Jial_c\oi e5 'Ern A k.Q052....._XICI 2 MIAt\AIBEACH 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 .E3. a »m inP rod+ �.C'ad "� ss�9 k 5 `�+'� ,sr a3 `+ , 8 d --- tit �� �i �� 6e � a w ma #�,c 0 a I CIU f �t a ua +,yz� e$+ ,�y yy"au^ a ai5d vc A G ^Fey F` t� `0 '� a & 4aa' F. AO � a a 'I �� �as t�x .c � w� ��w� � 3 ? ` y w 'I v „w9�3,��vh,�� _`�.��.a . t .3t � �e��e" ?.�•. �a�, .�» () C1r0D0-12j 24- • 3e-5sA Co( eau t2 Pievi .rip Q7 skopA GQ(l Sic t a G Is CQr,s�tic-►res 'c1cW1 ed 4.1u 's I p s • 47\ -€&-s. • 0t--4e..na riez @-ti sip. 4 • C1GAS. i - • 3 1 j 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 305.673.74901 wwwmiamibeachfl.gov ' 1 MIA Y t �hICBEA CH 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 APPENDIX F STANDARD FORM 330 62 � f RFQ 2018-141-ND 2 n IAI B E " 2 Fl Procurement Department 1700 Convention Center , 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: 1142614 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. •• ;1y, • ex De �n rocur- 'ent Director RFQ No.2018-141-ND Addendum#1 2/26/2018 1 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.Dublicourchase.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 thoseprojects 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. Becauseof 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 2018-141-ND 3 { 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: RafaelGranado5miamibeachfl.gov ; or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be receivedno 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 to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the 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 0'V 4IA V I 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: httD://www.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, identify other 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 RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability,capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contractor 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 MIAMI 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 in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120)calendar days after proposal opening date.A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of\the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in connectiontherewith, 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 Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. 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 assigh, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then , B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation;then D. The Proposer's proposal in response to the solicitation. 40. INDEMNIFICATION.The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable,including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 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 after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public • agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent,sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date,or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 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 City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary to add additional items through a formal amendment to the Contract,to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank 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 andlocation 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 / EnaineerinQ 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://suoolieroortal.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. :,;c "TQB,,3. ' F 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 pertinent information,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). • RFQ 2018"-141-ND 14 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 evaluationof 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. ",SCep 1 Cntena" az "'� 'a '' '. Maximum Points ; Experience of the Proposing Firm 50 Experience of the Team 50 .`TOTALAVAILABLE'STEP„T,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. Stepy2-Quantitative Criteria,' 'oIt \ Maxim,•um Points• Veterans Preference 5 . .. *4 TOTALAVAIUABCE'STEFZ.POINTS';'., 5: • RFQ 2018-141—ND 15 ' I / 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 Committee Ste.2 Points 22 15 12 Member-1 Total 104 91 92 ' 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 Low AggregateScore r r ` ; :3'. ' ' 7 8 ti, y4 • Finai Rankuig':�z # 1 ,v , 1 2 3� Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. 1 RFQ 2018-141—ND 16 APPENDIX A AAIAMI 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 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): J 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. 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 an public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.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 regulationsincluding, 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 htto://www.miamibeachfl.aov/citv-hall/orocurement/ r RFQ 2018-141—ND 19 7. . ..• ,"- • _---• . _ .• - --- - benefits: benefits: t te: n SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have.a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procuremenUprocurement-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 submita 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 notbe 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 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 andconstrued 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 AA I AM IFSEAC H " 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 Kate if is importon 'for those vendors wh have received: notification of this alicttd ori bet- ave.d tided nes:'&to resporrdr to°c911Vete:and submit the dttached "Statement of No Bide The-`"Statement of No Bid" provides the 'City with information, .op how :to improve :the: solicitation process .Failur;e.to sub lrt-a,:`,,Sia'e ierit of-Na B1dz :may.result in`not being notified of future solicitations by''the City_ P — -- • 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 2018-141-ND 25 APPENDIX C MIAAAIIIEACH D. EACH Minimum Requirements & Specifications 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 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 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 Plain 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 httos://fostate.fi.us/docs/DMSAEFeeGuidedefinition.as0 RFQ 2018-14.1—ND 28 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 RFQ 2018-141-ND 31 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXXXXXXXXXXXXXXXXXXXXXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX Resolution No. RFQ 2018-141-ND 32 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. 0 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 9. 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 l 54 ARTICLE 15. NOTICE 54 ARTICLE 16. MISCELLANEOUS PROVISIONS 54 RFQ 2018-141-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 • I 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 • 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager, or designee(s), or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" meansall 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. 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 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, 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 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 anyway 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 ad 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 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. 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 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 Citythat it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, RFQ 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 of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and:timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be,subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by 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 Rroject. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANYWAY 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 incompensation 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 • . i 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 intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant :shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+1-15%) 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 • - I 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 Consultarit'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. 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. 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, 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, 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 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 bycontracting 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 prepar4d (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 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 $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 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. r 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 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, 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 deterrnination 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 are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its 'discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 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 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, 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, 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 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'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, 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 predicatedupon 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 1 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) RFQ 2018-141--ND 60 SCHEDULE C APPROVED SUBCONSULTANTS • RFQ 2018-141-ND 61 APPENDIX F MIAMI BEACH STANDARD FORM 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 RFQ 2018-141-ND 62 ARCHITECT-ENGINEER QUALIFICATIONS OMB Control Number: 9000.0157 Expiration Date: 11/30/2017 Paperwork Reduction Act Statement-Thls 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 is 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(M1V1 CB),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 or a 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 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 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 po the team proseclIoL.a-specific.contract.and..submlttedwith-Part.- •--.--or-joint-venture--that-the-agency can-contact-for additi0fral- - I I. 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 • j Individual agencies may supplement these instructions. For example,they may limit the number of projects or number of pages submitted in Part I in response to.a public announcement • for a particular project. Carefully comply with any agency j 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 project and number consecutively. Complete this section for each key person who will participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or prime contractor or joint venture partner firms first. The following contract. For an indefinite delivery contract,the location is the blocks must be completed for each resume: geographic scope of the contract. • 12. Name. Self-explanatory. • 22. Year Completed. Enter the year completed of the professional services(such as planning,engineering study, 13. Role In this contract. Self-explanatory. design,or surveying),and/or the year completed of construction, if applicable. If any of the professional services or 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 agencyor 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 16. Education. Provide information on the highest relevant contracted for the professional services,who is very familiar with academic degree(s)received. Indicate the area(s)of the project and the firm's(or firms')performance. specialization for each degree. 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 Ehls possession the United States,Puerto Rico,or the District of Contract. Indicate scope,size,cost,principal elements and Columbia according to FAR Part 36. 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 1requested 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. • 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.8/2016) PAGE 3 OF INSTRUCTIONS 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 Il 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 Part II 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). j 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 I • branch office for which this Part Il 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 the same numerical order. After the listed experience categories,write in any unlisted i 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 I Industry Classification System(NAICS)code it 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 i 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. 1 the.internet website for the NAICS codes appear in FAR part 19. Contact the requesting agency for any questions. Contact your 11, Annual Average Professional Services Revenues of Firm local U.S.Small Business Administration office for any questions for Last 3 Years. Complete this block for the firm or branch office regarding Business Status. for which this Part II is prepared, Enter the appropriate.revenue ; index numbers to reflect the professional services revenues 6a-6c. Point of Contact. Provide this information for a received annually(averaged over the last 3 years)by the firm or • representative of the firm that the agency can contact for branch office. Indicate Federal work(performed directly for the additional information. The representative must be empowered Federal Government,either as the prime contractor or j ,non-Federal work(all other domestic and foreign j subcontractor to speak on contractual and policy matters. ) 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 1 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. 1 . i • . 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 10 Chemical Engineer 41 Materials-Handling Engineer 1 11 Chemist 42 Mechanical Engineer • 12 CMI Engineer 43 Mining Engineer f 13 Communications Engineer 44 Oceanographer , • 14 Computer Programmer 45 Photo Interpreter ' 15 Construction Inspector 46 Photogrammetrist 16 Construction Manager 47 Planner: Urban/Reglonal i 17 Corrosion Engineer 48 Project Manager 18 Cost Engineer/Estimator 49 Remote Sensing Specialist I 19 'Ecologist 50 Risk Assessor s 20 Economist 51 Safety/Occupational Health Engineer ' 21 Electrical Engineer 52 Sanitary Engineer 22 Electronics Engineer 53 Scheduler 23 Environmental Engineer 54 Security Specialist 24 • Environmental Scientist 55 Soils Engineer I 25 Fire Protection Engineer 56 Specifications Writer 26 Forensic Engineer 57 Structural Engineer ' 27 Foundation/Geotechnical Engineer 58 Technician/Analyst 28 Geodetic Surveyor 59 Toxicologist 29 Geographic Information System Specialist 60 Transportation Engineer • 30 Geologist 61 Value Engineer 31 Health Facility Planner 62 Water Resources Engineer • I i i i i • 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 AnalysisE03 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 Facilities Assessments or Statements A09 Anti-Terrorism/Force Protection E10 Environmental and Natural Resource A10 Asbestos Abatement Mapping A11 Auditoriums&Theaters Eli Environmental Planning Al2 Automation;Controls; Instrumentation E12 Environmental Remediation • El3 Environmental Testing and Analysis , B01 Barracks;Dormitories B02 Bridges F01 Fallout shelters; Blast-Resistant Design { F02 Field Houses;Gyms;Stadiums CO1 Cartography . F03 Fire Protection CO2 • Cemeteries(Planning&Relocation) F04 Fisheries;Fish ladders i F05 Forensic Engineering CO3 Charting: Nautical and Aeronautical F06 Forestry&Forest products C04 Chemical Processing&Storage C05 Child Care/Development Facilities GO.1 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 • CO9 Cold Storage; Refrigeration and Fast Freeze • G04 Geographic Information Systam Services: C10 Commercial Building (low rise);Shopping Centers Development,Analysis,and Data Collection • C11 Community Facilities , G05 Geospatial Data Conversion:Scanning, C12 Communications Systems;TV;Microwave Digitizing,Compilation,Attributing,Scribing, •. C13 Computer Facilities;Computer Service Drafting C14 Conservation and Resource Management G06 Graphic Design C15 Construction Management . H01 Harbors;Jetties;Piers,Ship Terminal t die Construction Surveying Facilities ' C17 Corrosion Control;Cathodic Protection;Electrolysis H02 Hazardous Materials Handling and Storage , C18 Cost Estimating;cost Engineering and 1-103 Hazardous,Toxic,Radioactive Waste i Analysis;Parametric Costing;Forecasting Remediation C19 Cryogenic Facilities H04 Heating;Ventilating;Air Conditioning H05 Health Systems Planning DO1 Dams(Concrete;Arch) H06 Highrise;Air-Rights-Type Buildings I I D02 Dams(Earth;Rock);Dikes;Levees H07 Highways;Streets;Airfield Paving; Parking i 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 • List of Experience Categories (Profile Codes continued) . i • 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 Irrigbtion;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 LO6 Lighting(Exteriors;Streets; Memorials; R08 Research Facilities Athletic Fields, Etc.) R09 Resources Recovery;Recycling MO1 Mapping Location/Addressing Systems R10 Risk Analysis M02 Materials Handling Systems; Conveyors;Sorters R11 Rivers;Canals;Waterways;Flood Control M03 Metallurgy R12 Roofing M04 Microclimatology;Tropical Engineering M05 Military Design Standards SO1 Safety Engineering;Accident Studies;OSHA Studies M06 Mining&Mineralogy • SO2 Security Systems; Intruder&Smoke Detection • M07 Missile f=acilities(Silos;.Fuels;Transport) S03 Seismic Designs&Studies M08 Modular Systems Design;Pre-Fabricated Structures or SO4 Sewage Collection,Treatment and Disposal Components S05 Soils&Geologic Studies;Foundations S06 Solar Energy Utilization NO1 .Naval Architecture;Off-Shore Platforms S07 Solid Wastes;Incineration; Landfill NO2 Navigation Structures; Locks S08 Special Environments;Clean Rooms,Etc. NO3 Nuclear Facilities;Nuclear Shielding • S09 Structural Design;Special Structures 001 Office Buildings; Industrial Parks S10 Surveying; Platting;Mapping; Flood 002 Oceanographic Engineering Plain Studies 003 Ordnance; Munitions;Special Weapons S11 Sustainable Design S12 •Swimming Pools P01 Petroleum Exploration;Reining S13 Storm Water Handling&Facilities P02 Petroleum and Fuel(Storage and Distribution) TO1 Telephone Systems(Rural;Mobile;Intercom, P03 Photogrammetry Etc.) PO4 Pipelines(Cross-Country-Liquid&Gas) T02 Testing&Inspection Services P05 Planning(Community, Regional,Areawide and State) T03 Traffic&Transportation Engineering • P06 Planning(Site, Installation,and Project) T04 Topographic Surveying and Mapping TO5 Towers(Self-Supporting&Guyed Systems) PO7 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) V01 Value Analysis; Life-Cycle Costing W01 Warehouses.&Depots W02 Water Resources;Hydrology; Ground Water W03 Water Supply;Treatment and Distribution • W04 Wind Tunnels; Research/Testing Facilities Design Z01 Zoning; Land Use Studies • • I { . I STANDARD FORM 330(REV.812016) 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 S. 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 li a a air • a. ❑CHECK IF BRANCH OFFICE • b. ❑CHECK IF BRANCH OFFICE • C. ❑CHECK IF BRANCH OFFICE • d. ❑CHECK IF BRANCH OFFICE • e. - I _❑CHECK IF BRANCH OFFICE f. ❑CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8l2016) • j9 ( 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 lb.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 16. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm a. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) b.(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 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 • E]Check If project performed with current firm C. � I I i (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) EI d.(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed With current firm • t (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ii (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. STANDARD FORM 330(REV.8/2016).PAGE 2 • F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) • 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope,size,and cost) • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE . a. (1)FIRM NAME (2)FIRM LOCATION(Oily and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • C. ' (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • f. STANDARD FORM 330(REV.8/2016)PAGE 3 • I G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS ' • ' 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill In"Example Projects Key"section below before completing table. Place'X"under project key number for paniclpatlon in same or similar role.) (From Section E, Block 12) (From Section E,Block 13) 1 2 . 3 4 5 6 7 8 9 10 • . . 1 ; • . 1 I • i 1 . 1 • • I I . I I _ • {I I . 29. EXAMPLE PROJECTS KEY i NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 6 • 2 7 I 3 ' 8 • 1 4 9 - 5 10 STANDARD FORM 330(REV.8/2016)PAGE 4 I • H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. • • • • • • • • • • • • • • I. AUTHORIZED REPRESENTATIVE • The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 33. NAME AND TITLE STANDARD FORM 330(REV.8/2016)PAGE 5 '1. SOLICITATION NUMBER(If any) • ARCHITECT-ENGINEER QUALIFICATIONS PART H -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 1 7. NAME OF FIRM(If Block 2a is a Branch Office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS • • 8a. FORMER FIRM NAME(S)Many) - 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 • C.Number of Employees a.Profile C.Revenue Index • a.Function b. • Discipline b.Experience Number Code (1)FIRM (2)BRANCH Code (see below) • • • . Other Employees Total 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM , FOR LAST 3 YEARS 1. Less than$100,000 S. $2 million to less than$5 million 1I (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million 3. $250,000 to less than$500,000 8. $10 million to less than$25 million a.Federal Work 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 1.2. AUTHORIZED REPRESENTATIVE• The foregoing is a statement of facts. a.SIGNATURE b.DATE c.NAME AND TITLE • STANDARD FORM 330(REV.8/2016)PAGE 6 • ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 36 Detail by FEI/EIN Number Page 1 of 3 Florida Department of State DIVISION OF CORPORATIONS • **44C L M:1;10i of x/ ;f .org p p A r rcfjsirl ttrt„OA,/cum.,cj 1 f.frnrlst.II wiP Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number • Florida Profit Corporation CHEN MOORE AND ASSOCIATES, INC. Filing Information Document Number J41454 • FEI/EIN Number 59-2739866 Date Filed 11/07/1986 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 07/02/2013 Event Effective Date NONE Principal Address 500 WEST CYPRESS CREEK ROAD SUITE 630 FORT LAUDERDALE, FL 33309 Changed:01/16/2013 Mailing Address 500 WEST CYPRESS CREEK ROAD • SUITE 630 FORT LAUDERDALE, FL 33309 Changed: 01/16/2013 Registered Agent Name&Address MOORE, PETER MDP 500 WEST CYPRESS CREEK ROAD SUITE 630 FORT LAUDERDALE, FL 33309 Name Changed:02/25/2010 Address Changed:01/16/2013 Officer/Director Detail Name&Address • Title DP http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/20/2018 Detail by FEI/EIN Number Page 2 of 3 MOORE, PETER M 500 WEST CYPRESS CREEK ROAD SUITE 630 FORT LAUDERDALE, FL 33309 Title DT MCCLAIR,JASON J 500 WEST CYPRESS CREEK ROAD SUITE 630 FORT LAUDERDALE, FL 33309 Title D BETANCOURT, CRISTOBAL A 500 WEST CYPRESS CREEK ROAD SUITE 630 FORT LAUDERDALE, FL 33309 Title SECRETARY BREA,SAFIYA T 500 WEST CYPRESS CREEK ROAD SUITE 630 FORT LAUDERDALE, FL 33309 Title CFO • DANNELLY,SEAN E 500 WEST CYPRESS CREEK ROAD SUITE 630 FORT LAUDERDALE, FL 33309 Title VP ACOSTA,JOSE L 500 WEST CYPRESS CREEK ROAD SUITE 630 FORT LAUDERDALE, FL 33309 Annual Reports Report Year Filed Date 2017 01/04/2017 2018 01/08/2018 2018 08/09/2018 Document Images 08/09/2018—AMENDED ANNUAL REPORT View image in PDF format 01/08/2018--ANNUAL REPORT View image in PDF format 01/04/2017—ANNUAL REPORT View image in PDF format 01/04/2016—ANNUAL REPORT http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/20/2018 Detail by FEI/EIN Number Page 3 of 3 View image in PDF format • 01/08/2015—ANNUAL REPORT View image in PDF format 09/29/2014—AMENDED ANNUAL REPORT View image in PDF format 01/23/2014—ANNUAL REPORT View image in PDF format 07/02/2013—Name Change View image in PDF format 01/16/2013—ANNUAL REPORT View image in PDF format 01/05/2012—ANNUAL REPORT View image in PDF format 02/23/2011—ANNUAL REPORT View image in PDF format 01/14/2011—ANNUAL REPORT View image in PDF format 02/25/2010—ANNUAL REPORT View image in PDF format 01/14/2009—ANNUAL REPORT View image in PDF format 04/25/2008—ANNUAL REPORT View image in PDF format 04/09/2007—ANNUAL REPORT View image in PDF format 01/04/2007—ANNUAL REPORT View image in PDF format 03/12/2006—ANNUAL REPORT View image in PDF format 03/25/2005—ANNUAL REPORT View image in PDF format 04/26/2004—ANNUAL REPORT View image in PDF format 02/21/2003—ANNUAL REPORT View image in PDF format 05/14/2002—ANNUAL REPORT View image in PDF format 01/20/2001—ANNUAL REPORT View image in PDF format 01/18/2000—ANNUAL REPORT View image in PDF format 01/20/1999--ANNUAL REPORT View image in PDF format 01/21/1998—ANNUAL REPORT View image in PDF format 02/10/1997—ANNUAL REPORT View image in PDF format 03/06/1996—ANNUAL REPORT View image in PDF format 04/04/1995—ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations http://s e arch.sunbiz.org/Inquiry/Corporations earch/S earchResultDetail?inq... 12/20/2018 Name History Page 1 of 1 Florida Department of State DIVISION OF CORPORATIONS .461110. DEVI.5,44z.org 1r) 17) Arrifail:;7; • 11,1„lick!! ,U!(p raj.Plurirto Department of State / Division of Corporations / Search Records / Return to Detail Screen / Return to Detail Screen Events • CHEN MOORE AND ASSOCIATES,INC. Document Number J41454 Date Filed 11/07/1986 Effective Date None Status Active Event Type Filed Effective Description Date Date NAME CHANGE 07/02/2013 OLD NAME WAS :CHEN AND ASSOCIATES CONSULTING 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 Request for Qualifications (RFQ) 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS S'' B' iTTE !' FOR CML E EACH G� EE '��GMIAMI "�' -.T i.�L ?Y$� it _ a -,y/�� 4,,,,,„ , ., _�'"Y`,.' J ar.. 4 .. '�ilk ,�4. g- - �' �I�9�� 'i.� +?�� `. i'� S',- - x a�' _d1'*wwAy` . ry - � .• �-:mo : - .y ."' .- .- }„"`e1 y' % • ' ,uL. , r • i /4*" -�tr j '` , „„Tr" ry `. aA ' ‘C"-- + n-4,-.:i , a a > .i ! J "; ♦ a< :'* 2es. ^ 1�,r _a w ✓ a L �j' ,•,, .. � a y�a my t1� `� N \ .-y 4si ,ehf 1, ? rY � ,P J -/. se eiZgfS .., 6•- . �, 'r • 1. +ryf es• r ! /- f- Z Ff •". *.V �* .,`-,---4-_ ', f_ tr ` L, c- vt`"... I ar;:a. s ' •m;"ri„a1 z 6 r {. .,t'"11.0 er ?..^,-, , .+ K 1�-...-- 4, r - Fy�l ' --'-1: -.1% '`* x wi . � us"' ti v+ti�7g ^t .fiaYN { 9 1v . t_? )a r . yrs , ,' .^ w✓ {1, ; ;€'-i ;: .n * } ,A ,- I`• tV • • -,,,,•,,,:. a �s - j"'`.A{ ,f-,.,:;.CRs+, 4 .. f• . Ir.., 5'?"': -',,,,-,-.2.,:, Vky ` ^7 ..•-�. w� i -r- `tt" ,,..: • „ ar' x ` it -',.;•4 $' \„,.4 ' x'_ 't ` 1, Y� , ,4{4. d I` • ++1a✓ 3 - ji N {r, 'y, r "` 1' 'tiss ?1 r , , •"- ..;./6.--,.... :Ji1,' � a " to li +rPAL,—. � ' y�f ' �i �' r„. ”, F i-. a`� . b8 • ��'"^•. .N„t • lQ . .4 l ,'-'-', '44,raY rt.iP v ”' '1c � -SYS. _ _ ''1 , r / l"/ •• lif Y •^�. """„ %:T ,;sit ni "I a .. ' V _ , _it 1 ,x r t„ ! ?-'L:-'a'�' �� s^t��"°",� r 5^ 4 s'.,"7*0 7z, 64 �`,� E c_a. ','—''' 2,, ,.,. 7,..!:61.1t'1' �E'F,�,'1 . �ti',, • r:- m ,22_1%=_.;-,....., __=„17:-4".„ -_,,,,-,,,,, ` 4•'`' 6 _�;s; h ile mss ..� sf yr'.r.y a'"'" ' 'a'c.�`;, '"' -.... .:.. ,,-..r,.... ..,,,.....,-,-....;,...-- ,. w sN.. .k. !, t,,r, 4L4 r Ra,C 3 'ate y`i 1 �lt'-�+ is 3_7, p r ,,�,} y" "... i,r-!---01:,,,,,,---1,', Y. a.f471''t'''4' :A` a a • 2;1"7 „ .srpi`+, :S,4%,'-y, a, a 't'., `�.• B1 ' _ - ..e-t' -rt a. s xi '--a=y < ot'' ' �`.,_t'd„ `�'E.�, . - ;i< .-. _, t r ' / '� _ / 4 1 s ek f r r,� •' .,-� �' '�" =.e. "r 't -a a..,; x. r.c..r'ec}c- .c...,c� Contact: Gregory Mendez, P.E. Project Manager Office Location CH N•MOU RE Telephone: +1 (786) 497- 500, Ext. 1125 2103 Coral Way Fax: +1 (786) 497-2300 Suite 401 gmendez@chenmoore.com Miami, FL 33145 &ASSOCIATES ` �., `Sunset Islands --,--•*- ! ms's„ ' VI . ,or X144° , - - . .:J - �, d lite {'4 • 1 . Cover Letter & Table of Contents , . _ ...... _ .„,_ • .,...„ J `�W mit ,, -: ' Crv... -1.. ...cr4 ' •4,,_ }�, i r�� ... „, - ' „ir t "toil i'''11.;,, '''11. t r Y,_ ._,i2r115t4dst - — 1r..` -. ili iiiii,,, _....,... ., • --„ter •i a ,- \6,` *• �444, p? ' '• k i' • / •, t. '. •1-44 : '. 4;, mink - --. 7--. , i,,....-.-1 r °.''Z' 61*.ei% ''''''- ',' .' (C.-,-1'j(‘' 4114' ,), f , ii �� � s , E _ - . - ilr,S aaid r: 44,,i • L - -2;F i{ !1 d 44 . Ij f .v 1 • 4,pp++ a ,--4Y tI h '",;',i �1 4 -,,v. 'fir 1 71 RFQ-No.2018-141-ND CHEN MOORE AND ASSOCIATES Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects ' -.714:4-1a l 1 ,; � � »� ig q 2103 Coral Way, Suite 401 Miami, FL 33145 CH EN•MOO RE Phone:+1786.497.1500 Fax:+1786.497.2300 &ASSOCIATES www.chenmoore.com 1.1 Cover Letter May 4,2018 Natalia Delgado,Procurement Contracting Officer-City of Miami Beach 1755 Meridian AvenuE,3rd Floor Miami Beach,Florida 33139 Re: PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS RFQ 2018-141-ND Selected Category of Work:Engineering-Civil Chen Moore and Associates (CMA) is pleased to submit our response for Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects as described in RFQ 2018-141-ND.CMA is a civil engineering/landscape architecture firm founded in 1986 with five offices in Florida with extensive experience in civil engineering,landscape architecture,transportation planning and engineering,stormwater master planning, government permitting and construction management for municipal clients. CMA has put together a team of highly specialized staff and subconsultants that will meet or exceed the City's needs under the proposed contract.The success of this project is very .,'.mw A important to CMA. Therefore, we are committing Gregory Mendez, P.E. as the primary , : a r v contact and project manager.Greg has 20 years of professional experience in the engineering, '4' design, permitting and implementation of capital improvements projects throughout the state of Florida with a specialization in utilities infrastructure,stormwater drainage systems . ,,1/ . and roadway design. His key civil engineering team includes six professional engineers _,i (P.E.$),three engineering interns(Els),one engineering designer,two construction support ,... • specialists and additionalsupport staff.Greg and his team have worked on multiple projects _' " in the City of Miami Beach including Sunset Islands 3&4 Neighborhood Improvements, Southpointe,City Center 9A,Central Bayshore South Neighborhood Improvements,Lincoln Road Master Plan,North Beach Master Plan and Euclid Avenue Improvements.We have a very thorough understanding of the sensitivity of the City of Miami Beach,the challenges and level of coordination with residents and regulatory agencies necessary to complete projects in the City and the importance of incorporating resiliency and consideration for sea level rise in our engineering. Each member of the CMA team is committed to providing the City of Miami Beach with responsive professional services.We are looking forward to the opportunity to present our qualifications and approach to this project in more detail to the selection committee.Should you have any questions,please do not hesitate to contact me at 954.730.0707,ext.loo2 or pmoore@chenmoore.com. Respectfully s ted, CHEN MOORE D • --•CIATES Peter Moore , EED AP,President Your Trusted Advisor for Infrastructure and Planning Needs 1-1 Table of Contents Tab Number Section Page Number 1 Cover Letter and Table of Contents 1-1 Response Certification,Questionnaire& Requirements Affidavit(Appendix A) 1-3 2 Minimum Requirements (Appendix C) 2-1 • Licenses/Certifications 2-1 • Project Approach 2-5 3 Experience&Qualifications of the Firm 3-1 4 Experience&Qualifications of the Team 4-1 5 Required Forms 5-1 -, a) 0 V 4- 0 al rEl 0 CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 1-2 ' &ASSOCIATES 1.2 Response Certification, Questionnaire & Requirements Affidavit A endix A x C a CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 1-3 I &ASSOCIATES APPENDIX A MIAMI : EACHResponse 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 1-4 \ 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 NATALIADELGADOOMIAMIBEACHFL.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: Chen Moore and Associates NO.OF YEARS IN BUSINESS: / NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 30 19 62 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: Chen and Associates Consulting Engineers.Inc. FIRM PRIMARY ADDRESS(HEADQUARTERS): 500 West Cypress Creek Road,Suite 630 CITY: Fort Lauderdale STATE: FL ZIP CODE: 33309 TELEPHONE NO.: - 954.730.0707 TOLL FREE NO.: FAX NO.: 954.730.2030 FIRM LOCAL ADDRESS: 2103 Coral Way,Suite 401 CITY: Miami STATE: FL ZIP CODE: 33145 PRIMARY ACCOUNT REP.ROES E FOR PUNGAGEMENT: ACCOUNT REP TELEP Ji700.497.15w ext 1o ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: jacosta@chenmoore.com FEDERAL TAX IDENTIFICATION NO.: 59-2739866 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 1-5 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. N/A 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 dir4ctly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates N/A 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. Please refer to section 2,Experience&qualifications of the Firm for references. 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 public sector agency? YES b an NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. 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. Please see attached. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the 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://www.miamibeachfl.aov/city-hall/procurement/ CMA will will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics. RFQ 2018-141—ND 19 1-6 5. Not applicable. Chen Moore and Associates and our subconsultants do not have a controlling financial interest as defined in the solicitation.Chen Moore and Associates and our subconsultants have not contributed to the campaign either directly or indirectly for a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 1-7 • 7. -• == - . '' . _ - ._••: .• - benefits . . - - b0nefits. - - .. -- -• -- -- -3. Effective January 1, 2020, covered employees must be paid a living wage rate of no leer than $11.78 per hour with 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? 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 1 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 htto://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and- procedures/ RFQ 2018-141—ND 20 1-8 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,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 PM , Addendum 1 pM Addendum 6 Addendum 11 PM Addendum 2 . pM Addendum 7 Addendum 12 PM Addendum 3 Addendum 8 Addendum 13 PM Addendum 4 Addendum 9 Addendum 14 PM Addendum 5 Addendum 10 Addendum 15 If additional confirmation'of addendum is required,submit under separate cover. RFQ 2018-141—ND 1-g 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 recipients own risk.Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. • The City is governed by the 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 evert 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 ..:. 110 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 AuthoR�.resentative:71' Title of Proposer's Authorized Representative: /< President , Signature of Proposer's Ruth• Repre -five: Date: Peter Moore,P , EEO AP,ENV SP,F.ASCE May 4,2018 State of FLORIDA ), On this 4 day of May ,.201$'personally ).; appeared before mePeter Moore,P:1Hpd,EED AP,F.ASCE County of Broward. ) stated that (s)he is the President of".CMA -,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. ore:me: Notary ublic for the State of Florida My .',t• •r ti - - - - • wt Notary Public State of Florida 3P J0t-IN,INi+/C,r•', : ... '- My Coo.;r>.st...`_,u 178758 - • N:,„00. Expires 0i/2412022 • RFQ 2018-141—ND 21 1-11 ... 1°.:. i it' a 1 , \'''r;,-4 ,„,, ...'_i 21: i 1 . „. ,-,,z,;•,--'"--1-..,„4, - ,,.A -"... .• .... t, ...:. v „ - 2 . Minimum Requirements n ri. Z r.) , .. • : • .A. Ink• 4 •: 4, '''''''''"''' 4 t•a..,'° 1..t.44 :°• ° ^` • 7°4 , ... . , ... _ ' ^5,../......,.. 01.'41.r,ajr " • Y 4. . . ,1, ...1 .° I 2,.• ''''k ' \... . • a-- tr. .,... • \ ' '4%4 ,...• ':' ' ..1111 44. ,r; --., "0- 4 --..' k.%`.... tY • • "--4' 'Y ''4:(1111.15.11121111ill*Id' ' ' 4^ " . .. 0E.a r • . , . 1 • 4 .4.' .....o*r........-rot , - ,,,,11 --.,„„tz. _ • -. -is - '-.,-- . ;- '711' '' -1-.2 -4N,‘"'•.44- - t" , ; ...- ,',. ' .l.". --,.4,-.a'....... .. --- ' -It, ••• .• • --,.,, ' ,ir .. • a -4:164.,:4 rw,a. ,,,,,,, ` . ' '°. ,- k -- fr -Jr.' • ‘-•\,,,5 ,rt '';'Ft' .."L4i1 . - . . . - - , .,' - -'• < / „? , ., * . n P. • i o., \ .... 4 ;,......‘......—,0. , ,.. '. 4k 4,',. , f-*.r <, vr-te* c• .i* IA - • -, ; ,,-e fe. ' — .2,1-•• , lir-AM** , -a , 'P --. 4 r‘,.*0.°' •-I-4 *1i. ' . - , a ...* 7 ,4'•,` i ' --.• - • . -4 . • - - .. ga y-.„4„-.4140-7-1 I r , -'-,,li . % ..; .,....• ..,. ..--;Tor ... itt,,. ...*, t‘..- ',..• . , ••44',74.,c, 4,„•`‘," ka '.;',4t:.' -4,,t ,, i,.::,-, '*: f: „;"--',--,,- , , 2. '''.' -.."-ar .2 "'10 • •i; tl ' 4 .,...-`,". .4 ..„, ,..sz:41•.0 RFQ-No. 2018-141-ND CHEN MOORE AND ASSOCIATES Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects _ zt. *".7' - •,.," .2.,i , , , Minimum Qualifications Requirements (Appendix C) Ct. 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. State of Florida Department of State I certify from the records of this office that CHEN MOORE AND ASSOCIATES,INC.is a corporation organized under the laws of the State of Florida,filed on November 7,1986. The document number of this corporation is J41454. I further certify that said corporation has paid all fees due this office through December 31,2018,that its most recent annual reportluniform business report was filed on January 8,2018,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under wy hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Eighth day of January,2018 /1,:* .• A*)7. Secretor} me Trooklog Number CCaIt lNa71 To mabrtlrala thU saaealo,111 Oho faaa+ba at4oar tido somas,mad Ibr faaaw IV Yrafeaar dWlayad, WrJ/mnkaaabiaorT/Na0CwHfkate06iatWCmtlaswAw�tlWM �,r v E a cr cu 1r E E c CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 2'1 I &ASSOCIATES RATE°IMAM% 001111RIMMT INN.MU 40,701.200.1.41.1.10.41101.1 State', c' ids I Board Waal eeryrz • .c.i .. IP[ �Ine FIVE ON.MOPE MO ASSCOATES.Mt . u uwe.enwm.>o 5 e.Per e.:.r.•••••••••11 `wo.;�m.err.w. . U ,a,. State of Florida State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Board of Professional Engineers Au Mt Jose Lab Acosta,P.E. A Peter Michael Moore,P.E. 4 - Grego.,A Mendes,I.S. �y=��� rrr�dm Meld.` � • ren. .e..... b licensed o.nwe..wnr Enemas mak*Owes m,Reside Standee 4ae..r..w.rr.ep aaenees=Waren.en.Medi Irma Jose Acosta,P.E. Peter Moore,P.E.,F.ASCE,ENV SP,LEED AP Gregory Mendez,P.E. State of Florida State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Board of Professional Engineer. Jennifer Lett Smit,.P.E. A Jaron James Mc-Clair,P.E. 4 Patrick Devendsa Gimutn,P.E. ,e, 44141, 1.a«need ae a P a��H.M.earssar cs.pe All,noeide Statutes ' �as.M.oB..+wd8npramar Caper n;Made.Statuses �n.r.r..de.M�a r Owes 474 Maga Swear.v.. .:,4,4,..4 ....w:- .,, e... w.r VOIe. nue Yak tria.4.4444.A 7223.1 Jennifer Smith,P.E. Jason McClair,P.E,CFM,LEED AP Patrick Kaimrajh,P.E. State of Florida State of Florida �..d l Board of Professional Engineers Board of Pnakrsi. al Engineers Daniel Bdtsatdo Davila,P.E. s T.Brea,P.E. 4 en.,e. ��' I.licensed r.PcaFrr.J n.d..ee• Ce nie Camps.Alt Merida s.uam rwuins,"~war ~� Is aP'ceesed se a •Sc raewmein Merest 471,Mackie Sesame u nes*,. �naU•a 030 RN.. a Cristobal Betancourt,RLA Daniel Davila,P.E Safiya Brea,P.E,LEED AP r.,�.w..,,,wo. a,.,..enr rn.r. s.+.n ►�ndr {endowiiii INTERNAT101VA1.SC/MTV OF MBOR OJL1URF . w--- CAkinnI,ANaualst. t= — —. ____ I LLlM:niN1 AlNlllAllnY e.ea.� =a,. P, J .I .tessia Amber Mathis €:=x ... Marc Bortak .,e,,.„. «...,...sw,...-.. .,..,...® Ceilidhs/Wive ono fh.ian.r•CasnunO i, Eric Harrison,RLA _- Stefan Bortak,CID Amber Mathis,CA LA c v E v 0 LI' E E c 2 C H E N•M 00 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND 2-2 I &ASSOCIATES Miami-Dade County MIAMIDADInternal Services Department OUNTY Statement of Technical Certification Categories Firm: CHEN MOORE AND ASSOCIATES INC 2103 Coral Way,401,Miami,FL 33145 Code Category Description Approval Date Expiration Date HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING 3.01 LOT DESIGN 09/21/2016 09/30/2018 3.02 HIGHWAY SYSTEMS-MAJOR HIGHWAY DESIGN 09/21/2016 09/30/2018 3.06 HIGHWAY SYSTEMS-TRAFFIC CALMING 09/21/2016 09/30/2018 3.09 HIGHWAY SYSTEMS-SIGNING,PAVEMENT MARKING, 09/21/2016 09/30/2018 AND CHANNELIZATION WATER AND SANITARY SEWER SYSTEMS-WATER 6.01 DISTRIBUTION AND SANITARY SEWAGE COLLECTION 09/21/2016 09/30/2018 AND TRANSMISSION SYSTEMS WATER AND SANITARY SEWER SYSTEMS-WATER AND 6.02 09/21/2016 09/30/2018 SANITARY SEWAGE PUMPING FACILITIES WATER AND SANITARY SEWER SYSTEMS-WATER AND 6.03 09/21/2016 09/30/2018 SANITARY SEWAGE TREATMENT PLANTS 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER 09/21/2016 09/30/2018 DRAINAGE DESIGN ENGINEERING SERVICES 16.00 GENERAL CIVIL ENGINEERING 09/21/2016 09/30/2018 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 09/21/2016 09/30/2018 19.06 VALUE ANALYSIS AND LIFE-CYCLE COSTING-WATER 09/21/2016 09/30/2018 AND SANITARY SYSTEMS VALUE ANALYSIS AND LIFE-CYCLE COSTING-GENERAL 19.16 CIVIL ENGINEERING 11/16/2016 09/30/2018 VALUE ANALYSIS AND LIFE-CYCLE COSTING- 19.20 09/06/2017 09/30/2018 LANDSCAPE ARCHITECTURE 20.00 LANDSCAPE ARCHITECTURE 09/21/2016 09/30/2018 C v C) I- 0 v CC E CHEN-MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 2-3 ' &ASSOCIATES • Local Business Tax Receipt LBT Local Business Tax Receipt Miami-OTMedm oAnM q,�tawte7of Florida Miami-Dade e County,State of F',orid a LBT UI.iM IIs NOTA 120 No,,. Romp.Ns EXPIRES nM14 _.. as V00Q"ND�OOSB NC "...... SEPTEMBER 30,2018 ^a ^<"'"°- EXPIRES nm COM SAY 212.01 sae. IR a....a..,..... WARRPA1RF00AwCMvs ..swot SEPTEMBER 30,2018 1211•1112.321.22411111216.,r..CY 2105fDMt.MY S»ROI aM.s,...q 1.111 fl.3,31•0 Paw Cunn Cam MOOSNIO ASf00IAPOS MC K. CMrP�U»P.OM ;Mr.eNs 377.r••Fn»ONAt R.022.4) I]a l..0.] 0.a00V11/3011 iviuevs • 711110-17-016194 002 eK Mum 1.0x0 WII/nll FPP010-13-01494 rrMP.r R...«..m.......-r3.wlaNEN :..::�.lr.jr,w. .....�...+w.mR..N".I'r.lP.�.l Local Business Tax Receipt rL B T , ..ml-Deeds COU:,e state ofFhNfd. Local Business Tax Receipt •,, Miami-Dade County.State of Florida .SsiMs MoaT , e.etetAuoua Me .me•u EXPIRES 3117Mae ..0 A mw I` J SOS W 0000151FU1 .yp.3 SEPTEMBER 30,2018 mamEMEN•"•N^OANON "'0m.,. EXPIRES A 111677 A..... SEPTEMBER 30,112218 NM R Nue a•NoNmtat pm*el NM CORAL SAE STE A01 Nita w..4 Mt 1E110 MINOR Intl mrcom Morava Romeo " MOON KTIo M.As77wcA»so ::.=^........r,:.° .r.... .. roman/rums Smm OTP VT0,7 rOfMA A»2 wet MOMS.. MP,0-I1-0144 G0�x.1msAUiOMttl MOO OW 1/3011 E. Tu�......,....:•rw:.l::'... 170010-11-016.4. no Irma. so .........I.....-r.4.1....a R.orgront otoR __ __ Local Business Tax Receipt , BT LBT� Afmm,C«eiwntv.SmoolFlOo0. Local Business Tax Receipt ��-�•���-��• Miami Business Meta Florida M1eu1 msn , ,v ANOVA �� EXPIRES neela ,` J 3OOAA.RAY VFA01 MM. SEPTEMBER 30,2018 MENo¢cuoavAvt� ..we EXPIRES MIA.Rm4 nanNni co Cotner Gem 203 COM WAY STE 101 3...37 SEPTEMBER �*2018 000.0030 .q MOM R.33143 �.....M,N..q AMWATMIOM0.0 112 Pr=01.1...".... w040.000m AROAss«MTES Ar+Arm. 0.00 IEa00 10)107141) 77nz-I O.N.O.e :GO.wwm we ENVIE 2,2 sane. 00 abil 1/2013 .. .r,.r..,..�...,,,.T o-°°°2° -0149. `:=•....w.,r.... ...~. • '¢.�of Miami .q..et�t s ,.„u Tiesm NOTA R11.1.. TM00 NO PAY 100 NOT PAY Yew 31111..e..MM1$ ,.. M.MMY.s 003103111*.S. 003Me RECEIPT FOR .Otf 4,12.08-20. , EIPT FOR Tc.wawa.Room _-_ 1111 UM w•ONE $60.1 MOORE 3mswns30 A,nG4M.E5�4 2018 . , 0VIM411 inSTNI ASSOCIATES PK 201 °1sa.w COMPLIANCE LOCTO ENGAGE IN OR YANA. THE OPERATION OF. ENGINEER PRo1Ess.ONA1.O,NSR 07377/2077 a FNG3MEn...o7EsaroNAL a,.1eR 0 EmitEmitT.Paul* F,.L pL6aal Fin.nc.. ,130201 . ingnW Ol.gmt Vii:.. Q Of 9liamt w MS:NOTASUL 317 cu1..w..ra 00110T PAY `t1RI 1pi A%t N R11.111.•Y..qt.M.191n M M x.10 Op NOT PAY J✓ RECEIPT Fol CISH MOO..ARO PI1O.,c t0.Y.r EMMMTlw b..10 MLO 1ML00 a,»»tr rr3,L,Eev.,.»» :""�'�""`""'"' RECEIPT FOR... sOeA.AtEx atraRcourtt C CU E ted. ,..- _ .. •NEN MOON A.D/MOM/T.INC rhos �� •� °r77.n5,4. 2018 ., G �;w�REA,�GM=aNk 2018 .NEM iCO3.LM.CE Mt OPERATION Cl P.OE AnmurlMCO,P,NENrIPacom O IMREOE CONN.. Cr (11 CC 1. T AmwrER,urmacA.e • Edca_T.PhOONl E F1r1Anc.[anew Enc,T.7.300.2 P,n.rce 027.070, C 2 C H E N•M OO RE Capital Renewal and Replacement Projects RFQ 2018-141-ND 2-4 I &ASSOCIATE S Project Approach Chen Moore and Associates has over 3o years of experience in providing consulting civil engineering,and planning services for local and municipal ;? public sector clients throughout the state of Florida.CMA has extensive s experience on municipal projects(including sanitary sewer,stormwater " ' drainage improvements, water mains, roadway — including milling & resurfacing projects, intersection & roadway design, construction management, CD services, City engineering services, etc.) for public sector clients throughout Miami-Dade County and South Florida, and particularly for the City of Miami Beach. This project will be led by key 7i4- f.,^ A , ' players in our Miami Office. The ;,' j- firm has five offices including „' i- Miami, Fort Lauderdale, West •-''• . , ..- .. ':i Palm Beach, Orlando and i L _ ' G _ Gainesville. We currently have .'' 414 over over 6o staff. The staff includes - - -- ^-"; 16 licensed professionals (12 . .... "i : :_r Professional Engineers and our ' __ 4 4 : licensed Landscape Architects). t ii-7:: We also have fourLEEDAccredited 11-' :r Professionals on staff. f '', s We are extremely excited about ' �, �. continuing our relationship and ., yire �; bringing our expertise,work ethic _ - 4,2 _== and responsive approach to the r City of Miami Beach through this - ', i proposal. We have developed proven,efficient,cost effective methods to deliver projects to our clients on time and within budget. We work as an extension of our clients as a trusted advisor familiar with the technical aspects of a project, the regulatory/permitting requirements and in consideration and communication with all stakeholders involved to 'r'" ensure a successful project on time and within budget.We ensure that _,`, our clients remain well informed throughout the process with frequent •4 communication and regular project updates and also that our staff is accessible to handle any client needs that arise throughout the project. In this section,we will outline the approach we will apply to each project, which includes our techniques for partnering with the City.By instituting our established methodology into the process,we will outline how our r, team develops an atmosphere of collaboration and coordination,within v the entire project team. E RESPONSIVENESS cr v At CMA, we are committed to carrying our responsiveness to the next E level.All employees are assigned mobile telephones.The mobile phone g numbers appear on the front of our business cards so that all clients will •E C H E N•M O O R E Capital Renewal and Replacement Projects RFQ 2018-141-ND 2-5 ' &,ASSOCIATES be able to quickly find our personnel when their services are required.Additionally,our email addresses appear .}.; on the front of our business cards. It is standing company policy that all employees must review and respond to , their emails no less than once per working day.This includes days in which they are out of the office on training ~ or working on other projects. Finally,CMA has a policy that no phone message is left unretumed.This is ensured " by the fact that we employ a state of the art voice mail system that will call the person that was left a message and notifythem that a message is waitingfor them at the office. Therefore, whether a client contacts a CMA , g r k=:. employee at the office,on the mobile phone or via email,no need will go unnoticed. ; STRATEGIES FOR COMPLETING TASKS ON TIME AND ON BUDGET I:, At CMA,we fully understand the need to provide innovative and sustainable solutions on time and within budget ,'` So much so,that it has become inherent to our firm culture.Paramount in achieving a successful project on time and within budget is to clearly define the scope and goals of the current project. In defining the scope of the ' project,the following are some of the factors that will be considered: • Project goals,timeline and budget • Any unique characteristics and considerations(resident/hotline ,1 \s •F� complaint logs,special characteristics,etc.) / ,, • Existing available information(available utility atlases,as-builts, ,1 '- operating reports,etc.) ! r • Additional information that will need to be obtained(survey, ' " i •Ai NIde ' geotechnical studies,traffic studies,etc.) `." A • Potential impacts of construction to:parking,bus routes, 1 . emergency access and vehicular flow;pedestrian routes; 1p. ?„ community events;existing utilities;etc. •*. .... All ,,,, -`: • Project stakeholders(affected residents, HOAs,public agencies, etc.) • Regulatory authorities having jurisdiction and permitting agencies , • Project funding • Construction requirements and limitations f At the outset of the project it is necessary to clearly define the scope of the project and the project goals for all concerned parties to ensure the successful completion of the project. In any given project,time is of the essence.The CMA team approaches every project with this in mind.Our team 9„-� will immediately begin our initial services which will include topographic survey verification, utility coordination, ati as-built or record drawing review and review of geotechnical data where necessary.These tasks will be critical for ,-C''`. every project, since any unforeseen conflicts may cause delays. Coordination of a multi-member team requires regular attention. All matters related to the project will be coordinated with the City's Project Manager.We will try to minimize the City's day-to-day involvement by keeping the project manager informed electronically by e-mail and via phone " calls. The project manager is the key to a successful project and must be proactive, identify issues before they become problems and offer solutions before they become a crisis.The City's project manager will be kept well informed at all times;however,recognizing that they may be managing multiple projects at the same time,we will strive to minimize his or her day-to-day involvement by: 1. Obtaining needed information ourselves, c 2. Maximizing electronic information transfer(e-mail), E 3. Conference calls,and `, 4. Providing prompt meeting minutes. a v cc We will schedule progress meetings as often as the City's project manager deems necessary and they will be g provided with monthly progress reports that include action items that also identify the individual responsible for E following up. CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 2-6 ' &ASSOCIATES Only highly competent and experienced professionals will be committed to the project, and they will be M?„,_ provided with the necessary resources to assure success. ' . We are intimately familiar with the logic involved in scheduling projects and will use Primavera Software to track the progress of every project.Regular,in-house meetings will be held to ensure coordination and quality control. '•V, In addition to the City of Miami Beach, several agencies will be involved in and/or have a vested interest in this project. Permitting agencies include: the City of Miami Beach Building and Zoning Department, City of Miami Beach Public Works Department, City of Miami Beach Fire Department, Miami-Dade County RER the Florida ' Department of Health(DOH)and the Florida Department of Environmental Protection.Other relevant agencies I, 11 include affected utility companies.We will provide the City's project manager with meeting minutes within three v days of a meeting with any of the project stakeholders.Our proactive approach will emphasize the early resolution , of project issues. Chen Moore and Associates is very sensitive to our clients'budgets and needs.We spend time scoping the project and developing accurate schedules and fees.We pride ourselves on , -' "'- .;:, -= r ,t-� getting the job done and minimizing additional services or changes to '` ., ,7..`�... ,, "=” `' e. 1.- the contract. To remain within budget, Chen Moore and Associates 'N' r uses Deltek and a variety of internal spreadsheets for project tracking C ip-iZ st,Y Paccounting � �j.� `' and cost control. The Deltek system is a computerized •.. a . package designed to automatically integrate data provided by the <�,,' . ail. ,R.. accounting system, such as timesheet entry, accounts payable, r,7^4, ✓� FS Li operating supplies and subconsultant costs.All labor and other direct- • .,; . , '',r• ilii = 3)Existing property/parcel information The CMA Team will utilize existing available GIS parcel and County data to obtain existing infrastructure data and ;;.-,' existing property/parcel data. 24, 4)Soil data/geotechnical reports The CMA Team will coordinate with available onsite and/or adjacent geotechnical data and reports regarding j general subsurface conditions in the area including soil borings for preliminary evaluation of infrastructure •'4+ installations in existing soils. 5)Aerial photograph The CMA Team will review existing aerial photographs of the project area and note the proximity of available ,?` outfall locations; existing outfall locations; existing above ground utilities to be coordinated; existing area "`: property developments; existing landscaping/trees that will need to be coordinated for the implementation of '' the proposed project;and existing traffic control of the project area;etc. 6)Site specific field visit In addition to reviewing existing available information,the CMA Team will conduct a project-specific site visit to itl:, identify features that may not have been identified in existing documentation and to review existing conditions as they exist today.Based on a site visit and review of existing data,we can supplement the existing data with only ; the required additional information,thereby providing an efficient and cost effective existing conditions analysis f.:-, of the project area. Additional information that is typically requested includes additional survey data and site- ., ', specific geotechnical information. 7)Obtain Stakeholder Input : For the first two tasks, developing water and wastewater capital improvement plans, obtaining stakeholder e input will be critical to the success of this project.It is important that stakeholders are strategically engaged early ` in the process. The CMA Team will meet with the City's staff, regulatory agencies, residents, business owners „;,:„4- and ;-and other interested parties necessary to make sure the expectations are understood by each party involved in '' the project.Often consultants do not spend enough time communicating with their clients and this can result in .. ' misunderstandings and in failing to meet the project expectations.The CMA team understands the importanceti. roti of communication during the project and is available to meet with clients as often as possible to get the job done. During this phase of our project approach, Chen Moore and Associates will document all discussions and meetings by producing project meeting minutes.CMA will meet with the City's staff as necessary to ensure clear ` ` project expectations have been agreed upon by all stakeholders. . ` GIS SERVICES 1 CMA has been on the cutting edge of GIS/engineering integration for over 10 years.All of our engineers are trained and well versed in GIS which is uncommon in most engineering firms.This is ac ti ' III __ powerful advantage over traditional firms that house engineering and GIS in _ a -,+ `, -j i 0,..0._; .f different departments because we understand the desired output and apply - , GIS tools to achieve it.We routinely use GIS data,analysis and procedures for engineering planningstudies, design, permittingand construction lia.- ! g g g , administration.As such, we have developed in-house scripts and procedures ark, l ;:•+';;,-w ;;.1 .'"' that enable us to gather and process GIS data efficiently.The GIS data will be .s0' ` �IF./ gathered and analyzed for each project at inception. After this step is scie <. _..c.. _rN 1 completed, this data can be used throughout the design, permitting and ,, �i , c construction phases of each project.Exhibits created in GIS have proven to be = ,- 1--_ � . i a) an effective method of communicating with the client, public, regulatory ;5 a agencies and contractors. The GIS data used to track construction will be -'••.,,� 0- shared with the City at project completion to integrate into their database at its cc discretion. E E E CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND z-8 I &ASSOCIATTS PERMITTING For any construction project, permits and required regulatory agency approvals from authorities having , :, ,, jurisdiction are required.Since the approval of permit applications can often define the schedule of a project,CMA researches the needs and time frames for permits as far in advance as possible and conducts pre-submittal/design meetings with all applicable agencies. Some agencies that may have jurisdiction on projects within the City of Miami Beach for roadway,drainage,streetscape and/or utility projects include the City of Miami Beach—Various : Departments, Miami-Dade County Public Works Traffic Engineering Division, South Florida Water Management I` 1 District,Florida Department of Environmental Protection,Florida Department of Transportation and the US Army ', Corps of Engineers. f ; 1 CONSTRUCTION MANAGEMENT During the construction phase,it is important that experienced personnel oversee the construction efforts.CMA believes strongly in outlining clear requirements,parameters and expectations for the construction management team to be working on each project. Such parameters must be _ . established in the contract document and the expectations should be r"►, - , .; t clearly communicated during the bidding phase and construction ti phases.CMA will function as an extension of staff to ensure the project 'tillp _ remains on track,within budget and within schedule while keeping the j „ City thoroughly informed of the progress of the project during . ' construction by following the pre-established project management strategies. The engineering construction and inspection department at Chen Moore and Associates assists the engineers in many aspects of the project including: • Constructability Review and Quantity Measurement • Bidding and Contract Awards Assistance • Shop Drawing Review • Contract Administration and Payments • Field Inspection and Reporting • NPDES Compliance • Field Engineering and Problem Solving • Public Information and Liaison with Community • Density Testing One of the main technical advantages of the CMA team comes from the use of GIS technology during construction inspection and management.This approach offers many benefits in dealing with the immense amount of data that must be acquired and managed during the construction process. The following section elaborates on the abilities of the staff to complete all required construction administration tasks. Coordinating the bid process, analysis of bids received, and providing recommendation on the award of construction contract CMA is familiar with the City's bidding process. Recent experience involved construction inspection contracts going to bid for the City. However, in many instances, smaller contracts were processed for various projects in , municipalities throughout South Florida.At many different capacities,the CMA Team can administer all the bid v process needs of the City. E a, Preparation of supplementary sketches required to solve problems during construction 7 Being a small firm,we believe that it is our duty to respond as quickly as possible when a problem arises.Sketches z to solve construction issues can be produced within minutes and the construction inspectors on our staff are always available to aid in the process. E *E- CHE GORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 2-9 ' &,ASS(X1A1FS Checking detailed construction and shop drawings submitted by the contractor for compliance with the ?'If-, design concept The CMA Team has extensive experience reviewing plans for internal projects and for outside clients.Chen Moore and Associates understands the need for internal review of design drawings.Plan review is done by professional engineers as well as field inspectors, who give feedback on the constructability of projects. CMA also realizes that it is sometimes necessary to review and verify work performed by prior consultants. Shop drawings will 1 be reviewed in a timely manner.The CMA Team has established contacts with several different material supply t-<' companies.This has proven useful in getting shop drawings made and approved. Making periodic visits to the project site at intervals appropriate to the various stages of construction to 1,4 observe progress and the quality of the executed work 1 "` Depending upon the specific needs of each project,the CMA Team will make construction inspectors available t 1,— full-time or available at critical junctures in the project process for certification and testing. It is essential during construction to have ongoing communication between the client,contractor,consultant and f','' community.CMA has established a solid reputation as a construction administration firm.One important aspect of clarification is between the community and the client.This cannot be overlooked.The construction phase is when most residents notice changes occurring,along with disruptions. It is during this time that most residents start paying more attention to the actual changes taking place. It is r. ,4,4 extremely important to keep an ongoing dialogue with the residents ''L ;^ et. to explain why certain aspects were designed as they were and what ''a' - - the overall benefits will eventually be. 4 _ - + The CMA Team realizes that even with the best planning, pre- - a' " `` investigation,design and communication,changes can occur during r ` d� 4---- construction.The most effective way of dealing with change orders is - to try to anticipate them,provide alternative solutions quickly,which 'F - are acceptable to both client and contractor and negotiate with both :' entities to minimize additional costs. Often times, changes can be -- ..'- made on site without the need for the change order process. CMA g has built a reputation of administering projects in a way which minimizes change orders and the costs associated with them. Issuing Instructions from the City to the contractor, issuing necessary interpretations and clarifications of I contract documents,and making decisions as to the acceptability of the work At Chen Moore and Associates,our engineers always work very closely with our inspectors,allowing a different point of view to be seen when interpreting construction documents.Considerable experience has been gained due to the fact that all engineers involved in infrastructure design have had field experience,in-house,performing construction management services.The lessons learned in the field are incorporated into design,and the engineers have the knowledge to make educated decisions about the acceptability of the work. j Determining amounts of progress payments due, based on completion of the work, and recommending issuance of such payments by the City The field inspectors of the CMA Team will be equipped with the knowledge of each step taken in the project process and therefore will be able to assess the progress of the construction.The field inspectors will then convey to the engineers what they feel is an appropriate recommendation to the City and the engineer will consider this opinion and possibly field verify this opinion before making the final recommendation to the City. v Observing initial operation of the project,or performance tests required by specifications v The engineering team at CMA feel that it is their duty to be present for all important procedures that have an effect on the project.Since the outcome of these procedures will be incorporated into the design,the engineers z are obligated to observe and approve the procedures. E E C it CHE •MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 2-10 I &ASSOCIATES Making a final inspection and reporting on completion of the project,including recommendations concerning w ' final payments to contractors and release of retained percentages,if any g1' 01: ' During the final walk-through of construction,the inspectors will be required to maintain extensive documentation that can clearly be understood by the engineers. The engineers, in turn, will issue recommendations of final "' payment to the contractor after they are satisfied that the construction process is complete. Preparing needed documents including record drawings and certifications for submittal to regulatory agencies Chen Moore and Associates is familiar with dealing with all regulatory agencies, so we will be able to predict and deliver what the agency needs.The CMA Team is also experienced in dealing with unexpected events and r situations and can respond promptly with the required information. VALUE ENGINEERING To keep project costs down, Chen Moore and Associates incorporates "value engineering" practices into every project approach. Today's economy has forced many agencies to revisit their criteria and more construction materials are now allowed in the design and construction of projects. t CMA advocates material substitution while maintaining the quality of \ '* ,p •`+"• l• the product. Our project experience has shown us that a strong , : '`• A r i consultant will work closely with maintenance and facilities managers, .\ _ contractors and manufacturing companies. We believe tracking the "••.: , estimated cost of construction to be a key element in the success of \,..'. anyproject During design process,the the CMA team will provide �' ;:;+�� , \. cost estimates at each milestone submittal to ensure the project '1,;' ;' remains within budget.While we cannot guarantee any cost estimate "'�„•i;N ,� ._ • _: ,.. �. ; ' �• produced, we guarantee we will treat your construction budget as °', �1���. J,` j ours and we will make every effort to save you money and report cost data at regular intervals. One example a potential cost savings opportunity is the lining of clay pipes,commonly found throughout the City. The lining of clay pipes is mistakenly thought of by some as a maintenance procedure that does not require much j planning.CMA has performed multiple lining projects and understands that the most successful projects have a thorough review of the system prior to construction so that line obstructions can be anticipated and corrected with the most cost effective method,rather than the quickest method.CMA will work with City staff to televise , the lines in question and provide maps and documents for tracking the videos.When the videos are complete, they can then be reviewed to identify if the pipes are solid candidates for lining. For the pipes that should be evaluated,the expectations of the City on the final product will play a large role in the decision;for example,if the pipe has a small dip in it,the City may wish to still line it with the expectation that the dip will still be present .. after lining.CMA is also experienced with creating bid documents to establish a lining contractor on a continuing basis.With this method,the lining can be performed on a programmatic basis as funds are allocated and the City - will not need to go through the procurement process for each project.The CMA team has refined their approach to utility value engineering and project management through many years of experience with work similar to this. QUALITY ASSURANCE/QUALITY CONTROL PLAN The CMA team is committed to delivering top quality professional services to the City.In order to maintain project budgets,avoid costly mistakes and provide adequate public safety,we have made Quality Control a priority and believe that it is the single most important element of any project.Our internal policy has an established program during the design phase that requires that two non-project team members perform the quality control duties E utilizing our internal QC checklists and any additional measures at the suggestion of the City.These QC checklists v have been developed for each specific type of project and are implemented at each milestone. By engaging non- g_ team members in the QC process, we will get a fresh "set of eyes"that will provide honest and detailed input that will ensure that the project gets thoroughly checked.QC reviews will be carried out for each submittal phase and for the final deliverables. Plans,specifications,models,estimates and other documents will be reviewed for E E CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 2-11 I &ASSOCIATES compliance,constructability,safety,value engineering,cost,time and project specific concerns.The QC process ._, will be led and documented by the quality control manager. Quality Control is enforced to make sure our final products and proposed improvements comply with industry : and engineering standards.Our years of experience along with our established QC program enable us to provide our clients with great service and a great product. Our Team makes use of a series of standard procedures and reports to ensure that all of our services are standardized. Such reports are used during the several stages of a project. Below is a list of the standard reports to be utilized by the design team: ,Wit Kick-off Meeting Report - This report is a standard template and is utilized internally for every project. The report will contain basic _ information such as project name, project budget, brief project description,project manager and project team members.In addition, the report provides contact information for the owner and client. QA/QC Checklists-This is a checklist developed by the project team. This checklist is a thorough list of items to be reviewed at each submittal. It also requires the signature of the project manager,CAD drafter and QA/QC person assigned to the project. Action Item list-This standard form is utilized to keep everybody informed about the project progress.The form has an action item list,a responsible person(including clients and third parties),due date for the specific task and a section for comments. Permit Tracker-This standard form is utilized to track permits and provide updates of the permitting process. It also includes expected dates,dates for permit and permit date expiration.This list is provided to the client along with all the permits. Construction Field Reports-The design team has a series of reports to be utilized during construction administration support services.These include:field reports,RFI log,shop drawing log and items beyond scope log. In addition to the above internal procedures and mechanisms,the CMA team is committed to updating the City on a regular basis through scheduled review and progress meetings.The team will also work closely with the PIO (if available)to ensure stakeholders are engaged throughout the process. WORKLOAD AND AVAILABILITY Chen Moore and Associates makes the commitment that all key personnel on the project team will be dedicated as necessary to meet the needs of the City.All CMA project managers and staff realize that on-time delivery is a key element in meeting our commitments to clients. Because of our resources and qualified personnel,we are able to overcome any unforeseen delays by assigning additional staff.The workload within the Miami and Fort Lauderdale offices of CMA consists mainly of work under continuing services contracts.The task orders arising from these contracts are generally smaller in nature with a four to six month completion time,and thus would allow flexibility in scheduling for the task orders from the City. All of Chen Moore and Associates'proposed staff and resources are immediately available to start work on one or more of the elements identified in your Request for Qualifications.As mentioned earlier,CMA offers the City a large staff,with varying skills and capabilities,all of whom have worked together on numerous projects. Chen Moore and Associates confirms our availability to continue the work specified in the Request for Qualifications v on an ongoing and as needed basis.It is the intention that the CMA staff members identified in the organizational chart will be used for projects for the City.No substitutions will be made unless they are approved by City staff. E E C 404. C H E N•M 0 0 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND 2-12 I &ASSOCIATES . ! . . , ‘ -1411.14'! ' ' 1 '' ''' ''':•\... ' -'4 ,4ite , . • • ..A• .. ;:-. le. fll la ._ 1 . ''- g. • . .4' Wilf2 I ' rj :..".....6.... ''••, -'' "L.7 2711",.. • 2 • . ,.k... '" -. 're'- ....' ..' 116.• • ' • . _ ...7.,;'''. Z.,bi 46.- 4 116;4' IA . - . al. ii:.. 3 . Experience & Qualifications of the Firm . . . .,„_ ..,.. .. . . .. _ . . , r.„ ...... , . . .• . - -;,...... . .. • ,_•... .... • _ . • ..., ... ‘ ,.....--„, 4- , t ..'• , ,, , - . 4.1 VI ' ....,-,1.....,.‘,.. ` ... . (1) _1......,„ , ...: '" , \ .• " /;. ..... n .-,- . . _. . .. , . - • . 0 : • ..‘ . . , = A , - -,...4 ":,-.• ,,,,.ir - - are- •:,,,fr- # , . . . . . . . . 7.-,'1.:. .... ' 1, " •' - ' . • .L... - - •1 . - ,. ,.. , . • ', l'' .. .' , • - . ''s '''''"''S . . . ' , -- • - -.:.:40",,t1J..-.. .., . , m. ... . , , . \ ',-" - .„, . •• 4. ...;:N. 7.r.Al; r -' • •%.. • - ,.., 'Ur.: -"- i or: ..• -.s -, ,. .,.. , - ... • — • ".... ‘ro.`• " , •, . , • , , .. . _ .'N,. • i,,,' .6. 014 • -k.-, ....:. .74. • 0 ." • .. . .. ' '''.: .. ...... •-: t`' - '..' - .-- , ' ‘.•,'"' ' r . 1 , - ,. •. -!.‘, -. .^ 4 '446 ' - • .•14:' . I.* AI ,2 - •;• t '• • *i .....•.• - •c• . .11 . 6. ' ' Of i t""1 . ' i .11. !.?‘‘i. :Alt 1 : 'i 7,7'.1:01111:{W•i2•'.lit.f:I. ' it . .•1._ •).' :'• -I . 6.t.7544*key , . 1 411.' ' ' *r• , Ar----„,„11 -.11r. -• . '1 ri , 111-:-.................. 1 .:,,,..... 1 !• , ( Ili" ..r ,.... - . r , 11 ,. . ...: • .. i :i. .,. . - . , . : ''''.-*,"4 A- ,_ ... , . .4 - , . ,',' --,N,- -4, ,...-.---) 144' .-., -..- , .-.,. . . , •--... if'. *". Y f.'....',.•.. .., ' '?", , • ., :'',:.. '''.• . 4t.' `1.,.. - ' , '',: - . • ',‘ '.I • - - 1_46 ••• io. -..:-.,- . . 4' ' A 1:,- - r '- -;' , I\ ' - -- • 4, ''t-,-,....• ; --"-6:- • ", •is.,-- - —: • . ,.. s:,; -.- • ... . .,, . • ,, ,... . , , . , , . 4,. 4 -., - -..• -,•_-.."•!!'"•::‘ :.. - 0 .••L';'. —_ RFQ-No. 2018-141-ND CHEN MOORE AND ASSOCIATES Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects VOW Experience & Qualifications of the Firm U, 0 V CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-1 I `A55UCI\II' .i Qualifications of ` Proposing Firm Chen Moore and Associates (CMA) is a multi-discipline consulting firm with offices in Miami-Dade, Broward, Palm Beach, Martin, Orange and Alachua Counties. Founded in 1986, CMA specializes in civil and I environmental engineering, construction engineering inspections, landscape architecture,planning,and GIS analysis and mapping.We are ' "ace , - - y a Florida state and locally certified small business enterprise firm. Dr. '~' A Chen founded CMA believing that relationships are critical to planning, r iE ti 11'17„+ ', ri'lldesigning and constructing successful projects. The firm commits to Lam' I -q providing responsive quality services while meeting the schedules and specific project needs of our clients. Our services include the following: xi' 4 ,' • Project and Program • Pump Station Design and Management Rehabilitation 4. • Construction engineering and • Water Supply,Treatment ' IInspections and Distribution Design ,, • Resident Coordination and • Stormwater Management It Stakeholder Meetings System Design and Master • Landscape Architecture Plans • Hardscape Design • Sanitary Sewer Collection - • Irrigation Design Systems Design `' I'I • Park Design • Environmental Engineering ill,' • Pedestrian&Bicycle Pathway • Traffic Calming Design Design • Circulation& Roundabout �A l' ' • Roadway Design and Design ,.iii Streetscape • Government Permitting 11'a.I • Habitat Restoration • Land Development ' re'^ A i • Wayfinding • Site Development -; • GIS Analysis and Mapping • Site Planning � ' ; • c • Utility Rate and Infrastructure • Sustainable Design and +•a 1�..... Valuation Studies LEED Solutions • Infrastructure Master Planning • Value Engineering f `i, : ; `- CMA brings to the City a vast amount of municipal and government • '"-, i professional engineering and management services experience ink , ,�; South Florida and specifically in Miami-Dade County. We believe it . is critical that the consultant for these services for the City of Miami I Beach is knowledgeable about working in Miami-Dade County and 40.1 1 • has experience with municipal clients.With over 3o years of municipal -+-�' A •_ _ • engineering experience and over i6 in Miami-Dade County,CMA and our team members has the local knowledge and expertise to meet the City's ' 4►4 '�, ;' needs for the scope of work required. ' res. .— • 4":4,Z'`...':`,--77-:7. , In addition, CMA actively supports various community organizations .- .i 11including Habitat for Humanity,Toys for Tots,the Cooperative Feeding ,, ; Program, and Ocean Watch, a non-profit group focused on cleaning ,• - - and preserving South Florida's Beaches. Firm staff participate in local 3 ._ , professional society events including the American Society of Civil -,-, Engineers, Florida Engineering Society,American Society of Landscape & CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-2 ' &ASSOCIATES Architects, Irrigation Association, Florida Recreation and Park Association, International Society of Arboriculture .'.'xi and the United States Green Building Council.We proudly support our industry and the communities in which we `, ., live,play and work. +°; `'. Construction Administration Services ':r` At Chen Moore and Associates,the engineers work very closely with the in-house inspectors,allowing a different . point of view when interpreting construction documents. Considerable experience has been gained due to ; ' the fact that all engineers involved in infrastructure design have had field experience performing construction 'yi't, management services.The lessons leamed in the field are incorporated into design,and the engineers have the "; knowledge to make educated decisions about the acceptability of the work. The Chen team realizes that even with the best planning,pre-investigation,design and communication,changes can occur during construction. The most .S - Y effective way of dealing with change orders is , - 1 " to try to anticipate them, quickly provide 1 4y �, . It -ter. alternative solutions that are acceptable to r-- .__...._,.,.-�. �- ,,r,,,, , �• both the Client and Contractor, and negotiate l _ _ with both entities to minimize additional costs. i , �� "�- • _ Often times, changes can be made on site ii}I - a- ► '" without the need for the change order process. toll'',." -- :y � y Chen Moore and Associates has built a ,ipt,l+ imiitirik reputation of administering projects in a way f„ p` : ;: which minimizes change orders and the costs ,f! `' associated with them. The following are / ,�- -- ; ,,,,,' = .. services CMA commonly performs during construction: • Bidding Assistance • Preconstruction Services • Value Engineering • Scheduling • GIS/GPS Report Integration • Administration • Testing • Construction Monitoring • Construction Engineering Inspections • Construction Management ii • Bond Releases CMA's Unique Qualifications for this Project CMA's multi-disciplinary approach has provided our team with a thorough understanding of ourwork as engineers, inspectors and landscape architects, but also how to coordinate other site needs such as utility services and drainage with permitting agencies.We understand that money invested in muncipal improvements represent tax payer investment in public infrastructure.We are strong designers, but we believe we excel at getting the best benefit for the public from the budgets that are available to make improvements.We take a long term view. C 0 RI V IF -057 Or CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-3 ' &ASSOCIATES The CMA Advantage _ CMA believes in creating sustainable communities. As ' �4�, Chin Moor.Offices such,CMA has been involved with over over half a billion �. -� i �.1 ,�^ I dollars in redevelopment utility improvement projects t . - r� ' for Miami-Dade Countyfor 10years and Broward County � T ,G�i�sville for over 3o years, including stormwater and infrastructure master plans, Basis Of Design Reports, design, permitting and -J4L construction services as well as improvements/rehabilitation projects hd and coordination with historical districts. i - 1 The firm's Miami office is located less than 6 miles from the City of Miami Beach.CMA C ` is committed to the communities where we work.We are involved for the long term ii to be part of your city's past,present and future. - y West Pa rr!Beach7� Fort Lauderdale' Miami' I / —.FI — ...__ //2/ dr , �.JI y `ALJ LJ I✓(1I _ 'f T95 d ISI ^— I '-� II JC ii ,I i c,-0'.e - r 1 I ., 4 ,gcxh r, It ia,n' -I 041 I ' �,L 1 il. Vrpnanfaixwry Ilk City Nall K. s I ���Y > Miami -:�\ _ ------ �L--`S` _ 1 O Beach �I t'- r� Ir 1`•i9s� CI lam. P I� _pnlq, E,vx li •F,iMiami c., . — , . u_ st - -'_SW Rth St_ --\li r.,...-77 - 4 a i <AHUCDN A55OORIAT ESir / /_ ...4448s# yeWay - , ✓ RkkenAx4r.(waw ! k. -:"----5°‘.. O to C p 7137 Or OP CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-4 I &ASSOCIA CPS Request for Qualification Similar Experience The Central Bayshore South Right-of-Way Infrastructure Improvement Central Bayshore South Program is an approximately$18M Design-Build Project located in Miami Right of Way Infrastructure Beach, Florida. The project Central Bayshore South Boundaries Improvements limits stretch from Dade -�_,� Boulevard north to West 34 `Z r. 1fiA Miami Beach, FL 0 _ w . , r n. �` Street and from Meridian ,--., . r. /.�t. •-4 „-a -- Names,addresses,telephone Avenue east to the Indian /" ft ;47::t : number,fax number,and contact ' ' Creek waterway. ,�, c" i , •* f ; - name for the following: ,Q...,„A ,.. 1,se Owner or Agency The project includes the ' • '' 110, '"! reconstruction and , 2r « ,` City of Miami Beach �, ;�'�� ��,��rr�,�, ,,,., 1700 Convention Center Drive elevation of roadways `.4 • ; 3- i' ,P.•.4- Miami Beach, FL 33139 within the project area, ,r . : , (305) 673-7071 drivewayand swale harmonization, a new _ y t L . ,_: `'*' f I Sabrina Baglieri k.1. .,,�; i• • 6..m.-4 sabrinabaglieri@miamibeachfl.gov stormwater collection, j ` ,.-. I conveyance, treatment, I, 'f .= A *Zs ) Ric-Man International and pump station system, R .,' t - - r '•r' :" I 1545 NW 27th Avenue new transmission and '; fit_ n sv' I. l t Pompano Beach, FL 33069 distribution watermains, a �;,.F tr. ,'' f.P ^1-.. (954)426-1042 new multi-use bike f `:� • ,, .` Rene Castillo,Sr. / . ., ''"),-;?.,i1 � ' '`''� pedestrian path, improved . "T rcastillo@ric-man.uslighting, t 1' ; ' ,/t @ street im roved �. t�J,' Start and Completion Dates roadway signage and �. "tip , �', . P_, ; - pavement markings, and • --: - .S! - 6J16/2o16 to present appropriate landscape mitigation. In total, the project proposes Volume of Contract approximately 10,000 linear feet of water main ranging from 6"to 16" $1,041,000(CMA fee) and approximately 13,600 . . - " LF of new roadway. The •�, Role proposed stormwaterW 46 11' .{.-. r !r Prime system serving ,i', approximately 82 acres :`',- .' includes gravity linesz. ',. " : throughout the - i` —-wit„ , . neighborhood ranging .- Pi! ''`” '- from 18" to 72", a vortex • ,�#- ` water quality treatment t•, -,` unit,one new pump station # .. to be manifolded with two existing pump station,a 42"stormwater force main,an energy dissipater box, and a new outfall at the Indian Creek waterway. The system is equipped with backflow prevention devices in anticipation of sea level rise. CMA services include full design of paving, grading, water, hardscape, landscape stormwater design including plan preparation and permitting. CMA also shall provide full time construction inspection services o including full closeout services. ra To Cr 4111 CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-5 I &ASSOCIATI S Miami Beach Sunset Chen Moore and Associates is the prime consultant responsible for ;: Islands I & II ROW planning,design,permitting,bid and award and construction engineering ate; Improvement Program and services for infrastructure ��" improvements within the public right -n1 t y i'1. Miami Beach, FL of way areas of the Sunset Islands I&II P.f'�' • neighborhood of Miami Beach. The ij. -4, ° 41/4.• L -1" Names,addresses,telephone project encompasses ±11,000 LF of number,fax number,and contact ROW infrastructure improvements =- . - -- • name for the following: including 10,900 LF of 8-inch water � � IfiAOwner or Agency main replacements, stormwater 4'' City of Miami Beach drainage improvements, paving & grading, traffic pavement marking 4.' 1700 Convention Center Drive and signing related enhancements and roadway reconstruction. i''`;' Miami Beach, FL 33139Extensive coordination with adjacent residents and with environmental '-, ;'_ (305) 673-7071 agencies was necessary due to the projects environmentally sensitive r�: Sabrina Baglieri location and surrounding environmental resources . sabrinabaglieri@miamibeachfl.gov ,, As part of the project stormwater and drainage services, extensive ,pt Start and Completion Dates analysis was conducted utilizing ICPR modeling and GIS to meet and/or •;.,,,-„,,..' 3/31/2009 to 3/29/2014 exceed required stormwater Level of Service standards.The proposed Pt stormwater design included the introduction of catch basins and ;, // Volume of Contract stormwater piping to effectively collect and route the storrnwater to 11 $322,623 existing outfalls to Biscayne Bay. Due to the environmental sensitivity '° Role of Biscayne Bay design and implementation of water quality treatment , ,;- measures was an important consideration and design factor of the system Prime .,to outfall to the Bay which included utilizing exfiltration trench. 0 Additionally,as the outfalls were existing a review and evaluation of the conditions of the outfalls was conducted and rehabilitation, upsizing i *r and retrofitting the existing outfalls was a part of the final design.This , ° project was closely coordinated with regulatory agencies at the outset ';':, of the project and throughout the design to ensure an expedient review it y and issuance of the permit. CMA provided construction inspection ``'; services including full closeout services y N,", .•y N:Atispg . ' - ‘ _; 2 • Y In C O V 70 V CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-6 ' &ASSOCIATES .,1- P wt. Miami Beach Sunset Chen Moore and Associates is providing civil engineering and landscape 1 ,; architecture for the utility infrastructure and roadway reconstruction Islands 3 & 4 ROW of two islands (Sunset Islands 3 and 4) off the Miami Beach west Improvement Program coast, along the inter-coastal waterway. The project was publicly bid '` Miami Beach, FL as a design-build and funded by the City of Miami Beach. It will require ) coordination with various agencies including the City of Miami Beach, t ,:,i Names,addresses,telephone the Miami-Dade Water and Sewer Department, the Miami-Dade 1 .n., number,fax number,and contact Public Works Department, the Miami-Dade Regulatory and Economic V;name for the following: Resources Department and others. ' Owner or Agency ( , City of Miami Beach The project consists of the replacement of 8" potable water mains, ; v!: 1700 Convention Center Drive the lining of existing sanitary sewer mains, a completely new storm 'x, Miami Beach, FL 33139 water drainage system, including discharge pumps and outfalls, ';az (305) 673-7071,x2581 the undergrounding of all existing overhead utilities, new service Mina Samadi connections to all properties, complete roadway reconstruction and � " MinaSamadi@miamibeachfl.gov grading with new pavement section and curb,landscaping,signage and `,' striping. t>•V Start and Completion Dates ; _ I.� 11/11/2014 to 5/1/2018 3, y l -..-- k.- -,,,.h Anand. -,i - ,� ar Volume of Contract - ' s: •" ` " " _VIC t L 1, t �.n $505,953(CMA fee) pr,~K. 44w' f -� , 4 Role t\* v y1 t 1 r",.ale 3 Prime ''_ �r , `� p. A,...t ,,Ikr - 4tA_A-1 , a Lw. .4 �s, vi C 0 f9 V .o m Cr CHE -MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-7 ' b,ASSOCIA IFS ( :` I F , South Pointe Phase III/ Chen Moore and Associates is the prime consultant and is responsible IUN - Right-of-Way for providing surveying, planning, geotechnical investigation, design, i Improvement Project permitting, preparation of f=. !r "n' J u ' construction documents, bid and - I Miami Beach, FL award and construction T a engineering and inspections _ Names,addresses,telephone services for infrastructure , .11, number,fax number,and improvements within the public . ; i contact name for the following: right of way areas of the South _ f :- 'N Owner or Agency Pointe III/IV/V neighborhood of 4 °' City of Miami Beach Miami Beach. The project 1!I`! ' 777 17th Street, 3rd Floor encompasses approximately Miami Beach, FL 33139 19,000 LF of ROW infrastructure _ ,yy • (305) 673-7000 ext. 6264 improvements including 9,300 LF —,. MEP : • (305) 673-7073 8" water main replacements, nom Carla Dixon stormwater drainage . carladixon@miamibeachfl.gov improvements, paving & grading, a A streetscaping enhancements, - - . Start and Completion Dateslandscaping improvements, -I • _ • 2/11/2008 to 12/10/2012 lighting improvements, and � ` ` " Volume of Contract roadway reconstruction. s — Additionally, due to existing listed contaminated sites within the $2,305,354 proximity of the right of way improvements,environmental coordination Role including contaminated sites analysis and consideration of the radius of Prime influence was necessary for coordinating dewatering operations.Due to the existing mixed residential and commercial environment of this neighborhood,special design efforts were made to incorporate walkable community elements including meeting all ADA requirements,providing street furniture, providing bicycle lanes, upgrading sidewalks, incorporating specialty treatments at crosswalks, landscaping improvements with specialized tree wells to provide a walkable surface and bulb outs to increase pedestrian friendliness and safety. This project also required extensive coordination with the public, adjacent CRAB, historic districts and various regulatory agencies. As part of the proposed stormwater and drainage services, extensive analysis was conducted utilizing ICPR Modeling and GIS to meet and/or exceed required stormwater Level of Services standards. The proposed stormwater design included the introduction of catch basins, and stormwater piping to effectively collect and route the stormwater to 16 drainage gravity wells and stormwater pump station with overflow outfall connections to Biscayne Bay.Due to the environmental sensitivity of Biscayne Bay,design and implementation of water quality treatment measures was an important consideration and design factor of the system prior to outfall to the Bay and was closely coordinated with „, regulatory agencies during the permitting process. o CO V To CY or CH EN•M 0 0 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-8 I &ASSOCIATFS City Center Right-of-Way Chen Moore and Associates is the prime consultant and is responsible and Utility Improvement for providing surveying, planning, geotechnical investigation, design, Project permitting,preparation of construction documents,bid and award and construction engineering services for infrastructure improvements Miami Beach, FL within the public right of way areas of the City Center neighborhood of s ' Miami Beach. The project encompasses approximately 24,000 LF of Names,addresses,telephone ROW infrastructure improvements including:8,700 LF of 8"water main ; re lacementssewer improvements, stormwater drainage number,fax number, and contact replacements; p � name for the following: improvements; paving & grading; roadway/traffic improvements , Owner or Agency (streets, sidewalks, curb and gutter, drainage, traffic control devices City of Miami Beach including striping, signing and channelization); streetscaping and ff. 1700 Convention Center Drive landscaping enhancements;decorative,landscape and roadway lighting l; improvements; and roadway , ;�, ►� a Miami Beach, FL 33139 reconstruction. Additionally, + (305) 673-7071 '~ k F Sabrina Baglieri due to existing listed r�„ <; , contaminated sites within the _4- • sabrinabaglieri@miamibeachfl.gov ,, .:� � proximity of the right of way . '•4. ' Q0.: _..:.w • Start and Completion Dates improvements, environmental 11/17/2004 to 12/10/2012 coordination including contaminated sites analysis and consideration of the radius of influence I Volume of Contract was necessary for coordinating dewatering operations. Due to the I $3,611,340 existing mixed residential and commercial environment of this Role neighborhood,special design efforts were made to incorporate walkable community elements including meeting ADA requirements, providing ''`,.; Prime street furniture, incorporating bicycle routes, upgrading sidewalks, • incorporating specialty treatments at crosswalks, landscaping r`c_ improvements with specialized tree wells to provide a walkable surface and bulb outs to increase pedestrian friendliness and safety. This project also required extensive coordination with the public, adjacent CRAs, historic districts and various regulatory agencies. As part of the proposed stormwater and drainage services, extensive *` a, analysis was conducted utilizing ICPR kit, / Modeling and GIS to meet and/or exceed required stormwater Level of _:. �p • " Services standards. The proposed F - _ ;t. .;. 'r stormwater design included the 1 introduction of catch basins and stormwater piping to effectively collect and route the stormwater to 16 _� • drainage gravity wells with overflow outfall connections to Biscayne Bay. Due to the environmental sensitivity of Biscayne Bay design and implementation of water quality treatment measures was an important consideration and design factor of the system prior to outfall to the Bay and was closely coordinated with regulatory agencies during the permitting process. 0 This City Center 9A project is currently in the close-out phase of CMA provided construction administration services,on-site field observation, ,73 and staff RPR services during construction. Cr CHEZ N IOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3 9 I &ASSOCIATES BC UAZ Projects UAZ307/315-The Broward County UAZ 307/315 Utilities project included replacing existing water -, M' "' Broward County, FL r:,� , .ta.;_, - main and providing sanitary r _ ,,_� sewer for County Service ! -ff, , t. , r __ Areas in the City of Dania - _ _ , ' Beach,near Griffin Road and • tom -: ; Ravenswood Road. The ' 1 . .1.y" __ - ' Names,addresses,telephone p i� ,M , �4', 1' fi:141 main technical components �� '�` -'�'�� � � number,fax number,and included replacing a 12-inch . P I i ' . . , contact name for the following: p g L _ �� water main on Ravenswood Owner or Agency Road, replacing the residential water distribution system, providing Broward County sanitary sewer to connect existing septic tanks and rehabilitating and 2555 West Copans Road installation of new lift stations and force main. In order to achieve the Pompano Beach, FL 33069-1233 necessary information, site visits concentrated on contacting residents Patrick MacGregor to determine the location of existing tanks.A great deal of coordination (954)831-0904 was required to accommodate developer projects, tie into County pamacgregor@broward.org projects, and obtain easements for crossing private properties.A total Start and Completion Dates of 20,000 linear feet of water main replacement,three lift stations and x' 14,000 linear feet of sanitary sewer, which will tie in over 400 parcels, �,•. 1/1/2006 to 1/31/2012 e were designed for this project. Chen Moore and Associates also 1 Volume of Contract performed full time construction administration for this project. $8,800,000 UAZ 3. 03,314 and 318-The Broward County UAZ 303,314 and 318 project �,y:, Role y A `r" r .:K 1 was part 1 of what was , projected to be an$8.8 million Prime ;tea'. ,_•` E! ,1. project replacing existing ', "' o' water and providing sanitary ,'., --- a '"�",` ''c'`` .,I sewer for County Service �.✓`""`""" ' I ;� Areas in the City of Dania = i ;`'tlit 0 -x Beach,just east of State Road 7;' 4-- �-. 4' '`�• �- �4 ie 7, north and south of Griffin Road.The main technical components included replacing water mains '=:4; on County roads, replacing the residential water distribution system, providing sanitarysewer systems to eliminate existing septic tanks,and "•,_,I,° rehabilitating or installing new lift stations.GIS was used to keep track of b', all ongoing projects, log pertinent site information, determine the `4 projected flow rates, track questions from residents of the area and track responses from utility companies regarding their existing facilities. CMA performed full time construction engineering inspection and administration for this project. (JAZ 316-The Broward County UAZ 316 project is part 2 of the estimated $8.8 million project servicing Broward County utility zones in the City of Dania Beach which includes replacing existing water and providing sanitary sewer just east of State Road 7,and south of Griffin Road.The main technical components include replacing water mains,replacing the residential water distribution system,providing sanitary sewer systems to eliminate existing septic tanks and rehabilitating or installing new lift stations.CMA performed full time construction engineering inspection ? and administration for this project. or CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 310 ' &ASSOCIATES Broadview Park The Broadview Park Neighborhood Improvement Program(BPNIP)was Neighborhood Improvement the last of the Neighborhood Infrastructure Improvements projects to Program be carried out by Broward County in the unincorporated areas. Chen f Moore and Associates was selected as the prime consultant for the Basis f Broward County, Florida of Design Report(BODR)and to design and administer the construction of improvements to subsequent bid packages.The three Bid Packages z', addressed water, sanitary sewer and drainage improvements, while I Names,addresses,telephone introducing sidewalks and enhancing the community's roadway and number,fax number,and landscape. contact name for the following: c Owner or Agency The basis of design KM.ROAD �_ E` Broward County report included i /17%, —1-- ' 2555 West Copans Road population projections, I/1/ i'm Pompano Beach, FL 33069-1233 an analysis of water Patrick MacGregor source and sewage (954)831-0904 discharge points and a pamacgregor@broward.org hydraulic model of the water, wastewater and II Start and Completion Dates stormwater systems. 2/1/2004 to 1131/2013 The first bid package Volume of Contract included the ' $8,900,00 replacement of the i `- entire water distribution i l Role system within the ,,.„„a Prime neighborhood, which Legend was previously owned ="e”' and maintained by a private utility. This project was designed utilizing digital orthography and aerial maps to fast track the replacement. The second and third bid packages included conversion of the entire area from septic to gravity collection, the installation of a backbone forcemain network and connection into an inline booster station, installation of a positive drainage system, sidewalks, hardscape and landscape improvements. An added fourth bid package was the design of a zo"water main to serve as the transmission source water for the area.Also change ordered into the project was the installation of a zo"raw water main for future use. The project was complicated by groundwater contamination,proximity to a wellfield,the existence of a fire station and elementary school in the neighborhood and the existence of rock in the area.All of the projects were completed on budget and on or ahead of schedule. CMA performed full time construction engineering inspection and administration for this project. o ru L) V 7 CY CHER/IOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-» ' &ASSOCIATE:S East Bird Road Pump Chen Moore and Associates (CMA) provided professional civil f Stations engineering, permitting assistance, bid and award support services, public involvement and limited construction administration support Miami, Florida services for the individual grinder pump stations within the parcel of . each current Miami-Dade Water and Sewer (WASD) customer to be served by the new low pressure sewer force main (designed under separate contract by CMA) along the corridor of Bird Road (SW 40th Names,addresses,telephone Street)from Red Road(SW 57th Avenue)and Ludlam(SW 67th Avenue) ; number,fax number,and within the commercial corridor. Scope of services included design, contact name for the following: construction documents(plans,technical specifications and Engineer's Owner or Agency opinion of probable construction cost), permitting assistance and Miami Dade Water and Sewer limited construction administration support services for Grinder Pump Department Stations to the properties along the East Bird Road Corridor from Red Vivian Galvez,C.G.C./B.N. Road(SW 57 Ave and Ludlam(SW 67th Ave). 3575 South LeJeune Road Miami, FL 33146 (786)268-5118 gvivi@miamidade.gov '. ;"'," Start and Completion Dates —1— 9/22/2015 to 9/1/2017 `L. `'L. '. Volume of Contract t " 3. $186,380 .. .,�.. .... a ' 1 ".�..r _ Role Prime n,.,*ONO Cooly Make mci Sin.*lAparafthn c vert°114rqw. C 0 roro CY C H E N•M 0 0 R E Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-12 &ASSOCIATES CRA Infrastructure Master Chen Moore and Associates was retained by the City of North Miami I I Plan Beach to prepare an infrastructure master plan to estimate the impact of t. future redevelopment within the entire CRA area on the existing sanitary North Miami Beach, Florida sewer system,the existing water distribution system, and the existing 1,w4; stormwater drainage system.The CRA area encompasses approximately 290 acres and includes 2,156 residential units and 2,740,729 square feet I 1 of commercial area. The hydraulic model data was developed with t l Names,addresses,telephone various improvement scenarios for each infrastructure component number,fax number,and Each scenario was studied with the purpose of recommending the contact name for the following: most feasible design scenario for each infrastructure component. The Owner or Agency report includes an inventory of the existing infrastructure, the results I City of North Miami Beach of the computer analysis, a prioritization of necessary improvements, Karim Rossy the regulatory requirements, the cost estimates for the construction 17050 NE 19th Ave of the infrastructure improvements, an implementation schedule, the North Miami Beach, FL 33162 recommendations for a system-wide improvement program, and the (305)94$-2980 x7962 alternate system upgrades. i My Karim.Rossy©citynmb.com Start and Completion Dates �. NORTH MIAMI BEACH 4/4/2006 to 3/1/2009 r GOMMLINITY REDEVELOPMENT AREA MASTER PLAN 6.110. DRAINAGE BASINS Volume of Contract ' $125,580 ' . .. E Role Prime • il«rtio In 0 LI v CY CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 313 I &ASSOCIATES MDWASD PSIP # 0614Pump Station (PS) 0614 is a wet well pump station and is located in a 0. +,` Improvement mainly commercial area. Chen Moore and Associates is responsible for f 'y the design criteria to upgrade Pump Station 0614 to obtain a Miami Miami, Florida Dade RER permit to carry out the project.The upgrade consists of the it installation of larger submersible pumps in the wet well which will bring PS 0614 into compliance with the peak flow criteria and Consent Decree rib regulations. Names,addresses,telephone number,fax number,and t contact name for the following: - yp. Owner or Agency `+ 1 A & P Consulting Transportation +vil1;r.-. , f�.1 '' '' ;�� Engineer Corporation �' � �' ' . " Amelio Alfonso, PE -" ° .•; 44 -. 10305 NW 41 St Ste 115 ' •'"' : Doral, FL 33178 . :`� _ • -- - �..-__ Asa (305)592-7283 -" ...ir ..4•12•6. aalfonso@apcte.com •r• ` _ r Start and Completion Dates • "% `•me'" ;�,,, r 11/18/2014 to 6/2017 illIllIllgjIIIIIIM ' • Volume of Contract $25,952.39 f wr .rte ,, ,,,.��..,.. z , °fir:. Role Subconsultant c 0 +.e f0 v s CY ir CHE •1111100RE Capital Renewal and Replacement Projects RFQ 2018-141-ND 314 -Ass()(I\I I s 1 South Florida Logistics Chen Moore and Associates is providing professional Civil Engineering Center Civil Engineering services for the infrastructure to support a new office and warehouse Services complex, complete with truck i - 1ramps and parking lots. The11 �.. tMiami, Florida project is located at the SW comer1of NW 36th Street and NW 67th 01=1 r" i ,, Avenue,in unincorporated Miami- . t -7 ' T '"'a''44`-} Names,addresses,telephone Dade County.The project includes _ number,fax number,and ' approximately 4,500LF of 12" DIP contact name for the following: potable water main,i,000LF of 8" " ; t I Owner or Agency gravity sewer, 1,850LF of 4" . - - ' ler Global Logistics t Flagler g sanitary force main, one sanitary Alex Malave sewer pump station and approximately 3,2ooLF of new private access 1-„- 2855 LeJeune Road4th Floor t,:" 55 drive.The proposed infrastructure shall provide service fora new freight 1 ,. Coral Gables, FL 33134 forwarding warehouse complex. ' (305)52o-2386 1 Alex.Malave@a flaglergl.com --- i7f„ -• -'': r. ,,.ti '9 Start and Completion Dates t _ ... t � � , 11/2/2015 to 912017 `, - "*"0.*:°% - _"' - r"u sr� : may. Volume of Contractrr - $236.250.00 :, Role t t -... -. '...;-7"1"411 "..4 Prime /w - Ve ' ....- . . - , - k .- '.- i ti..'-• ' se.,..or it:. N 416, VI C O ro v .(0 Or CH EN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-15 t�ASSOCIATE North Shore Bandshell Park This project consists of proposed improvements to the existing ,, Improvements Bandshell Park located east of Collins Avenue between 72nd and 73rd ' "r Streets within the City of Miami Beach. The project includes a new `; Miami Beach, FL walkway connecting the park to the beachwalk at 72nd Street; the widening of the south sidewalk at 73rd Street which will require either L. the removal or reconfiguration of on-street parking; the demolition ' Names,addresses,telephone of the bus shelter, landscaping, outdoor accent and security lighting; :+.% number,fax number,and contact reconfiguration and/or addition of walkways;installation of an electronic t ,'; name for the following: marquee; installation of the "Beatles Mandala", a mosaic tile artwork; , ; Owner or Agency and new urban elements such as drinking fountains, trash containers Borrelli&Partners(Client) and bike racks. Jim Borrelli Chen Moore and Associates provided services including civil 2600 South Douglas Road, Suite engineering, landscape architecture and irrigation design work that 801includes conceptual drawings for the 72nd Street walkway and 73rd f -` Coral Gables, FL 33134 Street sidewalk;design development/final design submittals;estimates (305)665-8852 of probable construction cost;government permitting(including Miami jimbo@a borrelliarchitects.com Beach,PERA—formerly DERM,FDOT,FDEP,and Fish&Wildlife);bidding Start and Completion Dates assistance;and construction administration services. 1/10/2012-8/31/2016 Volume of Contract � . i ` $1,400,000 Role . -i _ 1 , qtsl f :' �., .. Subconsultant Sa�•ilir ,,Its ' , . .i` :::''. ' . G ,i�-•� r 1. ' • i' I f i if iii, .vilt,t, J i- 4;41 ii .3 Faqir_ a .,C O .y., f0 V 7_,, 7 or • Capital Renewal and Replacement Projects RF 2018-141-ND }-6 ' CHE MOORE P P 1 Q .ASSOCIATES NMB-NE 180th Dr- Chen Moore and Associates provided civil engineering services as Roundabout the primary consultant for this traffic calming and neighborhood beautification project located at the intersection of NE 178th Street North Miami Beach, FL and NE i8oth Drive. The project included new paving, grading, minor drainage improvements,signage,striping and landscaping. The project considered the amount and type of vehicular movements Names,addresses,telephone through the area to arrive at an appropriate design that would both i number,fax number, and contact allow even the largest vehicles frequenting this intersection to traverse name for the following: safely while providing a significant reduction in average speeds. The Owner or Agency roundabout was designed with close input from City staff and residents i. 4 A P City of North Miami Beach alike. -,' Esmond Scott 17o5o NE 19th Ave r North Miami Beach, FL 33162 �` . .,- (305)919-3746 —'"ti,., , esmond.scott@a citynmb.comoi. .. . 4 ; ' � - , _'. 1 Start and Completion Dates ` .F�4 4- . ' 4; 12/5/2014-5/31/2016 446'r, :� ,. Volume of Contract ,� y_ " 1"% = $14,500(fee) ,.-,..7- R rir. .r 1,., i,_ y ,,: Role ��• r e '�� ' 1` RSI A%E•art', 1.t.veies. IA Prime ,, ? "+,� ,\� , h -, * - `h'45-. vim_ v, C O RI v TO 7 Cr 00 C H E N•M 00 RE Capital Renewal and Replacement Projects RFQ 2o18-141-ND 3-17 I &ASSOCIATES .41 Euclid StreetscapeChen Moore and Associates provided civil engineering and landscape t Improvements (Lincoln architecture services for the pedestrianizing of Euclid Avenue between a Center Building) Lincoln Road and Lincoln Lane in the City of Miami Beach. This stretch , of road will be incorporated into the historic pedestrian street known • '. Miami Beach, FL as Lincoln Road Mall.The project is funded by the City of Miami Beach ; _ through a developer's agreement with Lincoln Center Associates Names,addresses,telephone which owns the retail building at the intersection of Euclid Avenue with , number,fax number,and contact Lincoln Road. The project requires coordination with various agencies . name for the following: including the City of Miami Beach Planning Department, Public Works, •# Owner or Agency g Greenspace management,and Capital Improvements,as well as Miami abs^<. Dade County Environmental Protection,Traffic,and Utilities.The scope R&0 Studio LLC Omar Moreno of work includes providing site design and permitting including layout, 5901 SW 74th St Ste 208 hardscape,landscaping,lighting,drainage,and utilities. '. Miami, FL 33143s , S ,.» Yx rt jr • #, .. (305)741-422o ..i b" - ,ti ro.studio.om@gmail.com .. . _del .. �. , ' wows Start and Completion Dates - A 1�r — +gyp iiii 2/28/2012 6/1/2015 - �.L • r.. Volume of Contract , $60,000(fee) 'tii.- 1 - J�,. Role - , Subconsultant - -- S., .it) , -7.. N� `... ,j4';;1.1"-^,4,• l a, - .1111k Ilbs , ... _ _ .,. ,„,„„ , _ 4 I r _ r 1 A\ C _0 co U .(U /Dy V C HEN•M 0 0 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND 318 &ASSOCIATES Lake Sarah/Lake Adele Chen Moore and Associates implemented drainage and pavement Stormwater & Roadway improvements.These improvements were identified on the most recent . _,. Improvements Town of Miami Lakes Stormwater Master Plan.The drainage basins total ". approximately zo acres of an existing residential neighborhood near Miami Lakes, FL Lakes Sarah,Adele,Suzie and Hilda in southern Miami Lakes near Miami Lakeway South and Ludlam Road. Services include utility coordination, a't., Names,addresses,telephone schematic and final design phases, government permitting, bidding number,fax number,and contact assistance, construction administration and statements of work ` name for the following: completion. The final design included approximately 2,060 LF of ' Owner or Agency exfiltration trench,approximately 3,75o LF of solid stormwater pipe,54 A Town of Miami Lakes inlets and 5 control structures which discharge via existing outfalls. Hiram Siaba 15150 NW 79th Ct Miami Lakes, FL 33016 (305)364-6100 siabah@miamilakes-fl.gov Start and Completion Dates 1/6/2014-8/29/2015 Volume of Contract $116,155(fee) 1,4 111 Role Prime In 0 fafa v Cr CHEZ NIIOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-19 ' &ASSO CIAirs Miami Springs Aquatic This was a Design Build project for the City of Miami Springs for a new .4,7 Center aquatic facility.The project consisted of the demolition of the existing aquatic center facility and north parking lot as well as the construction of "''''• Miami Springs, FL a new facility and parking lot in the north end of the site.The new facility ''a` includes a new Hybrid Pool and pool deck,an"L"-shaped building and a I separate concessions building.The south leg of the building contains the [,. Names,addresses,telephone locker rooms,rest rooms,pool equipment storage as well as the aquatic t number,fax number,and contact center administration offices. The west leg of the building contains a name for the following: large multi-purpose room,reception hall,catering room,small restrooms . 1 Owner or Agency and storage.The south and west legs of the building are connected by a s Alleguez Architecture LLC(client) breezeway entrance area.Chen Moore and Associates was responsible i;w, Ana Alleguez for the design and permitting of all civil engineering related components +::., including, but not limited to, new potable water and sanitary sewer 901 Ponce de Leon Blvd Ste 202 �,. Coral Gables, FL 33134 services, parking lot design, stormwater drainage system (via french (305)461-4001 drains),pool deck grading and general sidewalks/concrete. ana@a alleguezarchitecture.comf' Start and Completion Dates 4 10,-10,-.T,` ' 1 � / '' �' ' � r 11.°4.' :•- ZV ''3 y? "`" , : 2/3/2015-4/1/2016 Volume of Contract ' . ..' $7,000,000 +-' ,r Role r1r, 4 „N. , •. Subconsultant •, _ 1111/0 4ttp 411t411er:, `. IV! I' ---.7,, h�`•r' /+ • vi C 0 m v cF ro cY C H E N•M OO RE Capital Renewal and Replacement Projects RFQ 2018-141-ND }� &ASSOCIATES Orange Bowl Field at Ives As part of its celebration of the 81st Annual Orange Bowl in 2014, -` Estate Park the Orange Bowl Committee hired the team of Carty Architecture (architecture) and Chen Moore and Associates (civil engineering) to `` ° Miami, Florida � design a synthetic turf football field within Ives Estates Park in Miami , : CMA performed utility coordination, preliminary and final engineering " design, government permitting, bidding assistance and construction ev observation services. The design included the modification of existing addresses,telephone g soccerfields to accommodate the synthetic turffield extensive drainage ' ' number,fax number,and contact y g f name for the following: modeling of the 8o acre park, site grading, and pedestrian pathways fn Owner or Agency The new design includes a field underdrain system interconnecting to The Orange Bowl Committee the overall park's storm water management system. 2 , 4 (client) Jeffrey Williamson "�:. 04:.- :• 2 `vV42. `4.4 t•••- 14360 NW 77 Court Miami Lakes, FL 33016 e , --'---' .. - • '�- (305)374-3898 jwilliamson@hbre.net ....< 0 1111111M Start and Completion Dates t oNi 1: • , z 2/1z/2o14-10/31/2015li,............ ....:. . Volume of Contract - 4 $39,000(fee) ` ' Role .j,„,. ,.. � .�r . ..... ............ _ nu 20 -so -40 ,.o to- ao- to It) ' 1 a Prime . j . . i . , .... \ .__} l= . - • •• . IIII 0 .27, U V 71 C/ CHE 1MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 3-r ' &ASSU(-IAI1 S SW 27th Road This project involves the design and permitting of roadway upgrades .44,7 Improvements for SW 27th Road between 1st and 3rd Avenue. Currently in the design •' phase, the budgeted construction cost of this project is $385,000, Miami, Florida including removal and replacement of damaged curbing, milling and T resurfacing of asphalt, the installation of new drainage facilities, and pavement markings and signage improvements. Chen Moore and Names,addresses,telephone Associates is providing utility coordination services, the design of number,fax number,and contact paving,grading,and drainage facilities,pavement markings layout,and name for the following: associated permitting with DERM,FDOT,and Miami-Dade County Traffic Owner or Agency Engineering. City of Miami Juan De Pazos �' -+ r 141, 444 SW 2nd Avenue,8th Floor Miami, FL 33130 .f (305)416-1280 V,: _ ? . I '. . jdepazos@a miamigov.com " --Nomormsore • ` .. Start and Completion Dates — — .�� �•� 10/31/2012-10131/2015 - Volume of Contract /� ,► '`" $24,914(fee) • . . Role "+ .• leek Prime . ;yr �. I. . r Main 0 0 !D a CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 312 II &ASSOCIA I f S Order Summary Page 1 of 1 Help I Home dun$lbradstreet Dun & Bradstreet Government Solutions Contractor Management Portal View Registration Status 1 Find Your Company D&B Supplier Certification Receipt Date Time Company D-U-N-S Product Coat 04- 13:35:47 CHEN 859459547 Supplier Sub $91.95 09- MOORE AND Portal Total 2018 ASSOCIATES, Registration INC. Product- Yearly Tax $0.00 Total Cost $91.95 For further information or clarification Please contact our Customer Resource Group by clicking on the Customer Support link at the bottom of the page. Print Back To progress through the portal,use Powered by Customer Support Privacy Policy Help the available navigation buttons.Do & not use the back or forward buttons on your browser window 3-23 . .. II .• • . . . I I , , , . ,,, „ • .. .T n, . .,,.,,.,.,., D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 1 of 10 dun & bradstreet Supplier Qualifier Report To save report(s) to your PC, click here for instructions. a Print this Report Copyright 2018 Dun &Bradstreet - Provided under contract for the exclusive use of subscriber 100150009 ATTN: CHEN MOORE AND ASSOCIATES, INC. Report Printed: APR 09 2018 In Date BUSINESS INFORMATION CHEN MOORE AND ASSOCIATES, INC. 500 W Cypress Creek Rd Ste 630 Fort Lauderdale, FL 33309 This is a headquarters location. D-U-N-S® Number: 85-945-9547 Branch(es) or division(s) exist. Telephone: 954 730-0707 D&B Rating: 1R3 Number of employees: 1R is 10 or more employees. Fax: 954 730-2030 Composite credit appraisal: 3 is fair. D&B Supplier Risk: 4 Chief executive: PETER MOORE, PRES SUPPLIER EVALUATION RISK (SER) RATING FOR THIS Year started: 1986 FIRM : 4 Q Employs: 49 (18 here) 9 8 7 6 5 4 3 2 1 All amounts are displayed in local currency. High Medium Low Financial statement date:DEC 31 2015 Sales F: 6,628,617 Net worth: 662,215 History: CLEAR Financing: SECURED D&B PAYDEX® D&B PAYDEX: 77 When weighted by dollar amount, payments to suppliers average 5 days beyond terms. 0 0 100 120 days slow 30 days slow Prompt Anticipates Based on up to 24 months of trade. SUMMARY ANALYSIS D&B Rating: 1R3 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 2 of 10 Number of employees: 1R indicates 10 or more employees. Composite credit appraisal: 3 is fair. The Rating was changed on November 13, 2017 because the company has not submitted a current financial statement. The 1R and 2R ratings categories reflect company size based on the total number of employees for the business. They are assigned to business files that do not contain a current financial statement. In 1R and 2R Ratings, the 2, 3, or 4 credit worthiness indicator is based on analysis by D&B of public filings, trade payments, business age and other important factors. 2 is the highest Composite Credit Appraisal a company not supplying D&B with current financial information can receive. For more information, see the D&B Rating Key. Below is an overview of the company's rating history since 05/08/06: D&B Rating Date Applied 1R3 11/13/17 1A3 03/29/17 1R3 10/28/13 1R2 06/14/12 1R3 12/11/09 1R2 11/26/08 1R3 10/14/08 FF4 06/15/07 CB1 07/17/06 CB2 05/08/06 The Summary Analysis section reflects information in D&B's file as of April 9, 2018. RISK SCORE ANALYSIS SER COMMENTARY: - Proportion of slow payment experiences to total number of payment experiences reported. - Proportion of past due balances to total amount owing. - Unstable Paydex over last 12 months. PROBABILITY OF CEASED OPERATIONS/BECOMING INACTIVE SUPPLIER EVALUATION RISK RATING: 4 The probability of ceased operations/becoming inactive indicates what percent of U.S. businesses is expected to cease operations or become inactive over next 12 months. Probability of Supplier Ceased 3.7% (370 PER 10,000) Operations/Becoming Inactive : Percentage of US business with same SER 13% (1,300 PER 10,000) score : Average Probability of Supplier Ceased ° Operations/Becoming Inactive : 0.48/o (48 PER 10,000) - Average of Businesses in D&B's Supplier Database CREDIT DELINQUENCY SCORE: 569 DIVERSITY Minority-Owned Business: YES Historically Underutilized Business: N/A Ethnicity Classification: Asian Veteran-Owned Business: N/A American Vietnam Veteran Business: N/A Women-Owned Business: YES Disabled-Owned Business: N/A Disadvantaged Business Enterprise: YES Historical College Classification: N/A https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat... 4/9/2018 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES, INC. Page 3 of 10 Small Disadvantaged Business: YES Labor surplus area: N/A HUB-Zoned Certified Business: N/A YES Small Business: SBA 8(a) Certified: N/A (2018) SPECIAL EVENTS 11/13/2017 A Rating change has occurred on this company. 09/20/2017 The Chief Executive Officer is now PETER MOORE, PRES. 09/15/2017 HURRICANE IRMA 2017: This business is located in a FEMA designated disaster zone impacted by the effects of Hurricane Irma. It is reported that thousands of people and businesses have been displaced due to catastrophic flooding. The extent of impact to this business is currently unknown; additional information will be provided as it becomes available. CUSTOMER SERVICE If you have questions about this report, please call our Customer Resource Center at 1.800.234.3867 from anywhere within the U.S. If you are outside the U.S. contact your local D&B office. *** Additional Decision Support Available *** Additional D&B products, monitoring services and specialized investigations are available to help you evaluate this company or its industry. Call Dun &Bradstreet's Customer Resource Center at 1.800.234.3867 from anywhere within the U.S. or visit our website at www.dnb.com. HISTORY The following information was reported 03/02/2018: Officer(s): PETER MOORE, PRES JASON MCCLAIR,TREAS SEAN DANNELLY, CFO JOSE ACOSTA, VP CRISTOBAL BETANCOURT, DIR DIRECTOR(S): THE OFFICER(S) and Safiya Brea, Secretary. The Florida Secretary of State's business registrations file showed that Chen and Moore and Associates, Inc. was registered as a Corporation on November 7, 1986. Business name changed from Chen and Associates Consulting Engineers, Inc. to Chen Moore and Associates, Inc. by charter amendment on July 2, 2013. Business started 1986 by the listed officers. BUSINESS REGISTRATION CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF MAR 23 2018: Registered Name: CHEN MOORE AND ASSOCIATES, INC. Business type: DOMESTIC CORPORATION Corporation type: PROFIT Date incorporated: NOV 07 1986 State of incorporation: FLORIDA Filing date: NOV 07 1986 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat... 4/9/2018 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES, INC. Page 4 of 10 Registration ID: 341454 Federal ID: 592739866 Status: ACTIVE Where filed: STATE DEPARTMENT/CORPORATION DIVISION,TALLAHASSEE, FL Registered agent: PETER M MOORE, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 Principals: PETER M MOORE, DP, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 JASON J MCCLAIR, DT, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 CRISTOBAL A BETANCOURT, D, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 SAFIYA T BREA, SECR, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 SEAN E DANNELLY, CFO, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 OPERATIONS 03/02/2018 Description: Provides engineering services, specializing in civil engineering and consulting. Provides landscape counseling or planning, specializing in landscape planning. Terms are on a contractual basis. Sells to government. Territory : Local. Nonseasonal. Employees: 49 which includes officer(s). 18 employed here. Facilities: Rents 6,000 sq. ft. in a multi story concrete block building. Location: Commercial section on main street. Branches: This business has multiple branches, detailed branch/division information is available in Dun & Bradstreet's linkage or family tree products. FAMILY LINKAGE This business is at the head of its corporate family tree. It is not a subsidiary of any other business. UNSPSC UNSPSC (United Nations Standard Product and Services Code) is a globally accepted commodity (Product and Services) classification system. CHEN MOORE AND ASSOCIATES, INC. offers the following product(s) and service(s): 70110000 Horticulture 81100000 Professional engineering services 81101500 Civil engineering NAICS Beginning in 1997, the Standard Industrial Classification (SIC) was replaced by the North American Industry Classification System (NAICS). This six digit code is a major revision that not only provides for newer industries, but also reorganizes the categories on a production/process-oriented basis. This new, uniform, industry-wide classification system has been designed as the index for statistical reporting of all economic activities of the U.S., Canada, and Mexico. 541330 Engineering Services 541320 Landscape Architectural Services https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat... 4/9/2018 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 5 of 10 SIC Based on information in our file, D&B has assigned this company an extended 8-digit SIC. D&B's use of 8-digit SICs enables us to be more specific to a company's operations than if we use the standard 4-digit code. 87110402 Civil engineering 87119903 Consulting engineer 07810203 Landscape planning services D&B PAYDEX The D&B PAYDEX is a unique, dollar weighted indicator of payment performance based on up to 51 payment experiences as reported to D&B by trade references. 3-Month D&B PAYDEX: 70 D&B PAYDEX: 77 When weighted by dollar amount, payments to When weighted by dollar amount, payments to suppliers average 15 days beyond terms. suppliers average 5 days beyond terms. 0 0 100 0 100 120 days slow 30 days slow Prompt Anticipates 120 days slow 30 days slow Prompt Anticipates Based on trade collected over last 3 months. Based on up to 24 months of trade. When dollar amounts are not considered, then approximately 76% of the company's payments are within terms. PAYMENT SUMMARY The Payment Summary section reflects payment information in D&B's file as of the date of this report. Below is an overview of the company's dollar-weighted payments, segmented by its suppliers' primary industries: Total Total Dollar Largest High Within Days Slow Rcv'd Amts Credit Terms <31 31-60 61-90 90> (#) (5) (5) (%) (%) Top industries: Misc business credit 7 11,500 2,500 40 60 - - - Telephone communictns 4 12,800 7,500 71 - - - 29 Misc equipment rental 3 4,000 2,500 56 44 - - - Management services 2 15,500 15,000 100 - - - - Security broker/deal 2 10,000 7,500 100 - - - - Public finance 2 7,500 5,000 100 - - - - Nonclassified 2 3,500 2,500 50 50 - - - Management consulting 1 200,000 200,000 100 - - - - Engineering services 1 55,000 55,000 100 - - - - Ret mail-order house 1 5,000 5,000 - 50 50 - - OTHER INDUSTRIES 6 6,800 2,500 64 18 18 - - Other payment categories: Cash experiences 18 1,150 250 Payment record unknown 2 350 250 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat... 4/9/2018 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 6 of 10 Unfavorable comments 0 0 0 Placed for collections: With D&B 0 0 Other 0 N/A Total in D&B's file 51 333,100 200,000 The highest Now Owes on file is $7,500 The highest Past Due on file is $2,500 The aggregate dollar amount of the 51 payment experiences in D&B's file equals 60.3% of this company's average monthly sales. In Dun &Bradstreet's opinion, payment experiences exceeding 10% of a company's average monthly sales can be considered representative of payment performance. PAYMENT DETAILS Detailed payment history Date Reported Paying Record High Credit Now Owes Past Due Selling Terms Last Sale (mm/YY) ($) ($) ($) Within (months) 03/18 Ppt 15,000 7,500 0 1 mo Ppt-Slow 30 2,500 2,500 0 1 mo Ppt-Slow 30 2,500 0 0 2-3 mos Ppt-Slow 30 2,500 0 0 1 mo Ppt-Slow 30 1,000 0 0 1 mo Ppt-Slow 30 1,000 500 0 1 mo Ppt-Slow 30 250 0 0 Lease Agreemnt 2-3 mos Ppt-Slow 60 2,500 50 0 N30 1 mo Slow 30 500 0 1 mo Slow 30 2,500 2,500 2,500 Lease Agreemnt Slow 30-60 5,000 750 0 1 mo (012) 250 0 0 Lease Agreemnt 2-3 mos (013) 100 0 0 Lease Agreemnt 6-12 mos 02/18 Ppt 7,500 2,500 0 N30 1 mo Ppt 5,000 0 0 1 mo Ppt 2,500 2,500 0 N30 1 mo Ppt 1,000 50 0 2-3 mos Ppt 500 250 1 mo Ppt 250 0 0 1 mo Ppt 50 50 0 1 mo Ppt-Slow 30 2,500 1,000 0 1 mo (022) 250 Cash account 1 mo (023) 50 Cash account 1 mo (024) 50 Cash account 1 mo (025) 50 Cash account 1 mo (026) 50 0 0 Cash account 6-12 mos 01/18 Slow 30 2,500 0 0 6-12 mos 11/17 Ppt 50 1 mo https://supplierportal.dnb.com/webapp/wcs/stores/servlet'SQRReportDisplay?reportFormat... 4/9/2018 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 7 of 10 08/17 Ppt 200,000 0 0 2-3 mos 07/17 (030) 50 Cash account 1 mo (031) 50 Cash account 1 mo 06/17 Ppt-Slow 150 7,500 0 0 6-12 mos 05/17 Ppt 55,000 0 0 6-12 mos 04/17 Ppt 2,500 0 0 6-12 mos (035) 100 Cash account 1 mo (036) 50 Cash account 1 mo 12/16 Ppt 500 0 0 6-12 mos 11/16 (038) 50 Cash account 1 mo (039) 50 Cash account 1 mo 10/16 (040) 250 1 mo •••• *...Satisfactory. (041) 50 Cash account 1 mo (042) 50 Cash account 1 mo 07/16 Ppt 750 0 0 6-12 mos 05/16 Ppt 5,000 1 mo Ppt 2,500 1 mo 04/16 Ppt 500 250 Lease Agreemnt 03/16 (047) 50 Cash account 1 mo (048) 50 Cash account 1 mo (049) 50 Cash account 1 mo (050) 50 Cash account 1 mo (051) 50 Cash account 1 mo Payment experiences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can be the result of disputes over merchandise, skipped invoices etc. Each experience shown is from a separate supplier. Updated trade experiences replace those previously reported. PAYMENT TRENDS SUPPLIER VERSUS INDUSTRY PAYDEX -> PRIOR 4 QTRS CURRENT 12 MONTH TREND 2016 --- --- 2017 --- --- --- --- --- --- --- --- 2018 --- --- JUN SEP DEC MAR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR Supplier 72 74 73 70 71 71 72 71 71 77 77 77 77 77 77 77 PAYDEX Industry PAYDEX (Based on 45 establishments in SIC 8711) UP QRT 80 80 80 80 80 80 80 80 MEDIAN 78 78 78 78 78 78 78 78 LO QRT 73 73 73 73 72 72 72 72 PAYDEX scores are updated daily and are based on upto 13 months of trade experiences from the Dun& Bradstreet trade file. All amounts displayed within this report are in local currency. https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat... 4/9/2018 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES, INC. Page 8 of 10 FINANCE 04/12/2017 Two-year statement comparative: Fiscal Fiscal Dec 31 2014 Dec 31 2015 Current Assets 1,840,990 1,963,440 Current Liabs 997,816 840,537 Current Ratio 1.85 2.34 Working Capital 843,174 1,122,903 Other Assets 920,924 34,553 Net Worth 633,291 662,215 Sales 6,104,031 6,628,617 Long Term Liab 1,461,792 815,686 Net Profit (Loss) 248,652 28,922 Fiscal statement dated DEC 31 2015: Assets Liabilities Cash 216,025 Accts Pay 669,134 Accts Rec 1,552,524 Term Loans 79,456 Prepaid 194,891 Accruals 55,500 Unearned Revenue 12,921 Other Curr Liabs 23,526 Curr Assets 1,963,440 Curr Liabs 840,537 Fixt&Equip 320,445 Due To Company 75,000 Deposits 34,553 Term Loans 487,448 L.T. Liab-Other 253,238 COMMON STOCK 100 ADDIT. PD.-IN CAP 28,767 TREASURY STOCK (173,535) RETAINED EARNINGS 806,883 Total Assets 2,318,438 Total 2,318,438 From JAN 01 2015 to DEC 31 2015 annual sales $6,628,617; cost of goods sold $2,980,732. Gross profit$3,647,885; operating expenses $3,618,963. Net income $28,922. Submitted APR 13 2017 by Kathy Horrigan, Staff Accountant. Extent of audit, if any, not indicated. Explanations Other Long-Term Liabilities consist of lease liability-capitalized leases and notes payable-prior shareholders. On April 13, 2017, the financial information was updated. KEY BUSINESS RATIOS Statement date: DEC 31 2015 Based on this number of establishments: 45 Firm Industry Median Quartile Rank (Supplier) Return of Sales: 0.4 Return of Sales: 7.3 4 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat... 4/9/2018 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES, INC. Page 9 of 10 Current Ratio: 2.3 Current Ratio: 3.3 3 Quick Ratio: 2.1 Quick Ratio: 2.4 3 Assets/ Sales: 35.0 Assets/Sales: 35.9 2 Total Liability/ Net Worth: 250.1 Total Liability/ Net Worth: 47.9 4 PUBLIC FILINGS The following Public Filing data is for information purposes only and is not the official record. Certified copies can only be obtained from the official source. UCC FILINGS Collateral: Negotiable instruments including proceeds and products - Leased Inventory including proceeds and products - Account(s) including proceeds and products - General intangibles(s) including proceeds and products - and OTHERS Type: Original Sec. party: KEY EQUIPMENT FINANCE INC., HOUSTON,TX Debtor: CHEN AND ASSOCIATES CONSULTING ENGINEERS INC Filing number: 200602828463 Filed with: SECRETARY OF STATE/UCC DIVISION, TALLAHASSEE, FL Date filed: 06/06/2006 Latest Info Received: 06/15/2006 Collateral: All Inventory including proceeds and products - All Account(s) including proceeds and products -All Chattel paper including proceeds and products - All General intangibles(s) including proceeds and products - and OTHERS Type: Original Sec. party: SUNTRUST BANK, ATLANTA, GA Debtor: CHEN MOORE AND ASSOCIATES, INC. Filing number: 201804281261 Filed with: SECRETARY OF STATE/UCC DIVISION, TALLAHASSEE, FL Date filed: 02/23/2018 Latest Info Received: 03/09/2018 Collateral: All Inventory including proceeds and products - All Account(s) including proceeds and products - All Timber including proceeds and products - All Oil, gas and minerals including proceeds and products - and OTHERS Type: Original Sec. party: AMERICAN NATIONAL BANK, OAKLAND PARK, FL Debtor: CHEN MOORE AND ASSOCIATES, INC. Filing number: 201505763248 Filed with: SECRETARY OF STATE/UCC DIVISION, TALLAHASSEE, FL Date filed: 11/19/2015 Latest Info Received: 12/04/2015 Type: Termination Sec. party: AMERICAN NATIONAL BANK, OAKLAND PARK, FL Debtor: CHEN MOORE AND ASSOCIATES, INC. Filing number: 201804475171 Filed with: SECRETARY OF STATE/UCC DIVISION, TALLAHASSEE, FL Date filed: 03/15/2018 Latest Info Received: 03/19/2018 Original UCC filed date: 11/19/2015 Original filing no.: _ 201505763248 Collateral: Inventory including proceeds and products -Account(s) including proceeds and products - General intangibles(s) including proceeds and products - Fixtures including proceeds and products - and OTHERS Type: Original Sec. party: AMERICAN NATIONAL BANK, OAKLAND PARK, FL Debtor: CHEN AND ASSOCIATES CONSULTING ENGINEERS, INC. Filing number: 201206984854 Filed with: SECRETARY OF STATE/UCC DIVISION, TALLAHASSEE, FL https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat... 4/9/2018 . •• . -. , / 1. ' A • X ,- ' . ' , ,/• • i ; ' .1 ." •" '. i , , / 1 „.... , if „,„ JO, —4, ,.. ,, 4 ,, ,,,,. . .. • — .• •, , :•.,:o , ,, 1 ii. ;,, . 0 .,1„ i. ,',, ,,,,,,,-- Ils''' , ,, 31•-• / / ' $ • - - - --,, I. .. •L#. • •$•, , -... 4 . Experience & Qualifications of the Team ... . I .. , • : , . , • , . / .., I ,- • .. , . . , . . - - 4,..,,i( . ....,,,. 4 ,..._,,...,„, .,... ,...., , •„.. _ ..... • . . ,,, ,.,,) $ , 'X ' VIY''''' -- . .: .f• '• '''' - y., - , ,,`,-,i;',',." 7-.;i;;Atilr/ '` '1,-\,, 1 1 111111\X It 111. :,. . "'OA--,,,',12,#' 4 ' . ''.,' ,t,''/ . . .1 . . _, ,,:.,'•,':_i'`,11.:ef At'.. --4, 4:.:::';%-:••1,4411 Vi. , . ,,,„,,..t , , Wm,%. , ,-/ 1- t"15'itg Or iit•:.• 41*** ****).t'i'," 1 \I ";'i' .. ' . .. ' ' '' '- -'-''' • ' • - ' '"'''''':"'-'t 4('''- .‘,...!....*".•44 ViC ti\l) il\11 1 ; ;It - .'' . ''''''':' . ' . Yikr. ' .4 '. .,..‘,.. • :. , ---4.44..-0,..06_,::._.__-.,7,4,T„....t;,.. . rt) n = MO* ' " • ' , - '" '-' - 1•','" '4: - ' Ir ' - •"' / . . , i-cm.. -. .- ' , .•••• 1 ,....-,'• . , ' 4i,v--''''''5,,-!.'...'' ..1 - 1 ,,, <,..• '-- •„ie..., '''', ,.._-•'-'...4:4':Ow .41,0" ,, ,,, • I ',; ' --- - , , — . ,. , 4 t, , . fr ' )11 , '').1.7' •-•-"Ir-44I.1... ,?;*;'' ‘ (--0. ....p• . • . , , , , ,.. ,___•-7• i . ----'•Qou,...•, .7,-1 , I. F lir 1 • . • ' r • , ' ,, , _ , 1 .•• ,. ,-"tearry,,,,,r.vtonatemax. . • - ' , o tr./,,,,,,-• . . • ‘.1 •4..... _•• 's•$.4tv e, _ • lit-.7 '.."-"•Arlialliihki66164' . . ' • . • •.,„ ., .• ..; 1-101111111. ' • f..* •-- ,. . . 410' - '`•-• , - • -- ,. ,-,--„,..;,-:-..-:1,0-;-4,- • . , ., ,, ,:;tr • „:.- , ... .„ . - , , . ,,_ '4-i...,,, -• .;./ie -,:"-,-• ...$1.tek- , - - --,..,"\-- ,;"7,.e• ,_-,:".' .. ),-- :- ',.,`','-.. ,' , .-., ::--- , . ' -ft..-;',,,' _‘ilr-''- II JP-RAN: 1•:, : t.". :-...±-1- ....,--',- - '-.or. , -' • • ''.4,zoi,':' — ;i•'- -- ' `‘tr, ..41Z4-1. - ,.+-.;(.0""-°11'''- ‘,. 4 ir' ...: .-, • .10'...-7.,"•...'t-.k .:7"-.. ..;;;.,''. •: '''''''''',. ' , - ' .'.,.- :,..i.tiff' -;: ,, - 7C- ,' -,. ' ...* • j'''',.. : ' ° . ',000,.' ;i .,',....' :' 4.'''''!' -..4-iir.,',I.'; .,. .. ,-•.:..,-y jo ..• * ‘...,' • ./':- -, , f •••..". ,-7''..t,.. .7' r. .il , • , _- • - ..-, ,tr:"„,-:%,:'''.,, .r.;" '• I- . __,11. ,,,.,.V-• ,,, , . . •''' itdf." -' • -o . ;•.:4:. : :,_ .. .• .,,' •7 . " A4r,:* /$P1,-...-fi i,- .,•.1. ' '''','. RFQ-No. 2018-141-ND CHEN LOORE 144),40C.tetTES Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects - .02-,' •1 .;" . '.*-•, 4.,.., - .- '"• -- • •- , .' -177C7Tr'7iNtr$W-: , - ." ',b;iJf''.1 ler J 45:''.;44 ' ',4 C4e6atthl.:1' :'1.-' ,.. - '" .'" •' .. ...z,,6 , .. • Experience & r-- Qualifications of the Team 2.2 Qualifications of Proposer Team a Jose Acosta, P.E., F.ASCE has over 19 years of design and project „gy,„, management experience including municipal continuing service . contracts, construction engineering inspection services, neighborhood improvement projects parks , ', and recreation design,public facility design,residential . campus design, transportation facility design, neighborhood improvement projects, streetscape r;-4: enhancements, utility relocation, bidding assistance af,,. and construction administration services for several i' municipalities throughout Miami-Dade County. t= Gregory Mendez, P.E. has more than 20 years of civil engineering experience in site and infrastructural development type projects for public and private facilities. He has ri) extensive utilities design experience and is also very experienced with fast track projects. His experience includes water, drainage and sewer designs, design ` "' reviews,managing designs and construction budgets, ON managing field inspection staff and managing client + relations. He is currently working on the Miami Beach Lincoln Center s'`;: . Streetscape project. As Senior Engineer, Mr. Mendez will serve as project manager forthis contract.Mr.Mendez has extensive experience with recent Miami Beach projects including Central Bayshore South t , ; Right of Way Infrastructure Improvements; and Miami Beach Sunset t Islands I&II ROW Improvement Program. .1( &F` rA Miguel Lockward, E.I. is an associate engineer in South Florida for the F firm. His experience includes site development,storm water management, sewer pump station design, e......1,16.....k structural design,drafting,permitting and construction inspection.In addition,Mr.Lockward has construction M experience ranging from,cost estimating,construction j ';, management and supervision, pipe pressure testing, v excavation supervision and concrete sampling. He has 1--- v worked on municipal, utility(water/sewer), higher education, K-12 and land development projects for the firm. o c 0 co Sofiya Brea, P.E., LEED AP has over 16 years of experience with neighborhood improvement 114 ik projects,including the design of roadways,sidewalks, 10, drainage, water and wastewater infrastructure. As NokJ cd a senior civil engineer, she has managed projects c ranging from thousands of dollars to multi-million .c 0.. x w I C H EN•M OO RE Capital Renewal and Replacement Projects RFQ 2018-141-ND 4-1 &ASSOCIATES dollar, large-scale neighborhood improvement programs. Ms. Brea has managed and designed streetscape -;;,- improvements,roundabouts,lift station,stormwater improvements and master plans,and booster station basis '71' of design reports.Her duties include construction management,managing GIS and Autocad design work,Cascade '`'- modeling,sewer modeling,and report preparation for municipalities throughout South Florida. . Carlos Morales has over 14 years of experience in the Civil Engineering field where he has worked alongside civil .. , engineers, surveyors and architects in a variety of disciplines such as site design, utility --, infrastructure design (water, sewer, irrigation, storm sewer), roadway design and foundation .t', design. He is familiar with Miami-Dade County municipal codes. His experience extends from , fit South Florida to International work. In South Florida his projects include parks and recreation, K-u and higher educational facilities and campus design, private residences, commercial real ,' estate development,industrial parks,spiritual facilities and airports such as the Opa-Locka Airport and Miami International Airport.H is international experience includes potable waterinfrastructure i ';'; design in Panama and site design to infrastructure design in Saudi Arabia. ^' Jennifer Smith, P.E. is currently serving as a senior engineer with Chen Moore and Associates. Her 11 years of experience in the civil engineering field includes GIS and AutoCAD design work,detailed design work on the Broward County UAZ Water and Sewer Improvement Project,Stormwater Master i Plan for the City of Pompano Beach and Coral Springs,Drainage Design for the City of Pompano _ " Beach and Lauderdale by the Sea and the Design of GIS Utility Atlases. Current duties include water main, sanitary sewer and lift station design and permitting, drainage modeling, design and permitting as well as GIS modeling. Patrick Kaimrajh,P.E.has nine years of experience working on a variety of projects throughout Miami-Dade County in regards to civil engineering design,drafting,permitting and construction inspection.His design experience includes paving,drainage and stormwatermanagement.He has prepared engineering drawings, cost evaluations, design reports and various permit applications. In addition, Mr. Kaimrajh has performed construction inspections for drainage installations and assisted in soil z"' sampling activities. Mr. Kaimrajh has extensive experience with recent Miami Beach projects V including Central Bayshore South Right of Way Infrastructure Improvements;South Pointe;City Center;and the Sunset Islands I&II ROW Improvement Program. Jason McClair,P.E.,CFM,LEED AP is a senior civil engineer with more than 20 years of experience '. in utility infrastructure design,regulatory permitting,geotechnical engineering,and computer V , aided flow modeling for stormwater collection, water distribution, and sanitary transmission systems. He was the project manager for the Fort Lauderdale-Hollywood International Airport ( Stormwater Master Plan Update and the Pompano Beach Stormwater Master Plan. ILI T/ E v 1— w Daniel Davila,P.E.has over 18 years of civil engineering experience.His experience includes water and wastewater Y /� 3 facilities, facilities planning, utilities master planning, infrastructure renewal, construction o r• management and rate and financial studies.Mr. Davila has assisted numerous clients that range o from municipalities, counties, federal agencies, healthcare districts, residential developers and .o jai commercial developers to educational institutions. He has been the contract manager for small projects as well as large complex projects managing millions of dollars in design fees and several subconsultants. Cr aS v u c v v a Lu CHE x OORE Capital Renewal and Replacement Projects RFQ zoi8 i4i ND 4-Z I &ASSOCIATES Sathvika Ramaji,E.I.is an associate engineer for Chen Moore and Associates. Her role includes coordinating underground utilities, preparing permit applications, and developing quantities for projects/proposals. Her experience includes assisting with the Sunset Islands 3 &4 ROW Improvement Program and Central Bayshore South Right of Way Infrastructure Improvements for Miami Beach. Ricardo Jimenez, E.I. is an associate engineer in CMA's Miami office. His experience includes assisting with the Sunset Islands 3&4 ROW Improvement Program and Central Bayshore South iiilii Right of Way Infrastructure Improvements for Miami Beach. Jose McCray is a senior inspector for Chen Moore and Associates. Mr. McCray has over 31 years of construction experience,from surveying through project management. His present responsibilities include . • coordination and monitoring of construction activities including governmental projects and site development for residential, commercial and industrial use projects. He serves as liaison to �-; owners, contractors, subcontractors, residents and governmental agencies. Additional responsibilities include overseeing the review/processing of change orders,progress payments and reports, and representation of owners and engineers at pre-construction meetings and other related conferences. Mr. McCray has extensive experience with recent Miami Beach projects including Central Bayshore South Right of Way Infrastructure Improvements;and Miami Beach Sunset Islands I&II ROW Improvement Program. Antonio Fernandes de Pina recently joined CMA as a constructor inspector. His experience includes construction engineering inspection (CEI)for roadway, bridge and drainage projects for MDX(Miami-Dade I * Expressway Authority). He also has extensive experience with inspections for water drainage 't.'/ capital improvement construction projects in various municipalities,where he represented the e ..°"'` City as Resident Project Representative,including projects for the City of Miami Beach,the Town of Medley,the City of Fort Lauderdale,and the City of Miami. Teresa Chapman serves as an associate engineer. Ms. Chapman performs utility design, permitting and construction administration services for various utility improvement projects. fi Ms. Chapman serves as the firm lead in GIS Online technology and utilizes this throughout the planning and construction administration phases of a project. Cristobal Betancourt, RIA is Chen Moore and Associates' Director of Landscape Architecture lli 411rF and Planning. He has experience providing planning and landscape architecture E CO design solutions for public and private sector clients. Mr. Betancourt provides a full range of ipit services starting with due diligence and master planning culminating in detailed site design. He s fis well versed in the use of low-impact development techniques applied to site planning. o rEric Harrison, RLA has over 15 years of landscape architecture experience with several o municipalities throughout South Florida. He has provided design services for £-T---_ o parks and recreation, university campuses, K-12 education, corporate office, commercial - - F developments and healthcare facilities. A In A' , . v u C v .L d X W CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 4-3 I &ASSOCIATFS Stefan Bortak,CID is a certified irrigation designer-commercial for Chen Moore and Associates. He has over 10 years of experience with all aspects of irrigation consulting,design,details and specifications.He prepares landscape, hardscape, and irrigation plans from concept to construction documents; °it, irrigation distribution plans; water use permits; water use analysis; LEED documentation and im calculations. Mr. Bortak also performs construction administration, shop drawing review, and :. inspections. He is responsible for producing plan and section renderings and graphics, and ,; realistic 3D renderings and fly-through videos. ~f'" Amber Mathis,C.A.is a certified arborist and a landscape designer in CMA's West Palm Beach office.Her previous .:`s experience includes serving as a Horticulturist for the City of Gainesville where she developed and implemented the City of Gainesville's tree planting programs; coordinated the installation , ,-4 and maintenance of young trees on City property;supervised assigned employees; inspected k ' ; tree removal permits; assisted in shade tree inspections for new development; assisted with „ t Code Enforcement inquiries regarding tree regulations;coordinated with the CRA and the Public `-; Works Department on capital improvement projects to include design, development and `` inspection;and wrote,coordinated and oversaw professional service contracts. ' 1 14.4 4 • E ra N F- a,a) -C 0 IIIC 0 47. (0 v F .o 7 CY cd N v C N .` a d , W CH E ORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 4-4 I &ASSOCIATES D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 10 of 10 Date filed: 06/20/2012 Latest Info Received: 07/03/2012 There are additional UCC's in D&B's file on this company available by contacting 1-800-234-3867. The public record items contained in this report may have been paid, terminated, vacated or released prior to the date this report was printed. GOVERNMENT ACTIVITY Activity summary Borrower (Dir/Guar): NO Administrative debt: NO Contractor: YES Grantee: NO Party excluded from federal program(s): NO Congressional District: 23 The details provided in the Government Activity section are as reported to Dun &Bradstreet by the federal government and other sources. Copyright 2018 Dun & Bradstreet- Provided under contract for the exclusive use of subscriber 100150009 https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SQRReportDisplay?reportFormat... 4/9/2018 Organization Chart trA Principal-in-Charge (V/QC Peter Moore, P.E., LEED AP, F.ASCE Jose Acosta, P.E., F.ASCE Senior Project Manager Greg Mendez, P.E. Support Services/Subconsultants Roadway/Traffic Calming Construction Administration Inspectors Miguel Lockward,E.I. Jose McCray Safiya Brea,P.E.,LEED AP Antonio Femandes de Pina Water/Sewer Improvements GIS Carlos Morales Teresa Chapman Jennifer Smith,P.E. Landscape Architecture Drainage Cris Betancourt,RLA Patrick Kaimrajh,P.E. Eric Harrison,RLA Jason McClair,P.E,LEED AP Irrigation Government Permitting Stefan Bortak,CID Daniel Davila,P.E. Arborist Ricardo Jimenez,E.I. Amber Mathis,CA Sathvika Ramaji,E.I. E fo v -C 4- 0 0 4. v CY G1 v C 4) •I. 4J 4100 CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 4-5 I &ASSOCIATES Project Experience Key Personnel North Shore Bandshell Park Miami Beach Sunset Islands 3& Improvements 4 ROW Improvement Program Miami Beach, FL Miami Beach, FL Client Client Borrelli&Partners(Client) City of Miami Beach Jim Borrelli 1700 Convention Center Drive 2600 South Douglas Road,Suite Miami Beach, FL 33139 801 (305)673-7071,x2581 Coral Gables, FL 33134 Mina Samadi (305)665-8852 MinaSamadi@miamibeachfl.gov jimbo@borrelliarchitects.com Start and Completion Dates Start and Completion Dates 11/11/2014 to 7/1/2017 1/10/2012-8/31/2016 Volume of Contract Volume of Contract $505,953 $1,400,000 Jose Acosta,P.E.,F.ASCE X X Gregory Mendez,PE X Miguel Lockward,EIT X Safiya Brea,PE,LEED AP X Carlos Morales X Jennifer Smith,PE Patrick Kaimrajh,PE X X Jason McClair,PE,CFM,LEED AP X Daniel Davila,PE Sathvika Ramaji,EIT X Ricardo Jimenez,EIT X Jose McCray X X Antonio Femandes de Pina X E Teresa Chapman s Cristobal Betancourt,RLA X X Eric Harrison,RLA X ro Stefan Bortak,CID X X F Amber Mathis,CA CL) N a CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 4-6 ' &ASSOCIA1I S Key Personnel NMB-NE 180th Dr-Roundabout Central Bayshore South Right of North Miami Beach, FL Way Infrastructure Improvements Client Miami Beach, FL City of North Miami Beach Client Esmond Scott City of Miami Beach 17050 NE 19th Ave 1700 Convention Center Drive North Miami Beach, FL 33162 Miami Beach, FL 33139 (305)919-3746 (305)673-7071 esmond.scott@citynmb.com Sabrina Baglieri Start and Completion Dates sabrinabaglieri@miamibeachfl.gov 12/5/2014-5/31/2016 Ric-Man International Volume of Contract 1545 NW 27th Avenue $14,500(fee) Pompano Beach, FL 33069 (954)426-1042 Rene Castillo,Sr. rcastillo@ric-man.us Start and Completion Dates 6/16/2016 to present Volume of Contract $1,041,000 Jose Acosta,P.E.,F.ASCE X X Gregory Mendez,PE X X Miguel Lockward,EIT X X Safiya Brea,PE,LEED AP X Carlos Morales X Jennifer Smith,PE i Patrick Kaimrajh, PE X X Jason McClair,PE,CFM,LEED AP X Daniel Davila,PE Sathvika Ramaji,EIT X Ricardo Jimenez,EIT X X E Jose McCray X -c Antonio Femandes de Pina X 4- Teresa Teresa Chapman X Cristobal Betancourt,RLA X X `E Eric Harrison,RLA X X Stefan Bortak,CID X X CU Amber Mathis,CA X CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 4-7 ' &ASSOCIATES Key Personnel Euclid Streetscape Improvements Miami Beach Sunset Islands I&II (Lincoln Center Building) ROW Improvement Program Miami Beach, FL Miami Beach, FL Names,addresses,telephone Client number,fax number,and contact City of Miami Beach name for the following: 1700 Convention Center Drive Owner or Agency Miami Beach, FL 33139 R&0 Studio LLC (305)673-7071 Omar Moreno Sabrina Baglieri 5901 SW 74th St Ste 208 sabrinabaglieri@miamibeachfl.gov Miami, FL 33143 Start and Completion Dates (305)741-4220 3/31/2009 to 3/29/2014 ro.studio.om@gmail.com Volume of Contract Start and Completion Dates $322,623 2/28/2012-6/1/2015 Volume of Contract $60,000(fee) Jose Acosta,P.E.,F.ASCE X X Gregory Mendez,PE X Miguel Lockward,EIT X Safiya Brea,PE,LEED AP Carlos Morales X Jennifer Smith,PE X Patrick Kaimrajh,PE X Jason McClair,PE,CFM,LEED AP X Daniel Davila,PE Sathvika Ramaji,EIT Ricardo Jimenez,EIT Jose McCray X Antonio Fernandes de Pina Teresa Chapman a, s Cristobal Betancourt,RLA X X Eric Harrison,RIA 0 Stefan Bortak,CID X X C,Y Amber Mathis,CA dS u c a) L v 0. C H E N•M 00 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND 4-8 1 &ASSOCIATES Key Personnel Lake Sarah/Lake Adele Stormwater South Pointe Phase III/IV/V-Right- &Roadway Improvements of-Way Improvement Project Miami Lakes, FL Miami Beach,FL Client Client Town of Miami Lakes City of Miami Beach Hiram Siaba 77717th Street,3rd Floor 1515o NW 79th Ct Miami Beach,FL 33139 Miami Lakes, FL 33016 (305)673-7000 ext.6264 (305)364-6100 (305)673-7073 siabah@miamilakes-fl.gov Carla Dixon Start and Completion Dates carladixon@miamibeachfl.gov 1/6/2014-8/29/2015 Start and Completion Dates Volume of Contract 2/11/2008 to 12/10/2012 $116,155(fee) Volume of Contract $2,305,354 Jose Acosta,P.E.,F.ASCE X X Gregory Mendez,PE Miguel Lockward,EIT X Safiya Brea,PE,LEED AP X Carlos Morales X Jennifer Smith,PE X Patrick Kaimrajh,PE X X Jason McClair,PE,CFM,LEED AP X Daniel Davila,PE Sathvika Ramaji,EIT X Ricardo Jimenez,EIT Jose McCray X X Antonio Femandes de Pina Teresa Chapman E Cristobal Betancourt,RLA X s Eric Harrison,RLA X 0 Stefan Bortak,CID X ro Amber Mathis,CA 71-3 0 05 v v as a a CHEN•M 0 0 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND 4-9 ' &ASSOCIATFS Key Personnel Miami Springs Aquatic Center City Center Right-of-Way and Miami Springs,FL Utility Improvement Project Client Miami Beach,FL Alleguez Architecture LLC(client) Client Ana Alleguez City of Miami Beach 901 Ponce de Leon Blvd Ste 202 1700 Convention Center Drive Coral Gables,FL 33134 Miami Beach,FL 33139 (305)461-4001 (305)673-7071 ana@a alleguezarchitecture.com Sabrina Baglieri Start and Completion Dates sabrinabaglieri@a miamibeachfl. 2/3/2015-4/1/2016 gov Volume of Contract Start and Completion Dates $7,000,000 11/17/2004 to 12/1012012 Volume of Contract $3,611,340 Jose Acosta,P.E.,F.ASCE X X Gregory Mendez,PE X Miguel Lockward, EIT X Safiya Brea,PE,LEED AP X Carlos Morales X X Jennifer Smith,PE X Patrick Kaimrajh,PE X X Jason McClair,PE,CFM,LEED AP X Daniel Davila,PE Sathvika Ramaji,EIT X Ricardo Jimenez,EIT X Jose McCray X Antonio Femandes de Pina Teresa Chapman E Cristobal Betancourt,RLA X a, Eric Harrison,RLA Stefan Bortak,CID Amber Mathis,CA a a Alonw CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 4p ' &ASSOC IAI s , .. .. :- -, ,, AA 17 , . . , BEACH.... i , . .=, , - , PUMP STATION#22 ' . 4t ' EMERGENCY CONTACT* , i 4 , •-,-,.'- , ---'• . , A, 279IIIIIIE EW 1 305-6734625 11.id , ` 71s 5 . Required Forms ::: __ 7 11 . .. -- ........ :,....., ... r-.---, -- _____ . ,......f ....,) 40.,. Or 7 ,..,,..-::'...:,:<,.;-,;'!. 7.-7'7:• .,:. 7, . . . -VIPPOIr-- 4,440,-, i ,i 3:-..'2.7,1t,,,_, ,,, ,,-... -----.$7:.'„,:z- ;--'..:,-. „,-,.... :',.:.,..:-•,-,,' - - '-.--3r3.- - - 33". . . .... - _. : :., i --..' .r ..: ':' 4;1'''. A: • ."--'' '- --. . .. - , . . •.---, ._.: - ,. . ,- - -.5'4i4 -3,;---- ,,,..,e, ;,„,.. --,.,,74,..t,•..00.`.,,'-41. ., --. -_• '' ' -ow---"'"-- '' vt _ , 5.,,t. • -,5 - ! • ' • • . . - = - , _... _ ..g. .. ', 1j1 --..- - '''. . .. ..........- .--- ,,.. 1 " ,_...- RFQ-No. 2018-14-I-ND CHEN MOORE AND ASSOCIATES Professional Architectural and Engineering Projects Services for Capital Renewal and Replacement Required Forms 0 0- ce CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND 5-1 1 &ASSOCIATES ARCHITECT- ENGINEER QUALIFICATIONS PART I—CONTRACT SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) Miami Beach Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 2018-141-ND B.ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE Gregory Mendez, PE, Senior Project Manager 5. NAME OF FIRM Chen Moore and Associates 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS 786-497-1500 x1125 786-497-2300 gmendez@chenmoore.com C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) t z w ` O 9. FIRM NAME 10.ADDRESS 11. ROLE IN THIS CONTRACT 2 >f EEL �t m Chen Moore and Associates 2103 Coral Way, Suite 401 Prime a. X Miami, FL 33145 [X]CHECK IF BRANCH OFFICE Chen Moore and Associates 500 West Cypress Creek Road Prime b. X Suite 630 Fort Lauderdale, FL 33309 []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] (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016) 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 Acosta, P.E., F.ASCE QA/QC a. TOTAL b. WITH CURRENT FIRM 19 7 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Masters of Business Administration/Master of Business FL/Professional Engineer Administration/Bachelor of Science/Civil Engineering /Natl. Council of Examiners for Eng. &Surveying Bachelor of Science/Architectural Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards.etc) Mr.Acosta has over 19 years of design and project management experience in various industries, including municipal continuing service contracts, K-12 education, higher education, healthcare,transportation, and commercial/residential/industrial private development. His background includes neighborhood improvement projects, streetscape enhancements, utility relocation,on-and off-site infrastructure design, bidding assistance and construction administration services for several municipalities throughout Miami-Dade, Broward and Palm Beach Counties. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway reconstruction of a. two islands (Sunset Islands 3 and 4)off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8" potable water mains, the lining of existing sanitary sewer mains, a completely new storm water drainage system, including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping.A presentation of the technical components and lessons learned from this project was provided at the December 2017 Conference of the Florida Stormwater Association,Cost 7.750.000 Fee$505.593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scopesize.cost.etc)AND SPECIFIC ROLE [X] Check if project performed with current firm b. Principal.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach,Florida.The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED East Bird Road Pump Stations PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2017 2017 (3) BRIEF DESCRIPTION(Brief scope size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal.CMA provided professional civil engineering,permitting assistance,bid and award support services,public involvement and limited construction administration support services for the individual grinder pump stations within the parcel of each current c. Miami-Dade Water and Sewer (WASD) customer to be served by the new low pressure sewer force main (designed under separate contract by CMA)along the corridor of Bird Road (SW 40th Street)from Red Road (SW 57th Avenue)and Ludlam(SW 67th Avenue) within the commercial corridor. Scope of services included design, construction documents (plans, technical specifications and Engineer's opinion of probable construction cost),permitting assistance and limited construction administration support services for Grinder Pump Stations to the properties along the East Bird Road Corridor from Red Road(SW 57 Ave and Ludlam(SW 67th Ave).Fee$ 186.379.83 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lake Sarah/Lake Adele Stormwater&Roadway Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Lakes, FL 2015 2015 (3) BRIEF DESCRIPTION(Beef scope,size.cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Project Manager. CMA implemented drainage and pavement improvements. These improvements were identified on the most recent Town of Miami Lakes Stormwater Master Plan.The drainage basins total approximately 20 acres of an existing residential neighborhood near Lakes Sarah,Adele,Suzie and Hilda in southern Miami Lakes near Miami Lakeway South and Ludlam Road. Services include utility coordination,schematic and final design phases,government permitting, bidding assistance,construction administration and statements of work comnletion Fee$116 155 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2015 (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager. This project consists of proposed improvements to the existing Bandshell Park located east of Collins Avenue e. between 72nd and 73rd Streets within the City of Miami Beach. The project includes a new walkway connecting the park to the beach walk at 72nd Street;the widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking; the demolition of the bus shelter; landscaping, outdoor accent and security lighting; reconfiguration and/or addition of walkways; installation of an electronic marquee; installation of the"Beatles Mandala", a mosaic tile artwork; and new urban elements such as drinking fountains,trash containers and bike racks. Cost$ 1,4000,000 Fee$44,000 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Gregory Mendez, PE Project Manager a. TOTAL b. WITH CURRENT FIRM 20 3 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami,FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) RachAlnr of Fnnineerinn/Architectural Fnninperinn Fl /Prnfpccinnal FnninpAr 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training.Awards,etc.) Mr. Mendez has more than 20 years of civil engineering experience in site and infrastructural development type projects for public and private facilities.He has extensive utilities design experience and is also very experienced with fast track projects.His experience includes water,drainage and sewer designs,design reviews,managing designs and construction budgets,managing field inspection staff and managing client relations. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-NE 180th Dr-Roundabout PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope.size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Project Manager Supervisor. CMA provided civil engineering services as the primary consultant for this traffic calming and neighborhood beautification project.The project included new paving, grading, minor drainage improvements, signage, striping and landscaping.The project considered the amount and type of vehicular movements through the area to arrive at an appropriate design that would both allow even the largest vehicles frequenting this intersection to traverse safely while providing a significant reduction in averane speeds Cnst S 141 000 Fee S 14 500 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scope.size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager Supervisor.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately b. $18M Design-Build Project located in Miami Beach, Florida. The project limits stretch from Dade Boulevard north to West 34 Street and from Meridian Avenue east to the Indian Creek waterway. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance,treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings,and appropriate landscape mitigation.Cost$18M Fee 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach,FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager Supervisor.CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway °' reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system,including discharge pumps and outfalls,the undergrounding of all existing overhead utilities,new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping.Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED East Bird Road Pump Stations PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2017 2017 _ (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager Supervisor.CMA provided professional civil engineering,permitting assistance,bid and award support services, d public involvement and limited construction administration support services for the individual grinder pump stations within the parcel of each current Miami-Dade Water and Sewer(WASD)customer to be served by the new low pressure sewer force main (designed under separate contract by CMA)along the corridor of Bird Road(SW 40th Street)from Red Road(SW 57th Avenue) and Ludlam(SW 67th Avenue)within the commercial corridor.Scope of services included design,construction documents(plans, technical specifications and Engineer's opinion of probable construction cost), permitting assistance and limited construction administration support services for Grinder Pump Stations to the properties along the East Bird Road Corridor from Red Road (SW 57 Ave and Ludlam(SW 67th Ave). Fee$ 186,379.83 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Springs Aquatic Center PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Miami Springs, FL 2017 2017 (3) BRIEF DESCRIPTION(Bnefscope,size,cost.etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager This was a Design Build project for the City of Miami Springs for a new aquatic facility.The project consisted of e. the demolition of the existing aquatic center facility and north parking lot as well as the construction of a new facility and parking lot in the north end of the site.The new facility includes a new Hybrid Pool and pool deck,an`L"shaped building and a separate concession building.The south leg of the building contains the locker rooms, rest rooms, pool equipment storage as well as the aquatic center administration offices. The west leg of the building contains a large multi-purpose room, reception hall, catering room,small restrooms and storage.The south and west legs of the building are connected by a breezeway entrance area.Cost $7M Fee$37,412 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Miguel Lockward, EIT Roadway/Traffic Calming a. TOTAL b. WITH CURRENT FIRM 3 3 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Civil Engineering FL/Engineer In Training 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training,Awards.etc) Miguel Lockward, E.I. is an associate engineer in South Florida for the firm. His experience includes site development, storm water management,sewer pump station design,structural design,drafting,permitting and construction inspection. In addition,Mr.Lockward has construction experience ranging from, cost estimating, construction management and supervision, pipe pressure testing, excavation supervision and concrete sampling. He has worked on municipal, utility (water/sewer), higher education, K-12 and land development projects for the firm. Mr. Lockward holds a certificate from FDOT for Temporary Traffic Control (TTC)and has extensive experience permitting a variety of projects in Miami-Dade County. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Bnefscope,size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Engineer. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway a' reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system,including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope,size,cost.etc I AND SPECIFIC ROLE [X]Check if project performed with current firm b. Associate Engineer. The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150.280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Brief scope.size.cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Engineer. CMA was the prime consultant and was responsible for providing surveying, planning, geotechnical c. investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IVN neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving & grading, streetscaping enhancements, landscaping improvements, lighting improvements, and roadway reconstruction. Cost$ 10,5000,000 Fee$2,305,354.06 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lake Sarah/Lake Adele Stormwater&Rdwy Improvement PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Lakes, FL 2015 2015 (3) BRIEF DESCRIPTION(Beef scope.size,cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Associate Engineer.CMA implemented drainage and pavement improvements.These improvements were identified on the most recent Town of Miami Lakes Stormwater Master Plan.The drainage basins total approximately 20 acres of an existing residential neighborhood near Lakes Sarah,Adele, Suzie and Hilda in southern Miami Lakes near Miami Lakeway South and Ludlam Road. Services include utility coordination,schematic and final design phases,government permitting, bidding assistance,construction administration and statements of work completion. Fee$ 116,155 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Orange Bowl Field at Ives Estate Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2015 2015 (3) BRIEF DESCRIPTION(Beef scope sizecost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Engineer. As part of its celebration of the 81st Annual Orange Bowl in 2014, the Orange Bowl Committee hired the e. team of Carty Architecture (architecture) and Chen Moore and Associates (civil engineering)to design a synthetic turf football field within Ives Estates Park in Miami. CMA performed utility coordination, preliminary and final engineering design,government permitting, bidding assistance and construction observation services. The design included the modification of existing soccer fields to accommodate the synthetic turf field, extensive drainage modeling of the 80-acre park, site grading, and pedestrian pathways. The new design includes a field underdrain system interconnecting to the overall park's storm water management system. Cost$ 1,2000,000 Fee$39,000 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Safiya Brea, PE, LEED AP Roadway/Traffic Calming a. TOTAL b. WITH CURRENT FIRM 16 15 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Fort Lauderdale, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Civil Engineering FL/Professional Engineer 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards.etc) Ms. Brea has over 16 years of experience with neighborhood improvement projects, including the design of roadways, sidewalks, drainage,water and wastewater infrastructure.As a senior civil engineer,she has managed projects ranging from thousands of dollars to multi-million-dollar, large-scale neighborhood improvement programs. Ms. Brea has managed and designed streetscape improvements, roundabouts, lift station,stormwater improvements and master plans, and booster station basis of design reports. Her duties include construction management, managing GIS and Autocad design work, Cascade modeling, sewer modeling, and report preparation for municipalities throughout South Florida. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Beef scope size cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm a Sr. Project Manager. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system,including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-NE 180th Dr-Roundabout PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Sr. Project Manager.CMA provided civil engineering services as the primary consultant for this traffic calming and neighborhood beautification project.The project included new paving,grading,minor drainage improvements,signage,striping and landscaping. The project considered the amount and type of vehicular movements through the area to arrive at an appropriate design that would both allow even the largest vehicles frequenting this intersection to traverse safely while providing a significant reduction in average speeds.Cost$ 141,000 Fee$ 14,500 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City Center Right-of-Way and Utility Improvement Project PROFESSIONAL SERVICES CONSTRUCTION Cf Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Sr. Project Manager. CMA was the prime consultant and is responsible for providing surveying, planning, geotechnical investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection (CEI) services for infrastructure improvements within the public right-of-way (ROW) areas of the City Center neighborhood of Miami Beach. $21,200,000 Fee$3,611,340 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Beef scope,size,cost.etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Sr. Project Manager. CMA was the prime consultant and was responsible for providing surveying, planning, geotechnical d. investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IVN neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving & grading, streetscaping enhancements, landscaping improvements, lighting improvements, and roadway reconstruction. Cost$ 10,5000,000 Fee$2,305,354.06 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 162nd Street Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2005 2005 (3) BRIEF DESCRIPTION(Beef scope size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Sr.Project Manager.CMA was selected as one of the consultants to participate in the Proud Neighborhoods Capital Improvement Project for the City of North Miami Beach. To date, Chen Moore and Associates has completed four right of way improvements projects within the City. Each of these areas has included roadway and drainage improvements along with additional hardscape and landscape elements.This project includes right of way improvements to NE 162nd Street between NE 17th Avenue and NE 18th Avenue adiacent to Allen Park. Cost$261,000 Fee$28.600 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Carlos Morales Water/Sewer Improvements a. TOTAL b. WITH CURRENT FIRM 15 5 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Architectural Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training,Awards.etc) Mr. Morales has over 14 years of experience in the Civil Engineering field where he has worked alongside civil engineers, surveyors and architects in a variety of disciplines such as site design,utility infrastructure design(water,sewer,irrigation,storm sewer),roadway design and foundation design. He is familiar with Miami-Dade County municipal codes. His experience extends from South Florida to International work. In South Florida his projects include parks and recreation, K-12 and higher educational facilities and campus design, private residences, commercial real estate development, industrial parks, spiritual facilities and airports such as the Opa- Locka Airport and Miami International Airport. His international experience includes potable water infrastructure design in Panama and site design to infrastructure design in Saudi Arabia. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope,size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Engineer. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway a' reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system,including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scopesize cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Associate Engineer. The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway sianane and pavement markings. and appropriate landscape mitigation. Cost$ 18M Fee$ 1.150.280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED East Bird Road Pump Stations PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2017 2017 (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Engineer. CMA provided professional civil engineering, permitting assistance, bid and award support services, public involvement and limited construction administration support services for the individual grinder pump stations within the parcel of c. each current Miami-Dade Water and Sewer(WASD)customer to be served by the new low pressure sewer force main(designed under separate contract by CMA)along the corridor of Bird Road(SW 40th Street)from Red Road(SW 57th Avenue)and Ludlam (SW 67th Avenue)within the commercial corridor. Scope of services included design, construction documents (plans, technical specifications and Engineer's opinion of probable construction cost),permitting assistance and limited construction administration support services for Grinder Pump Stations to the properties along the East Bird Road Corridor from Red Road (SW 57 Ave and Ludlam (SW 67th Ave). Fee$ 186,379.83 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SW 27th Road Improvements PROFESSIONAL SERVICES CONSTRUCTION(lf applicable) Miami, FL 2015 2015 (3) BRIEF DESCRIPTION(Bnefscope size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Associate Engineer.This project involves the design and permitting of roadway upgrades for SW 27th Road between 1st and 3rd Avenue. Currently in the design phase, the budgeted construction cost of this project is $385,000, including removal and replacement of damaged curbing, milling and resurfacing of asphalt, the installation of new drainage facilities, and pavement markings and signage improvements. CMA is providing utility coordination services,the design of paving, grading, and drainage facilities, pavement markings layout,and associated permitting with DERM, FDOT, and Miami-Dade County Traffic Engineering. C.nst S 3R5 nnn FPP 5 24 914 37 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Orange Bowl Field at Carter Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ft Lauderdale, FL 2013 2013 (3) BRIEF DESCRIPTION(Beef scopesize,cost.etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Associate Engineer.As part of its celebration of the National Title Game held at the Orange Bowl in January 2013, the Orange Bowl Committee hired the team of Carty Architecture and CMA to design a synthetic turf football field and track within Joseph Carter Park in Ft. Lauderdale. CMA performed utility coordination, preliminary and final engineering design, government permitting, bidding assistance and construction observation services.The design included the demolition of two existing baseball fields, extensive drainage modeling and relocation, realignment of parking lot and drive aisles, and tree relocations. Cost$ 3M FPP R 38 nnn STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Jennifer Smith, PE Water/Sewer Improvements a. TOTAL b. WITH CURRENT FIRM 11 11 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Fort Lauderdale, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Civil Engineering FL/Professional Engineer 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training.Awards,etc) Ms. Smith is currently serving as a senior engineer with Chen Moore and Associates. Her 11 years of experience in the civil engineering field includes GIS and AutoCAD design work, detailed design work on the Broward County UAZ Water and Sewer Improvement Project, Stormwater Master Plan for the City of Pompano Beach and Coral Springs, Drainage Design for the City of Pompano Beach and Lauderdale by the Sea and the Design of GIS Utility Atlases. Current duties include water main, sanitary sewer and lift station design and nermittina drainage modeling design and permitting as well as GIS modeling 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CRA Infrastructure Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) North Miami Beach, FL 2009 N/A (3) BRIEF DESCRIPTION(Brief scope,size.cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Assistant Project Manager. CMA was retained by the City of North Miami Beach to prepare an infrastructure master plan to a. estimate the impact of future redevelopment within the entire CRA area on the existing sanitary sewer system,the existing water distribution system, and the existing stormwater drainage system. The CRA area encompasses approximately 290 acres and includes 2,156 residential units and 2,740,729 square feet of commercial area. The hydraulic model data was developed with various improvement scenarios for each infrastructure component.Each scenario was studied with the purpose of recommending the most feasible design scenario for each infrastructure component. Fee$ 125,580 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City Center Right-of-Way and Utility Improvement Project PROFESSIONAL SERVICES CONSTRUCTION[ifappecabie Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Brief scope.size.cost.etc AND SPECIFIC ROLE [X]Check if project performed with current firm b. Assistant Project Manager. CMA was the prime consultant and is responsible for providing surveying, planning, geotechnical investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection (CEI) services for infrastructure improvements within the public right-of-way (ROW) areas of the City Center neighborhood of Miami Beach.$21,200,000 Fee$3,611,340 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sunset Islands I&II PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2011 2013 (3) BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm C. Assistant Project Manager. CMA was the prime consultant responsible for planning, design, permitting, bid and award and construction engineering and services for infrastructure improvements within the public right of way areas of the Sunset Islands I & II neighborhood of Miami Beach.The project encompasses±11,000 LF of ROW infrastructure improvements including 10,900 LF of 8-inch water main replacements, stormwater drainage improvements, paving & grading, traffic pavement marking and signing related enhancements and roadway reconstruction. Cost$5,6000,000 Fee$322.623 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lake Sarah/Lake Adele Stormwater&Roadway Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Lakes, FL 2015 2015 (3) BRIEF DESCRIPTION(Brief scope.size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Assistant Project Manager. CMA implemented drainage and pavement improvements. These improvements were identified on the most recent Town of Miami Lakes Stormwater Master Plan.The drainage basins total approximately 20 acres of an existing residential neighborhood near Lakes Sarah, Adele, Suzie and Hilda in southern Miami Lakes near Miami Lakeway South and Ludlam Road. Services include utility coordination, schematic and final design phases, government permitting, bidding assistance.construction administration and statements of work completion. Fee$ 116.155 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Broward County UAZ 110/111 & 113 Water Sewer Improvements 113B PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderdale Lakes, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scope size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Supervisor. The Water and Sanitary Sewer Improvements for the UAZ 110/111 & 113 Project will include the improvements to the existing water distribution system, sanitary sewer system, and transmission systems within the project area along with the e. restoration of surface areas disturbed for the construction of said improvements.The existing system being replaced consists of approximately 168,100LF of water mains, 122,100 LF of sanitary sewer mains and 23,600 LF force main.The existing water main consists of asbestos cement,cast iron,ductile iron,galvanized steel, polyvinyl chloride pipe ranging from 2"-24"in diameter size. The sanitary sewer consists of vitrified clay,fold and form liner,cured in place liner and ductile iron pipe ranging from 8"—15"in diameter size. The force main consists of asbestos cement, cured in place liner, ductile iron and polyvinyl chloride pipe ranging from 6"—16"in diameter size. Fee$3,544,729.24 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Patrick Kaimrajh, PE Drainage a. TOTAL b. WITH CURRENT FIRM 9 6 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Civil Engineering FL/Professional Engineer 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training.Awards,etc) Mr. Kaimrajh, P.E. serves as a senior engineer for CMA and specializes in civil engineering design, drafting, permitting, and construction inspection. His nine years of design experience includes paving, drainage and stormwater management,sanitary sewer and stormwater pump stations,water main,site development,and neighborhood improvement projects.He has prepared engineering drawings, cost evaluations, design reports and various permit applications. In addition, Mr. Kaimrajh has performed construction inspections for drainage, watermain, sanitary sewer, and pavement. He also is skilled in AutoCAD CiviI3D, ICPR, EPA SWMM, Cascade, HY-8, WaterCAD,SewerCAD, and StormCAD, modeling and design software. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Bnef scope.size,cost.etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Sr. Engineer.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design- Build Project located in Miami Beach, Florida.The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings,and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City Center Right-of-Way and Utility Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Beef scopesize cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Sr. Engineer. CMA was the prime consultant and is responsible for providing surveying, planning, geotechnical investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection (CEI) services for infrastructure improvements within the public right-of-way (ROW) areas of the City Center neighborhood of Miami Beach. $21,200,000 Fee$3,611,340 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(lf applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Beef scope size.cost.etc I AND SPECIFIC ROLE [X]Check if project performed with current firm Sr. Engineer. CMA was the prime consultant and was responsible for providing surveying, planning, geotechnical investigation, c. design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IVN neighborhood of Miami Beach. The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving &grading, streetscaping enhancements, landscaping improvements, linhtinn imnrnvementc and rnadwav recnnstnictinn f.nct S 10 5000 non Fee S 7 305 354 nA (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lake Sarah/Lake Adele Stormwater&Roadway Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Lakes, FL 2015 2015 (3) BRIEF DESCRIPTION(Brief scopesize,cost etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Sr. Engineer.CMA implemented drainage and pavement improvements.These improvements were identified on the most recent Town of Miami Lakes Stormwater Master Plan. The drainage basins total approximately 20 acres of an existing residential neighborhood near Lakes Sarah,Adele, Suzie and Hilda in southern Miami Lakes near Miami Lakeway South and Ludlam Road. Services include utility coordination,schematic and final design phases,government permitting, bidding assistance,construction administration and statements of work completion. Fee$116,155 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(Ifapp/cable) Miami Beach, FL 2012 2015 (3) BRIEF DESCRIPTION(Beef scope,size cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Sr. Engineer. This project consists of proposed improvements to the existing Bandshell Park located east of Collins Avenue e. between 72nd and 73rd Streets within the City of Miami Beach. The project includes a new walkway connecting the park to the beach walk at 72nd Street;the widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking;the demolition of the bus shelter; landscaping, outdoor accent and security lighting; reconfiguration and/or addition of walkways; installation of an electronic marquee; installation of the`Beatles Mandala", a mosaic tile artwork; and new urban elements such as drinking fountains,trash containers and bike racks. Cost$ 1,4000,000 Fee$44,000 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Jason McClair, PE, CFM, LEER AP Drainage a. TOTAL b. WITH CURRENT FIRM 21 16 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Fort Lauderdale, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Civil Engineering FL/Professional Engineer 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training.Awards,etc) Mr. McClair is a senior civil engineer with more than 20 years of experience in utility infrastructure design, regulatory permitting, geotechnical engineering, and computer aided flow modeling for stormwater collection,water distribution, and sanitary transmission systems. He was the project manager for the Fort Lauderdale-Hollywood International Airport Stormwater Master Plan Update and the Pompano Beach Stormwater Master Plan. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Beef scope,size,cost etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Sr. Engineer. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway reconstruction a. of two islands(Sunset Islands 3 and 4)off the Miami Beach west coast, along the inter-coastal waterway.The project consists of the replacement of 8" potable water mains, the lining of existing sanitary sewer mains, a completely new storm water drainage system, including discharge pumps and outfalls, the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION City and State; (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Sr. Engineer.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design- Build Project located in Miami Beach, Florida.The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway sianaae and pavement markinas.and appropriate landscape mitiaation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED CRA Infrastructure Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) North Miami Beach, FL 2009 N/A (3) BRIEF DESCRIPTION(Brief scope size cost etc I AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager.Mr.McClair was the project manager who was resposible for leading all analysis and preparation efforts required for the development of the CRA Infrastructure Master Plan. CMA was retained by the City of North Miami Beach to prepare an c. infrastructure master plan to estimate the impact of future redevelopment within the entire CRA area on the existing sanitary sewer system,the existing water distribution system, and the existing stormwater drainage system.The CRA area encompasses approximately 290 acres and includes 2,156 residential units and 2,740,729 square feet of commercial area.The hydraulic model data was developed with various improvement scenarios for each infrastructure component. Each scenario was studied with the purpose of recommending the most feasible design scenario for each infrastructure component. Fee$ 125,580 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City Center Right-of-Way and Utility Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Bnefscope.size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d Engineer. Mr. McClair was the project manager during the planning, design, permitting, and construction phases of this infrastructure improvement project. He was responsible for leading the project team through all efforts during the completion of this project. CMA was the prime consultant and is responsible for providing surveying, planning, geotechnical investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection (CEI) services for infrastructure improvements within the public right-of-way (ROW) areas of the City Center neighborhood of Miami Beach. $21,200,000 Fee$3,611,340 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Beef scope size,cost etc)AND SPECIFIC ROLE [X] Check if project performed with current firm Project Engineer. Mr. McClair provided engineering support during the planning and design phases of this infrastructure e improvement project. CMA was the prime consultant and was responsible for providing surveying, planning, geotechnical investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IVN neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving & grading, streetscaping enhancements, landscaping improvements, lighting improvements,and roadway reconstruction. Cost$ 10,5000,000 Fee$2,305,354.06 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Daniel Davila, PE Permitting a. TOTAL b. WITH CURRENT FIRM 18 6 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Fort Lauderdale, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Civil Engineering FL/Professional Engineer 18. OTHER PROFESSIONAL QUALIFICATIONS!Publications.Organizations.Training.Awards.etc) Mr. Davila has experience on numerous private and public clients that range from residential developers, industrial developers, municipalities, federal agencies, hospitals, universities and educational institutions. His experience includes planning and design of stormwater systems, water and wastewater facilities, facilities planning, utilities master planning, infrastructure renewal, roadway design and construction management. He has been the contract manager for small projects as well as large complex projects manaoino millions of dollars in design fees and several suhconsultants 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Broward County UAZ 110/111 & 113 Water Sewer Improvements 113B PROFESSIONAL SERVICES CONSTRUCTION!If applicable) Lauderdale Lakes, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope,size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Sr. Project Manager. The Water and Sanitary Sewer Improvements for the UAZ 110/111 & 113 Project will include the a. improvements to the existing water distribution system, sanitary sewer system,and transmission systems within the project area along with the restoration of surface areas disturbed for the construction of said improvements. The existing system being replaced consists of approximately 168,100LF of water mains, 122,100 LF of sanitary sewer mains and 23,600 LF force main. The existing water main consists of asbestos cement,cast iron,ductile iron,galvanized steel,polyvinyl chloride pipe ranging from 2"-24"in diameter size.The sanitary sewer consists of vitrified clay,fold and form liner, cured in place liner and ductile iron pipe ranging from 8"—15"in diameter size.The force main consists of asbestos cement,cured in place liner,ductile iron and polyvinyl chloride oioe ranaina from 6"—16"in diameter size. Fee$3.544.729.24 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Victoria Park Neighborhood Stormwater Improvements PROFESSIONAL SERVICES CONSTRUCTION(It applicable) Ft Lauderdale, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope.size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Sr. Project Manager. CMA is providing field and preliminary engineering design services for the Victoria Park Neighborhood b. project for the City of Fort Lauderdale.CMA will provide data collection of stormwater infrastructure and other survey information needed to develop preliminary designs for stormwater management improvements in seven specific neighborhoods;utilize model results to inform the development of conceptual solutions for seven specific neighborhoods capital improvement projects(CIP); develop preliminary improvement plans and opinions of probable construction costs based on conceptual solutions based on the implementation of minimum levels of services(LOS)within each neighborhood,developed using the aforementioned information; and provide permitting coordination with primary regulatory agencies. Fee$812,799 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ft Lauderdale FM Rehab, HDD&Sistrunk PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Fort Lauderdale, FL 2018 2018 (3) BRIEF DESCRIPTION(Brief scope size.cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager Supervisor. CMA is the prime consultant for the 30"Emergency Force Main Rehabilitation project in the City of c. Fort Lauderdale.This innovative design-build project, led by Murphy Pipeline Contractors(MPC)was undertaken to provide both mainline force main replacement for aging infrastructure and to provide additional redundancy in case of future issues. CMA provided planning, design, permitting and engineering services during construction. Environmental compliance, subaqueous crossing, public involvement and maintenance of traffic in the busy Sistrunk and Himmarshee Business Districts were some of the additional orniect cmmnlexities Cost S 14M Fee S 853 495 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED RBUD Garden Rd Utility Relocation Project PROFESSIONAL SERVICES CONSTRUCTION)If applicable) Riviera Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Bnefscope.size,cost.etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d Project Manager Supervisor. CMA was contracted by the Riviera Beach Utility District to design the utility relocations on Garden Road. Garden Road will be undergoing roadway and drainage improvements performed by Palm Beach County, including replacing a bridge structure with a box culvert. CMA designed the removal and replacement of the 12"water main and 12"force main hanging on the existing bridge to be buried over the new culvert.Coordination with the County was required to get adjustment in the culvert plans and allow enough ground cover for the main to be buried,instead of a more costly aerial crossing or directional drill Coct S 44 542 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED BC-Potable Water Storage Tanks-Ph II &Ill PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Fort Lauderdale, Florida 2017 2017 (3) BRIEF DESCRIPTION(Brief scope size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager Supervisor. CMA is a subconsultant to Carollo Engineers on a project for Broward County relating to remote e' potable water storage and pumping. For the 2A, 1B1, 1A2 and 3A sites, CMA is servingas the site development engineering, 9 P P� 9• P 9� 9. pipeline engineer and is splitting roles in engineering services during construction for new storage capacity of approximately 10 MG.CMA is the civil engineer, site planner and landscape architect for the 1.5-million-gallon potable water storage tank located in Broward County Facility 3A in Dania Beach.As part of the scope, Chen Moore is the lead planner, providing services for Site Plan and DRC approval for the site. Fee$635,834.54 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Sathvika Ramaji, EIT Permitting a. TOTAL b. WITH CURRENT FIRM 1 1 15. FIRM NAME AND LOCATION(Cly and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Civil Engineering FL/Engineer In Training Master of Science/Civil Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training Awards etc l Ms. Ramaji is an associate engineer for Chen Moore and Associates. Her role includes coordinating underground utilities, preparing permit applications, and developing quantities for projects/proposals. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-Highland Drive Roundabout PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Bnef scope.size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Associate Engineer. CMA assisted the City of North Miami Beach with the design of a roundabout at the intersection of NE 137th Street and Highlands Drive, to reduce vehicular speed along Highlands Drive. The CMA team provided survey and geotechnical exploration; survey/as-built drawing review from local utilities; civil engineering regarding the site and initial site plan;and design and plan preparation including the demolition, earthwork, paving, grading, drainage, water, signing and marking, details, specifications and stormwater pollution prevention plans.Cost$90,000 Fee$40,435 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Bnef scope.size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b Associate Engineer. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system,including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping.Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope,size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm C. Associate Engineer. The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway sianaae and pavement markings,and appropriate landscape mitigation. Cost$ 18M Fee$ 1.150,280 (1) TITLE AND LOCATION(City and State, (2)YEAR COMPLETED Lake Sarah/Lake Adele Stormwater& Roadway Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Lakes, FL 2015 2015 (3) BRIEF DESCRIPTION(Bnef scope.size.cost.etc AND SPECIFIC ROLE [X]Check if project performed with current firm d. Associate Engineer. CMA implemented drainage and pavement improvements.These improvements were identified on the most recent Town of Miami Lakes Stormwater Master Plan.The drainage basins total approximately 20 acres of an existing residential neighborhood near Lakes Sarah,Adele, Suzie and Hilda in southern Miami Lakes near Miami Lakeway South and Ludlam Road. Services include utility coordination,schematic and final design phases,government permitting, bidding assistance,construction administration and statements of work completion. Fee$116,155 (1) TITLE AND LOCATION iCty and State, (2)YEAR COMPLETED Miami Springs Aquatic Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Springs, FL 2017 2017 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Engineer.This was a Design Build project for the City of Miami Springs for a new aquatic facility.The project consisted of the demolition of the existing aquatic center facility and north parking lot as well as the construction of a new facility and parking e. lot in the north end of the site.The new facility includes a new Hybrid Pool and pool deck,an"L"-shaped building and a separate concession building. The south leg of the building contains the locker rooms, rest rooms, pool equipment storage as well as the aquatic center administration offices. The west leg of the building contains a large multi-purpose room, reception hall, catering room, small restrooms and storage.The south and west legs of the building are connected by a breezeway entrance area. CMA was responsible for the design and permitting of all civil engineering related components including,but not limited to,new potable water and sanitary sewer services, parking lot design, stormwater drainage system (via french drains), pool deck grading and general sidewalks/concrete. STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Ricardo Jimenez, EIT Permitting a. TOTAL b. WITH CURRENT FIRM 1 1 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Civil Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training,Awards,etc) Mr. Jimenez an associate engineer in CMA's Miami office. His experience includes assisting with the Sunset Islands 3 & 4 ROW Improvement Program and Central Bayshore South Right of Way Infrastructure Improvements for Miami Beach. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X] Check if project performed with current firm Associate Engineer. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway a' reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains, a completely new storm water drainage system,including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping.Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Associate Engineer. The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lake Sarah/Lake Adele Stormwater&Rdwy Improvement PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Lakes, FL 2015 2015 (3) BRIEF DESCRIPTION(Brief scope size cost etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Associate Engineer.CMA implemented drainage and pavement improvements.These improvements were identified on the most recent Town of Miami Lakes Stormwater Master Plan.The drainage basins total approximately 20 acres of an existing residential neighborhood near Lakes Sarah,Adele, Suzie and Hilda in southern Miami Lakes near Miami Lakeway South and Ludlam Road. Services include utility coordination,schematic and final design phases,government permitting, bidding assistance,construction administration and statements of work completion. Fee$116,155 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-NE 180th Dr-Roundabout PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope,size,cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d Associate Engineer. CMA provided civil engineering services as the primary consultant for this traffic calming and neighborhood beautification project located at the intersection of NE 178th Street and NE 180th Drive.The project included new paving,grading, minor drainage improvements, signage, striping and landscaping. The project considered the amount and type of vehicular movements through the area to arrive at an appropriate design that would both allow even the largest vehicles frequenting this intersection to traverse safely while providing a significant reduction in average speeds.The roundabout was designed with close input from City staff and residents alike. Cost$ 141,000 Fee$ 14,500 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED East Bird Road Pump Stations PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2017 2017 (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X] Check if project performed with current firm Associate Engineer. CMA provided professional civil engineering, permitting assistance, bid and award support services, public involvement and limited construction administration support services for the individual grinder pump stations within the parcel of e. each current Miami-Dade Water and Sewer(WASD)customer to be served by the new low pressure sewer force main(designed under separate contract by CMA)along the corridor of Bird Road(SW 40th Street)from Red Road(SW 57th Avenue)and Ludlam (SW 67th Avenue)within the commercial corridor. Scope of services included design, construction documents (plans, technical specifications and Engineer's opinion of probable construction cost),permitting assistance and limited construction administration support services for Grinder Pump Stations to the properties along the East Bird Road Corridor from Red Road(SW 57 Ave and Ludlam(SW 67th Ave). Fee$ 186,379.83 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Jose McCray Construction Administration Inspection a. TOTAL b. WITH CURRENT FIRM 36 5 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) I 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training.Awards etc) Mr. McCray is a senior inspector for Chen Moore and Associates. Mr. McCray has over 35 years of construction experience, from surveying through project management. His present responsibilities include coordination and monitoring of construction activities including governmental projects and site development for residential, commercial and industrial use projects. He serves as liaison to owners, contractors, subcontractors, residents and governmental agencies. Additional responsibilities include overseeing the review/processing of change orders,progress payments and reports,and representation of owners and engineers at pre-construction meetings and other related conferences. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Beef scope.size cost etc AND SPECIFIC ROLE [X] Check if project performed with current firm Sr. Construction Specialist. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway a' reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains, a completely new storm water drainage system, including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scopesize,cost etc AND SPECIFIC ROLE [X]Check if project performed with current firm b. Sr. Construction Specialist.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately $18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area,driveway and swale harmonization,a new stormwater collection,conveyance,treatment,and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation.Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City Center Right-of-Way and Utility Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Beef scope.size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm C. Sr. Construction Specialist. CMA was the prime consultant and is responsible for providing surveying, planning, geotechnical investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection (CEI) services for infrastructure improvements within the public right-of-way (ROW) areas of the City Center neighborhood of Miami Beach.$21,200,000 Fee$3,611,340 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IV/V-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Beef scope size cost etc.)AND SPECIFIC ROLE [X] Check if project performed with current firm Sr. Construction Specialist. CMA was the prime consultant and was responsible for providing surveying, planning, geotechnical d. investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IV/V neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving & grading, streetscaping enhancements, landscaping improvements, lighting improvements,and roadway reconstruction. Cost$ 10,5000,000 Fee$2,305,354.06 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2015 (3) BRIEF DESCRIPTION(Beef scope size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Sr.Construction Specialist.This project consists of proposed improvements to the existing Bandshell Park located east of Collins e. Avenue between 72nd and 73rd Streets within the City of Miami Beach.The project includes a new walkway connecting the park to the beach walk at 72nd Street; the widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking; the demolition of the bus shelter; landscaping, outdoor accent and security lighting; reconfiguration and/or addition of walkways; installation of an electronic marquee;installation of the"Beatles Mandala",a mosaic tile artwork;and new urban elements such as drinking fountains,trash containers and bike racks.Cost$1,4000,000 Fee$44,000 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Antonio Fernandes de Pina Construction Administration Inspection a. TOTAL b. WITH CURRENT FIRM 17 0 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Master of Science/Transportation Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards,etc.) Mr. Fernandes de Pina recently joined CMA as a constructor inspector. His experience includes construction engineering inspection (CEI)for roadway, bridge and drainage projects for MDX(Miami-Dade Expressway Authority). He also has extensive experience with inspections for water drainage capital improvement construction projects in various municipalities,where he represented the City as Resident Project Representative, including projects for the City of Miami Beach,the Town of Medley,the City of Fort Lauderdale, and the City of Miami. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Beef scope size cost etc 1 AND SPECIFIC ROLE [X]Check if project performed with current firm Construction Specialist. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway a' reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system, including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scope,size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Construction Specialist. The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately $18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area,driveway and swale harmonization,a new stormwater collection,conveyance,treatment,and pump station system, new transmission and distribution watemiains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED West Avenue(North)RPR Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Bnef scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Construction Specialist. CMA is providing construction administration services for the West Avenue (North) project in Miami Beach. CMA is providing preconstruction services including attendance, participation and input regarding value engineering c. options; attendance at preconstruction meetings for the project construction; review of shop drawings; attendance at weekly progress meetings during the preconstruction period of the project;and review and advisement of the project schedule during the preconstruction. CMA's construction engineering inspection services will include daily field observations; review and advisement of the project schedule during the construction period of the project;photographic records of daily activities within the daily reports; review of density and testing reports;review of delivery of items to the site;and issuance of noncompliance notices. Fee$656,100 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lake Sarah/Lake Adele Stormwater Roadway Phase II Construction PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Administration 2015 2015 Miami Lakes, FL (3) BRIEF DESCRIPTION(Beef scope size.cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Construction Specialist. CMA implemented drainage and pavement improvements. These improvements were identified on the most recent Town of Miami Lakes Stormwater Master Plan. The drainage basins total approximately 20 acres of an existing residential neighborhood near Lakes Sarah, Adele, Suzie and Hilda in southern Miami Lakes near Miami Lakeway South and Ludlam Road. Services include utility coordination, schematic and final design phases, government permitting, bidding assistance, construction administration and statements of work completion. Fee$ 116,155 (1) TITLE AND LOCATION(City and State( (2)YEAR COMPLETED Orange Bowl Field at Harris Field-Homestead PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Homestead, FL 2017 2017 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc AND SPECIFIC ROLE [X]Check if project performed with current firm Construction Specialist.As part of its celebration of the 81st Annual Orange Bowl in 2014,the Orange Bowl Committee hired the e. team of Carty Architecture (architecture) and Chen Moore and Associates (civil engineering) to design a synthetic turf football field within Harris Field Park in Homestead. CMA performed utility coordination, preliminary and final engineering design, government permitting,bidding assistance and construction observation services.The design included the modification of existing soccer fields to accommodate the synthetic turf field, extensive drainage modeling of the 80-acre park, site grading, and pedestrian pathways. The new design includes a field underdrain system interconnecting to the overall park's storm water management system. Fee$43,000 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Teresa Chapman GIS a. TOTAL b. WITH CURRENT FIRM 4 4 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates,West Palm Beach, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Ocean Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training.Awards.etc) Teresa Chapman serves as an associate engineer. Ms. Chapman performs utility design, permitting and construction administration services for various utility improvement projects. Ms. Chapman serves as the firm lead in GIS Online technology and utilizes this throughout the planning and construction administration phases of a project. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Stormwater&Solid Waste Assessment Analysis, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 (3) BRIEF DESCRIPTION(Bnef scope size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Engineer. CMA updated the City Stormwater/Solid Waste Utility Fee and created a tax roll for collection through the a' County Property Appraiser. CMA collected the latest parcel data and high-resolution aerial from the County. All non-residential properties were digitized for impervious areas.All properties were categorized according to land use and the appropriate formulas were applied per land use to calculate stormwater and solid waste fees. The database of values was compared to previous utility billings to verify billings. Updates were made to the database to reflect recent developments and City records. The calculations database was converted into a tax roll and submitted to the City. Fee$ 19,810 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Stormwater&Solid Waste Assessment-Tax Roll Appeals, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost etc(AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Engineer. Digitized impervious areas for all nonresidential parcels within City boundaries. Calculated total impervious b area per parcel to determine billing for Stormwater.CMA updated the City Stormwater/Solid Waste Utility Fee and created a tax roll for collection through the County Property Appraiser.CMA collected the latest parcel data and high-resolution aerial from the County. All non-residential properties were digitized for impervious areas. All properties were categorized according to land use and the appropriate formulas were applied per land use to calculate stormwater and solid waste fees. The database of values was compared to previous utility billings to verify billings. Updates were made to the database to reflect recent developments and City records. The calculations database was converted into a tax roll and submitted to the City. A detailed calculations spreadsheet was submitted to the City for reference during the appeals process. Fee$ 12,400 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-NE 13th Avenue Traffic Calming PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL (3) BRIEF DESCRIPTION(Bnef scope,size.cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Associate Engineer. CMA is providing civil engineering services for NE 13th Avenue in North Miami Beach, Florida. CMA is reviewing the traffic study to determine if speeds and traffic counts warrant traffic calming and reviewing grades of existing roadway to ensure that surface water runoff flow is not inhibited by speed hump placement. CMA is also coordinating permitting with Miami-Dade County Public Works and the City of North Miami Beach Public Works and handling construction administration. Cost$260,000 Fee$ 14,350 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope.size.cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Associate Engineer. The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of North Miami GIS Stormwater, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 (3) BRIEF DESCRIPTION;Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Associate Engineer.CMA created a stormwater GIS atlas for the City Public Works Department.Existing CAD data was converted to GIS. A remote field inventory was done to find additional structures and add them to the database. A maintenance tracking system was developed to assist with the NPDES program. The data was used to create an ArcGIS Online stormwater maintenance tracking system which recorded maintenance date, ownership and field crew during operations. Training was provided to staff which included ArcGIS 10.1,Automated Atlas Sheet Creation and Working with Lidar Data. Fee$21,500 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Cristobal Betancourt, RLA Landscape Architect a. TOTAL b. WITH CURRENT FIRM 23 7 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates,West Palm Beach, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Landscape Architecture FL/Registered Landscape Architect/NJ/Registered Landscape Architect/NY/Registered Landscape Architect 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training Awards,etc) Mr. Betancourt is Chen Moore and Associates' Director of Landscape Architecture and Planning. He has over 20 years of experience providing planning and landscape architecture design solutions for public and private sector clients. Mr. Betancourt provides a full range of services starting with due diligence and master planning culminating in detailed site design. He is well versed in the use of low-impact development techniques applied to site planning. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(It applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Director of Planning and Landscape Architect. CMA provided civil engineering and landscape architecture for the utility a. infrastructure and roadway reconstruction of two islands(Sunset Islands 3 and 4)off the Miami Beach west coast,along the inter- coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains, a completely new storm water drainage system, including discharge pumps and outfalls, the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Landscape Architect.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State (2)YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2015 (3) BRIEF DESCRIPTION(Brief scope size,cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. This project consists of proposed improvements to the existing Bandshell Park located east of Collins C. Avenue between 72nd and 73rd Streets within the City of Miami Beach.The project includes a new walkway connecting the park to the beach walk at 72nd Street; the widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking; the demolition of the bus shelter; landscaping, outdoor accent and security lighting; reconfiguration and/or addition of walkways; installation of an electronic marquee; installation of the"Beatles Mandala",a mosaic tile artwork;and new urban elements such as drinking fountains,trash containers and bike racks.Cost$1,4000,000 Fee$44,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Brief scope,size,cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA was the prime consultant and was responsible for providing surveying, planning, geotechnical d. investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IVN neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving & grading, streetscaping enhancements, landscaping improvements, lighting improvements, and roadway reconstruction. Cost$ 10,5000,000 Fee$2,305,354.06 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sunset Islands I &II PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2011 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Landscape Architect.CMA was the prime consultant responsible for planning,design, permitting,bid and award and construction engineering and services for infrastructure improvements within the public right of way areas of the Sunset Islands I & II neighborhood of Miami Beach.The project encompasses±11,000 LF of ROW infrastructure improvements including 10,900 LF of 8-inch water main replacements, stormwater drainage improvements, paving&grading,traffic pavement marking and signing related enhancements and roadway reconstruction. Cost$5,6000,000 Fee$322,623 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Eric Harrison, RLA Landscape Architect a. TOTAL b. WITH CURRENT FIRM 15 5 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates,West Palm Beach, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Landscape Architecture FL/Registered Landscape Architect Associate of Arts/ 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations Training.Awards etc) Mr. Harrison has over 15 years of landscape architecture experience with several municipalities throughout South Florida. He has provided design services for parks and recreation, university campuses, K-12 education, corporate office, commercial developments and healthcare facilities. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-Highland Drive Roundabout PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope size,cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Landscape Architect.CMA assisted the City of North Miami Beach with the design of a roundabout at the intersection of NE 137th Street and Highlands Drive, to reduce vehicular speed along Highlands Drive.The CMA team provided survey and geotechnical exploration; survey/as-built drawing review from local utilities; civil engineering regarding the site and initial site plan;and design and plan preparation including the demolition, earthwork, paving, grading, drainage, water, signing and marking, details, specifications and stormwater pollution prevention plans. Cost$90,000 Fee$40,435 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-Highland Drive Roadway Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scopesize,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA is providing civil engineering services for the Highlands Drive Roadway Improvements project for the b. City of North Miami Beach,Florida.The scope includes designing and reconstructing Highlands Drive,from Biscayne Blvd,south to the interface with the new roundabout currently in design by CMA.The proposed roadway reconstruction will include two-lane divided boulevard section, appropriate drainage system, landscaping and irrigation. CMA will coordinate the topographic survey, geotechnical exploration, site reconnaissance and utility conditions; prepare construction documents; acquire permitting and approvals;oversee bidding assistance;and provide limited construction administration support services. Fee$64,425 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Beef scopesizecost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway c. reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system,including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping.Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION Fapp.icaoie. Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope.size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Landscape Architect.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings,and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA was the prime consultant and was responsible for providing surveying, planning, geotechnical e. investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IVN neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving & grading, streetscaping enhancements, landscaping improvements, lighting improvements,and roadway reconstruction. Cost$ 10,5000,000 Fee$2,305,354.06 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Marc Bortak, CID Irrigation a. TOTAL b. WITH CURRENT FIRM 12 6 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates,West Palm Beach, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Interdisciplinary Studies 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training.Awards etc) Mr. Bortak is a certified irrigation designer-commercial for Chen Moore and Associates. He has over 10 years of experience with all aspects of irrigation consulting, design, details and specifications. He prepares landscape, hardscape, and irrigation plans from concept to construction documents; irrigation distribution plans; water use permits; water use analysis; LEED documentation and calculations. Mr. Bortak also performs construction administration, shop drawing review, and inspections. He is responsible for producing plan and section renderings and graphics, and realistic 3D renderings and fly-through videos. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-NE 180th Dr-Roundabout PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Beef scope size cost etc AND SPECIFIC ROLE [X]Check if project performed with current firm a. Landscape Designer.CMA provided civil engineering services as the primary consultant for this traffic calming and neighborhood beautification project.The project included new paving,grading,minor drainage improvements,signage,striping and landscaping. The project considered the amount and type of vehicular movements through the area to arrive at an appropriate design that would both allow even the largest vehicles frequenting this intersection to traverse safely while providing a significant reduction in average speeds.Cost$ 141,000 Fee$ 14,500 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Beef scope.size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm b Landscape Designer. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system, including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (11 TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2015 (3) BRIEF DESCRIPTION(Brief scope size cost etc I AND SPECIFIC ROLE [X] Check if project performed with current firm Landscape Architect. This project consists of proposed improvements to the existing Bandshell Park located east of Collins c. Avenue between 72nd and 73rd Streets within the City of Miami Beach.The project includes a new walkway connecting the park to the beach walk at 72nd Street; the widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking; the demolition of the bus shelter; landscaping, outdoor accent and security lighting; reconfiguration and/or addition of walkways; installation of an electronic marquee;installation of the"Beatles Mandala",a mosaic tile artwork;and new urban elements such as drinking fountains,trash containers and bike racks.Cost$1,4000,000 Fee$44,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sunset Islands I &II PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2011 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc l AND SPECIFIC ROLE [X]Check if project performed with current firm d. Landscape Architect.CMA was the prime consultant responsible for planning,design,permitting,bid and award and construction engineering and services for infrastructure improvements within the public right of way areas of the Sunset Islands I & II neighborhood of Miami Beach.The project encompasses 111,000 LF of ROW infrastructure improvements including 10,900 LF of 8-inch water main replacements, stormwater drainage improvements, paving&grading,traffic pavement marking and signing related enhancements and roadway reconstruction. Cost$5.6000,000 Fee$322.623 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-Highland Drive Roadway Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scope,size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect.CMA is providing civil engineering services for the Highlands Drive Roadway Improvements project for the e. City of North Miami Beach, Florida.The scope includes designing and reconstructing Highlands Drive,from Biscayne Blvd,south to the interface with the new roundabout currently in design by CMA.The proposed roadway reconstruction will include two-lane divided boulevard section, appropriate drainage system, landscaping and irrigation. CMA will coordinate the topographic survey, geotechnical exploration, site reconnaissance and utility conditions; prepare construction documents; acquire permitting and approvals;oversee bidding assistance;and provide limited construction administration support services. Fee$64,425 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Amber Mathis, CA Arborist a. TOTAL b. WITH CURRENT FIRM 4 1 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates,West Palm Beach, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Landscape Architecture 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training.Awards.etc) Ms. Mathis is a certified arborist and a landscape designer in CMA's West Palm Beach office. Her previous experience includes serving as a Horticulturist for the City of Gainesville where she developed and implemented the City of Gainesville's tree planting programs; coordinated the installation and maintenance of young trees on City property; supervised assigned employees; inspected tree removal permits; assisted in shade tree inspections for new development; assisted with Code Enforcement inquiries regarding tree regulations; coordinated with the CRA and the Public Works Department on capital improvement projects to include design, development and inspection; and wrote,coordinated and oversaw professional service contracts. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope,size,cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Landscape Designer.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway sianaae and pavement markinns and annrnnriate landscane mi'nation Cnst S 18M Fee 5 1 150 280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED West Chester Cultural Center Miami, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 2015 (3) BRIEF DESCRIPTION(Beef scope,size,cost,etc i AND SPECIFIC ROLE [X]Check if project performed with current firm b. Landscape Designer. Chen Moore and Associates is providing landscape architectural design services for the Westchester Cultural Arts Center at Tropical Park in Miami-Dade County. The project includes the design of a 15,200-squarefoot building incorporating a studio theater, multi-purpose community education wing with arts-oriented rehearsal classrooms, and a large exterior plaza space for events. The Center's design focus on the cultural heritage of the surrounding community and aims to provide an open, accessible culture venue for the community's needs. Cost:$23,000 (fee) (1) TITLE AND LOCATION(City and Stater (2)YEAR COMPLETED Misc District Wide Landscape Support-TWO 1 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2021 2021 (3) BRIEF DESCRIPTION(Beef scope,size,cost etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Landscape Designer. CMA is providing FDOT District 6 with miscellaneous landscape architectural services. The scope of services includes plan reviews; attending and reporting on design,coordination, and review meetings; miscellaneous landscape architectural and engineering consultation; miscellaneous landscape architectural planning and design; construction inspection and/or field assessments; rendering sections and plan boards;permitting;project coordination,correspondence and project filing; and developing proiect scopes. Fee 1,500,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Building 845 Parking Lot Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scope.size.cost etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Landscape Designer. CMA has been contracted by the Miami-Dade Aviation Department to perform land surveying, civil engineering, landscape architecture, electrical engineering and construction observation/project closeout services for the potential realignment and addition of approximately 150 parking spaces to the existing parking lot adjacent to Building 845 within the Miami International Airport landside property. The project includes addressing minimizing the impact to several majestic trees and improving the security component of the parking lot. The project includes improvements to parking lot ingress and egress anrt circltlatinn iRCi1PR FPP 145 357 31 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Aviation Blvd Roadway&Hardscape Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Marathon, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope size,cost etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Designer.CMA will assist in the preparation of roadway and hardscape plans for over two miles of Aviation Boulevard e. including a segment of 107th Street which is adjacent to the regional airport in the City of Marathon. The project considers the shift of the existing roadway centerline to accommodate a shared 8a€TM' shared path that includes specialty lighting, hardscape elements including benches, pavers and landscaping at various areas along the road. Traffic calming elements including speed humps are being implemented. The project also includes geometric modifications to the roadway along with considerations for existing utilities and stormwater. Fee$ 113,500 STANDARD FORM 330(REV.8/2016)PAGE 2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 1 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2015 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Borrelli&Partners(client) Jim Borrelli (305)665-8852 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) This project consists of proposed improvements to ';;, ., the existing Bandshell Park located east of Collins 'r" s'k:1''` $h =' Avenue between 72nd and 73rd Streets within the City of Miami Beach. The project includes a new walkway connecting the park to the beachwalk at • 72nd Street;the widening of the south sidewalk at Y.y v_ '., ,, 4' 73rd Street which will require either the removal or `"'� - .11.11011116- reconfiguration of on-street parking;the demolition r•, .19.4* " ' '' v• -- R - of the bus shelter;landscaping,outdoor accent and ' Y 1'mg ;^ • • security lighting; reconfiguration and/or addition of i • Z. c ii` walkways; installation of an electronic marquee; �f/ installation of the"Beatles Mandala",a mosaic tile ' ' .•j artwork;and new urban elements such as drinking 1...440:01 1 I' /k fountains,trash containers and bike racks. �" - - "t.�.. Chen Moore and Associates provided services including civil engineering, landscape architecture and irrigation design work that includes conceptual drawings for the 72nd Street walkway and 73rd Street sidewalk;design development/final design submittals; estimates of probable construction cost;government permitting(including Miami Beach,PERA—formerly DERM, FDOT, FDEP,and Fish&Wildlife);bidding assistance;and construction administration services. Cost:$1,400,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami,FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 2 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Rene Castillo, Sr. (954)426-1042 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates provided civil engineering and �, t �' landscape architecture for the utility infrastructure and roadway t t' "y reconstruction of two islands(Sunset Islands 3 and 4)off the 41 . i Miami Beach west coast,along the inter-coastal waterway.The i" . �,'o�; ' -«,f project was publicly bid as a design-build and funded by the City Iti /, , of Miami Beach. It required coordination with various agencies , ' `� ,r;,t - ...„1.-28: including the City of Miami Beach,the Miami-Dade Water and . k i r y i- Sewer Department,the Miami-Dade Public Works Department, - . ,.,, >_ r,, ,."11 -,"1 the Miami-Dade Regulatory and Economic Resources - — �' . - ^-- « • Department and others. _. r - I'• .1 a•'s The project consists of the replacement of 8"potable water _ mains,the lining of existing sanitary sewer mains,a completely _ - new storm water drainage system,including discharge pumps 400111114 .' , - - • and outfalls,the undergrounding of all existing overhead utilities, w - - - new service connections to all properties,complete roadway ,' tl• s' .-. / reconstruction and grading with new pavement section ander -, ' curb,landscaping,signage and striping.A presentation of the s- ...,,,,-1 .;: . technical components and lessons learned from this project was •!. �." ;'A., _o. , , , provided at the December 2017 Conference of the Florida ft : �;, • iK •;R N • )~ , `w ,, , * . , Stormwater Association. Cost:$7,750,000 i1 It. , Y•� - ""' '�-' .V r _ ' . 3 - ... 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. Complete one Section F for each project.) 3 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED NMB-NE 180th Dr-Roundabout PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL 2018 2018 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of North Miami Beach Esmond Scott (305)919-3746 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates provided civil . , :1' engineering services as the primary consultant for 1• = p.' r. this traffic calming and neighborhood beautification . "` project located at the intersection of NE 178th Street -' h ti :34 t'i. . _ . and NE 180th Drive.The project included new .r;y� t N. , , , I paving,grading, minor drainage improvements, 4�'t signage,striping and landscaping. ,.' .. `r' The project considered the amount and type of - A;_. ��♦ `���Q.). , �� vehicular movements through the area to arrive at an xfes:' -10,, ct`�^ k• '>. ,T, appropriate design that would both allow even the •--Y:. N; '� largest vehicles frequenting this intersection to y,' • ` • a •'• ` '� traverse safely while providing a significant reduction T ") t�* . �• in average speeds.The roundabout was designed ✓ I s ' % !;.. with close input from Citystaff and residents alike. 74 4 .r*. �. Cost:$14,500(fee) • - 1r' ' 1♦ „w , -_ , *N't Sli li, -az, -. , __ „. C*4. . 10510 ate ` - 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 4 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Central Bayshore South Right of Way Infrastructure PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Improvements 2018 2018 Miami Beach, FL 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Rene Castillo,Sr. (954)426-1042 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build 1, ' Project located in Miami Beach,Florida.The project limits stretch WIIIIA - ,.t ' 6 from Dade Boulevard north to West 34 Street and from Meridian 1 -. �"'�` 'msisma Avenue east to the Indian Creek waterway. ''� '"- The project includes the reconstruction and elevation of roadways 111, '� �-aer, t . " ----4e,' within the project area,driveway and swale harmonization,a new '"� I a , a stormwater collection,conveyance,treatment,and pump station - -4'. s 0`' ..,- -7.:* system,new transmission and distribution watermains, a new multi- .-yft', _ use bike/pedestrian path,improved street lighting, improved :. ''° r - e}-a + roadwaysignage andpavement markings,and appropriate 't .' `" 9 � - landsca landscape mitigation. In total,the project proposes approximately 10,000 linear feet of water main ranging from 6"to 16"andih, t -c-'-' _ -- approximately 13,600 LF of new roadway.The proposed •~ ."'4 - 0 stormwater system serving approximately 82 acres includes gravity 7.'. 1 ':.i . Y', lines throughout the neighborhood ranging from 18"to 72",a vortex • . '`''' ` '• water quality treatment unit,one new pump station to be i„R ; manifolded with two existing pump station,a 42"stormwater force • . main,an energy dissipater box,and a new outfall at the Indian Creek waterway.The system is equipped with backflow prevention devices in _ anticipation of sea level rise. °' +.t. Cost:$ 18,000,000 • • . 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. Complete one Section F for each project.) 5 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Euclid Streetscape Improvements(Lincoln Center Building) PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2015 2015 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER R&0 Studio LLC Omar Moreno (305)741-4220 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates provided civil engineering and landscape architecture services for the pedestrianizing of Euclid Avenue between Lincoln Road and Lincoln Lane in the City of Miami Beach.This stretch of road will be incorporated into the historic pedestrian street known as Lincoln Road Mall.The project is funded by the City of Miami Beach through a developer's agreement with Lincoln Center Associates which owns the retail building at the intersection of Euclid Avenue with Lincoln Road.The project requires coordination with various agencies including the City of Miami Beach Planning Department, Public Works,Greenspace management,and Capital Improvements,as well as Miami-Dade County Environmental Protection,Traffic,and Utilities.The scope of work includes providing site design and permitting including layout,hardscape,landscaping, lighting,drainage,and utilities. Cost:$502,000 lif WPM map ,....., , I +. . ,: F. ct ' • . _ V y.. r ' .111( r�i L ,. ce •' yy ekV! *, t a ^A 4alli. s �tG. ` 1 or ``_\ RST - . 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 6 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Sunset Islands 18 II PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2011 2013 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Maria Hernandez (305)673-7071 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates was the prime consultant responsible for ` ••` '. +, :a tannin design, permitting, bid and award and construction engineering tw��� "'9 ,f• wc, 4~ js�. and services for infrastructure improvements within the public right of way *.S.• , .,g...r" 4.,„,:..".... . A Eic., : " .� 1•-x . , areas of the Sunset Islands I&II neighborhood of Miami Beach.The 1• , .**3-.-v-` u ,, project encompasses±11,000 LF of ROW infrastructure improvements y-. " including 10,900 LF of 8-inch water main replacements, stormwater ., ► P',' i" ,„ I, '_ e .P"'' .•1 drainage improvements,paving&grading,traffic pavement marking and �%' • t „+ ;:' r signing related enhancements and roadway reconstruction. Extensive ''� v */'+t_ 'F ,17.-_,,:,, ' ;o, ' coordination with adjacent residents and with environmental agencies was ~'dttr"r •': .4 , necessary due to the projects environmentally sensitive location and • tom'. x� *"+ surrounding environmental resources. Med • c� ; ' • < -moi ,' ii ! W.• . `t d As part of the project stormwater and drainage services,extensive �_ . 4 , 4 analysis was conducted utilizing ICPR modeling and GIS to meet and/or illw f F fi , 7 .'*o '. exceed required stormwater Level of Service standards.The proposed - T', . i '•. . :1 stormwater design included the introduction of catch basins and r r ..j, e..,, stormwater piping to effectively collect and route the stormwater to 11 4i" '? ' �' _ .. ... 't existing outfalls to Biscayne Bay. Due to the environmental sensitivity of �r� Biscayne Bay design and implementation of water quality treatment ►'. F Y.••:.. 4 :•�_ measures was an important consideration and design factor of the system r;n a** .. prior to outfall to the Bay which included utilizing exfiltration • _ j — 1 ' 1 trench. Additionally,as the outfalls were existing a review and evaluation ; , j of the conditions of the outfalls was conducted and rehabilitation,upsizing , / '�, s "` and retrofitting the existing outfalls was a part of the final design.This a project was closely coordinated with regulatory agencies at the outset of the project and throughout the design to ensure an expedient review and issuance of the permit. Cost:$5,600,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.812016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 7 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Lake Sarah/Lake Adele Stormwater&Roadway Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Lakes, FL 2015 2015 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Town of Miami Lakes Hiram Siaba (305)364-6100 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) lr Chen Moore and Associates implemented drainage and Y ' ' 1' '' '�� pavement improvements.These improvements were identified on y • " "as. ti fp,-�'- the most recent Town of Miami Lakes Stormwater Master rt 401;4-i , .-,•-.4,A, $.,,,..v. 54,•Y.,, ' . Plan.The drainage basins total approximately 20 acres of an existing residential neighborhood near Lakes Sarah,Adele,Suzie i 1.- 4' .-a-4... • and Hilda in southern Miami Lakes near Miami Lakeway South `� -4 z• ! ; ,,�- ,;, ;,*, , y� and Ludlam Road. Services include utility coordination, •=;{ � •� . , - schematic and final design phases,government permitting, 1 '•' ,- '" bidding assistance,construction administration and statements of ., work completion. The final design included approximately 2,060 y �� �•..' LF of exfiltration trench,approximately 3,750 LF of solid . -- - - - . R stormwater pipe,54 inlets and 5 control structures which discharge via existing outfalls. _`_``• ' "01 Cost:$ 116,155(fee) r 4 �ft:, 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 8 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Carla Dixon (305)673-7000 ext.6264 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates was the prime consultant and was responsible for providing surveying, planning,geotechnical investigation,design,permitting, - preparation of construction documents,bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way ;I • areas of the South Pointe III/IVN neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including •• 9,300 LF 8"water main replacements,stormwater drainage improvements,paving& grading,streetscaping enhancements, landscaping improvements, lighting s improvements,and roadwayreconstruction. Additionally,due to existinglisted T contaminated sites within the proximity of the right of way improvements,environmental ' c- ii coordination including contaminated sites analysis and consideration of the radius of i r a influence was necessary for coordinating dewatering operations. Due to the existing �� -: ' mixed residential and commercial environment of this neighborhood,special design i '� efforts were made to incorporate walkable community elements including meeting all ADA requirements,providing street furniture, providing bicycle paths, upgrading � _ :A sidewalks, incorporating specialty treatments at crosswalks, landscaping improvements e... .�.. with specialized tree wells to provide a walkable surface and bulb outs to increase i pedestrian friendliness and safety.This project also required extensive coordination j• with the public,adjacent CRAs,historic districts and various regulatory agencies. V � As part of the proposed stormwater and drainage services,extensive analysis was = conducted utilizing ICPR Modeling and GIS to meet and/or exceed required stormwater • ,. ` : * Level of Services standards. ICPR Modeling was utilized for the design and permitting ' of 21 drainage gravity wells and one drainage pump station.The proposed stormwater ' design included the introduction of catch basins,and stormwater piping to effectively collect and route the stormwater to 16 drainage gravity wells and stormwater pump station with overflow outfall connections to Biscayne Bay. Due to the environmental sensitivity of Biscayne Bay,design and implementation of water quality treatment measures was an important consideration and design factor of the system prior to outfall to the Bay and was closely coordinated with regulatory agencies during the permitting process. Cost:$ 10,500,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 9 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Miami Springs Aquatic Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Springs, FL 2016 2016 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Alleguez Architecture LLC(client) Ana Alleguez (305)461-4001 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) This was a Design Build project for the City of Miami ,..ate ' - Springs for a new aquatic facility.The project consisted 4.-. , of the demolition of the existing aquatic center facility �` r ,,.. '' -.: and north parking lot as well as the construction of a - 0. .r_. - f new facility and parking lot in the north end of the site. - " A ii The new facility includes a new Hybrid Pool and pool )'- deck,an"L"-shaped building and a separate " + concessions building.The south leg of the building �• y �10- ` l~ contains the locker rooms,rest rooms,pool equipment ' , `• storage as well as the aquatic center administration ,/�` s` offices.The west leg of the building contains a large `"` 'S .{' '_� multi-purpose room, reception hall,catering room,small Aa'- restrooms and storage.The south and west legs of the / ,a,� Y. building are connected by a breezeway entrance area. 47 � Chen Moore and Associates was responsible for the ,. a. • design and permitting of all civil engineering related /� components including,but not limited to, new potable '� 4". water and sanitary sewer services, parking lot design, . . stormwater drainage system(via french drains), pool deck grading and general sidewalks/concrete. • Cost:$7,000,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 10 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City Center Right-of-Way and Utility Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Maria Hernandez 305.673.7071 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates was the prime consultant and is responsible for providing surveying, planning,geotechnical investigation,design, permitting,preparation of ' construction documents, bid and award and construction engineering and inspection ` (CEI)services for infrastructure improvements within the public right-of-way(ROW)areas of .. ./ the City Center neighborhood of Miami Beach.The project encompasses approximately 24,000 LF of ROW infrastructure improvements including:8,700 LF of 8-inchwater main replacements;sewer improvements,stormwater drainage improvements;paving&grading; < ,„ t16 roadway/traffic improvements(streets,sidewalks,curb and gutter,drainage,traffic control 4, . devices including striping,signing and channelization);streetscaping and landscaping enhancements;decorative,landscape and roadway lighting improvements;and roadway reconstruction.Additionally,due to existing listed contaminated sites within the proximity of the ROW improvements,environmental coordination, including site analysis and consideration of the radius of influence,was necessary for coordinating dewatering operations. Due to the existing mixed residential and commercial environment of this neighborhood,special design efforts were made to incorporate walkable community elements including meeting all ADA requirements, providing street furniture,providing bicycle paths,upgrading sidewalks,incorporating specialty treatments at crosswalks,landscaping improvements with specialized tree wells to provide a walkable surface and bulb outs to increase pedestrian friendliness and safety.This project also required extensive coordination with the public,adjacent CRAs, historic districts and various regulatory agencies. As part of the proposed stormwater and drainage services,extensive analysis was conducted utilizing ICPR Modeling and GIS to meet or exceed required stormwater Level of Services standards. ICPR Modeling was utilized for the design and permitting of 14 drainage gravity wells.The proposed stormwater design included the introduction of catch basins and stormwater piping to effectively collect and route the stormwater to 16 drainage gravity wells with overflow outfall connections to Biscayne Bay. Due to the environmental sensitivity of Biscayne Bay design and implementation of water quality treatment measures was an important consideration and design factor of the system prior to outfall to the Bay and was closely coordinated with regulatory agencies during the permitting process. This project is currently under construction with CMA providing construction administration services,on-site field observation, and CEI services. Cost:$21,200,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26.NAMES OF KEY 27. ROLE IN THIS 28.EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. Place X"under project key number for participation in same or similar role.) (From Section E,Block 12) (From Section E,Block 13) 1 2 3 4 5 6 7 8 9 10 Jose Acosta, P.E., F.ASCE QA/QC X X X X X X X X X X Gregory Mendez, PE Project Manager X X X X X Miguel Lockward, EIT Roadway/Traffic Calming X X X X X X Safiya Brea, PE, LEED AP Roadway/Traffic Calming X X X X Carlos Morales Water/Sewer Improvements X X X X X X Jennifer Smith, PE Water/Sewer Improvements X X X Patrick Kaimrajh, PE Drainage X X X X X X X X X Jason McClair, PE, CFM, Drainage X X X X X LEED AP Daniel Davila, PE Permitting Sathvika Ramaji, EIT Permitting X X X X Ricardo Jimenez, EIT Permitting X X X X Jose McCray Construction Administration X X X X X X X Inspection Antonio Fernandes de Pina Construction Administration X X Inspection Teresa Chapman GIS X Cristobal Betancourt, RLA Landscape Architect X X X X X X X X Eric Harrison, RLA Landscape Architect X X X X Stefan Bortak, CID Irrigation X X X X X X X Amber Mathis, CA Aborist X 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(From Section F) NO. TITLE OF EXAMPLE PROJECT(From Section F) 1 North Shore Bandshell Park Improvements 6 Sunset Islands I & II 2 Miami Beach Sunset Islands 3&4 ROW Improvement 7 Lake Sarah/Lake Adele Stormwater& Roadway Program Improvements 3 NMB NE 180th Dr-Roundabout 8 South Pointe Phase III/IV/V-Right-of-Way Improvement Project 4 Central Bayshore South Right of Way Infrastructure 9 Miami Springs Aquatic Center Improvements 5 Euclid Streetscape Improvements(Lincoln Center 10 City Center Right-of-Way and Utility Improvement Building) Project STANDARD FORM 330(REV.8/2016)PAGE 4 H.ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED Chen Moore and Associates (CMA) is a multi-discipline consulting firm with offices in Miami-Dade, - .? 4 _ , Broward, Palm Beach, Orange and Alachua Counties. Founded in 1986, Chen Moore and Associates ` r' specializes in civil and environmental engineering, landscape architecture, planning, GIS analysis and f„ _ , ....ki _.... mapping, and construction engineering inspection. Dr. Chen founded CMA believing that relationships are critical to planning, designing and constructing successful projects. The firm commits to providing ! responsive quality services while meeting the schedules and specific project needs of our clients. It:,i , CMA actively supports various community organizations including Habitat for Humanity, Toys for Tots, II the Cooperative Feeding Program, and Ocean Watch, a non-profit group focused on cleaning and preserving South Florida's Beaches. Firm staff participates in local professional society events including the American Society of Civil Engineers, Florida Engineering Society, American Society of Landscape • ;ll Architects, Irrigation Association, Florida Recreation and Park Association, International Society of ii,, Arboriculture and the United States Green Building Council. We proudly support our industry and the f III communities in which we live, play and work. . Our services include the following: - ' ' • Infrastructure Master Planning • Pump Station Design and Rehabilitation • Water Supply, Treatment and Distribution Design • Stormwater Management System Design and Master Plans ~ • Environmental Engineering • Roadway Design and Streetscape • Traffic Calming Design • . ' • Circulation& Roundabout Design ,, IV iy' ', t • Government Permitting , • Land Development t bi' _ ' - • Site Development 1 • Site Planning • Landscape Architecture ., ▪ Hardscape Design - -14 • Irrigation Design `� �~ • . • Park Design • Greenway&Trails Design it I' µj3 ▪ Pedestrian& Bicycle Pathway Design +" • Habitat Restoration M ? 1, • - -11 ▪ Wayfinding • GIS Analysis and Mapping• Project and Program Management t. ,.t f ' • Sustainable Design and LEED Solutions - _.'' ':-.'"4:7, • ▪ Value Engineering t• ?mss _'e : • Utility Rate and Infrastructure Valuation Studies "•. • Resident Coordination and Stakeholder Meetings - $ - I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32 DATE 5/4/18 33. NAME AND TITLE Peter Moore, P.E., F E, ENV SP, LEED AP, President 1 STANDARD FORM 330(6/2004)PAGE 5 t SOLICITATION NUMBER(1F ANY) ARCHITECT - ENGINEER QUALIFICATIONS RFC)2018-141-ND PART Il—GENERAL QUALIFICATIONS (If a firm has branch offices,complete for each specific branch office seeking work.) 2a FIRM(OR BRANCH OFFICE)NAME 3. YEAR ESTABLISHED 4. DUNS NUMBER Chen Moore and Associates 2011 859459547 2b. STREET 5 OWNERSHIP 2103 Coral Way, Suite 401 a. TYPE 2c CITY 2d. STATE 2e ZIP CODE Corporation Miami FL 33145 b. SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE N/A Peter Moore, PE, F.ASCE, LEED AP, President and CEO 7 NAME OF FIRM(If block 2a is a branch office) 6b. TELEPHONE NUMBER 6c E-MAIL ADDRESS Chen Moore and Associates (954) 730-0707, ext 1002 pmoore@chenmoore.com 8a FORMER FIRM NAME(S)(if any) 8b.YEAR ESTABLISHED 8c DUNS NUMBER Chen and Associate Consulting Engineers, Inc. 1986 859459547 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 Y EARS c Revenue a. Function c. No.of Employees a. Profile Index No.(see Code o. Discipline (t) Firm 12) Branch Code b Experience below) 02 'Administrative 10 2 C10 Commercial Building;(low rise); 1 j Shopping Centers 08 CADD Technician 32 I 2 C15 Construction Management 1 12 Civil Engineer 12 7 C18 Cost Estimating;Cost Engineering 2 and Analysis; Parametric Costing; Forecasting 15 Construction Inspector 4 2 E02 Education Facilities;Classrooms 2 16 Construction Manager 1 1 E09 Environmental Impact Studies, 1 Assessments or Statements 39 Landscape Architect 3 ( 0 G04 GIS development,analysis,data 2 I H07 Highways;Streets;Airfield;Parking 2 L03 )Landscape Architecture 1 P05 i Planning(Community. Reaional? 2 P06 Planning(Site, Installation) 2 P13 Public Safety Facilities 2 R04 Recreation Facilities(Parks.etc.? 2 R06 Rehab. (Buildings,Structures) 3 R11 Rivers Canals;Waterways;Flood 1 Control SO4 Sewage Collection&Treatment 4 S11 Sustainable Design 1 S13 Stormwater Handling&Facilities 4 T02 Testing&Inspection Services 4 T03 Traffic&Transportation 2 V01 Value Analysis; Life-Cycle Costing 1 I W03 Water Supply,Treatment,Distrib. 4 Total 62 14 11. ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) it 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a Federal Work 1 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b Non-Federal Work 6 4 $500,000 to less than$1 million 9. $25 million to less than$50 million c. Total Work 7 5. $1 million to less than$2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE �/ ,,7........)„,..„------ Tne fore00ino Is a Statement of facts. a. SIGNATURE( '/ b DATE 5418 c. NAME AND TITLE /1...7.--- Peter Moore, P. „4 ED AP, ENV SP, F.ASCE. President AUTHORIZED FOR LOAL REPRODUCTION nnntvnnrnRv I ICF na (OF nAnn ejo Oct STANDARD FORM 330(1/2004) PAGE 6 CHI N • MO RE &ASSOCIATES Miami Ft. Lauderdale (Headquarters) 2103 Coral Way, Suite 401 500 West Cypress Creek Road, Suite 630 Miami, FL 33145 Fort Lauderdale, FL 33309 Telephone: +1 (786)497-1500 Telephone:+1 (954)730-0707 West Palm Beach Orlando 50o Australian Ave. South,Suite 85o 28 W.Central Blvd., Suite 200 West Palm Beach, FL 33401 Orlando, FL 32081 Telephone:+1 (561)746-690o Telephone:+1 (407)536-797o Gainesville 2233 NW 41st A, Suite 100 Gainesville, FL 32606 USA Telephone: +1 (352)374-1997 RFQ-No.2018-141-ND CHEN MOORE AND ASSOCIATES Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Request for Qualifications (RFQ) 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS SUBMITTED FOR LANDSCAPE ARCHITECTURE MAMI B ,. .. ..„..,,,_,,,.. , -.—�� �, . .,. .. �. 4.4.4.4. �, :.. .-�—�_ 4. .4.4.4. .� n ., 5Y. „dm._ , , 4' Y k .1 � t 444.:4.. r� -,"'k • •,- 4 '.fir 'ill*... oh'-1,e - Y v”. -» !t` rt' 1,`+i ",'ems` ` 'lea'j► �y • ly{i -..L . 7r. i' `0114148,. a 'f" A",4 ` \ r k''A 11 1 eic,� - -e ''p • • § ted' da kiir,..� .o f .. 4114,4-11- 13 ? * ,i - m I,,- se s n, 1/" r w�M - 11 r•.. a Y • F it "1-4'..'' ? , �a' t s . - ' L: '" W 5^ ' : *„+�) �' .'I t 4`k` y 44 O Wit' ,. ---r—r""v"-""—"-""-"""flif ,;,.. - , ,.. . po', . Contact: Cristobal Betancourt, RLA Project Manager Office Location CHI PFMCII RE Telephone: +1 (786) 497-1500, Ext. 1078 2103 Coral Way Fax: +1 (786) 497-2300 Suite 401 cbetancourt@chenmoore.com Miami, FL 33145 &ASSOCIATES p • d,, 5, IY!' s -x. ! Ire 1 ''/2/ r y lit::: i +Ifbd,: 1 1 . 1tl ' t ' ' 1`.i ` N iiiit . , ' 'it'.'' hS i 54v. '‘11*°6 i . •••''P.: . ',.t.iii,...4 ' - i'--.—I's' '\ 5. 1 . Cover Letter & Table of Contents ,::,.._ . _ . - -- - 1 -------. . ,, .... ,,--, . . t --. .„. ,:_,Jrt. .'' -.Q. , ' 14iN :"""---**".-----,--.-.. •• • M ,, \ y .e .a.• .. . �, -- • - - -i � 1 . .... �1 {F ,_sem}. , ./, ti U �.- ` f. Is. .fY� - - . 141\` ste • r- ,: , `. tai == -_ _: c.af,,-__ r-:;\ 1," �, �, ," -,-..g„:..44 . -- - '-'' , -. : , ,,,,-•---{46V -p.-"_- - ' 1,, , •', ' , 1 • \ '. , 5" 'br. it -- I 105 itlilli - _. - �_._.. -.x SNORf % :2-711'4'11': _ ' i -• . •••-•- • .-4 ,7_ _ _ ___ , , . ---....... —:---,___,___ --- --- -- s 4i em II i , ilk ANN a•1i Yo- .6v 5 4 RFQ-No. 2018-141-ND CHEN MOORE AND ASSOCIATES Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 2103 Coral Way, Suite 401 Miami, FL 33145 CH EN•MO l RE Phone:+1786.497.1500 Fax:+1 786.497.2300 &ASSOCIATES www.chenmoore.com 1.1 Cover Letter May 4,2018 Natalia Delgado,Procurement Contracting Officer-City of Miami Beach 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 Re: PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS RFQ 2018-141-ND Selected Category of Work:Architecture-Landscape Chen Moore and Associates (CMA) is pleased to submit our response for Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects as described in RFQ 2018-141-ND.CMA is a landscape architecture/civil engineering firm founded in 1986 with five offices in Florida.This is our submittal to provide professional landscape architecture services to the City. Our landscape architecture team provides continuing services to many municipalities and government entities throughout the state including the cities of Miami, Miami Gardens,Fort Lauderdale,Coral Springs,Delray Beach, Wellington,Palm Beach Gardens and St. Lucie County.Additionally,we hold Districtwide Landscape Architecture contracts with Florida Department of Transportation Districts 1 and 6. We are familiar with the pace and variety of assignments demanded through continuing services. Our team of highly specialized staff and subconsultants will meet or exceed the City's needs under the proposed contract. Mr. Cristobal Betancourt, RLA, will serve as the primary contact and project manager. Cris has 23 years of professional experience in the planning, design, permitting,and implementation of capital improvements projects throughout the state of Florida specializing in parks and public space design. His department includes four registered landscape architects, one certified irrigation designer, one certified arborist and additional design support staff. Cris and his team have worked on multiple projects in the City of Miami Beach. They are currently supporting JCFO in the Lincoln Road Capital Improvements Plan and in their development of the Lincoln Road Master Plan.They designed and permitted the construction of Euclid Street and its incorporation into the Lincoln Road Mall. They have supported CMA's civil engineering group in their Neighborhood Improvement Projects in Central Bayshore, City Center, South Pointe, Sunset Islands and the North Beach Mast&K Plan. They have also worked with private dents throughout the City. They are well.versed in the City's development process and maintain good relationships with CI P,Greenspace Management,Planning and Zoning,Public Works and Urban Forestry. Through their experience working in the City,they are familiar with the demands of communicating with City Residents and the need to incorporate resiliency and consider sea level rise in their designs. Each member of the CMA team is committed to providing the City of Miami Beach with responsive professional services.We are looking forward to the opportunity to present our qualifications and approach to this project in more detail to the selection committee.Should you have any questions,please do not hesitate to contact me at 954.730.0707,ext.lo• or pmoore@chenmoore.com. Respectfully sub• ' ed, CHEN MOORE • ► OCIATES Peter Moore,P. EED AP,President Your Trusted Advisor for Infrastructure and Planning Needs 1-1 Table of Contents Tab Number Section Page Number 1 Cover Letter and Table of Contents 1-1 Response Certification,Questionnaire& Requirements Affidavit(Appendix A) 1-3 2 Minimum Requirements (Appendix C) 2-1 • Licenses/Certifications 2-1 • Project Approach 2-5 3 Experience&Qualifications of the Firm 3-1 4 Experience&Qualifications of the Team 4-1 5 Required Forms 5-1 v 0 4V 0 v ro F- CH EN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 1-2 I &ASSOCi,v I I S 1.2 Response Certification, Questionnaire & Requirements Affidavit A ndix A CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture-Landscape 1-3 ' &ASSOCIAI I S 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 1-4 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 aeMIAMIBEACHFL.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: Chen Moore and Associates NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 30 19 62 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: Chen and Associates Consulting Engineers.Inc. FIRM PRIMARY ADDRESS(HEADQUARTERS): soo West Cypress Creek Road,Suite 63o CITY: Fort Lauderdale STATE: ZIP CODE: FL 33309 TELEPHONE NO.: 954.730.0707 TOLL FREE NO.: FAX NO.: 954.730.2030 FIRM LOCAL ADDRESS: 2103 Coral Way,Suite 401 CITY: Miami STATE: ZIP CODE: FL 33145 PRIMARY ACCOUNT REPROS EN ATIVEOFOR;LUS ENGAGEMENT: 49 ACCOUNT REP TELEPF1{atJ tot 7.115000teext 1E077 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: jacosta@chenmoore.com FEDERAL TAX IDENTIFICATION NO.: 59-2739866 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 1-5 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? 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. N/A 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 N/A 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. Please refer to section 2,Experience&Qualifications of the Firm for references. 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 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. Please see attached. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the 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://www.miamibeachfl.pov/city-hall/procurement/ CMA will will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics. RFQ 2018-141-ND 19 1-6 5. Not applicable. Chen Moore and Associates and our subconsultants do not have a controlling financial interest as defined in the solicitation. Chen Moore and Associates and our subconsultants have not contributed to the campaign either directly or indirectly for a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 1-7 7. '= • benefits, • _ . . . . . .. .... . .. .. ._ . •. • •.. .. _ . •. . . . . . .. . benefits, 3. Effoctivo January 1, 2020, covorod omployooc mutt bo paid a living wago rato of no lice than$11.78 por hour with benefits- icing tho Concumor Prico Indox for all Urban Concumors (CPI U) MiamilFt. Laudordalo, iccuod by tho U.S. Dopartmont of 0 to implomont samo(in a particular yoar). . . SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? X YES NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X x Sick Leave X X Family Medical Leave X X • Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at htto://www.miamibeachfl.aov/city-hall/procurement/procurement-related-ordinance-and- procedures/ RFQ 2018-141—ND 20 1-8 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,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 Confine Initial to Confirm Receipt Receipt Receipt PM Addendum 1 PM Addendum 6 Addendum 11 PM Addendum 2 PM Addendum 7 Addendum 12 PM Addendum 3 Addendum 8 Addendum 13 PM Addendum 4 Addendum 9 Addendum 14 PM Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-141—ND „ 1-9 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the 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 representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is govemed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govem.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. RFO 2018-141—ND 1-10 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 Authonz Re,esentative: Title of Proposer's Authorized Representative: APresident Signature of Proposer'a Authors•:r',.resentative: Date. Peter Moore,P.r4 EED AP, ENV SP,F.ASCE May 4,2018 State of FLORIDA ) On this 4 day of May ,20 i8 personally appeared before mePeter Moore,P.pci_EED AP,F.ASCE County of Broward ) stated that (s)he is the President of CMA , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of r'rectors and acknowledged said instrument to be its voluntary act and deed. Before e: \IO — - , Nota 'u. . tt r the �,,1fF�OS of Ftorida My Co• '9ri ' Xpi OIIANNA ZONA a My Commission GC,17E758 "0oi a°°` Expires 0112412022 Q RFQ 2018-141-ND 1-11 ., ....1. : i . . ......c.• _ s! •,.,...,,,,,.....:....7_, _ . :,... „ ... •....; . „,.., ,..„_,, . ..4.:;,... ,.1„.._,,, _„. „......,41,;,.. ,..,,.... • , "7-,,, -, .,.,..."'lz, „..... oft , i 40 y r, ,t,-- -...1 :...e.7.;/• _ ... . -.. . 72A-1-:-s, 'ri':'' - ' , , f•7-42-r`,!, '.' - t' ••. 2 . Minimum Requirements lin n• n ,-s-. = ts.) ..' ,1 - 4.. ..i...- ' '"'"‘ l -: :' , . ,, t• -L. A— , - •• .40` - ..- — . , ..... . . - •• _ • l'--411111111111111111111111 .1111111.°1.11"..--___.,7""' --'11111.1. ....4001111111111111111 . , • . . ' _ _ , .. - ........ ....... . . . .. . otosimstioasopmffaiiww. . .. ..,. . , • ... . ...... . ,. • _.- . I ' .-- . •. . . - - C.'''' _..-,- . .- .. 4 4 A . '-: . . "''--. . --edir-01111 • ' -:-1'l 'tf-111 I.' i - : pi Arm . ., . _ ,..... • '-------- ." '14 '16 :...1'.4-_.., -,..'„i::.--s.:--,,.. .- , - ;, • ,., .,'... .;v:.-i• l'--1::-.)-- .,- . i, •„,,,.., 0 ' ' • .'.7.-: -:'' ,.•. 'l'e^.14',Y , ,,,....-_- , .,... -.., • 4*,-/i,.... r 1y, 1 • !,i1 *,°0;.,r1 !,--:``' i ...4( .±,,... ,... ,...-, ..- ..4 i. I ---,I:4f,,1 , • ,111 a 1.• if' ' . 11 ' 1 3 ... • .- „,.- --Aw.,..-- '....- • .f.-. --- . . ...._ . . L ji.. .4.../r.•441 4 ..,--4--i r_ _am....-:-..„:-=.• 4 4 , -, i . .. . -,---. , RFQ-No. 2018-141-ND CHEN MOORE AND ASSOCIATES Professional Architectural and Engineering Services for for Capital Renewal and Replacement Projects • --- - 1111r, -.,., -7:7,:'_;;-. , - - ,-,-,-',.,.-..'.. dr" • ' ' . Minimum Requirements ` (Appendix C) Ci. 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 j -. requirements shall be deemed non-responsive and shall not have its 6, proposal considered. 1. Firms. Firms must be certified by the Florida Department of Business '.lwf and Professional Regulation as architecture or engineering business. s 74 .$ 2. Architects/Engineers. Architects and engineers must be licensed by4 ; the Florida Department of Business and Professional Regulation for _ their area of work. •y 4 State of Florida Department of State I certify from the records of this office that CHEN MOORE AND I"' ASSOCIATES,INC.is a corporation organized under the laws of the State of ;,•., Florida,filed on November 7,1986. The document number of this corporation is 141454. ;`:•. I further certify that said corporation has paid all fees due this office through .:- { December 31,2018,that its most recent annual repv[tiuniform business report +.� was filed on January 8,2018,and that its status is active. :' I further certify that said corporation has not filed Articles of Dissolution. Given.aver my Mad and the Great Sed of the Sage of Florida at T.elussee,the C.pia4 rats the Eighth dry etJaa.ary,2018 1.. k0N ..s,,4` Secretary of State Tracking Nubr.CCfa1710S71 C...Ibrana MY araarao44111 dr Y..i.s•W...aer this...is,W is fWn is.Y.tr.ea.a.Y.paq.L br¢don+lemsobia..rellagaM CH E N•M OO RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape I &ASSOCIATES WWII OP MINIM 1110.1111TICKI Of 1111.1.1111M0141101.1101.IMOOLATON IMAM OF LASSOK•14141.1111VTIM Stat `,, rida ' AV rs ,;r,_ 1,_f` a .zM AFHPE WORE.aa Is satllosimlosolsr&a ......,.. ,1,. .v. ,.. DMA.ASRran.rn..LAW ,...woo"num r'..�wom 411. '.1771 .r .., a. ..�. .. rte w Eric Harrison,RLA John Gorham.RLA Cristobal Betancourt,RLA stet or'toad State of State of Florida Florida n Board of Professional Engineers Board of Profmio d Engineers ....,.wAmos dr SQ, Partici.Da:ends.K.wnnilt,P.E. 7r.„7 ,.� Grano.A.Mendes.P.B. A 4d 411.•••••r.Pe ayl..r ma..q...el,e4aa Mures 4a.rrar.l..4....Ya.afnar,,.dr CL.p...171,llW.al.... ., .,., ,,, r.+v....vim.. .7. ,w. e Jason Sutton,RLA Gregory Mendez,P.E Patrick Kaimrajh,P.E. r s. . bf<nrr µ�fiii INTERNATIONAL SOCIETY Of ARBORKIEMRF 4. Lkal I/ISD AWIMISr- uNe:nriON M/eKUig4 Ns*1.is' Jessica Amber Mathis Marc Bortak ,......Mesa ... ,.,...r,a., .. ..,.i.., e ..... Stefan Bortak,CID Amber Mathis,CA C H EN•M OO RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape I &ASSOCIA ITS Miami-Dade County MIAMEDADE Internal Services Department OUNTY Statement of Technical Certification Categories Firm: CHEN MOORE AND ASSOCIATES INC 2103 Coral Way,401,Miami,FL 33145 Code Category Description Approval Date Expiration Date 3.01 HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING 09/21/2016 09/30/2018 LOT DESIGN 3.02 HIGHWAY SYSTEMS-MAJOR HIGHWAY DESIGN 09/21/2016 09/30/2018 3.06 HIGHWAY SYSTEMS-TRAFFIC CALMING 09/21/2016 09/30/2018 HIGHWAY SYSTEMS-SIGNING,PAVEMENT MARKING, 3.09 AND CHANNELIZATION 09/21/2016 09/30/2018 WATER AND SANITARY SEWER SYSTEMS-WATER 6.01 DISTRIBUTION AND SANITARY SEWAGE COLLECTION 09/21/2016 09/30/2018 AND TRANSMISSION SYSTEMS WATER AND SANITARY SEWER SYSTEMS-WATER AND 6.02 09/21/2016 09/30/2018 SANITARY SEWAGE PUMPING FACILITIES WATER AND SANITARY SEWER SYSTEMS-WATER AND 6.03 09/21/2016 09/30/2018 SANITARY SEWAGE TREATMENT PLANTS 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER 09/21/2016 09/30/2018 DRAINAGE DESIGN ENGINEERING SERVICES 16.00 GENERAL CIVIL ENGINEERING 09/21/2016 09/30/2018 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 09/21/2016 09/30/2018 VALUE ANALYSIS AND LIFE-CYCLE COSTING-WATER 19.06 AND SANITARY SYSTEMS 09/21/2016 09/30/2018 VALUE ANALYSIS AND LIFE-CYCLE COSTING-GENERAL 19.16 CML ENGINEERING 11/16/2016 09/30/2018 VALUE ANALYSIS AND LIFE-CYCLE COSTING- 19.20 09/06/2017 09/30/2018 LANDSCAPE ARCHITECTURE 20.00 LANDSCAPE ARCHITECTURE 09/21/2016 09/30/2018 CHEN-MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape ' b.ASSOCIATFS Local Business Tax Receipt LB T J Local Business Tax Receipt LB T 's a NASTe '"`T " " Miami-Cade Cou`N.S,ata of=oriaa 21].293 .11.m. atM•1001..0 MOONS NC EXPIRES ]la!M .<..r.. EXPIRES ' 119302M4ara1E.01 11 • SEPTEMBER 80.1078 M..WW1M.O Mwe"nlu rrM1..��.,....r...... MM..MiIafI0.101.093.9E ":.N.aa,iL SEPTEMBER 30,1018 .E..... 2193 COM, WN 4.l ] o..w..71114 MMR 0.33145 nMoo¢..o.66oa.TE2 PM :r`.:mir.m n,wmmw ....TT...T.' awwcr."i(.).E1EAM �'^ M.m 0y_0t A49 2 i/Z0RM101:. . ::o..Eyy nwlo-laaT... oa T'0 MOOD ov-01640 1.W13-17-01.9. ....::..=•••... _......r.......�y 01093[•.1,...........y........................... 144 ,.......,...�..Y..M...... e. raEen .........4......-41.411.1444.4•411. Local Business Tax Receipt I_B i .W [LB Local Business Tax Receipt LBT , T16s Pim OOFmr. Miami-Oade County, nnt,State of Florida 0193]262 rxn .c•. mwrom EXPIRES 21211693 ACM ROB Man PE ........ SEPTEMBER 30,018 .r+ _+"�' ............ , r.••.^ 2163 COME 01..612.01 SWIMSWIM .855.105511.PE e?Mawu EXPIRES •WeRll1.2 COP. 20182151 nu 21E al 4571112 SEPTEMBER 30,, A.Arr op.. a.m...•.I. Yr R IIItl Clossi PA AA.9 4,0 .waw ar PPM". .nrt 712'14 Fe110Y" ••^•.Tcoor wool SOMA MowsoC.TES...,M 1W00 avlirmn 1VypM 11x40 k .. me ••'."'01'40 9N10-17-016.94 4040.6001E.,..a00TE2 .E6.n tRot IIy1112017 01.113-17-0161,1 � : ::� r":.17w. ...'..85 r•••••.W..144•11...1401.4.....r.a ,.ws.. ............4 Oa. Local Business Tax Receipt M _ LBT Mwmi a`6Cn.n`YLLamnO�tFlooR. LB T Local Business Tax Receipt eCoun. Mlemi-Dade County, of Florida 6818521 /team ` J Mtw.Eaxtram06.iw.11 1 EXPIRES EXPIRES 2!93cow 93.85931 MM. S PTt8MER 30.1018 M010T01.4 01..!0 MableSEPTEMBER MW RAIN .• 2193024 0030 M.r 21[.01 ]seat, SEPT[ BE P30. 18 uc.�1.. . 2MMR111.6 .+,a m.A 44444.41.41"[.93.. MOWN.0411 APO ASSOCA11.1.011. ••s1411.4.444 woo 0.5011,0I 212 MS.w.L.. 2660018593]012 01.0*00E•.MOO.]B MC I..P. wt� W9vo.-la-856240 at MONO 311ry01] W.10-1]-016.9. ..r.iw..+.�rr..... _ .rw"..::...r r.. ... ............w...... 214140 �.......�.+� ., ...... . •4.••4......0,4.4•s.. 41 41-.40..41.. ,..m4141.... r.6. '+...++4141.+... /IR .tear THIS ISNOT A MILL a1 SE .w ar TMl�ne.vl..w L t +!` of 9l' NOT PAY .L. ..;;.7.�.-, •..,„„,„ T,•u.. t10NOTP.Y .4141 ..u...v.... r 408540. M.P.]�ON]90111..M►a aN T.- mon.Tr ass 7 2931]Taw a..2.ale RECEIPT POR JOSS ua.COM. RECEIPT FOR_T00 00040a�OOn! ���,-41_41 .n ...+.i-. , WO,.?A1911.9'21201 mow.. ..�..... S.. OF rovers+C1....M OSE.w.aS000TES alt SAW`T. -SE OYE•YOOI.E.No.rsD[uTES MC ott•tumae 10 SPOACE 14 OR MANAGE o .a.wS.3114: v2T.., 2018 oaYMt ° E�9r.� 201 g ,NE°PERSSON OP. ENGINEER.PROEEiuOS.L 0114461E"CPSET"P" •. En.I.Paapwl ince T Pa,cnei flP.nc,O!Tector Lams,DtanoLr ,,te{rat•,�{{ 4141 rot!a NOT.aLL "'7 ,.. WMOT DAY 4Gu C41 Of 4fI ... .us.N Tors 1sPot.9393.E 9301..9.6 WI 0.61 MS WIPP 04.acne _, ..0 •Sv.ti co Hoy PAY i CE!T FOR 0.0 .10.00.471110. 9340...Yr Cr 11017 n.e.0.gree • .00.4 017 mt...6[.110 tit. RECEIPT FOR.emetoa.. atY_dwi_�-. �wS• ..�� :-. 1. 44 SOPAPOt 17-4,1 E 1201 0r ws..S1. ...00..1 APO.6aotu,Ea NC 221.• ..TON nmewn 7r wl 2018 A..,rc.01,OF •wc:a craNwa.a.Ma.aaacu,Ee«c4040Mue.I.co..L... 2+859340936.r, 20 y�E.O.t'e w C41 V.A. IS.REIV Rd COINSAASLE QOPEMTu.OP P.OP.TaMT.1.0,44 wW6C0. TO 01404404 Pt OP... T.OKRA.44 OF APCSOECT.tAAOSCAPS EdfL_L.Paa4Oal PIa.R1.047,100. Enka T.a FIn...cc 0..000E C H E N•M 0 0 R E Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture-Landscape I &ASSOCIATTS The City of Miami Beach (CMB) is building a library of professional :' services consultants to provide services on an as needed basis. We Project Understanding anticipate the following types of assignments: • Landscape plans • Sustainable Green initiatives and maintenance solutions. • Open space,recreational, urban and environmental planning • Development and design for annual maintenance programs for existing and new plants,trees,and shrubs. • Irrigation projects and maintenance consultation • Prepare urban design guidelines • Grant application and administration • Streetscape/hardscape design • Parks and Recreation facility design • Improvements to sport elements and conversion of grass areas . • to synthetic turf • Master planning and redevelopment planning • Planting and maintenance schedules and manuals • Analysis and evaluation of existing landscape conditions • Community involvement and presentations to staff • Prepare and present conceptual design and budgets to staff and commissioners • Site master planning,selection and design of annual planting • areas,maintenance and refurbishment of existing landscape and irrigation projects • Compliance with all existing City and Miami Dade County policies,to include but not limited to:land development codes, building codes and all environmental regulations for local and state requirements. • Preparation of plans and specification for site layout and circulation,aesthetic grading,construction details,planting design and details,and soft scope elements. • Landscaping reconstruction projects following extreme weather events Our team has been structured to _ exceed your expectations. The r} project team will be led by Chen • Moore and Associates (CMA) - - as the prime consultant. We - ' - will utilize our in house staff of ; , planners, landscape architects, civil engineers, arborists, and irrigation designers in an integrated approach provide project management, project due diligence, site analysis,public outreach and design solutions for each assignment. Our Philosophy We identify ourselves as public space designers and take this approach into every project. Our design approach is to provide flexible spaces for diverse users that are safe and enjoyable. As our communities accommodate more multimodal transportation solutions, it is more important to balance vehicular and pedestrian circulation. We C H E N•M O O R E Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape &ASSOCIATES endeavor to site facilities in a manner that respects the land,celebrates site history and archeology,incorporates : . ` stormwater management practices, considers wildlife and biodiversity, select sustainable materials, provide universal accessibility recognizing personal mobility limitations,provide adequate space for active recreation,and ,.. most especially,design spaces that are memorable and improve quality of life. , Standard Project Approach CMA understands the varied demands of continuing services contracts. Ensuring the successful completion of a -` project begins with careful listening and planning. It is critical to clearly define the ' .4r4":.',1,, '1' . ;. project scope and goals for all stakeholders prior to beginning the work effort 7", *., : , . CMA understands the need to provide innovative and sustainable solutions on 1-46, o r, ' r , •._ ,moi • time and within budget. Our process for project delivery has been carefully 4,0".,...:-',-4;!...,•,..-' , develo ed throw hour man years of experience servinggovernment clients. Our fst " r P g YPt outlined steps are a guide to how we work. We recognize that each project will have its own specific needs based on scale, community interest and geographic ---.- location. . . i. Scope of Work Defining a clear project scope leads to successful projects.We will meet with the CMB to get a clear understanding of the desired project outcome and budget prior to providing any fee proposals.CMA will work with the CMB to identify goals,deliverables,needed subconsultants and public outreach efforts necessary for plan development. ', We will request any existing information CM B may have on record,such as surveys,existing permits,geotechnical reports, master plan studies, etc. that may aid in developing a clear understanding of the requested work ,' assignment. We will provide CM B with a defined scope and fee and project schedule for the task assignment. '• • 2. Due Diligence/Inventory and Site Analysis The CMAteam will perform due diligence and analysis by confirming which permitting agencies will have jurisdiction ,` over the project,performing site visits to collect field information,analyzing other master plans impacting the site (such as transportation or utilities that will impact site development), and compile the information into a Due Diligence report to review with the CMB. The Due Diligence report will contain project background, land use P,.`.'. and zoning analysis, utilities analysis, environmental analysis, stormwater analysis, transportation connectivity analysis, neighborhood connectivity analysis, site inventory and analysis, and any additional elements that are unique to the project site,for example cultural or archeological analysis. 3. Develop Project Schedule Once we have a clear understanding of the permitting process,we will develop an initial schedule to review with the CMB at the project kick-off meeting. Our schedules are typically prepared in Microsoft Project. Our detailed schedules build in time not only for the design process, but also time for our internal quality control effort and time for the client to review and comment on our project deliverables. This way the City has a clear understanding of the work effort involved in the project and can track and monitor our progress. We will work with the City to develop milestone dates at the project's inception that are mutually agreeable. 4. Kick-off Meeting At the kick-off meeting,we will meet with the City's project manager, any key City staff, and subconsultants to review the project goals, schedule and process. At the conclusion of the kick-off meeting,we will have agreed upon the project deliverables,milestone dates,the project critical path and the project goals. Meeting minutes and an updated schedule memorializing the kick-off meeting will be distributed. 5. Design Documents The Schematic Design Phase includes the gathering of necessary base information needed to complete the work. This includes boundary and topographic surveys,geotechnical reports,traffic reports,etc. We will provide general site layouts of the overall site depicting the program elements that have been defined with the City. C H E N•M 00 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 2-6 &ASSOCIATES This submittal may also include preliminary utility and stormwater layouts, conceptual grading, landscape pallet ,: and layout, preliminary site furnishings and a preliminary opinion of probable cost. If appropriate, we'll include K; conceptual renderings of the projects to help communicate design intent. CMA will submit the documents one ' week prior to meeting with the CMB to review the documents and the City's comments. Prior to the submittal of the documents,they will go through our internal Quality Control process. We assign the QC to a professional d"; ' that is not directly involved with the design of the project to review the documents. This independent reviewer provides a fresh set of eyes to the document which in our experience identifies more potential conflicts that ': may arise as the project moves forward. The purpose of meeting after submitting the documents will be to get .; t owner input in the development of the project,to update the project schedule as appropriate and make decisions j: regarding next steps in the project. l 6. Design Development II The Design Development Phase will include the incorporation of >., --- 0. owner comments from the Schematic Design Phase and refinement 4,(7 ''`' of previously submitted documents.In addition,we will incorporate r the construction details and notes for each of the represented I0,,_ \' ~- disciplines. As before, the documents will go through our QA/ ° •1 , QC process and CMA will submit the documents prior to meeting ti ,.''=• with CMB to review the documents and the City's comments. We ' .=-- , ,/'� 'I l< will meet to review progress, to update the project schedule as ' t appropriate,and make decisions regarding next steps in the project. .. ...... ......... .......- 7. Construction Documents The Construction Document Phase will include the incorporation of owner comments from the Design Development Phase and refinement of previously submitted documents. We will prepare the specifications package to coincide with the construction documents. The documents will go through our QA/QC process and CMA will submit the documents prior to meeting with the City to review the documents and the City's comments. ' ` We will meet to review the documents and finalize strategy for project bidding and refine the opinion of probable j :':' cost prior to issuing bid documents. " 8. Bid and Permit Documents The construction documents will be prepared for public bid. We will prepare final quantities and make any ; updates to the specifications package based on owner comments. The documents will be prepared for building permit submittal by the awarded contractor. We will provide a written specification of the qualities the awarded 4 contractor should demonstrate in terms of project experience and financial stability. * 9. Construction Administration 1 .After awardingof the project, our construction engineeringinspector will be assigned to the project. The .3 construction administration process begins with a pre-construction meeting with the awarded contractor to ;, address proposed construction schedule, any permitting coordination issues and any questions regarding the permit documents. During the construction administration process, CMA will respond to Contractor Requests for Information,Shop Drawing Reviews and Product Submittals. We will develop an agreed upon regular site visit schedule with the city and issue site reports at each visit. We will provide a punch list at substantial completion. to. Project Close Out After substantial completion, CMA will perform a final walk through to confirm that punch list items have been completed and provide certification letters for coastal permitting,utilities,stormwater,and landscape as required by the State,County and City. At the end of the project,the client services manager will meet with the City team to evaluate the design team's performance on the project. CH E N•M 0 0 R E Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape I &ASSOCIATES Communication Communication between client and consultant is critical. CMA will work under the assumption that there may be ri multiple task orders open at any given time. In order to complete our assignments in a timely way,we recommend .::< regular progress meetings on a mutually agreeable schedule. Meetings can be face to face,via conference call, or Skype,but must be held at regular intervals with memorialization of topics covered in order to keep the CM B/ CMA team moving towards our common goals. t Technicalards our commt. Our landscape architecture team makes full use of the resources we have available. We have an established +' . ro ect approach and well as internal qualitycontrol program.In addition,our staff works with the latest software `„ii' P 1 PP P g �. and cutting edge tools to make our design efforts more efficient and to leverage the visualization power currently e available to us.Some of the software and internal programs available to the Chen Moore team are: • Standard Project Approach t.,-7 • QA/QC Program • Land FIX for land planning, landscape architecture,and irrigation design 47 • AutoCAD Civil 3-D for development of construction documents • Sketch-up with Maxwell Render for 3-D modeling of landscape architectural and urban design projects {; • Adobe Photoshop, Illustrator,and In-Design for preparation of graphic documents,project manuals,and F design guidelines • Microsoft Project for scheduling and timelines 41 • In-house GIS with a variety of GIS software for accurate design data and cost estimating '. Graphics Software Because clear graphic communication of s design intent is extremely important in • the practice of landscape architecture, ...... ..... our landscape architecture department L,,=;y1.;`" ` ""- °°' """"'" - employs special software above and beyond 4linillIMIIIIIIITEr W CI our competitors for the development of 1 our graphic presentations. Land F/X is a plug in tool developed for x= MEM supplemental use with AutoCAD. The , _ 1111111111111' software provides our team with the , o - .� 11117'`''" ability to quickly develop conceptual plan - c =-- :v r •■■■ graphics, detailed planting, irrigation, M INNIE hardscape,and lighting plans. A benefit of 1 the software is that materials schedules are -- .- _ updated automatically as design elementsr are placed into the drawings. This provides L .:,i - for greater accuracy in materials square ... ... .. - footages and line item counts. It also aids in expediting the QA/QC process. Google Sketch-up is a tool used to create total 3D models of project sites. By developing concept designs in 3D our team can allow clients to virtually travel through the design priorto implementing it.Through the processing of still Sketch-up images in Maxwell Render,we can provide clients with high quality 3-D images for use in presentations, websites, and other marketing material.We find this tool an incredibly effective way of communicating design improvements as illustrated in the before and after images below. CHORE OO RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape I &ASSOCIATES aft ... n- t' •- 4111111.11110!Miliffirik-r, ''' '-', ....„ The Adobe Suite of products includes Photoshop,Illustrator,and In-Design which we use to marry multiple types of graphic techniques to convey information visually. We use these tools to prepare graphic presentations, materials boards,reports and site renderings. ,,..-......,,.. •• A.,:tt,e:.4.,,r_, .4,110.1. 4 e t:_,f, ,," ,,, -.s. . -.1 . , fffr —777 itar i wawa 1 . rr, .:? iig ! a - - i 111 ►', �' ' I g ,., 0 . 4 q • x`41 h• + •• ,�. 1 ii; 170,1 AI _.„ moi.- r c,::.:.+ , _., , .., _, ....r. We use ESRI Collector to gather data in the field. For certain levels of design or studies performed for our clients, ° 1 it is not always necessary to go through the expense of a professional survey. We use an application called ESRI Collector that is loaded onto our mobile phones. It allows us to locate and collect data about objects in the field ,; such as trees in tree inventories or site furnishings in parks as part of parks inventories. We establish databases '"' for use in the field specific to each project. They may contain data such as tree species and condition and can be extremely detailed in nature. We are also able to photograph items in the field and associate them with the data Points that we collect.They are a living inventorY• ° ':�;'-° -. < . + \ kr•.P+ 1. 44 .-Q� r. -71 1 Y d ,v '‘✓ �1t. 1 ti �- � © ,Q fi W. ./hi.,. i ., val ,ice n alike • $M 1$ ti te_ i , .b •oo e,n •,cin," r n.,r er.•.• r .,, ,� `s' ESRI ArcGIS is utilized to create maps and graphics for larger scale studies such as pedestrian or bicycle network master plans. Most recently,we have been using GIS to generate Level of Service Maps for Parks and Recreation Master Plans. Technical Skills Our landscape architecture staff prides itself on staying ahead of the curve when it comes to the use of the latest in technology in the field of landscape architecture.Our staff from top to bottom participate in regular continuing education opportunities. These include participation in our professional societies such as the American Society C H E N•M 0 0 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture-Landscape 2-9 ' &ASSOCIATES of Landscape Architects, American Planning Association, International Society of Arboriculture, Irrigation Association,etc. as well as direct training from lighting,paving,irrigation,and furnishings suppliers. 3,,,, Our team has a particular expertise in irrigation design providing design services directly to irrigation manufacturers for their projects. We have worked with multiple cities and universities to develop master plans for central control 1.. irrigation systems,as well designing site specific solutions. Our team is also developing an expertise in working with urban trees. We are currently working with the City of . s> Gainesville to develop long term solutions to the decline of their urban canopy. We are investigating solutions ¢i including the use of systems such as Silva Cell to provide better growing mediums for urban trees which minimize ,;a= impact to surrounding infrastructure such as utilities and sidewalks which are often impacted by tree growth. a� . fi `t i 1 ? A 1 1 T' } r . v. ;( y' AP CHEN MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape MO I &ASSOCIATES 4`,",;;!!' 1 s i 'r` t_ I.r, It '- >!'4 ,I',- t 1. I� "�.• t _IC.' -_ � - • .._ =24 ANN [- Z • rHls7 < i AM' .vp 3 . Experience & Qualifications of the Firm w:. �. w ... - �• ` - ��OUTHROINIE�DRrlb, - � F t `lt 11 • ' � I yn VI rat- legend ! `� • • • 'y 0 Phase I-Completed by Others ! "I .w 1, r1,74' t :, L = a Phase II-Design Phase by Others �`;,�'"' ! C. ,.��• .�.10 rir r W Imp Phase III i , • 4---i I. am Phase IV -4.' — Phase IV-Completed by Developer �, '4 �. f. _ ,, Phase V ,•4?"*.• , s E--- Phase V-To Be Completed by Developer ;1/ 11:111;11:111; r 41: !/ /lift ` ,,.• •n,. ""^ R'' • i.. m { a !/ gni, , ��.; r- % • �. �*"w -� o • 5' S' 6' 8' 11' 11' 8' 8' 8' 3.'.E 1 ? ---:--,-''.4"-:w T. ,i 70'R.O.W. 11 1 . t� � a �± - q � i.20:.,..„,- ,- :". . : , ,. T , 14 j � eye .. 4 ' 4.J111 la 1 116)1111 -to.ilik .... .. / YJIl f 3 RFQ-No.2018-141-ND CHEN MOORE AND ASSOCIATES Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects E Experience & Qualifications of the Firm C 0 a 04. CHEN•M00RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 3-1 &ASSOCIATTS �,p.f 2.1 Qualifications of Chen Moore and Associates (CMA) is a multi-discipline consulting firm Proposing Firm with offices in Miami-Dade, Broward, Palm Beach, Martin, Orange $'m'- and Alachua Counties. Founded in 1986, CMA specializes in civil and environmental engineering, construction engineering inspections, E` landscape architecture,planning,and GIS analysis and mapping.We are v wsr ~ • 'lam a Florida state and locally certified small business enterprise firm. Dr. Chen founded CMA believing that relationships are critical to planning, .x j:.` designing and constructing successful projects. The firm commits to SP- t. -. ,+ -1 ' I providing responsive quality services while meeting the schedules and ,'` specific project needs of our clients. ;% ' t,:_ Landscape Architecture and Planning Services iv. Chen Moore and Associates' landscape architecture studio provides " -'a creative solutions for a diverse clientele.We are known and respected for our thorough understanding of site and permitting constraints prior ;xs If I to mmeng projecotehcl wledgof cotrutor 1,41,.,ii.10:,,, developers, architects, engineers, local government, and universities methods in the sub-tropics.and We are highlyniaresponsiveknoand providensout ii I of thecobox solutions to our clients' needs. Our clients include privatei I A current sampling of thets projectsur we care working one involve thecsitenw' planning and landscape design of commercial properties throughout ,,j !' southeast Florida,streetscapes for Coral Springs and Miami Beach,and , ,- of the amenities area of a 600 bed dormitory facility for Florida Atlantic '� . pi' ` �; University.Our expertise includes the following: of - j • Master Planning � '" . — "�`;~'_ • Site Planning Design and Processing ! " "' • �i • Irrigation Design it • Community Planning • Urban Redevelopment : 1 • Comprehensive Planning '° t: • Parks and Recreation Planning and Design e;- • Campus Planning and Design ' • Due Diligence and Feasibility Reports • Land Use Entitlements 4 • Landscape Planning and Design • Hardscape Feature Design t ' ' k,= • Streetscape Design _tile.t, • Greenway and Trails Design " • Wayfinding - --t--- • Lighting Design • Graphic Design and Presentation r%•1-„...,c,-..40,...4. :4 • Habitat Restoration In addition, CMA actively supports various community organizations f>. including Habitat for Humanity,Toys for Tots,the Cooperative Feeding ,,, �. .: :; } Program, and Ocean Watch, a non-profit group focused on cleaning o - - • and preserving South Florida's Beaches. Firm staff participate in • e - local professional society events including the American Society of •` Civil Engineers, Florida Engineering Society, American Society of cl Landscape Architects, Irrigation Association, Florida Recreation and CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture-Landscape 3-2 &ASSOCIATES Park Association,International Society of Arboriculture and the United States Green Building Council.We proudly support our industry and the communities in which we live,play and work. CMA's Unique Qualifications for this Project CMA's multi-disciplinary approach has provided ourteam with a thorough understanding of our work as landscape architects, engineers and inspectors but also how to coordinate other site needs such as utility services and drainage with permitting agencies.We understand that money invested in muncipal improvements represent tax payer investment in public infrastructure.We are strong designers,but we believe we excel at getting the best benefit for the public from the budgets that are available to make improvements.We take a long term view. The CMA Advantage CMA believes in creating sustainable communities. As r C , L,T Chen Moore Offices such,CMA has been involved with over over half a billion - - dollars in redevelopment utility improvement projects - and Broward County t r T-for Miami-Dade County for 10 yearsG.in�sville for over 3o years, including stormwater and infrastructure master plans, Basis Of Design Reports, design, permitting and i construction services as well as improvements/rehabilitation projects -• ilk d:a and coordination with historical districts. l The firm's Miami office is located less than 6 miles from the City of Miami Beach.CMA T i is committed to the communities where we work.We are involved for the long term F~ r _ to be part of your city's past,present and future. l West Palm Beach"( Fort Lauda- al Miami-le 1 2 II(( r P fes/ 1-i __— 1u[21r� ll1 �1 s 0 III Nivii '.��•('.��it 3} \'\--Ii. U _ i Wang 11 = ... f 1i= _�1 t r •s-. . 0 L Miami :1 \A---„,, \ ______.,___,,,..--,-,-_-_--_,,,,-,- _v ‘, 7 ; / ‘4541, / cw 1w.sNoosesocNl[5 �_ � Q ,�p ,..,,,,,J---- a 0 r, a O CHEN•MOORE Capital Renewal and Replacement Projects REQ 2018-141-ND-Architecture-Landscape 3 3 I &ASSOCIATES Request for Qualification Similar Experience South Pointe Phase III/ Chen Moore and Associates was the prime consultant responsible for IV/V - Right-of-Way providing design, permitting, - • 3 _ e .; Improvement Project preparation of construction : . .illii • �.„ documents, bid assistance and -. __- i r Miami Beach, FL construction engineering and ' -- lie _ inspection (CEI) services for , ' Names,addresses,telephone infrastructure improvements -z-1. ,4r,i 4 >(• :• number,fax number,and within the public right of way Ot _�` a — - k contact name for the following: areas of the South Pointe III/IV/V '_ - Owner or Agency neighborhood of Miami Beach. 4 > '-- r 1 re City of Miami Beach This neighborhood improvement , - — 777 17th Street, 3rd Floorprojectpro • required our firm to . . s 1 . Miami Beach, FL 33139 develop a quality urban ` 4,,,,,-----:. _ ,. 'R't (305) 673-7000 ext. 6264 environment consistent Miami * ""''` ° ' (305) 673-7073 Beach's world famous South "-'_- s-• '1 '. Carla Dixon Beach character while providing iti :.r. carladixon@miamibeachfl.gov the necessary infrastructure to • accommodate the everyday *0- - ,...-1.- 414110 i Start and Completion Dates business life of this important 2/11/2008 to 12/10/2012 commercial and residential `'a` 11. • r k.r ' . Volume of Contract district of the City.The project encompasses approximately 19,000 LF of .'y° ROWinfrastructure improvements including:streetscape enhancements, $2,305,354 landscape improvements, lighting improvements, 9,300 LF 8" water ' Role main replacements, stormwater drainage improvements, paving & .'•. Prime grading, and roadway reconstruction. Due to the existing mixed use ''ji: (residential, commercial) environment of this neighborhood, special design efforts were made to incorporate pedestrian friendly elements a- t;R: including meeting all ADA requirements, providing street furnishings, 1`_T bicycle lanes and sharrows,upgrading sidewalks,incorporating specialty -'' treatments at crosswalks, landscape improvements with specialized ,¢` tree wells to provide ADA compliant surfaces and bulb outs to increase *4 pedestrian friendliness and safety. This project required extensive • coordination with the public,business owners,residents,adjacent CRAs, historic districts and various regulatory agencies in the form of community design workshops and special outreach meetings to individual special interest groups. c 0 ry V I 7 Or CHEIY•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 3-4 I &ASSOCIATES The Central Bayshore South Right-of-Way Infrastructure Improvement f';1' Central Bayshore South Program is an approximately$18M Design-Build Project located in Miami�y� Right of Way Infrastructure Beach, Florida. The project Centraln BayahoSouth Boundaries'" �'"T64 i, Improvements limits stretch from Dade iw,. • �.. W,t pi . -• au- Boulevard north to West 34 Miami Beach, FL ;�P �''' Street and from Meridian -.o ;; %p .f_ �r " Names,addresses,telephone Avenue east to the Indian 0 - `, 1' number,fax number,and contact r' t - Creek waterway. �• name for the following: , "'�-c: :� Owner or Agency The project includes the 1.1;', , . f .,Y ,' reconstruction and City of Miami Beach ��:4 4>�• �J ..� ��� ,� 1700 Convention Center Drive elevation of roadways k • Wt j7 t •- ai�'r 3 within the project area, ---' '�i Miami Beach, FL 33139 p l °+r •.• ;' - (305) 673-7071 driveway and swale t1 t ''../-:a; ' 4 .� Sabrina Baglieri harmonization, a new r --. a- R� :�Fta . C. ' sabrinabaglieri@miamibeachfl.gov stormwater collection, , f Y-.a.. ///t conveyance, treatment, 1 , ,k i r . Zi Ric-Man International and pump station system, t `,.' t ,.l - •• . c': 1545 NW 27th Avenue new transmission and I • I, ►��'_ 1 - 1 Pompano Beach, FL 33069 distribution watermains, a ( ,f �'r'� '* 7� -. ' it (954)426-1042 new multi-use bike/ ! � .. • �����-�.`-'°' `�- ' Rene Castillo, Sr. pedestrian path, improved "°. r r•' t• • rcastillo ric manus '. ��� �- it @ street lighting, improved 1 r Start and Completion Dates roadway signage and F` fi ',. ,. • I p pavement markings, and —I..`'r = -- -�• 6/16/2016 to present appropriate landscape mitigation. In total, the project proposes Volume of Contract approximately 10,000 linear feet of water main ranging from 6"to 16" $1,041,000(fee) and approximately 13,600 1'.- 1 - '~ LF of new roadway. The ^" Y' Role proposed stormwater - ,_ •' _ Prime system serving • approximately 82 acres � ' includes gravity lines 1 • a'�'' ., throughout the • • ,/---.• �., . .r or neighborhood ranging ` - A -. ___ from 18" to 72", a vortex . --- water quality treatment 5: unit,one new pump station y -. to be manifolded with two existing pump station,a 42"stormwater force main,an energy dissipater box, and a new outfall at the Indian Creek waterway. The system is equipped with backflow prevention devices in anticipation of sea level rise. CMA services include full design of paving, grading, water, hardscape, landscape stormwater design including plan preparation and permitting. N CMA also shall provide full time construction inspection services o including full closeout services. LJ757 a CHEIV•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 3-5 ' b,ASSOCIATFS North Shore Bandshell Park This project consists of proposed improvements to the existing Improvements Bandshell Park located east of Collins Avenue between 72nd and 73rd Streets within the City of Miami Beach. The project includes a new :_; Miami Beach, FL walkway connecting the park to the beachwalk at 72nd Street; the A•t widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking; the demolition ` Names,addresses,telephone of the bus shelter, landscaping, outdoor accent and security lighting; .� number,fax number,and contact reconfiguration and/or addition of walkways;installation of an electronic name for the following: marquee; installation of the "Beatles Mandala", a mosaic tile artwork; ^'*'F .x Owner or Agency and new urban elements such as drinking fountains, trash containers and bike racks. " � Borrelli&Partners(Client) i Jim Borrelli Chen Moore and Associates provided services including civil - 2600 South Douglas Road, Suite engineering, landscape architecture and irrigation design work that '.•<;' 801 includes conceptual drawings for the 72nd Street walkway and 73rd Coral Gables, FL 33134 Street sidewalk;design development/final design submittals;estimates j; (305)665-8852 of probable construction cost;government permitting(including Miami fr1, jimbo@a borrelliarchitects.com Beach,PERA—formerly DERM,FDOT,FDEP,and Fish&Wildlife);bidding Start and Completion Dates assistance;and construction administration services. ', 1/10/2012-8/31/2016 Volume of Contract $1,400,000 Role s .! 4= .i ' pr ". •►"2114.4....... Subconsultant • � � `'+�' i.'` '' • w '�J.;r""�_ el. oi-IN fi f• .Y. 7 - e II! I i,IO , I 4�i#1*' ._ ►� � '>r, ' X11;. mi RI 11 1 rt 9k. j >F'r ,: • .Rw - - .e"ftli. ,.: ji . _____ ii, C 0 to v 7 Cr C H E N•M 00 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 3-6 ' &ASSOCIATES West Palm Beach FL Parks Chen Moore and Associates was a subconsultant to Green Play, LLC for & Recreation Master Plan the development of the City of West Palm Beach Parks and Recreation Master Plan. Our scope of work involved providing Facility Inventories West Palm Beach, Florida and a Level of Service Assessment.CMA used cutting edge Geographic Names,addresses,telephone Information Systems (GIS) technology in the form of ESRI Collector number,fax number, Software to completely catalog the client's existing parks and recreation * assets. Collector Software was operated from our GPS enabled phones and contact name for the and tablets and allowed us to collect coordinate correct information + following: on all of the parks'assets. Our process involved creating a database of .4 Owner or Agency the City's parks assets and performing a preliminary analysis via aerial ..°,,--, GreenPlay LLC hoto ra h Once the preliminaryanalysis was completed, CMA staff Art Thatcher y visitedeach parks facilityaand ground truthed their findings.At the end 1021 E South Boulder Rd Ste N of the process,the city received the database and was trained by CMA ' Louisville,CO 80027 to maintain the database on an ongoing basis facilitating future updates '%,4- (757)592-3103 .1 to the master plan. Start and Completion Dates 10/21/2014-12131/2015 S.+;g Volume of Contract ' + k $14,500(fee) NA.: a , Balls Role ._� Subconsultant i g '1 , , !,,;, ._. , ,,,, ,___ .,, _,..,,_._ ,...... . ,.,,.... .„, ti • l— OM Ar,. CornRM.," Negneorhoxl Pa. OP.-...h ca C co v 7 Cr 406 CH E N•M 00 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 3-7 ' &ASSOCIATFS Downtown Coral SpringsbyCity Springs "',3 Chen Moore and Associates was contracted the of Coral S nn s <:;:; Streetscaping to assist the Coral Springs CRA in the planning, design, permitting and y-: construction support of various ,-• aw Coral Springs, Florida streetscaping improvements in Downtown Coral Springs. As the 1 <;� Names,addresses,telephone }.' prime consultants,CMA provided ` number,fax number, a„ 7 ; � ' civil engineering, landscape ,,, r,- , . and contact name for the i; t, ; ,. }� architecture, environmental r, following: •- . 0 , permitting and construction ,� Owner or Agency engineering and inspection -----• City of Coral Springsgelk .�` services for the project. Ronald Stein -.,7.‘,- , a Cr' Economic Development The project included w Department implementing Complete Street A ,• -77:17;i221 9551 West Sample Road concepts for NW 31st Court, NW 9' Coral Springs, FL 33065-4182 94th Avenue and NW 32nd Street.Additionally, CMA implemented the •• culverting • of the canal alongNW31st court toprovide space for a linear (954)346-1739 p rstein@coralsprings.org park, currently called the"Art Walk",which is an important pedestrian F connection between the downtown pathways project and The Walk .4 Start and Completion Dates development. Finally, the project includes the implementation of turn 6/25/2013-5/1/2014 lanes along Sample Road, median improvements in Sample Road and _ minor improvements to adjacent alleyways and pedestrian pathways. Volume of Contract a� Overall, the project improves the walkable nature of Downtown Coral 06- $235,740(fee) Springs, while tying together various aesthetic elements in advance of Role the City Hall project sited adjacent to them projects. Prime t.t." X'‘ I ''' ' '4*' ,4:,. . ,..., - , 1:,. .v.,... i,,,,,,-;, ,, , , , ...AA' „ ter :. �`�` _ ,, lir 1:,--iia...... . ,,. _ . .^ "----,....., --........-^,- 1.-"4,'Wen \i'l---- ilk' • - `yy� moi ..4 , et- - 4.f i I 1 Ii 0 mi v IF 7 Cr CH E N•M 00 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 3-8 ' Doral Glades Park Chen Moore and Associates provided site planning and landscape architecture for the design of a 24 Acre district park. The park serves Doral, Florida a new residential community in the northwestern section of the city. _ Names,addresses,telephone The park carries a nature theme celebrating the flora and fauna of.• number,fax number, the Everglades. Divided into four themed areas, the park celebrates =: r. and contact name for the mammals, birds, insects, and reptiles &Amphibians of the Everglades. following: The site includes a 12 Acre lake with a kayak launch, recreational trail, . Owner or Agency and fishing pier extending into the lake.The parks program includes the N , CPZ Architects Inc following elements: 0. Chris Zimmerman,AIA • Themed Playground (2-5&5-12 Age Groups) ` Yg g 43i6 West Broward Blvd • Tennis/Pickle Ball Courts _ � .: Plantation, FL 33317 • Basketball Courts ♦I : ,, (954)792-8525 • Sand Volleyball Courts N --.../ chris@cpzarchitects.com Multi Use Fields 1 ,, r ° • • Fitness Trail Start and Completion DatesAr • Recreational Trail ' ' sr.,.. 11/16/2015-8/1/2017 • Picnic Pavilions �i -i► - ' ,., • ,.� _mar ft - -' x volume of Contract • Amphitheater { • Outdoor Plazas $122,820(fee) • Kayak Rentals Role • Community Center Subconsultant • Restrooms • • Parking • Sports Lighting ..':: CMA served as a subconsultant to CPZ Architects and provided -`. design (landscape, hardscape, irrigation, and lighting), permitting, _ .; . and construction administration services for the Project. The site was designed to meet Green Globes criteria and includes extensive use of :,.., native plant materials and high efficiency irrigation. rt A = ,,y . 4 030.0 OO41 ',eo t,Ci.�•O w..•00 0 O 7.).. **,!...-f.::::- 00 ... .7, > ® weO or, rpc)oopfg #r(' .. -' 44f%�::� o V") nv!'u' oda *�p00000• o �—-- o V og...~.649:tV?`V o Doral Glados Park I '.i<re;r.ac J,ta Flan D(1w. I' r trie4 r, s N as IN mom orou 113 715 7 Or CHEN•M 00 RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture-Landscape 3-9 ' &ASSOCIATES Veterans Wayside Park Chen Moore and Associates developed master plan concepts for the Veterans Wayside Park(VWP)in the Village of Pinecrest. VWP is the only ,R i *o� ,, -; Pinecrest, Florida passive, unprogrammed ,,,, - �1 -A .-,fir " .4 Names,addresses,telephone park in the Village. The f 11• ' 't ,e-x#1."►A �, p site consists of a one half ", "` " number,fax number, �„ >: 1 ��-d�, � i� and contact name for the acre lake surrounded by } ' ;_. r - 4 , ,424,44, . following: passive open spaces with ' 4', tr ",k. •Owner or Agency a mature tree canopy and ;r.- ,, - , Village of Pinecrest a modest veteran's :' ti 4� '.'' -4' f ; " • 0 Loren Matthews memorial. The site is ( '� ' �� Village Hall Office bounded on the west side •" - 12645 Pinecrest Parkway by the very heavily ,-- Pinecrest, FL 33156 trafficked Pinecrest (305)234-2121 Parkway. The master - .c ? ..--,----_. matthews@pinecrest-fl.gov fl.gov plan assignment arose as `.,T\ �•,. the result of a group of y ; "' L . Start and Completion Dates local citizens that were '• 1• ' :If:, petitioning-11/30/2014 P g the City for 3,► - . '� � y '-' Y conversion of the site into Volume of Contract , ,`' . ' E R, - an off leash dog park. ,. .c- $8,500(fee) CMA developed two "' _ — Role concepts for the 3.25 acre park. One concept Prime focused on incorporating " large dog and small dog areas into the park,while . the second added modest improvements such as pedestrian pathways 1- and seating areas to enhance the park for passive use. Both concepts -,-: recommended enhancing the existing veteran's memorial. CMA's scope "` of work included public input sessions, master plan and opinion of probable cost services. The master plans were presented to the public =ki at Village commission. .."' VETERAN'S MEMORIAL "y o /jam e-46. 1 • tip^ :,~,.•CARRA swrr rArR `, 4 - . 'i - gt, . Y , f D• URF RrAa» M _, ;wrnrr .AnU. rf nc LARGE DOG AREA VI I 1 I EMIL igillik 4. ,, » hao A 4 ASW%YRWWANNr1 ,• •e unorrrRr SW Iv'"AVENUE M L� 79 n Or CHEI ADORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture-Landscape 3.10 I Misc District Wide Chen Moore and Associates is providing FDOT District 6 with , Landscape Support-TWO miscellaneous landscape architectural services. The scope of services 1 includes plan reviews;attending and reporting on design,coordination, '„` and review meetings; miscellaneous landscape architectural and v engineering consultation; miscellaneous landscape architectural t Miami, Florida �'� planning and design; construction inspection and/or field assessments, ..t. Names,addresses,telephone rendering sections and plan boards; permitting; project coordination, ,x, number,fax number, correspondence and project filing;and developing project scopes. and contact name for the 441 following: f Owner or Agency 4, State of Florida Department of Transportation District 6 Kevin Schot 1000 NW 111 Avenue Rm 6251 Miami, FL 33172 (305)470-5400 '' . /f' °y'.: Kevin.Schot@dot.state.fl.us -mak. Start and Completion Dates 3/31/2016-6/1/2021 j'; Volume of Contract 4, $600,000 ' Role ``” Prime tri0 0 ea v 7 a CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 3-11 ' &ASSUCIA I ES Lincoln Road Master Plan Chen Moore and Associates was the local subconsultant to James '' Corner Field Operations(JCFO),the designers of New York City's famed Miami Beach, Florida High Line, in the development of a Master Plan for the Lincoln Road , Names,addresses,telephone Mall Historic District in Miami Beach. Lincoln Road Mall is America's number,fax number, first pedestrian mall designed in the 1960's by Morris Lapidus. Today, -' and contact name for the Lincoln Road Mall receives an average of 10,000 visitors per day and is • following: a major tourist destination geared towards pedestrians. CMA provided Owner or Agency local planning expertise and civil engineering to support the efforts of • JCFO's development of the Master Plan. Additionally, CMA provided James Corner Field Operations P James Corner support through the entire public process including Public Workshops, 475 Tenth Ave 9th Floor Workshops with Building Owners and Tenants,and Workshops with City d • New York, NY 10018 Staff and Commissioners. ' (212)433-1450 CMA is currently providing JCFO with local design support for the jcorner@fieldoperations.net implementation of the plan for landscape, hardscape, and irrigation . Start and Completion Dates component of the project. 3/9/2015-2/29/2016 Volume of Contract �+; l '� Illi $25,000 ' Role :`� {'11(r t iii r ;. [ r • i��1 iii , : 1 P subconsultant l 1 .---..--N. ' t'Aliiii , - hill jr I _ _ • • '11 illili Iailiii iRRl, -t•j _ : ili t�) 0- n I '� Y } ; axr +;� r '77' . ' �t -• lr : _ L .t:414+-: 4y t -1:4' _ , �I . _ . A e , y ,! _ - r • • f Ili . 5. ••,;• *.i• - , 1, i''''."' ' ' - ASe4 - '''.. ._ 0 g ,-..k.,, Ieri. . ' s .-'e4,- ` ' fi% . Y _ --k. .,,,ri� -a.,-_ _pi's C 0 4J U V To 0• illoP CHEM MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 312 ' &ASSOCIA I I S Jefferson Street Dune CMA provided landscape architecture services for the restoration of the a;x' Restoration dune system accessed from Jefferson Street in Hollywood. CMA was • responsible for performing a field inventory of existing vegetation on the ,r ` Hollywood, Florida dune; performing an erosion Control and Vegetation Disposition Plan; creating a proposed planting plan and details; and permitting through `_-; Names,addresses,telephone the Florida Department of Environmental Protection.CMA also provided number,fax number, p ` construction administration. =` and contact name for the following: Owner or Agency .,', City of Hollywood s q Karen Arndt • City of Hollywood, Florida Department of Public Works 1600 S. Park Road P.O. Box 229045 4 Hollywood, FL 33022-9045 (954)921-3930 karndt@hollywoodfl.org 71it=12„ Start and Completion Dates 2/12/2016-10/1/2016 Volume of Contract $14,000(fee) x4:. Role Prime ro 0 ro V Or CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 3-13 ' &ASSOCIATFS Hollywood Beach Golf providing landscape CMA is rovidin architecture services for the w. ; Beach Golf Course Greenway project. CMA is providing additional Course Greenway services for an owner initiated design concept for a Club House facilityse4 located at the SW corner of the HollywoodBeach Golf Course.The scope '' Hollywood, Florida � p k Names,addresses,telephone of work will include an exterior plan view rendering of the club house/ ' a} pro-shop building; and parking improvements associated with the `f number,fax number, proposed building. ,$; and contact name for the following: ;Y Owner or Agency City of Hollywood ' David Vazquez 1715 N 21st Ave PO Box 229045 k_F Hollywood, FL 33022-9045 (954)921-3930 Start and Completion Dates 7/27/2016-2018 Pr ft; Volume of Contract $16,000(fee) 15. Role Prime c 0 N v a y CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 3-14 I &ASSOCIAIPS Euclid Streetscape Chen Moore and Associates provided civil engineering and landscape ,g Improvements (Lincoln architecture services for the pedestrianizing of Euclid Avenue between Lincoln Road and Lincoln Lane in the City of Miami Beach.This stretch A Center Building) of road will be incorporated into the historic pedestrian street known Miami Beach, Florida as Lincoln Road Mall.The project is funded by the City of Miami Beach through a developer's agreement with Lincoln Center Associates "1,,'; Names,addresses,telephone ati ' p which owns the retail building at the intersection of Euclid Avenue with . number,fax number, Lincoln Road. The project requires coordination with various agencies ': and contact name for the including the City of Miami Beach Planning Department, Public Works, `a following: Greenspace management,and Capital Improvements,as well as Miami- ` Owner or Agency Dade County Environmental Protection,Traffiic, and Utilities.The scope R&0 Studio LLC of work includes providing site design and permitting including layout, ., Omar Moreno,AIA hardscape,landscaping,lighting,drainage,and utilities. , 5901 SW 74th St Ste 208 -i Miami, Miami, FL 33143 , (305)741-422o r°, k. ro.studio.om@gmail.corn r•. r` ,-..- _ _ ll" Start and Completion Dates , a � #• Y • '� �: 2/28/2012-6/1/2015 h , , 5. ,• . .; Volume of Contract 4._ .----. . 1,t - .,� ,} $60,000(fee) Role Subconsultant N c 0 U V 3 7 CY We- CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture-Landscape 315 &ASSOCIAITS NW 27th Ave CMA is providing urban planning, urban design and landscape r Entertainment Overlay architecture assistance as part of its Continuing Architectural / Engineering Services contract for the City of Miami Gardens in support of Design Guidelines their recent Community Technical Assistance grant from the Department Miami Gardens, Florida of Economic Opportunity (DEO). CMA is providing urban design and zoning standards to facilitate business and economic development ; Names,addresses,telephone within the City of Miami Garden's Entertainment Overlay District. The number,fax number, Entertainment Overlay District is the NW 27th Avenue corridor between '•) - and contact name for the the Dolphin Expressway and County Line Road and is the "hub" for following: entertainment activities and the epicenter of the City's civic and cultural s Owner or Agency life. -ft City of Miami Gardens • '1. Alexandra Matos,AICP CMA conducted multiple stakeholder charrettes, recommending 4 F . 18605 NW 27th Ave changes to their permissible land uses; parking standards; building ,, .,. Miami Gardens, FL 33169 bulk, design, and zoning standards; and development incentives. CMA ; NW 154 Street Planting CMA prepared landscape planting recommendations addressing line „`' Recommendations of sight and FDOT requirements along segments of NW 154th Street (Miami Lakes Drive). Planting recommendations were in accordance with the Town of Miami Lakes' Beautification Master Plan.CMA visited Miami Lakes, Florid : Moore Park Moore Park is a 14-acre park in the City of Miami,Florida that will feature a LEED designed community center,ball fields,tennis courts,and other Miami, Florida amenities. Chen Moore and Associates (CMA) provided irrigation Names,addresses,telephone consulting and design services through Rain Bird Corporation for the number,fax number, City of Miami Department of Parks and Recreation.The irrigation design and contact name for the featured high efficiency irrigation nozzles and controller technology with following: advanced flow sensingand evapotranspiration adjustment capabilities. . Owner or Agency The CMA design team worked closely with the client to ensure the system Rainbird Corporation design incorporated best irrigation practices,met city specifications,bed Julie Zigler easyto maintain and be familiar to the maintenance staff. In addition � CMAprovided to design, design documentation and calculations for , 6991 E Southpoint Rd g g ''',achievin LEED water efficient landscape credits.AZ 85756 (941)2o9-8298 ..- .: —407.401. .f �� ;-� .7.141 �- • jziglert7a rainbird.com "' ��''"~' '"'�:` '� Start and Completion Dates 9/21/2012-12/1/2012 ".. ' ----,- : K , " Volume of Contract -. ,- e - . — $3,320(fee) `: o o ' _ '• ti' - Role : ' , A *}: Prime �• . • .t "•- SI ' ssif ,,';‘• ,,e,ri, ,A• ., ;4/M104. '' . tti 1 I I C 0 aD MI V IF 1737 Or CHEM MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 3-18 I &AssociA I l S Order Summary Page 1 of 1 Help I Home dun 8;Bradstreet Dun & Bradstreet Government Solutions Contractor Management Portal I View Registration Status 1 Find Your Company D&B Supplier Certification Receipt Date Time Company D-U-N-S Product Cost 04- 13:35:47 CHEN 859459547 Supplier Sub $91.95 09- MOORE AND Portal Total 2018 ASSOCIATES, Registration INC. Product- Yearly Tax $0.00 Total Cost $91.95 For further information or clarification Please contact our Customer Resource Group by clicking on the Customer Support link at the bottom of the page. Print Back Customer Support Privacy Policy Help To progress through the portal,use Powered by 1� the available navigation buttons.Do V► not use the back or forward buttons on your browser window D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES, INC. Page 1 of 10 dun & bradstreet Supplier Qualifier Report To save report(s) to your PC, click here for instructions. ® Print this Report Copyright 2018 Dun &Bradstreet - Provided under contract for the exclusive use of subscriber 100150009 ATTN: CHEN MOORE AND ASSOCIATES, INC. Report Printed: APR 09 2018 In Date BUSINESS INFORMATION CHEN MOORE AND ASSOCIATES, INC. 500 W Cypress Creek Rd Ste 630 Fort Lauderdale, FL 33309 This is a headquarters location. D-U-N-S® Number: 85-945-9547 Branch(es) or division(s) exist. Telephone: 954 730-0707 D&B Rating: 1R3 Number of employees: 1R is 10 or more employees. Fax: 954 730-2030 Composite credit appraisal: 3 is fair. D&B Supplier Risk: 4 Chief executive: PETER MOORE, PRES SUPPLIER EVALUATION RISK (SER) RATING FOR THIS Year started: 1986 FIRM : 4 V Employs: 49 (18 here) 9 8 7 6 5 4 3 2 1 IIIIMMININIIIIIIIII All amounts are displayed in local currency. High Medium Low Financial statement date:DEC 31 2015 Sales F: 6,628,617 Net worth: 662,215 History: CLEAR Financing: SECURED D&B PAYDEX® D&B PAYDEX: 77 When weighted by dollar amount, payments to suppliers average 5 days beyond terms. 0 100 120 days slow 30 days slow Prompt Anticipates Based on up to 24 months of trade. SUMMARY ANALYSIS 31) D&B Rating: 1R3 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 2 of 10 Number of employees: 1R indicates 10 or more employees. Composite credit appraisal: 3 is fair. The Rating was changed on November 13, 2017 because the company has not submitted a current financial statement. The 1R and 2R ratings categories reflect company size based on the total number of employees for the business. They are assigned to business files that do not contain a current financial statement. In 1R and 2R Ratings, the 2, 3, or 4 credit worthiness indicator is based on analysis by D&B of public filings, trade payments, business age and other important factors. 2 is the highest Composite Credit Appraisal a company not supplying D&B with current financial information can receive. For more information, see the D&B Rating Key. Below is an overview of the company's rating history since 05/08/06: D&B Rating Date Applied 1R3 11/13/17 1A3 03/29/17 1R3 10/28/13 1R2 06/14/12 1R3 12/11/09 1R2 11/26/08 1R3 10/14/08 FF4 06/15/07 CB1 07/17/06 CB2 05/08/06 The Summary Analysis section reflects information in D&B's file as of April 9, 2018. RISK SCORE ANALYSIS SER COMMENTARY: - Proportion of slow payment experiences to total number of payment experiences reported. - Proportion of past due balances to total amount owing. - Unstable Paydex over last 12 months. PROBABILITY OF CEASED OPERATIONS/BECOMING INACTIVE SUPPLIER EVALUATION RISK RATING: 4 The probability of ceased operations/becoming inactive indicates what percent of U.S. businesses is expected to cease operations or become inactive over next 12 months. Probability of Supplier Ceased 3.7% (370 PER 10,000) Operations/Becoming Inactive : Percentage of US business with same SER 13% (1,300 PER 10,000) score : Average Probability of Supplier Ceased 0.480/0 (48 PER 10,000) Operations/Becoming Inactive : - Average of Businesses in D&B's Supplier Database CREDIT DELINQUENCY SCORE: 569 DIVERSITY Minority-Owned Business: YES Historically Underutilized Business: N/A Ethnicity Classification: Asian Veteran-Owned Business: N/A American Vietnam Veteran Business: N/A Women-Owned Business: YES Disabled-Owned Business: N/A Disadvantaged Business Enterprise: YES Historical College Classification: N/A D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 3 of 10 Small Disadvantaged Business: YES Labor surplus area: N/A HUB-Zoned Certified Business: N/A YES SBA 8(a) Certified: N/A Small Business: (2018) SPECIAL EVENTS 11/13/2017 A Rating change has occurred on this company. 09/20/2017 The Chief Executive Officer is now PETER MOORE, PRES. 09/15/2017 HURRICANE IRMA 2017: This business is located in a FEMA designated disaster zone impacted by the effects of Hurricane Irma. It is reported that thousands of people and businesses have been displaced due to catastrophic flooding. The extent of impact to this business is currently unknown; additional information will be provided as it becomes available. CUSTOMER SERVICE If you have questions about this report, please call our Customer Resource Center at 1.800.234.3867 from anywhere within the U.S. If you are outside the U.S. contact your local D&B office. *** Additional Decision Support Available *** Additional D&B products, monitoring services and specialized investigations are available to help you evaluate this company or its industry. Call Dun &Bradstreet's Customer Resource Center at 1.800.234.3867 from anywhere within the U.S. or visit our website at www.dnb.com. HISTORY The following information was reported 03/02/2018: Officer(s): PETER MOORE, PRES JASON MCCLAIR, TREAS SEAN DANNELLY, CFO JOSE ACOSTA, VP CRISTOBAL BETANCOURT, DIR DIRECTOR(S): THE OFFICER(S) and Safiya Brea, Secretary. The Florida Secretary of State's business registrations file showed that Chen and Moore and Associates, Inc. was registered as a Corporation on November 7, 1986. Business name changed from Chen and Associates Consulting Engineers, Inc. to Chen Moore and Associates, Inc. by charter amendment on July 2, 2013. Business started 1986 by the listed officers. BUSINESS REGISTRATION CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF MAR 23 2018: Registered Name: CHEN MOORE AND ASSOCIATES, INC. Business type: DOMESTIC CORPORATION Corporation type: PROFIT Date incorporated: NOV 07 1986 State of incorporation: FLORIDA Filing date: NOV 07 1986 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 4 of 10 Registration ID: J41454 Federal ID: 592739866 Status: ACTIVE Where filed: STATE DEPARTMENT/CORPORATION DIVISION, TALLAHASSEE, FL Registered agent: PETER M MOORE, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 Principals: PETER M MOORE, DP, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 JASON J MCCLAIR, DT, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 CRISTOBAL A BETANCOURT, D, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 SAFIYA T BREA, SECR, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 SEAN E DANNELLY, CFO, 500 WEST CYPRESS CREEK ROAD, FORT LAUDERDALE, FL, 333090000 OPERATIONS 03/02/2018 Description: Provides engineering services, specializing in civil engineering and consulting. Provides landscape counseling or planning, specializing in landscape planning. Terms are on a contractual basis. Sells to government. Territory : Local. Nonseasonal. Employees: 49 which includes officer(s). 18 employed here. Facilities: Rents 6,000 sq. ft. in a multi story concrete block building. Location: Commercial section on main street. Branches: This business has multiple branches, detailed branch/division information is available in Dun & Bradstreet's linkage or family tree products. FAMILY LINKAGE This business is at the head of its corporate family tree. It is not a subsidiary of any other business. UNSPSC UNSPSC (United Nations Standard Product and Services Code) is a globally accepted commodity (Product and Services) classification system. CHEN MOORE AND ASSOCIATES, INC. offers the following product(s) and service(s): 70110000 Horticulture 81100000 Professional engineering services 81101500 Civil engineering NAICS Beginning in 1997, the Standard Industrial Classification (SIC) was replaced by the North American Industry Classification System (NAICS). This six digit code is a major revision that not only provides for newer industries, but also reorganizes the categories on a production/process-oriented basis. This new, uniform, industry-wide classification system has been designed as the index for statistical reporting of all economic activities of the U.S., Canada, and Mexico. 541330 Engineering Services 541320 Landscape Architectural Services D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 5 of 10 SIC Based on information in our file, D&B has assigned this company an extended 8-digit SIC. D&B's use of 8-digit SICs enables us to be more specific to a company's operations than if we use the standard 4-digit code. 87110402 Civil engineering 87119903 Consulting engineer 07810203 Landscape planning services D&B PAYDEX The D&B PAYDEX is a unique, dollar weighted indicator of payment performance based on up to 51 payment experiences as reported to D&B by trade references. 3-Month D&B PAYDEX: 70 D&B PAYDEX: 77 When weighted by dollar amount, payments to When weighted by dollar amount, payments to suppliers average 15 days beyond terms. suppliers average 5 days beyond terms. o 100 0 100 120 days slow 30 days slow Prompt Anticipates 120 days slow 30 days slow Prompt Anticipates Based on trade collected over last 3 months. Based on up to 24 months of trade. When dollar amounts are not considered, then approximately 76% of the company's payments are within terms. PAYMENT SUMMARY The Payment Summary section reflects payment information in D&B's file as of the date of this report. Below is an overview of the company's dollar-weighted payments, segmented by its suppliers' primary industries: Total Total Dollar Largest High Within Days Slow Rcv'd Amts Credit Terms <31 31-60 61-90 90> (#) (5) (S) (%) (%) Top industries: Misc business credit 7 11,500 2,500 40 60 - - - Telephone communictns 4 12,800 7,500 71 - - - 29 Misc equipment rental 3 4,000 2,500 56 44 - - - Management services 2 15,500 15,000 100 - - - - Security broker/deal 2 10,000 7,500 100 - - - - Public finance 2 7,500 5,000 100 - - - - Nonclassified 2 3,500 2,500 50 50 - - - Management consulting 1 200,000 200,000 100 - - - - Engineering services 1 55,000 55,000 100 - - - - Ret mail-order house 1 5,000 5,000 - 50 50 - - OTHER INDUSTRIES 6 6,800 2,500 64 18 18 - - Other payment categories: Cash experiences 18 1,150 250 Payment record unknown 2 350 250 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 6 of 10 Unfavorable comments 0 0 0 Placed for collections: With D&B 0 0 Other 0 N/A Total in D&B's file 51 333,100 200,000 The highest Now Owes on file is $7,500 The highest Past Due on file is $2,500 The aggregate dollar amount of the 51 payment experiences in D&B's file equals 60.3% of this company's average monthly sales. In Dun &Bradstreet's opinion, payment experiences exceeding 10% of a company's average monthly sales can be considered representative of payment performance. PAYMENT DETAILS Detailed payment history Date Reported Paying Record High Credit Now Owes Past Due Selling Terms Last Sale (mm/YY) (5) (5) (5) Within (months) 03/18 Ppt 15,000 7,500 0 1 mo Ppt-Slow 30 2,500 2,500 0 1 mo Ppt-Slow 30 2,500 0 0 2-3 mos Ppt-Slow 30 2,500 0 0 1 mo Ppt-Slow 30 1,000 0 0 1 mo Ppt-Slow 30 1,000 500 0 1 mo Ppt-Slow 30 250 0 0 Lease Agreemnt 2-3 mos Ppt-Slow 60 2,500 50 0 N30 1 mo Slow 30 500 0 1 mo Slow 30 2,500 2,500 2,500 Lease Agreemnt Slow 30-60 5,000 750 0 1 mo (012) 250 0 0 Lease Agreemnt 2-3 mos (013) 100 0 0 Lease Agreemnt 6-12 mos 02/18 Ppt 7,500 2,500 0 N30 1 mo Ppt 5,000 0 0 1 mo Ppt 2,500 2,500 0 N30 1 mo Ppt 1,000 50 0 2-3 mos Ppt 500 250 1 mo Ppt 250 0 0 1 mo Ppt 50 50 0 1 mo Ppt-Slow 30 2,500 1,000 0 1 mo (022) 250 Cash account 1 mo (023) 50 Cash account 1 mo (024) 50 Cash account 1 mo (025) 50 Cash account 1 mo (026) 50 0 0 Cash account 6-12 mos 01/18 Slow 30 2,500 0 0 6-12 mos 11/17 Ppt 50 1 mo D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 7 of 10 08/17 Ppt 200,000 0 0 2-3 mos 07/17 (030) 50 Cash account 1 mo (031) 50 Cash account 1 mo 06/17 Ppt-Slow 150 7,500 0 0 6-12 mos 05/17 Ppt 55,000 0 0 6-12 mos 04/17 Ppt 2,500 0 0 6-12 mos (035) 100 Cash account 1 mo (036) 50 Cash account 1 mo 12/16 Ppt 500 0 0 6-12 mos 11/16 (038) 50 Cash account 1 mo (039) 50 Cash account 1 mo 10/16 (040) 250 1 mo •••• •...Satisfactory. (041) 50 Cash account 1 mo (042) 50 Cash account 1 mo 07/16 Ppt 750 0 0 6-12 mos 05/16 Ppt 5,000 1 mo Ppt 2,500 1 mo 04/16 Ppt 500 250 Lease Agreemnt 03/16 (047) 50 Cash account 1 mo (048) 50 Cash account 1 mo (049) 50 Cash account 1 mo (050) 50 Cash account 1 mo (051) 50 Cash account 1 mo Payment experiences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can be the result of disputes over merchandise, skipped invoices etc. Each experience shown is from a separate supplier. Updated trade experiences replace those previously reported. PAYMENT TRENDS SUPPLIER VERSUS INDUSTRY PAYDEX -> PRIOR 4 QTRS CURRENT 12 MONTH TREND 2016 --- --- 2017 --- --- --- --- --- --- --- --- 2018 --- --- JUN SEP DEC MAR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR Supplier 72 74 73 70 71 71 72 71 71 77 77 77 77 77 77 77 PAYDEX Industry PAYDEX (Based on 45 establishments in SIC 8711) UP QRT 80 80 80 80 80 80 80 80 MEDIAN 78 78 78 78 78 78 78 78 LO QRT 73 73 73 73 72 72 72 72 PAYDEX scores are updated daily and are based on upto 13 months of trade experiences from the Dun&Bradstreet trade file. All amounts displayed within this report are in local currency. D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 8 of 10 FINANCE 04/12/2017 Two-year statement comparative: Fiscal Fiscal Dec 31 2014 Dec 31 2015 Current Assets 1,840,990 1,963,440 Current Liabs 997,816 840,537 Current Ratio 1.85 2.34 Working Capital843,174 1,122,903 Other Assets 920,924 34,553 Net Worth 633,291 662,215 Sales 6,104,031 6,628,617 Long Term Liab 1,461,792 815,686 Net Profit (Loss) 248,652 28,922 Fiscal statement dated DEC 31 2015: Assets Liabilities Cash 216,025 Accts Pay 669,134 Accts Rec 1,552,524 Term Loans 79,456 Prepaid 194,891 Accruals 55,500 Unearned Revenue 12,921 Other Curr Liabs 23,526 Curr Assets 1,963,440 Curr Liabs 840,537 Fixt&Equip 320,445 Due To Company 75,000 Deposits 34,553 Term Loans 487,448 L.T. Liab-Other 253,238 COMMON STOCK 100 ADDIT. PD.-IN CAP 28,767 TREASURY STOCK (173,535) RETAINED EARNINGS 806,883 Total Assets 2,318,438 Total 2,318,438 From JAN 01 2015 to DEC 31 2015 annual sales $6,628,617; cost of goods sold $2,980,732. Gross profit$3,647,885; operating expenses $3,618,963. Net income $28,922. Submitted APR 13 2017 by Kathy Horrigan, Staff Accountant. Extent of audit, if any, not indicated. Explanations Other Long-Term Liabilities consist of lease liability-capitalized leases and notes payable-prior shareholders. On April 13, 2017, the financial information was updated. KEY BUSINESS RATIOS Statement date: DEC 31 2015 Based on this number of establishments: 45 Firm Industry Median Quartile Rank (Supplier) Return of Sales: 0.4 Return of Sales: 7.3 4 D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 9 of 10 Current Ratio: 2.3 Current Ratio: 3.3 3 Quick Ratio: 2.1 Quick Ratio: 2.4 3 Assets/ Sales: 35.0 Assets/ Sales: 35.9 2 Total Liability/ Net Worth: 250.1 Total Liability/ Net Worth: 47.9 4 PUBLIC FILINGS The following Public Filing data is for information purposes only and is not the official record. Certified copies can only be obtained from the official source. UCC FILINGS Collateral: Negotiable instruments including proceeds and products - Leased Inventory including proceeds and products - Account(s) including proceeds and products - General intangibles(s) including proceeds and products - and OTHERS Type: Original Sec. party: KEY EQUIPMENT FINANCE INC., HOUSTON, TX Debtor: CHEN AND ASSOCIATES CONSULTING ENGINEERS INC Filing number: 200602828463 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE, FL Date filed: 06/06/2006 Latest Info Received: _ 06/15/2006 Collateral: All Inventory including proceeds and products - All Account(s) including proceeds and products - All Chattel paper including proceeds and products - All General intangibles(s) including proceeds and products -and OTHERS Type: Original Sec. party: SUNTRUST BANK, ATLANTA, GA Debtor: CHEN MOORE AND ASSOCIATES, INC. Filing number: 201804281261 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE, FL Date filed: 02/23/2018 Latest Info Received: 03/09/2018 Collateral: All Inventory including proceeds and products - All Account(s) including proceeds and products - All Timber including proceeds and products - All Oil, gas and minerals including proceeds and products - and OTHERS Type: Original Sec. party: AMERICAN NATIONAL BANK, OAKLAND PARK, FL Debtor: CHEN MOORE AND ASSOCIATES, INC. Filing number: 201505763248 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE, FL Date filed: 11/19/2015 Latest Info Received: 12/04/2015 Type: Termination Sec. party: AMERICAN NATIONAL BANK, OAKLAND PARK, FL Debtor: CHEN MOORE AND ASSOCIATES, INC. Filing number: 201804475171 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE, FL Date filed: 03/15/2018 Latest Info Received: 03/19/2018 Original UCC filed date: 11/19/2015 Original filing no.: 201505763248 Collateral: Inventory including proceeds and products -Account(s) including proceeds and products - General intangibles(s) including proceeds and products - Fixtures including proceeds and products - and OTHERS Type: Original Sec. party: AMERICAN NATIONAL BANK, OAKLAND PARK, FL Debtor: CHEN AND ASSOCIATES CONSULTING ENGINEERS, INC. Filing number: 201206984854 Filed with: SECRETARY OF STATE/UCC DIVISION,TALLAHASSEE, FL D&B Supplier Qualifier Report: CHEN MOORE AND ASSOCIATES,INC. Page 10 of 10 Date filed: 06/20/2012 Latest Info Received: 07/03/2012 There are additional UCC's in D&B's file on this company available by contacting 1-800-234-3867. The public record items contained in this report may have been paid, terminated, vacated or released prior to the date this report was printed. GOVERNMENT ACTIVITY Activity summary Borrower(Dir/Guar): NO Administrative debt: NO Contractor: YES Grantee: NO Party excluded from federal program(s): NO Congressional District: 23 The details provided in the Government Activity section are as reported to Dun &Bradstreet by the federal government and other sources. Copyright 2018 Dun &Bradstreet- Provided under contract for the exclusive use of subscriber 100150009 rtiP Pll , i Oil 4 Ai 1.I di . 4 . Experience & Qualifications of the Team q LI . 3. # 0i ,f i .. .'—"5...--,04.: !I!',ii s -''.7;k7:--f-4} ` •0 `�� ' • - � q' ., WI 'qtr . .�,'� , ,f''��_ k+a � � A r 1 . iti / ,7- 1CS`. 'r 1ic'_�,?✓ `,k 4 .7 t :i' y.'. u 1 • N kiiiii.11:' r l/ ` /' wt`++ .Fi �1. Yom-n , - n ` '',/,/,U. VJ t' A J" :7� I ti ..1., ,;- /A f 1 ;r 0.4. ,44,,E —Ort. » " '']A'. '• +FTS-, •y -111 "7/14 41 a • W •-,Rel'.. ;, r � 1 1 — Y n t n a • 1- J _ C !-,_-- • - � —:- -1 ,-- I --� "~ _ ..A... mfr. RFQ-No. 2018-141-ND CHEN MOORE AND ASSOCIATES Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Experience & Qualifications of the Team 2.2 Qualifications of Proposer Team Jose Acosta, P.E., F.ASCE has over 19 years of design and project management experience including municipal continuing service contracts, construction engineering inspection services, neighborhood improvement projects parks and recreation design,public facility design,residential campus design, transportation facility design, neighborhood improvement projects, streetscape enhancements, utility relocation, bidding assistance 4111 and construction administration services for several municipalities throughout Miami-Dade County. John Gorham, RLA brings three decades of public and private project experience, including 20+ years of FDOT and Ir. i municipality landscape architecture. Starting out as a county park planner, his career includes diverse r' r experience in design,grant writing,public involvement and project management. He also has io years .1' �\��/ experience in the construction of underground utilities, paving and stormwater facilities. He has broad experience in urban design, site planning and development for a wide variety of projects throughout Florida. His skills include landscape inspections,environmental site assessment,tree appraisal and wetland delineations. In addition,John has served on a state level,participating on the Governor's Stormwater Task Force, FDEP's Stormwater Treatment Technical Advisory Committee, and the Florida Board of Landscape Architects. Cristobal Betancourt, RLA is Chen Moore and Associates' Director of Landscape Architecture and Planning. He has experience providing planning and landscape architecture design solutions for public and private sector clients. Mr.Betancourt provides a full range of ff services starting with due diligence and master planning culminating in detailed site design. He is well versed in the use of low-impact development techniques applied to site planning. v Jason Sutton, RLA is a senior landscape architect with CMA. He has 10 s years of experience providing landscape architecture Aservices to public and private clients domestically and ° riiii) internationally.Mr.Sutton began his career by working o At in the landscape construction industry and addsro significant field knowledge to our team. He has ---2- provided provided landscape, hardscape, and irrigation design or for diverse projects such as parks,cemeteries,resorts, as and transportation projects and is well versed in Low Impact Development techniques.He also brings experience with environmental v v II- OP X LU CHEN•M00RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 4-1 &ASSOCIA IT S and wildlife monitoring. Eric Harrison,RLA has over 15 years of landscape architecture experience with several municipalities throughout South Florida. He has provided design services for parks and recreation, university campuses, K-12 education,corporate office,commercial developments and healthcare facilities. 11 . , Eric Ferguson recently joined CMA as a landscape designer. His 18 years of ",. experience includes serving as a Landscape/Irrigation Designer and Project Manager for another Aifirm where he produced site, landscape and irrigation plans and performed construction observation. Eric stays current with the latest software used in landscape design production including AutoCAD,LandFX 2017 and Microstation SS3,S54. Kathryn Moffat is a landscape designer with CMA's West Palm Beach Landscape Architecture team. Katie provides design and production support to the senior landscape staff for parks and recreation and transportation clients.She is a graduate of Penn State University and is working ,,;.- /44 towards her professional licensure. >�s ; . 4,• -r / Yan Chen is an associate landscape designer who recently earned her master's degree in landscape architecture from the University of Florida. She holds her bachelor's degree in urban planning from South Agriculture University in Guangzhou, China. She worked professionally as an urban planner for three years with the Water Planning Institute in Shenzhen,China before beginning her studies in ..` the United States.She is providing production support to senior landscape architecture staff for multiple contracts and brings an extensive knowledge of 3D rendering software and techniques, lk j as well as,GIS technology to the firm. Stefan Bortak,CID is a certified irrigation designer-commercial for Chen Moore and Associates. He has over 10 years of experience with all aspects of irrigation consulting, design, details and specifications. He prepares landscape,hardscape,and irrigation plans from conceptto construction documents; irrigation distribution plans; water use permits; water use analysis; LEED documentation and calculations. Mr. Bortak also performs construction administration, shop drawing review, and ,1111,1- inspections. He is responsible for producing plan and section renderings and graphics, and '' i► realistic 3D renderings and fly-through videos. APP Amber Mathis,CA.is a certified arborist and a landscape designer in CMA's West Palm Beach office.Her previous experience includes serving as a Horticulturist for the City of Gainesville where she developed g. toand implemented the City of Gainesville's tree planting programs; coordinated the installation 2 e and maintenance of young trees on City property; supervised assigned employees; inspected o Itree removal permits; assisted in shade tree inspections for new development; assisted with c Code Enforcement inquiries regarding tree regulations;coordinated with the CRA and the Public o Works Department on capital improvement projects to include design, development and inspection;and wrote,coordinated and oversaw professional service contracts. 'i c a 05 v v c v .c C) d W CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 4-2 ' S.ASSOCIArFS Teresa Chapman serves as an associate engineer. Ms. Chapman performs utility design, permitting and construction administration services for various utility improvement projects. Ms. Chapman serves as the firm lead in GIS Online technology and utilizes this throughout the planning and construction administration phases of a project. Gregory Mendez,P.E.has more than 20 years of civil engineering experience in site and infrastructural development type projects for public and private facilities. He has extensive utilities design experience and is 1 also very experienced with fast track projects. His experience includes water, drainage and sewer designs, design reviews, managing designs and construction budgets, managing field AIL, inspection staff and managing client relations.He is currently working on the Miami Beach Lincoln Center Streetscape project. As Senior Engineer, Mr. Mendez will serve as project manager for this contract.Mr. Mendez has extensive experience with recent Miami Beach projects including Central Bayshore South Right of Way Infrastructure Improvements; and Miami Beach Sunset Islands I&II ROW Improvement Program. Patrick Kaimrajh,P.E.has nine years of experience working on a variety of projects throughout Miami-Dade County in regards to civil engineering design, drafting, permitting and construction inspection. His design experience includes paving, drainage and stormwater management. He has prepared engineering drawings, cost evaluations, design reports and various permit applications. In addition, Mr. Kaimrajh has performed construction inspections for drainage installations and assisted in soil sampling activities. Mr. Kaimrajh has extensive experience with recent Miami Beach projects including Central Bayshore South Right of Way Infrastructure Improvements; La South Pointe;City Center;and the Sunset Islands I&II ROW Improvement Program. E fa F- v 4-0 O C 0 v F CY cS a! v C a/ a) oppwCHE111100RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 43 ' &ASSOCIATES Organization Chart trA Principal-in-Charge QA/QC Jose Acosta, P.E., F.ASCE John Gorham,RLA Senior Project Manager Cris Betancourt,RLA Support Services Landscape Architecture GIS Jason Sutton, RLA Yan Chen Eric Harrison,RLA Teresa Chapman Eric Ferguson Infrastructure/Permitting Analysis Kathryn Moffat Greg Mendez,P.E. Yan Chen Patrick Kaimrajh,P.E. Irrigation Stefan Bortak,CID Arborist Amber Mathis,CA roE v L a+ 9- O H 0 4-. V IC Cr 05 v V C N v x C H E N•M OO RE Capital Renewal and Replacement Projects RFQ 2018-141-ND-Architecture—Landscape 4-4 I &ASSOCIATES Project Experience Key Personnel Doral Glades Park Veterans Wayside North Shore Doral, Florida Park Bandshell Park Contact Pinecrest, Florida Improvements CPZ Architects Inc Contact Miami Beach, FL Chris Zimmerman,AIA Village of Pinecrest Contact 4316 West Broward Loren Matthews Borrelli&Partners Blvd Village Hall Office (Client) Plantation, FL 33317 12645 Pinecrest Jim Borrelli (954)792-8525 Parkway 260o South Douglas chris@cpzarchitects. Pinecrest, FL 33156 Road,Suite 801 corn (305)234-2121 Coral Gables, FL 33134 Start and Completion matthews@ (305)665-8852 Dates pinecrest-fl.gov jimbo@ 11/16/2015-8/1/2017 Start and Completion borrelliarchitects.com Volume of Contract Dates Start and Completion $122,820(fee) 12/20/2013-11130/2014 Dates Volume of Contract 1/10/2012-8/31/2016 $8,500(fee) Volume of Contract $1,400,000 Jose Acosta,P.E.,F.ASCE X John Gorham Cristobal Betancourt,RLA X X X Eric Harrison,RLA X X Jason Sutton, RLA Eric Ferguson P Stefan Bortak,CID X X X Amber Mathis,CA Yan Chen Kathryn Moffat X E F- Teresa Chapman s 4— Gregory Mendez,PE o c 0 Patrick Kaimrajh,PE Xn u o' ed a, U C a, a, a w CHE •MOORE Capital Renewal and Replacement Projects RFQ2018-141-ND-Architecture—Landscape 4-5 , &ASSOCIA[Ts Key Personnel Lincoln Road Misc District Euclid Jefferson Master Plan Wide Landscape Streetscape Street Dune Miami Beach, Support-TWO i Improvements Restoration Florida Miami, Florida (Lincoln Center Hollywood, Contact Contact Building) Florida James Corner Owner or Agency Miami Beach, Contact Field Operations State of Florida Florida City of James Corner Department of Contact Hollywood 475 Tenth Ave Transportation R&0 Studio LLC Karen Arndt 9th Floor District 6 Omar Moreno, City of New York, NY Kevin Schot AIA Hollywood, 10018 1000 NW 111 5901 SW 74th St Florida (212)433-1450 Avenue Rm 6251 Ste 208 Department of jcorner@ Miami, FL 33172 Miami, FL 33143 Public Works fleldoperations. (305)470-5400 (305)741-4220 1600 S. Park net Kevin.Schot@ ro.studio.om@ Road Start and dot.state.fl.us gmail.com P.O. Box 229045 Completion Start and Start and Hollywood, FL Dates Completion Completion 33022-9045 3/9/2015- Dates Dates (954)921-3930 2/29/2016 3/31/2016- 2/28/2012- kamdt@ Volume of 6/1/2021 6/1/2015 hollywoodfl.org Contract Volume of Volume of Start and $25,000 Contract Contract Completion $600,000 $60,000(fee) Dates 2/12/2016- 10/1/2016 Volume of Contract $14,000(fee) Jose Acosta,P.E.,F.ASCE John Gorham X Cristobal Betancourt,RLA X X X X Eric Harrison,RLA X X X Jason Sutton,RLA X Eric Ferguson X v E-- Stefan Bortak,CID X X X c 0 Amber Mathis,CA X X c 0 Yan Chen X Kathryn Moffat m a Teresa Chapman X 0 LJ c Gregory Mendez,PE X v v n. Patrick Kaimrajh,PE L. 1,h to •M U U KL capital Kenewai ano Kepiacement Yrolects K-q 2016-141-Nu-Arcrntecture—Lanascape +6 &ASSOCIATTS Key Personnel Central Bayshore South Pointe Phase Hollywood Beach Golf South Right of III/IV/V-Right-of-Way Course Greenway Way Infrastructure Improvement Project Hollywood, Florida Improvements Miami Beach, FL Client Miami Beach, FL Client City of Hollywood Client City of Miami Beach David Vazquez City of Miami Beach 77717th Street,3rd 1715 N 21st Ave 1700 Convention Floor PO Box 229045 Center Drive Miami Beach, FL 33139 Hollywood, FL 33022- Miami Beach, FL 33139 (305)673-7000 ext. 9045 (305)673-7071 6264 (954)921-3930 Sabrina Baglieri (305)673-7073 Start and Completion sabrinabaglieri@a Carla Dixon Dates miamibeachfl.gov carladixon@ 7/27/2016-2018 Ric-Man International miamibeachfl.gov Volume of Contract 1545 NW 27th Avenue Start and Completion $16,000(fee) Pompano Beach, FL Dates 33069 2/11/2008 to 12/10/2012 (954)426-1042 Volume of Contract Rene Castillo, Sr. $2,305,354 rcastillo@ric-man.us Start and Completion Dates 6/16/2016 to present Volume of Contract $1,041,000(fee) Jose Acosta, P.E.,F.ASCE X X • John Gorham Cristobal Betancourt,RLA X X X Eric Harrison,RLA X X X Jason Sutton,RLA X Eric Ferguson Stefan Bortak,CID X v Amber Mathis,CA X I Yan Chen 0 Kathryn Moffat X X ra Teresa Chapman X (71 Cr Gregory Mendez,PE X Patrick Kaimrajh,PE X X v a CH EN•M 00 RE Capital Renewal and Replacement Projects REQ 2018-141-ND-Architecture—Landscape 4-7 I b,ASsocIA IFS • , - '--,11.:c 7 .4,.. .- "%,;" i" °:-' *,:1:-‘ 4'1. . - : -,- 4.,...,.. .0:,..-._ • ,f---- , .t4,,,„„0• .41%.--..1 " a, d• . ...• ......1. •....',.. ''., .1.P ON,r --\,- -,..f.,, • ••••.-• - , -: - .....,. ;,--lit-.44...› ..! ...../r \t„ • -- . s _.- s,f, ', -•'• - ,1%A ' /1"-1 ', j, - ••••--- • -'+Wik.- .. 'c-- 'E.': A% k‘.- ' V4.- . o .;fr.' ' _:, -. •is.•4-' iv:r.•-•••"7?,: '• - - , . •'..., '',. "A.Z. '''• 4 .F.,...,:../.-- . ..,*11.,,ir = , w,- ..„ . A, '-'-- - ' ;,- . " ' .1,4*7101:,,,f,-,7,1.,-.!'. -:'-'-. ...4,,,,cris.,'' 3-4...--,,YMIPI'F.--;.... • • _-,-4,,444... . ..-. ti,,c- ' • s,Inn ." ^2.-.:,*.i.' , •'VC,• ,. -2 ..,/ - ,- it.4.1k;>Vakr. A• /11-..11.,- .,,' -•:- 1 - ' -, , 1 f•_ '"II.- -P- 1 '- ' -..: '.--4Jet' ,• - .-A^ • A-4,-,AG. 5 . Required Forms _ . • _ _ _______ ___ _ . .2,,... „--.:-.",-4-;:f•'--• -_,.., -,- . ,. , , •',::'----:--,-. - - - - • . 4,-' • `'`x"-•• -- :' -'L.'', ' '='*44410:-.1 . ••.' -, ""' ., , .., _ ..._.. .•,',,;:` ''''i 1,-•,P‘C•es."6•Ir.,.•'1.47",`s••#e•.14-7,", .. . , .- . - . . - ' . .,*. -•:.-4;11/',0,‘..i'•4`ri'.. -..4v ''.-c* ' , - . - _ ,-; ' ' -• 1-n,;'4,,k. -.N.,',,, A • #* -'''...!"'`.' ".•' . , • :!J. ,• ' - '•.- .'• ''''•• ^. z• t *""'-...0 1- , •,,,.., ', • • . -, -, - - •_,- ,Z. ' •' .. . .4-'N•e-14. " ' • '''-,64.4 '.', - ' ' . '- ' - ' 6..: , ',.. -- •• ,-"` 1/2"iM**,1,.:"AI'"t"ir‘•c'•-",`, .-1•*- - t'S''T - -•.*--'.., *- `'• ' - '',' • "'" ' •.:`-c ..2' '1...73)' ' .•.• ..`.',- . A'`'It'!, .1•sr.•;`;12 ,019tw:.,- ..s,..A,.* •• -.1. 1ZZ:146V144-k.ITS,;:ii;r::41::% 1;46:-.- .' 1111M , VETERAN'S MEMORIAL to Alb • 1 • 110040mh 4.4. -"PA s" -- itocfrejl•,3 .t. IF", ... • 1 'e 41L'il 4"k 4‘ 1.11 ,...-.-_ 4.,.... ,;,. tAr '1...0 ....) P. i ''''.I— '• .., • . .0i "--:.___------ . ---.., "--•/Is 0 ,s r•Z /;":":""\___,--) :-----' ' • ' N&.->--- 4-/, - (i • -........ . it_ J61 ' PICNICISEATING AREA , v4k) -1- -. VI C) I \‘, . 5'WibE PATH. . , ri) .,:c ,• - 414111%."..'----; ,1-.....-.-- , - ,-, • - • .*1 r-l. -j-',,2 Q •, =. 01 • - . / 1 11 `..._ • = . PIO GE i 11 - . k I--- \ I • LA, ti. •: TREF CANOPY At cc // • '. 0 •• .141441"ktilli k.ri BENCH it2v•Lij \\\ i i.c, -•. • .77/ LAKE . •K(, i 1 • 5 WIDE PATH f`4 "... , „Illir \* .. --------,---.. .,,,..,\• Nr....iNkk. FENCING • / PLAil ----t-• 41. Jo - DOUBLE GATE FR ' gr. i, Ittl Ilb.".41101111MINIMIE• I 1111 0!F•lit 'I . \\ /> • p '1 LARGE DOG AREA - _ RFQ-No. 2018-141-ND CHEN MOORE AND ASSOCIATES Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects .,.i 1 if if k - . 1 -lt iiiitt, ilk&411 All 1 , inkttaii a. . Required Forms I 0 LL cc CHEN•MOORE Capital Renewal and Replacement Projects RFQ 2018 141 -Architecture—Landscape 5-1 I &ASSOCI-\I l S ARCHITECT - ENGINEER QUALIFICATIONS PART I—CONTRACT SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) Miami Beach Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 2018-141-ND B.ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE Cris Betancourt, RLA, Director of Landscape Architecture and Planning 5. NAME OF FIRM Chen Moore and Associates 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS 786-497-1500 786-497-2300 cbetancourt@chenmoore.com C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) t o 9. FIRM NAME 10.ADDRESS 11. ROLE IN THIS CONTRACT E -3t a D t � Chen Moore and Associates 2103 Coral Way, Suite 401 Prime a. X Miami, FL 33145 [X]CHECK IF BRANCH OFFICE Chen Moore and Associates 500 West Cypress Creek Road Prime b. X Suite 630 Fort Lauderdale, FL 33309 []CHECK IF BRANCH OFFICE C. [ 1 CHECK IF BRANCH OFFICE d. I ]CHECK IF BRANCH OFFICE e. [ ]CHECK IF BRANCH OFFICE f. [ ]CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM [X](Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016) 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 Acosta, P.E., F.ASCE Principal-in-Charge a. TOTAL b. WITH CURRENT FIRM 19 7 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Masters of Business Administration/Master of Business FL/Professional Engineer Administration/Bachelor of Science/Civil Engineering /Natl. Council of Examiners for Eng. &Surveying Bachelor of Science/Architectural Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training.Awards,etc I Mr.Acosta has over 19 years of design and project management experience in various industries, including municipal continuing service contracts, K-12 education, higher education, healthcare,transportation,and commercial/residential/industrial private development. His background includes neighborhood improvement projects, streetscape enhancements, utility relocation,on-and off-site infrastructure design, bidding assistance and construction administration services for several municipalities throughout Miami-Dade, Broward and Palm Beach Counties. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope size cost etc AND SPECIFIC ROLE [X]Check if project performed with current firm a. Principal.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida.The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings,and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Miami Beach, FL 2012 2015 (3) BRIEF DESCRIPTION(Beef scope.size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b Project Manager.This project consists of proposed improvements to the existing Bandshell Park located east of Collins Avenue between 72nd and 73rd Streets. The project includes a new walkway connecting the park to the beachwalk at 72nd Street;the widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking; the demolition of the bus shelter; landscaping, outdoor accent and security lighting; reconfiguration and/or addition of walkways; installation of an electronic marquee; installation of the "Beatles Mandala", a mosaic tile artwork; and new urban elements such as drinking fountains,trash containers and bike racks. Cost$ 1,4000,000 Fee$44,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Principal. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway reconstruction of c. two islands (Sunset Islands 3 and 4)off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8" potable water mains, the lining of existing sanitary sewer mains, a completely new storm water drainage system, including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and strininn C.rict 7 7sn nnn FPP$sos 591 7R (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City Center Right-of-Way and Utility Improvement Project PROFESSIONAL SERVICES CONSTRUCTION fappi,cabiei Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Brief scope.size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Engineer Principal Project Manager. CMA was the prime consultant and is responsible for providing surveying, planning, geotechnical investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection(CEI)services for infrastructure improvements within the public right-of-way(ROW)areas of the City Center neighborhood of Miami Beach.$21,200,000 Fee$3,611,340 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IV/V-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Brief scope size,cost etc)AND SPECIFIC ROLE [X] Check if project performed with current firm Engineer Principal Project Manager. CMA was the prime consultant and was responsible for providing surveying, planning, e. geotechnical investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IV/V neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving & grading, streetscaping enhancements, landscaping improvements, lighting improvements, and roadway reconstruction. Cost $ 10,5000,000 Fee $ 2,305,354.06 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE John Gorham QA/QC a. TOTAL b. WITH CURRENT FIRM 33 <1 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates Inc,Orlando, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Arts/Landscape Architecture FL/Reaistered Landscape Architect 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Gorham brings three decades of public and private project experience, including 20+years of FDOT and municipality landscape architecture.Starting out as a county park planner, his career includes diverse experience in design,grant writing,public involvement and project management. He also has 10 years experience in the construction of underground utilities, paving and stormwater facilities. He has broad experience in urban design, site planning and development for a wide variety of projects throughout Florida. His skills include landscape inspections, environmental site assessment, tree appraisal and wetland delineations. In addition, John has served on a state level,participating on the Governor's Stormwater Task Force,FDEP's Stormwater Treatment Technical Advisory Committee,and the Florida Board of Landscape Architects. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 434 and US 17-92 Gateway Improvements, Winter Springs and PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Longwood, FL 2010 2010 (3) BRIEF DESCRIPTION(Brief scope,size.cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager. Both cities have been working to improve the US 17-92 corridor and SR 434 over the past few years by a. upgrading streetscape elements and pedestrian amenities.As part of this ongoing effort, plans were prepared and submitted to FDOT for gateway elements at the SR 434/US 17-92 intersection.The goal is to introduce landscape and streetscape elements, decorative signing and improved sidewalks to create a sense of arrival.John worked on landscape and streetscape elements of this project,coordinating with the City of Longwood,City of Winter Springs,Seminole County,and FDOT to obtain consensus as these entities converge at this location. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FDOT and Florida's Turnpike Enterprise PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Project Manager John has significant FDOT project experience including work in districts 2, 3,4, 7 and Floridan€TM's Turnpike. He also was Landscape Architect of Record for several standalone landscape projects under the BOLD landscape initiative, 2013-2015, including interchanges on SR 91, SR 417, SR 429 and SR 570. Previous experience on SR 91 Broward Mainline Widening in 2005-2006. Project descriptions are provided below. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FDOT, SR 429/SR 50,Orlando, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm C. Project Manager. Aspart of the ongoing BOLD Landscape initiative, Florida's Turnpike Enter rise (FTE) sought a gateway 9 9 9 PP 9 9 Y landscape design for the multi-ramp interchange at SR 429 and SR 50. John coordinated with the FTE project manager and review staff to complete analysis for landscape and irrigation, concept design, feasibility reports, design development and final construction plans for this complex interchange project. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FDOT, US 192 Gateway,Osceola County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Project Manager This project included the area of the northbound off ramp and southbound on/off interchange, (exits 242 and 244).John managed the design,which included analysis for landscape and irrigation,landscape concept and updated final plans to emphasize the gateway at the intersection as requested. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FDOT District 7,Gandy Boulevard, Hillsborough County, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 2010 (3) BRIEF DESCRIPTION(Brief scope.size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Project Manager. Previously,John served as landscape architect of record for this project. He provided landscape and irrigation design as well as public involvement services. STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Cristobal Betancourt, RLA Landscape Architect a. TOTAL b. WITH CURRENT FIRM 23 7 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates Inc, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Landscape Architecture FL/Registered Landscape Architect/NJ/Registered Landscape Architect/NY/Registered Landscape Architect 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training.Awards etc) Mr. Betancourt is Chen Moore and Associates'Director of Landscape Architecture and Planning. He has over 20 years of experience providing planning and landscape architecture design solutions for public and private sector clients. Mr. Betancourt provides a full range of services starting with due diligence and master planning culminating in detailed site design. He is well versed in the use of low-impact development techniques applied to site planning. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION I!I applicable; Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope size.cost.etc)AND SPECIFIC ROLE [X] Check if project performed with current firm a. Landscape Architect.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2015 (3) BRIEF DESCRIPTION(Brief scope size.cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. This project consists of proposed improvements to the existing Bandshell Park located east of Collins b' Avenue between 72nd and 73rd Streets. The project includes a new walkway connecting the park to the beachwalk at 72nd Street; the widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking; the demolition of the bus shelter; landscaping, outdoor accent and security lighting; reconfiguration and/or addition of walkways; installation of an electronic marquee; installation of the "Beatles Mandala", a mosaic tile artwork; and new urban elements such as drinking fountains,trash containers and bike racks.Cost$ 1,4000,000 Fee$44,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Brief scope,size,cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA was the prime consultant and was responsible for providing surveying, planning, geotechnical c. investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IVN neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving & grading, streetscaping enhancements, landscaping improvements, lighting improvements, and roadway reconstruction.Cost$ 10,5000,000 Fee$2,305,354.06 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Veterans Wayside Park PROFESSIONAL SERVICES CONSTRUCTION cace) Pinecrest, FL 2014 2014 (3) BRIEF DESCRIPTION(Bnef scope sizecost etc AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager. CMA developed master plan concepts for the Veterans Wayside Park(VWP)in the Village of Pinecrest. VWP d is the only passive, unprogrammed park in the Village. The site consists of a one-half acre lake surrounded by passive open spaces with a mature tree canopy and a modest veterans memorial. The site is bounded on the west side by the very heavily trafficked Pinecrest Parkway. The master plan assignment arose as the result of a group of local citizens that were petitioning the City for conversion of the site into an off-leash dog park. CMA developed two concepts for the 3.25-acre park. One concept focused on incorporating large dog and small dog areas into the park, while the second added modest improvements such as pedestrian pathways and seating areas to enhance the park for passive use. Cost$ 1,200,000 Fee$8,500 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Euclid Streetscape Improvements(Lincoln Center Building) PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2017 2017 (3) BRIEF DESCRIPTION(Brief scope size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager. CMA provided civil engineering and landscape architecture services for the pedestrianizing of Euclid Avenue e. between Lincoln Road and Lincoln Lane in the City of Miami Beach. This stretch of road will be incorporated into the historic pedestrian street known as Lincoln Road Mall.The project requires coordination with various agencies including the City of Miami Beach Planning Department,Public Works,Greenspace management,and Capital Improvements,as well as Miami-Dade County Environmental Protection,Traffic,and Utilities.The scope of work includes providing site design and permitting including layout, hardscape, landscaping, lighting, drainage, and utilities. Cost$502,000 Fee$60,000 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Eric Harrison, RLA Landscape Architect a. TOTAL b. WITH CURRENT FIRM 15 5 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates Inc,West Palm Beach, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Landscape Architecture FL/Registered Landscape Architect Associate of Arts/ 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards.etc Mr. Harrison has over 15 years of landscape architecture experience with several municipalities throughout South Florida. He has provided design services for parks and recreation, university campuses, K-12 education, corporate office, commercial developments and healthcare facilities. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief-scope.size cost etc;AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway a' reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system, including discharge pumps and outfalls,the undergrounding of all existing overhead utilities,new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scope size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Landscape Architect.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation. Cost$ 18M Fee$ 1.150.280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Beef scope size.cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA was the prime consultant and was responsible for providing surveying, planning, geotechnical c. investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IVN neighborhood of Miami Beach.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving & grading, streetscaping enhancements, landscaping improvements, lighting improvements, and roadway reconstruction. Cost$ 10,5000,000 Fee$2,305,354.06 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jefferson Street Dune Restoration PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Hollywood, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope size.cost.etc(AND SPECIFIC ROLE [X]Check if project performed with current firm d. Landscape Architect. CMA is providing landscape architecture services for the restoration of the dune system accessed from Jefferson Street in Hollywood. CMA is responsible for performing a field inventory of existing vegetation on the dune; performing an erosion Control and Vegetation Disposition Plan; creating a proposed planting plan and details; and permitting through the Florida Department of Environmental Protection. CMA will also provide construction administration. Fee$ 14,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hollywood Beach Golf Course Greenway PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Hollywood, FL 2016 2016 (3) BRIEF DESCRIPTION(Beef scope.size.cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Project Manager Supervisor. CMA is providing professional landscape architecture services for the development of conceptual plans for the perimeter right-of-way surrounding the Hollywood Beach Golf Resort. CMA will perform a site analysis and field investigation; prepare concept plans and illustrations; prepare a cost estimate; and obtain public input with workshops. Fee $ 16,000 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Jason Sutton, RLA Landscape Architect a. TOTAL b. WITH CURRENT FIRM 10 2 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates Inc, Orlando, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Landscape Architecture FL/Registered Landscape Architect 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc) Mr. Sutton is a senior landscape architect with CMA. He has 10 years of experience providing landscape architecture services to public and private clients domestically and internationally. Mr. Sutton began his career by working in the landscape construction industry and adds significant field knowledge to our team. He has provided landscape, hardscape, and irrigation design for diverse projects such as parks, cemeteries, resorts, and transportation projects and is well versed in Low Impact Development techniques. He also hrinos exnerience with environmental and wildlife monitnrina 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway a' reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system, including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Bnefscope.size,cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Landscape Architect.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings,and appropriate landscape mitigation.Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Misc District Wide Landscape Support-TWO 1 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2021 2021 (3) BRIEF DESCRIPTION(Brief scope,size,cost.etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm C. Landscape Designer. CMA is providing FDOT District 6 with miscellaneous landscape architectural services. The scope of services includes plan reviews; attending and reporting on design,coordination, and review meetings; miscellaneous landscape architectural and engineering consultation; miscellaneous landscape architectural planning and design; construction inspection and/or field assessments; rendering sections and plan boards;permitting;project coordination,correspondence and project filing; and develooino project scopes. Fee 1.500.000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 5 Overseas Hwy/Landscape Plans-TWO 2 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sugar Loaf Key, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA is leading a multidisciplinary consultant team to deliver landscape plans for the SR5/Overseas d' Highway (MM15.46 to MM20.14) project on Sugarloaf Key for Florida Department of Transportation District 6 under our Districtwide Landscape Architecture Contract.The study segment along SR5/Overseas Highway begins at Lower Sugarloaf key south of the Harris Channel continuing north over Park Key and ending on the north end of Upper Sugarloaf Key.CMA is proving survey, environmental resource studies, traffic control plans, community awareness plans and workshops, renderings, and landscape plans for the project.The project will let for construction in FY2019. Fee$ 183,734.14 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Downtown Coral Springs Streetscaping PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Coral Springs, FL 2015 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA was contracted by the City of Coral Springs to assist the Coral Springs CRA in the planning, design, permitting and construction support of various streetscaping improvements in Downtown Coral Springs.As the prime consultants, e. CMA provided civil engineering, landscape architecture, environmental permitting and construction engineering and inspection services for the project. The project included implementing Complete Street concepts for NW 31st Court, NW 94th Avenue and NW 32nd Street. Additionally, CMA implemented the culverting of the canal along NW 31st court to provide space for a linear park, currently called the"Art Walk",which is an important pedestrian connection between the downtown pathways project and The Walk development. Finally,the project includes the implementation of turn lanes along Sample Road, median improvements in Sample Road and minor improvements to adjacent alleyways and pedestrian pathways. Overall, the project improves the walkable nature of Downtown Coral Springs, while tying together various aesthetic elements in advance of the City Hall project sited adjacent to them projects. Cost$4,1000,000 Fee$235,739.98 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Eric Ferguson Associate Landscape Architect a. TOTAL b. WITH CURRENT FIRM 18 <1 15. FIRM NAME AND LOCATION(City and State' Chen Moore and Associates Inc,West Palm Beach, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Landscape Architecture Associate of Arts/Architectural Drafting Detailing/General N/A Studies 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training.Awards,etc Mr. Ferguson recently joined CMA as a landscape designer. His 18 years of experience includes serving as a Landscape/Irrigation Designer and Project Manager for another firm where he produced site, landscape and irrigation plans and performed construction observation. Eric stays current with the latest software used in landscape design production including AutoCAD, LandFX 2017 and Microstation SS3,SS4. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Misc District Wide Landscape Support-TWO 1 PROFESSIONAL SERVICES CONSTRUCTION il`apprcab,e; Miami, FL 2021 2021 (3) BRIEF DESCRIPTION(Beef scope,size cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Associate Landscape Architect. CMA providing FDOT District 6 with miscellaneous landscape architectural services.The scope of services includes plan reviews;attending and reporting on design,coordination,and review meetings;miscellaneous landscape architectural and engineering consultation; miscellaneous landscape architectural planning and design; construction inspection and/or field assessments; rendering sections and plan boards;permitting;project coordination,correspondence and project filing; and developing oroiect scones. Fee$ 1.500.000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 5 Overseas Hwy/Landscape Plans-TWO 2 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sugar Loaf Key, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scope.size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b Associate Landscape Architect. CMA is leading a multidisciplinary consultant team to deliver landscape plans for the SR5/Overseas Highway (MM15.46 to MM20.14) project on Sugarloaf Key for Florida Department of Transportation District 6 under our Districtwide Landscape Architecture Contract. The study segment along SR5/Overseas Highway begins at Lower Sugarloaf key south of the Harris Channel continuing north over Park Key and ending on the north end of Upper Sugarloaf Key. CMA is proving survey, environmental resource studies, traffic control plans, community awareness plans and workshops, renderings, and landscape plans for the project.The project will let for construction in FY2019. Fee$ 183,734.14 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED David Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Margate, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope,size.cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Landscape Architect.CMA is providing civil engineering and landscape architecture as part of CPZ Architecture's team C. for David Park and George Mudd Playground in the City of Margate. CMA is providing design development; construction documents;government permitting;and construction administration for this project.The proposed program for the project includes the design, permitting, and construction for a prefabricated pavilion on concrete slab; replacement concrete sidewalks and bathroom apron;utility connections for a new pre-fabricated bathroom;new 10 car surface parking area with roadway connection; landscape and irrigation; and stormwater design and permitting to accommodate new improvements. The site plan will include water, sewer,drainage, paving&marking, landscape and irrigation plans for the project. Fee$26,120 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED University Drive Highway Beautification PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miramar, FL Ongoing Ongoing d. (3) BRIEF DESCRIPTION(Beef scope,size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Landscape Architect. CMA is performing the design, permitting, and construction of landscape and irrigation improvements to an approximately 1.59-mile section of road along University Drive in the City of Miramar. The project involves providing preliminary and final landscape plans. Fee 19,100 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR40 Widening Project C-9247 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Maitland, FL 2016 2016 e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Landscape Architect. CMA is part of the roadway design team for landscape architecture to provide landscape enhancements for the stormwater ponds throughout the project in accordance with FDOT's initiative to beautify stormwater ponds. Fee$29,426 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Stefan Bortak, CID Irrigation a. TOTAL b. WITH CURRENT FIRM 12 6 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates Inc,West Palm Beach, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) RachPlnr of Science I IntPrdiscinlinary Shidips 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training.Awards,etc) Mr. Bortak is a certified irrigation designer-commercial for Chen Moore and Associates. He has over 10 years of experience with all aspects of irrigation consulting, design, details and specifications. He prepares landscape, hardscape, and irrigation plans from concept to construction documents; irrigation distribution plans; water use permits; water use analysis; LEED documentation and calculations. Mr. Bortak also performs construction administration, shop drawing review, and inspections. He is responsible for oroducina plan and section renderings and aranhics and realistic 31)renderings and flv-throe ah videos 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION Nfappncibis) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope,size.cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Designer. CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway a' reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains, a completely new storm water drainage system,including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping.Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION ntar,o,1rable, Miami Beach, FL 2012 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Designer This project consists of proposed improvements to the existing Bandshell Park located east of Collins b. Avenue between 72nd and 73rd Streets within the City of Miami Beach.The project includes a new walkway connecting the park to the beach walk at 72nd Street; the widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking; the demolition of the bus shelter; landscaping, outdoor accent and security lighting; reconfiguration and/or addition of walkways;installation of an electronic marquee;installation of the"Beatles Mandala",a mosaic tile artwork;and new urban elements such as drinking fountains,trash containers and bike racks.Cost$1,4000,000 Fee$44,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sunset Islands I&II PROFESSIONAL SERVICES CONSTRUCTION(Ifapp)icab)el Miami Beach, FL 2011 2013 (3) BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm C. Landscape Designer.CMA was the prime consultant responsible for planning,design,permitting,bid and award and construction engineering and services for infrastructure improvements within the public right of way areas of the Sunset Islands I & II neighborhood of Miami Beach.The project encompasses±11,000 LF of ROW infrastructure improvements including 10,900 LF of 8-inch water main replacements, stormwater drainage improvements, paving&grading,traffic pavement marking and signing related enhancements and roadway reconstruction. Cost$5,6000,000 Fee$322,623 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lincoln Road Master Plan PROFESSIONAL SERVICES CONSTRUCTION uappm=able) Miami Beach, FL 2016 N/A (3) BRIEF DESCRIPTION(Brief scope,size.cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Landscape Designer. CMA was the local subconsultant to James Corner Field Operations (JCFO), the designers of New York City's famed High Line, in the development of a Master Plan for the Lincoln Road Mall Historic District in Miami Beach. Lincoln Road Mall is America's first pedestrian mall designed in the 1960's by Morris Lapidus. Today, Lincoln Road Mall receives an average of 10,000 visitors per day and is a major tourist destination geared towards pedestrians. CMA provided local planning expertise and civil enaineerina to support the efforts of JCFO's development of the Master Plan. Fee$25.000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Doral Glades Park, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2017 2017 (3) BRIEF DESCRIPTION(Brief scope.size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Architect. CMA provided site planning and landscape architecture for the design of a 24 Acre district park. The park e serves a new residential community in the northwestern section of the city.The park carries a nature theme celebrating the flora and fauna of the Everglades. Divided into four themed areas, the park celebrates mammals, birds, insects, and reptiles & Amphibians of the Everglades.The site includes a 12 Acre lake with a kayak launch, recreational trail, and fishing pier extending into the lake. The parks program includes the following elements: Themed Playground (2-5&5-12 Age Groups), Tennis/Pickle Ball Courts, Basketball Courts, Sand Volleyball Courts, Multi-Use Fields, Fitness Trail, Recreational Trail, Picnic Pavilions, Amphitheater, Outdoor Plazas, Kayak Rentals, Community Center, Restrooms, Parking, Sports Lighting. Fee$ 122,820 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Amber Mathis, CA Arborist a. TOTAL b. WITH CURRENT FIRM 4 1 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates Inc,West Palm Beach,FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Landscape Architecture 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training.Awards.etc.) Ms. Mathis is a certified arborist and a landscape designer in CMA's West Palm Beach office. Her previous experience includes serving as a Horticulturist for the City of Gainesville where she developed and implemented the City of Gainesville's tree planting programs; coordinated the installation and maintenance of young trees on City property; supervised assigned employees; inspected tree removal permits; assisted in shade tree inspections for new development; assisted with Code Enforcement inquiries regarding tree regulations; coordinated with the CRA and the Public Works Department on capital improvement projects to include design, development and inspection;and wrote,coordinated and oversaw professional service contracts. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Bnefscope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Landscape Designer.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains,a new multi-use bike/pedestrian path, improved street lighting, improved roadway sianaae and pavement markings.and appropriate landscape mitiaation. Cost$ 18M Fee$ 1.150.280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Misc District Wide Landscape Support-TWO 1 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2021 2021 (3) BRIEF DESCRIPTION(Beef scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Landscape Designer. CMA is providing FDOT District 6 with miscellaneous landscape architectural services. The scope of services includes plan reviews;attending and reporting on design,coordination,and review meetings; miscellaneous landscape architectural and engineering consultation; miscellaneous landscape architectural planning and design; construction inspection and/or field assessments;rendering sections and plan boards;permitting;project coordination,correspondence and project filing; and develonina nrniect scones Fee 1 500 000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jefferson Street Dune Restoration PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Hollywood, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm c' Landscape Designer. CMA is providing landscape architecture services for the restoration of the dune system accessed from Jefferson Street in Hollywood.CMA is responsible for performing a field inventory of existing vegetation on the dune;performing an erosion Control and Vegetation Disposition Plan; creating a proposed planting plan and details; and permitting through the Florida Department of Environmental Protection. CMA will also provide construction administration. Fee 14,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 5 Overseas Hwy/Landscape Plans-TWO 2 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sugar Loaf Key, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d Landscape Designer. CMA is leading a multidisciplinary consultant team to deliver landscape plans for the SR5/Overseas Highway (MM15.46 to MM20.14) project on Sugarloaf Key for Florida Department of Transportation District 6 under our Districtwide Landscape Architecture Contract.The study segment along SR5/Overseas Highway begins at Lower Sugarloaf key south of the Harris Channel continuing north over Park Key and ending on the north end of Upper Sugarloaf Key.CMA is proving survey, environmental resource studies, traffic control plans, community awareness plans and workshops, renderings, and landscape plans for the project.The project will let for construction in FY2019.Fee$ 183,734.14 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 195 Forest Hills to Summit Blvd TWO 4 C-9041, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm e. Landscape Designer. CMA provided Selective Clearing and Grubbing and Landscape Buffer Plans for a push button landscape project on 1-95 for FDOT District 4. Critical components of the project included the removal of invasive exotic vegetation which had rendered an existing storm water facility useless.The buffer also follows the length of Dreher Park in the City of West Palm Beach requiring sensitivity to park users in developing the design. Fee$24,784.26 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each kez_person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Yan Chen Associate Landscape Architect/GIS a. TOTAL b. WITH CURRENT FIRM 3 <1 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates Inc, Orlando, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Master of Snienne/Rathelnr of Arts/I Irhan ()Psion 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards,etc) Yan Chen is an associate landscape designer who recently earned her master's degree in landscape architecture from the University of Florida. She holds her bachelor's degree in urban planning from South Agriculture University in Guangzhou, China. She worked professionally as an urban planner for three years with the Water Planning Institute in Shenzhen, China before beginning her studies in the United States. She is providing production support to senior landscape architecture staff for multiple contracts and brings an extensive knowledge of 3D renderina software and technic-meg as well as GIS technolnav to the firm 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 5 Overseas Hwy/Landscape Plans-TWO 2 PROFESSIONAL SERVICES CONSTRUCTION(If applicable( Sugar Loaf Key, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope,size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Landscape Designer. CMA is leading a multidisciplinary consultant team to deliver landscape plans for the a ' SR5/Overseas Highway (MM15.46 to MM20.14) project on Sugarloaf Key for Florida Department of Transportation District 6 under our Districtwide Landscape Architecture Contract. The study segment along SR5/Overseas Highway begins at Lower Sugarloaf key south of the Harris Channel continuing north over Park Key and ending on the north end of Upper Sugarloaf Key. CMA is proving survey, environmental resource studies, traffic control plans, community awareness plans and workshops, renderings, and landscape plans for the project.The project will let for construction in FY2019. Fee$ 183,734.14 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED TWO 1--Turnpike GEC LA Services, Statewide, FL PROFESSIONAL SERVICES CONSTRUCTION.1,appncabie( 2018 2018 (3) BRIEF DESCRIPTION(Bnef scope.size,cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Landscape Designer.Chen Moore and Associates(CMA)is a subconsultant to HNTB on the General Engineering b. Contract for the Florida Turnpike Enterprise. CMAprovides support to the District Landscape Architect's office in developing, P� P PP P P� 9, managing,and implementing the five year landscape work program; landscape architectural design; updates and management of the FTE branding document; master planning of the FTE's landscape design;design for special assignments such as Suntrax, SR528, Coral Way Park, and interchange design for multiple locations; plans review; post design services;and landscape inventory utilizing ESRI GIS Collector to manage FTE's landscape assets. Cost:$ 599,459(fee) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-Highland Drive Roadway Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL Ongoing Ongoing c (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Landscape Designer. CMA is providing civil engineering services for the Highlands Drive Roadway Improvements project for the City of North Miami Beach, Florida. The scope includes designing and reconstructing Highlands Drive, from Biscayne Blvd, south to the interface with the new roundabout currently in design by CMA. Fee$64,425 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Broward County UAZ 110/111 & 113 Water Sewer Improvements 113B PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderdale Lakes, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Bnef scope size cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Landscape Designer.The Water and Sanitary Sewer Improvements for the UAZ 110/111 & 113 Project will include the improvements to the existing water distribution system,sanitary sewer system,and transmission systems within the project area d' along with the restoration of surface areas disturbed for the construction of said improvements. The existing system being replaced consists of approximately 168,100LF of water mains, 122,100 LF of sanitary sewer mains and 23,600 LF force main. The existing water main consists of asbestos cement,cast iron,ductile iron,galvanized steel,polyvinyl chloride pipe ranging from 2"-24"in diameter size.The sanitary sewer consists of vitrified clay,fold and form liner,cured in place liner and ductile iron pipe ranging from 8"—15"in diameter size.The force main consists of asbestos cement,cured in place liner,ductile iron and polyvinyl chloride pipe ranging from 6"—16"in diameter size. Fee$3,544,729.24 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Victoria Park Neighborhood Stormwater Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ft Lauderdale, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope size,cost.etc AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Landscape Designer. CMA is providing field and preliminary engineering design services for the Victoria Park e. Neighborhood project for the City of Fort Lauderdale. CMA will provide data collection of stormwater infrastructure and other survey information needed to develop preliminary designs for stormwater management improvements in seven specific neighborhoods; utilize model results to inform the development of conceptual solutions for seven specific neighborhoods capital improvement projects (CIP); develop preliminary improvement plans and opinions of probable construction costs based on conceptual solutions based on the implementation of minimum levels of services (LOS)within each neighborhood, developed using the aforementioned information; and provide permitting coordination with primary regulatory agencies. Fee$812,799 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Kathryn Moffat Associate Landscape Architect a. TOTAL b. WITH CURRENT FIRM 3 1 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates Inc,West Palm Beach, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Arts/Bachelor of Landscape Architecture 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training.Awards,etc) Ms.Moffat is a landscape designer with CMA's West Palm Beach Landscape Architecture team. Katie provides design and production support to the senior landscape staff for parks and recreation and transportation clients. She is a graduate of Penn State University and is working towards her professional licensure. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Bnef scope.size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Landscape Designer.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation.Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hollywood Beach Golf Course Greenway PROFESSIONAL SERVICES CONSTRUCTION !fapp!,cab)e' Hollywood, FL 2016 2016 (3) BRIEF DESCRIPTION(Bnef scope,size.cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Landscape Designer. CMA is providing professional landscape architecture services for the development of conceptual plans for the perimeter right-of-way surrounding the Hollywood Beach Golf Resort.CMA will perform a site analysis and field investigation; prepare concept plans and illustrations; prepare a cost estimate; and obtain public input with workshops. Fee$ 16,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR 5 Overseas Hwy/Landscape Plans-TWO 2 PROFESSIONAL SERVICES CONSTRUCTION(napplicable) Sugar Loaf Key, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Bnef scope size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Landscape Designer. CMA is leading a multidisciplinary consultant team to deliver landscape plans for the SR5/Overseas °' Highway (MM15.46 to MM20.14) project on Sugarloaf Key for Florida Department of Transportation District 6 under our Districtwide Landscape Architecture Contract.The study segment along SR5/Overseas Highway begins at Lower Sugarloaf key south of the Harris Channel continuing north over Park Key and ending on the north end of Upper Sugarloaf Key.CMA is proving survey, environmental resource studies, traffic control plans, community awareness plans and workshops, renderings, and landscape plans for the project.The project will let for construction in FY2019. Fee$ 183,734.14 (1) TITLE AND LOCATION(City and State) J2)YEAR COMPLETED Doral Glades Park, Doral, FL PROFESSIONAL SERVICES CONSTRUCTION(ifapp)Icable 2017 2017 (3) BRIEF DESCRIPTION(Brief scope,size,cost etc)AND SPECIFIC ROLE . [X]Check if project performed with current firm Landscape Designer. CMA provided site planning and landscape architecture for the design of a 24 Acre district park. The park d serves a new residential community in the northwestern section of the city.The park carries a nature theme celebrating the flora and fauna of the Everglades. Divided into four themed areas, the park celebrates mammals, birds, insects, and reptiles & Amphibians of the Everglades.The site includes a 12 Acre lake with a kayak launch, recreational trail,and fishing pier extending into the lake. The parks program includes the following elements: Themed Playground (2-5&5-12 Age Groups), Tennis/Pickle Ball Courts, Basketball Courts, Sand Volleyball Courts, Multi-Use Fields, Fitness Trail, Recreational Trail, Picnic Pavilions, Amphitheater,Outdoor Plazas, Kayak Rentals, Community Center, Restrooms, Parking, Sports Lighting. Fee$ 122,820 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR40 Widening Project C-9247 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Maitland, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm e. CMA is part of the roadway design team for landscape architecture to provide landscape enhancements for the stormwater ponds throughout the project in accordance with FDOT's initiative to beautify stormwater ponds. Fee$29,426 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Gregory Mendez, PE Infrastructure/Permitting Analysis a. TOTAL b. WITH CURRENT FIRM 20 3 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Rachptnr of Fnnineerinn I Architectiirat Fnnineerinn Fl /Prnfpssinnal Fnnineer 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards etc) Mr. Mendez has more than 20 years of civil engineering experience in site and infrastructural development type projects for public and private facilities. He has extensive utilities design experience and is also very experienced with fast track projects. His experience includes water, drainage and sewer designs,design reviews, managing designs and construction budgets, managing field inspection staff and managing client relations. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION;City and State) (2)YEAR COMPLETED NMB-NE 180th Dr-Roundabout PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope sizecost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Project Manager Supervisor. CMA provided civil engineering services as the primary consultant for this traffic calming and neighborhood beautification project. The project included new paving, grading, minor drainage improvements, signage, striping and landscaping.The project considered the amount and type of vehicular movements through the area to arrive at an appropriate design that would both allow even the largest vehicles frequenting this intersection to traverse safely while providing a significant redllr•.tinn in average speeds Cost$ 141 Ono Fee$ 14 500 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Bnef scope size cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager Supervisor.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately b. $18M Design-Build Project located in Miami Beach, Florida. The project limits stretch from Dade Boulevard north to West 34 Street and from Meridian Avenue east to the Indian Creek waterway. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings,and appropriate landscape mitigation. Cost$18M Fee 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Sunset Islands 3&4 ROW Improvement Program PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2016 2016 (3) BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Project Manager Supervisor.CMA provided civil engineering and landscape architecture for the utility infrastructure and roadway C. reconstruction of two islands (Sunset Islands 3 and 4) off the Miami Beach west coast, along the inter-coastal waterway. The project consists of the replacement of 8"potable water mains,the lining of existing sanitary sewer mains,a completely new storm water drainage system, including discharge pumps and outfalls,the undergrounding of all existing overhead utilities, new service connections to all properties, complete roadway reconstruction and grading with new pavement section and curb, landscaping, signage and striping. Cost 7,750,000 Fee$505,593.76 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED East Bird Road Pump Stations PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2017 2017 (3) BRIEF DESCRIPTION(Brief scopesize cost etc AND SPECIFIC ROLE [X] Check if project performed with current firm Project Manager Supervisor.CMA provided professional civil engineering,permitting assistance,bid and award support services, d public involvement and limited construction administration support services for the individual grinder pump stations within the parcel of each current Miami-Dade Water and Sewer(WASD)customer to be served by the new low pressure sewer force main (designed under separate contract by CMA)along the corridor of Bird Road(SW 40th Street)from Red Road (SW 57th Avenue) and Ludlam(SW 67th Avenue)within the commercial corridor.Scope of services included design,construction documents(plans, technical specifications and Engineer's opinion of probable construction cost), permitting assistance and limited construction administration support services for Grinder Pump Stations to the properties along the East Bird Road Corridor from Red Road (SW 57 Ave and Ludlam jSW 67th Ave). Fee$ 186,379.83 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Springs Aquatic Center PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Springs, FL 2017 2017 (3) BRIEF DESCRIPTION(Brief scope size cost etc)AND SPECIFIC ROLE [X] Check if project performed with current firm Project Manager This was a Design Build project for the City of Miami Springs for a new aquatic facility.The project consisted of e. the demolition of the existing aquatic center facility and north parking lot as well as the construction of a new facility and parking lot in the north end of the site.The new facility includes a new Hybrid Pool and pool deck,an"L"shaped building and a separate concession building.The south leg of the building contains the locker rooms, rest rooms, pool equipment storage as well as the aquatic center administration offices. The west leg of the building contains a large multi-purpose room, reception hall, catering room, small restrooms and storage.The south and west legs of the building are connected by a breezeway entrance area. Cost $7M Fee$37,412 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Patrick Kaimrajh, PE Infrastructure/Permitting Analysis a. TOTAL b. WITH CURRENT FIRM 9 6 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates, Miami, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Civil Engineering FL/Professional Engineer 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards.etc) Mr. Kaimrajh, P.E. serves as a senior engineer for CMA and specializes in civil engineering design, drafting, permitting, and construction inspection. His 9 years of design experience includes paving,drainage and stormwater management,sanitary sewer and stormwater pump stations, water main, site development, and neighborhood improvement projects. He has prepared engineering drawings, cost evaluations, design reports and various permit applications. In addition, Mr. Kaimrajh has performed construction inspections for drainage, watermain, sanitary sewer, and pavement. He also is skilled in AutoCAD Civil3D, ICPR, EPA SWMM, Cascade, HY-8,WaterCAD,SewerCAD,and StormCAD, modeling and design software. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Beef scope.size,cost.etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm a. Sr. Engineer.The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design- Build Project located in Miami Beach, Florida.The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings, and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City Center Right-of-Way and Utility Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Brief scope size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm b. Sr. Engineer. CMA was the prime consultant and is responsible for providing surveying, planning, geotechnical investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection (CEI) services for infrastructure improvements within the public right-of-way (ROW) areas of the City Center neighborhood of Miami Beach. $21,200,000 Fee$3,611,340 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 (3) BRIEF DESCRIPTION(Beef scope.size,cost etc)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Sr. Engineer. CMA was the prime consultant and was responsible for providing surveying, planning, geotechnical investigation, design, permitting, preparation of construction documents, bid and award and construction engineering and inspection services for infrastructure improvements within the public right of way areas of the South Pointe III/IVN neighborhood of Miami Beach. The project encompasses approximately 19,000 LF of ROW infrastructure improvements including 9,300 LF 8" water main replacements, stormwater drainage improvements, paving &grading, streetscaping enhancements, landscaping improvements, linhtinn imnrnvaments and roadway recnnstructinn Cnct 1n snnn non EPP t 2 305 354 OB (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lake Sarah/Lake Adele Stormwater&Roadway Improvements PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Miami Lakes, FL 2015 2015 (3) BRIEF DESCRIPTION(Beef scope,size.cost,etc.)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Sr. Engineer.CMA implemented drainage and pavement improvements.These improvements were identified on the most recent Town of Miami Lakes Stormwater Master Plan. The drainage basins total approximately 20 acres of an existing residential neighborhood near Lakes Sarah,Adele,Suzie and Hilda in southern Miami Lakes near Miami Lakeway South and Ludlam Road. Services include utility coordination, schematic and final design phases,government permitting, bidding assistance,construction administration and statements of work completion. Fee$ 116.155 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2015 (3) BRIEF DESCRIPTION(Beef scope,size,cost.etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Sr. Engineer. This project consists of proposed improvements to the existing Bandshell Park located east of Collins Avenue e. between 72nd and 73rd Streets within the City of Miami Beach. The project includes a new walkway connecting the park to the beach walk at 72nd Street;the widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking; the demolition of the bus shelter; landscaping, outdoor accent and security lighting; reconfiguration and/or addition of walkways; installation of an electronic marquee; installation of the"Beatles Mandela", a mosaic tile artwork; and new urban elements such as drinking fountains, trash containers and bike racks. Cost$ 1,4000,000 Fee$44,000 STANDARD FORM 330(REV.8/2016)PAGE 2 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person_) 12. NAME 13. ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Teresa Chapman GIS a. TOTAL b. WITH CURRENT FIRM 4 4 15. FIRM NAME AND LOCATION(City and State) Chen Moore and Associates,West Palm Beach, FL 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science/Ocean Engineering 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training,awards.etc) Teresa Chapman serves as an associate engineer. Ms. Chapman performs utility design, permitting and construction administration services for various utility improvement projects. Ms. Chapman serves as the firm lead in GIS Online technology and utilizes this throughout the planning and construction administration phases of a project. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Stormwater&Solid Waste Assessment Analysis, FL PROFESSIONAL SERVICES CONSTRUCTION fapp)-cablei 2013 2013 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm Associate Engineer. CMA updated the City Stormwater/Solid Waste Utility Fee and created a tax roll for collection through the a' County Property Appraiser. CMA collected the latest parcel data and high-resolution aerial from the County. All non-residential properties were digitized for impervious areas.All properties were categorized according to land use and the appropriate formulas were applied per land use to calculate stormwater and solid waste fees. The database of values was compared to previous utility billings to verify billings. Updates were made to the database to reflect recent developments and City records. The calculations database was converted into a tax roll and submitted to the City. Fee$ 19,810 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Stormwater&Solid Waste Assessment-Tax Roll Appeals, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 2013 (3) BRIEF DESCRIPTION(Bnefscope,size.cost,etc)AND SPECIFIC ROLE [X] Check if project performed with current firm Associate Engineer. Digitized impervious areas for all nonresidential parcels within City boundaries. Calculated total impervious b area per parcel to determine billing for Stormwater.CMA updated the City Stormwater/Solid Waste Utility Fee and created a tax roll for collection through the County Property Appraiser.CMA collected the latest parcel data and high-resolution aerial from the County. All non-residential properties were digitized for impervious areas. All properties were categorized according to land use and the appropriate formulas were applied per land use to calculate stormwater and solid waste fees. The database of values was compared to previous utility billings to verify billings. Updates were made to the database to reflect recent developments and City records. The calculations database was converted into a tax roll and submitted to the City. A detailed calculations spreadsheet was submitted to the City for reference during the appeals process. Fee$ 12,400 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NMB-NE 13th Avenue Traffic Calming PROFESSIONAL SERVICES CONSTRUCTION(If applicable) N Miami Beach, FL (3) BRIEF DESCRIPTION(Brief scope,size.cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm c. Associate Engineer. CMA is providing civil engineering services for NE 13th Avenue in North Miami Beach, Florida. CMA is reviewing the traffic study to determine if speeds and traffic counts warrant traffic calming and reviewing grades of existing roadway to ensure that surface water runoff flow is not inhibited by speed hump placement. CMA is also coordinating permitting with Miami-Dade County Public Works and the City of North Miami Beach Public Works and handling construction administration. Cost$260,000 Fee$ 14,350 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Central Bayshore South Right of Way Infrastructure Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL Ongoing Ongoing (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE [X]Check if project performed with current firm d. Associate Engineer. The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build Project located in Miami Beach, Florida. The project includes the reconstruction and elevation of roadways within the project area, driveway and swale harmonization, a new stormwater collection, conveyance, treatment, and pump station system, new transmission and distribution watermains, a new multi-use bike/pedestrian path, improved street lighting, improved roadway signage and pavement markings,and appropriate landscape mitigation. Cost$ 18M Fee$ 1,150,280 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of North Miami GIS Stormwater, FL PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 2014 (3) BRIEF DESCRIPTION(Beef scope,size.cost.etc)AND SPECIFIC ROLE [X] Check if project performed with current firm e. Associate Engineer.CMA created a stormwater GIS atlas for the City Public Works Department.Existing CAD data was converted to GIS. A remote field inventory was done to find additional structures and add them to the database. A maintenance tracking system was developed to assist with the NPDES program. The data was used to create an ArcGIS Online stormwater maintenance tracking system which recorded maintenance date, ownership and field crew during operations. Training was provided to staff which included ArcGIS 10.1,Automated Atlas Sheet Creation and Working with Lidar Data. Fee$21,500 STANDARD FORM 330(REV.8/2016)PAGE 2 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Doral Glades Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Doral, FL 2017 2018 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER CPZ Architects(client) Chris Zimmerman (954)792-8525 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates provided site planning and landscape architecture for the design of a 24 Acre district park.The park serves a ,�. new residential community in the northwestern section of the city. The , - park carries a nature theme celebrating the flora and fauna of the ,, Everglades.Divided into four themed areas,the park celebrates mammals, birds,insects,and reptiles&Amphibians of the 17 Everglades. The site includes a 12 Acre lake with a kayak launch, I �y' recreational trail,and fishing pier extending into the lake.The parks • program includes the following elements: x • • Themed Playground(2-5&5-12 Age Groups) • Tennis/Pickle Ball Courts • Basketball Courts • Sand Volleyball Courts • Multi-Use Fields • Fitness Trail • Recreational Trail • Picnic Pavilions • Amphitheater • Outdoor Plazas • Kayak Rentals • Community Center • Restrooms • Parking • Sports Lighting CMA served as a subconsultant to CPZ Architects and provided design(landscape,hardscape, irrigation,and lighting),permitting, and construction administration services for the Project. The site was designed to meet Green Globes criteria and includes extensive use of native plant materials and high efficiency irrigation. Cost:$ 122,820(fee) 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami,FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 2 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Veterans Wayside Park PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Pinecrest, FL 2014 2014 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Village of Pinecrest Loren Matthews (305)234-2121 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates developed master plan - ar concepts for the Veterans Wayside Park(VWP)in ` ` ' s ,. �' • � the Village of Pinecrest. VWP is the only passive, /, �� a unprogrammed park in the Village. The site consists /-,.a of a one half acre lake surrounded by passive open �� `fir �' � � spaces with a mature tree canopy and a modest kc, •+ * 7)1', :�K veteran's memorial.The site is bounded on the west - ----~"1 side by the very heavily trafficked Pinecrest Parkway. r `"� .... :.w._-'"K The master plan assignment arose as the result of a y o ` .� _. ew group of local citizens that were petitioning the City W T `° ' for conversion of the site into an off leash dog park. t) °M Y „„, \- CMA developed two concepts for the 3.25 acre park. K One concept focused on incorporating large dog and ., ` small dog areas into the park,while the second q �'—°°°'u”°"" added modest improvements such as pedestrian ; ; (. ' LARGIDOGARFA pathways and seating areas to enhance the park for A L II AbIll passive use. Both concepts recommended enhancing the existing veteran's memorial. CMA's 1.- ,, �' 2 " "' w,o"V`NU`_ scope of work included public input sessions,master V.d,....,.......c., ..-2 ®p plan and opinion of probable cost services. The master plans were presented to the public at Village commission. Cost:$ 1,200,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE 0. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 3 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED North Shore Bandshell Park Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2015 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Jim Borrelli (305)665-8852 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) This project consists of proposed improvements to the existing Bandshell Park located east of Collins Avenue between 72nd and 73rd Streets within the City of Miami Beach. The project includes a new walkway connecting the park f kt to the beachwalk at 72nd Street;the widening of the south sidewalk at 73rd Street which will require either the removal or reconfiguration of on-street parking; the demolition of the bus shelter;landscaping, �� outdoor accent and security lighting;reconfiguration M r" I�_.,� ° and/or addition of walkways;installation of an ,.' +,, �.��yr►�: electronic marquee; installation of the"Beatles ` , ' ;, --.� - t. •;. Mandela",a mosaic tile artwork;and new urban _.: � , — i elements such as drinking fountains,trash containers -.1„;', > ts' and bike racks. �+ �. Chen Moore and Associates provided services including civil engineering,landscape architecture and irrigation design work that includes conceptual drawings for the 72nd Street walkway and 73rd Street sidewalk;design development/final design submittals;estimates of probable construction cost;government permitting(including Miami Beach, PERA —formerly DERM, FDOT, FDEP,and Fish&Wildlife); bidding assistance;and construction administration services. Cost:$ 1,400,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 4 Complete one Section F for each project.) , 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Lincoln Road Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2015 2016 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach James Corner (212)433-1450 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates was the local t' ' •/� subconsultant to James Corner Field Operations I . i+ 1111 -"S 1 (JCFO),the designers of New York City's famed High '' - I ! „ '� Line, in the development of a Master Plan for the ;« �� X11 II Lincoln Road Mall Historic District in Miami i y . ii,, (I) + Beach. Lincoln Road Mall is America's first pedestrian ., ~ ` , r"_ V % - .•i till =' i I mall designed in the 1960's by Moms Lapidus. Today, t Lincoln Road Mall receives an average of 10,000 ,14 % ,;p i , r',` ...k...- �•,f ' 01011011 I � visitors per day and is a major tourist destination geared _ .',I it!111 i towards pedestrians. CMA provided local planning "=_- , expertise and civil engineering to support the efforts of ti r _ I ' it JCFO's development of the Master Plan. Additionally, .L ! �I,. • CMA provided support through the entire public process '• r"'"1 `` } w'_..° ' V 'i 11. '"'' 1,0eir .. . . •' "fir including Public Workshops,Workshops with Building __ Owners and Tenants,and Workshops with City Staff i y: � _ and Commissioners. _ CMA provided JCFO with local design support for the implementation of the plan for landscape, hardscape and irrigation component of the project. Cost:$25,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami,FL Subconsultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects,If not specified. 5 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Misc District Wide Landscape SupportTWO 1 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, FL 2021 2021 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER State of Florida Department of Kevin Schot (305)470-5400 Transportation District 6 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates is providing FDOT District 6 with miscellaneous landscape architectural services.The scope of services includes plan reviews;attending and reporting on design,coordination,and review meetings; miscellaneous landscape architectural and engineering consultation; miscellaneous landscape architectural planning and design;construction inspection and/or field assessments; rendering sections and plan boards;permitting;project oft .t coordination,correspondence and project filing; ., and developing project scopes. , ,„ Cost:$1,500,000(fee) _., 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and Stale) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. Complete one Section F for each project.) 6 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Euclid Streetscape Improvements(Lincoln Center Building) PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2015 2015 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME ' c. POINT OF CONTACT TELEPHONE NUMBER R&0 Studio LLC Omar Moreno (305)741-4220 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Chen Moore and Associates provided civil engineering and landscape architecture services for the ? 41.4. ".- pedestrianizing of Euclid Avenue between Lincoln Road and and Lincoln Lane in the City of Miami Beach.This stretch • t of road will be incorporated into the historic pedestrian . "t ; L. street known as Lincoln Road Mall.The project is funded , _ #_��_�. ' . by the City of Miami Beach through a developer's •, agreement with Lincoln Center Associates which owns the retail building at the intersection of Euclid Avenue with Lincoln Road.The project requires coordination with A. various agencies including the City of Miami Beach Planning Department, Public Works, Greenspace management,and Capital Improvements,as well as Miami-Dade County Environmental Protection,Traffic,and Utilities.The scope of work includes providing site design and permitting including layout, hardscape,landscaping, lighting,drainage,and utilities. Cost:$60,000(fee) 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 7 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Jefferson Street Dune Restoration PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Hollywood, FL 2016 2016 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Hollywood Karen Arndt (954)921-3930 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CMA is providing landscape architecture services for the restoration of the dune system accessed from Jefferson Street in Hollywood. CMA is responsible for performing a field inventory of existing vegetation on the dune;performing an erosion Control and Vegetation Disposition Plan;creating a proposed planting plan and details;and permitting through the Florida Department of Environmental Protection.CMA will also provide construction administration. Cost:$ 14,000(fee) 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Fort Lauderdale, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 8 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Central Bayshore South Right of Way Infrastructure PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Improvements 2018 2018 Miami Beach, FL 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Rene Castillo,Sr. (954)426-1042 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) The Central Bayshore South Right-of-Way Infrastructure Improvement Program is an approximately$18M Design-Build • Project located in Miami Beach, Florida.The project limits stretch , it from Dade Boulevard north to West 34 Street and from Meridian Avenue east to the Indian Creek waterway. r•. ; 44 > w_ The ro ect includes the reconstruction and elevation of roadways " � ' P 1 t. �I : <- mac within the project area,driveway and swale harmonization,a new stormwater collection,conveyance,treatment,and pump station system, new transmission and distribution watermains,a new multi- use bike/pedestrian path,improved street lighting,improved roadway signage and pavement markings,and appropriate • „_ ,; -- landscape mitigation. In total,the project proposes approximately ` • �!" 10,000 linear feet of water main ranging from 6"to 16”ander approximately 13,600 LF of new roadway.The proposed stormwater system serving approximately 82 acres includes gravity lines throughout the neighborhood ranging from 18"to 72",a vortex water quality treatment unit,one new pump station to be +r+� manifolded with two existing pump station,a 42"stormwater force main,an energy dissipater box,and a new outfall at the Indian Creek waterway.The system is equipped with backflow prevention devices in anticipation of sea level rise. Cost:$ 18,000,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. • (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 9 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED South Pointe Phase III/IVN-Right-of-Way Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach, FL 2012 2012 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Carla Dixon (305)673-7000 ext. 6264 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scopesize.and cost) Chen Moore and Associates was the prime consultant responsible for providing design, `'7 permitting, preparation of construction documents, bid assistance and construction r • ft" ,�=;,. engineering and inspection(CEI)services for infrastructure improvements within the f`' public right of way areas of the South Pointe III/IVN neighborhood of Miami Beach.This . tl- neighborhood improvement project required our firm to develop a quality urban R i .Y i , environment consistent Miami Beach's world famous South Beach character while ; , I; providing the necessary infrastructure to accommodate the everyday business life of this = , important commercial and residential district of the City.The project encompasses approximately 19,000 LF of ROW infrastructure improvements including: streetscape $' •."'_ enhancements, landscape improvements, lighting improvements,9,300 LF 8"water R--,1f 'f_...' main replacements,stormwater drainage improvements, paving&grading,and roadway reconstruction. Due to the existing mixed use(residential,commercial)environment ofis'• this neighborhood, special design efforts were made to incorporate pedestrian friendly '* ' ; Win. elements includingmeetingall ADA requirements, providingstreet furnishings, bicycle r _ _:_ � lanes and sharrows, upgrading sidewalks, incorporating specialty treatments at crosswalks, landscape improvements with specialized tree wells to provide ADA '"'r a compliant surfaces and bulb outs to increase pedestrian friendliness and safety. This ? 1 :e project required extensive coordination with the public, business owners, residents, -h hos adjacent CRAs, historic districts and various regulatory agencies in the form of community design workshops and special outreach meetings to individual special ::-. interest groups. -1:11,'1,447Cill. 1:::::::1::"1 Cost:$10,500,000 c-= " t 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Miami, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. Chen Moore and Associates Fort Lauderdale, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency,or 10 projects, If not specified. 10 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Hollywood Beach Golf Course Greenway PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Hollywood,FL 2016 2016 23.PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Hollywood David Vazquez (954)921-3930 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) CMA is providing professional landscape architecture services for the development of conceptual plans for the perimeter right-of- way surrounding the Hollywood Beach Golf Resort.CMA will perform a site analysis and field investigation; prepare concept plans and illustrations;prepare a cost estimate;and obtain public input with workshops. Cost:$ 16,000(fee) 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. Chen Moore and Associates Fort Lauderdale, FL Prime (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE f. STANDARD FORM 330(REV.8/2016)PAGE 3 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26.NAMES OF KEY 27.ROLE IN THIS 28.EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. (From Section E. Block 12) (From Section E.Block 13) Place X"under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 Jose Acosta, P.E., F.ASCE Principal-in-Charge X X X John Gorham QA/QC X Cristobal Betancourt, RLA Project Manager X X X X X X X X X X Eric Harrison, RLA Landscape Architect X X X X X X X X Jason Sutton, RLA Landscape Architect X X Eric Ferguson Associate Landscape Architect X Stefan Bortak, CID Irrigation X X X X X X X Amber Mathis, CA Arborist X X X Yan Chen Associate Landscape Architect X /GIS Kathryn Moffat Associate Landscape Architect X X X Teresa Chapman GIS X X Gregory Mendez, PE Infrastructure/Permitting X X Analysis Patrick Kaimrajh, PE Infrastructure/Permitting X X X Analysis 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(From Section F) NO. TITLE OF EXAMPLE PROJECT(From Section F) 1 Doral Glades Park 6 Euclid Streetscape Improvements(Lincoln Center Building) 2 Veterans Wayside Park 7 Jefferson Street Dune Restoration 3 North Shore Bandshell Park Improvements 8 Central Bayshore South Right of Way Infrastructure Improvements 4 Lincoln Road Master Plan 9 South Pointe Phase III/IV/V- Right-of-Way Improvement Project 5 Misc District Wide Landscape Support-TWO 1 10 Hollywood Beach Golf Course Greenway STANDARD FORM 330(REV.8/2016)PAGE 4 H.ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. - Chen Moore and Associates (CMA) is a multi-discipline consulting firm with offices in Miami-Dade, + Broward, Palm Beach, Orange and Alachua Counties. Founded in 1986, Chen Moore and Associates specializes in civil and environmental engineering, landscape architecture, planning, GIS analysis and •,rr; • mapping, and construction engineering inspection. Dr. Chen founded CMA believing that relationships . �. ._- - r are critical to planning, designing and constructing successful projects. The firm commits to providing - 0•, responsive quality services while meeting the schedules and specific project needs of our clients. L. . CMA actively supports various community organizations including Habitat for Humanity, Toys for Tots, T 1 . ',. the Cooperative FeedingProgram, and Ocean Watch, a non-profit groupfocused on cleaningand 1 `, 1f trt P 9 P ter. preserving South Florida's Beaches. Firm staff participates in local professional society events including • 4 the American Society of Civil Engineers, Florida Engineering Society, American Society of Landscape lli Architects, Irrigation Association, Florida Recreation and Park Association, International Society of • . 1 1, Arboriculture and the United States Green Building Council. We proudly support our industry and the , `IIS communities in which we live, play and work. . Our services include the following: ...- • • Infrastructure Master Planning .» • Pump Station Design and Rehabilitation • Water Supply, Treatment and Distribution Design • • Stormwater Management System Design and Master Plans —` • Environmental Engineering . • Roadway Design and Streetscape , V 1 • Traffic Calming Design :R;14 . • Circulation& Roundabout Design • Government Permitting �•' -,� ' • Land Development C iL, 1t. • Site Development 1 • • Site Planning • Landscape Architecture • Hardscape Design >• '..4.-,' rt r';,-2.1-.r..; r w , • Irrigation Design 'W •l ,- 4'.,• L..LJ ' 12, "` • Park Design • Greenway&Trails Design a I- • Pedestrian& Bicycle Pathway Design 1' • Habitat Restoration M 4� • Wayfinding • GIS Analysis and Mapping — • - - • Project and Program Management ^0i-.._ ..-- • Sustainable Design and LEED Solutions • • Value Engineering -s.. ''u • Utility Rate'and Infrastructure Valuation Studies "- , ; • • Resident Coordination and Stakeholder Meetings ' /// I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE //// 5/4/18 33. NAME AND TITLE Peter Moore, P.E. . SCE, ENV SP, LEED AP, President STANDARD FORM 330(6/2004)PAGE 5 1. SOLICITATION NUMBER(IF ANY) ARCHITECT - ENGINEER QUALIFICATIONS ltt Q 2018-141-ND 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. GUNS NUMBER Chen Moore and Associates 2011 859459547 2b STREET 5. OWNERSHIP 2103 Coral Way, Suite 401 a. TYPE 2c CITY 2d STATE 2e. ZIP CODE Corporation Miami FL 33145 b. SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE N/A Peter Moore, PE, F.ASCE, LEED AP, President and CEO 7. NAME OF FIRM(It block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS Chen Moore and Associates (954) 730-0707, ext 1002 pmoore@chenmoore.com 8a FORMER FIRM NAME(S)(if any) 85.YEAR ESTABLISHED 8c DUNS NUMBER Chen and Associate Consulting Engineers, Inc. 1986 859459547 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 Y EARS ic. Revenue a Function c. No.of Employees a Profile Index No.(see Code b. Discipline (11 Firm (21 Branch Code b Experience below) 02 Administrative 10 2 C10 Commercial Building;(low rise); 1 Shopping Centers 08 CADD Technician 32 2 C15 Construction Management 1 12 Civil Engineer 12 7 C18 Cost Estimating;Cost Engineering 2 and Analysis;Parametric Costing; Forecasting 15 r Construction Inspector 4 2 E02 Education Facilities;Classrooms I 2 16 l Construction Manager 1 1 E09 Environmental Impact Studies, 1 Assessments or Statements 39 Landscape Architect 3 0 G04 GIS development,analysis,data 2 H07 Highways;Streets;Airfield; Parking 2 L03 Landscape Architecture 1 P05 Planning(Community, Regional) 2 P06 Planning(Site, Installation) 2 P13 Public Safety Facilities 2 R04 _Recreation Facilities(Parks.etc.) 2 R06 I Rehab.(Buildings,Structures) i 3 R11 Rivers Canals;Waterways;Flood 1 Control SO4 Sewage Collection&Treatment 4 _ S11 Sustainable Design 1 S13 Stormwater Handling&Facilities 4 T02 Testing&Inspection Services 4 T03 Traffic&Transportation 2 V01 Value Analysis; Life-Cycle Costing 1 W03 I Water Supply,Treatment,Distrib. 4 Total 1 62 14 11. ANNUAL AVERAGE PROFESSIONAL SERVICES PROFESSIONAL SERVICES REVENUE INDEX NUMBER REVENUES OF FIRM FOR LAST 3 YEARS 1 Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2 $100,000 to less than$250,000 7 $5 million to less than$10 million a Federal Work 1 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non-Federal Work 6 4 $500,000 to less than$1 million 9. $25 million to less than$50 million c Total Work 7 5 $1 million to less than$2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE // The foregoing is a statement of facts. a SIGNATURE I / b DATE 4'11 8 c. NAME AND TITLE 'A Peter Moore, P.E., a D AP. ENV SP. F.ASCE, President AUTHORIZED FOR LOCAL•EPRODUCTION MANr1A7(1RV 11SF nATF FC1Rly1 ar2nn11 STANDARD FORM 330(1/2004) PAGE 6 CHI N • MO ' RE &ASSOCIATES Miami Ft. Lauderdale (Headquarters) 2103 Coral Way, Suite 401 500 West Cypress Creek Road,Suite 63o Miami, FL 33145 Fort Lauderdale, FL 33309 Telephone:+1 (786)497-1500 Telephone:+1 (954)730-0707 West Palm Beach Orlando Soo Australian Ave.South,Suite 85o 28 W.Central Blvd., Suite 200 West Palm Beach, FL 33401 Orlando, FL 32081 Telephone:+1 (561)746-6900 Telephone:+1 (407)536-7970 Gainesville 2233 NW 41st A,Suite 100 Gainesville, FL 32606 USA Telephone: +1 (352)374-1997 • RFQ-No.2018-141-ND CHEN MOORE AND ASSOCIATES Professional for Capital Renewal and Replacement Projects