Loading...
Agreement with Brooks + Scarpa Architects, Inc.DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 Contract no. 21-196-01 I_1Tel1:Ixi§[ I -1:81k 74:01 CITY OF MIAMI BEACH AND BROOKS + SCARPA ARCHITECTS, INC. 1191N ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41ST STREET CORRIDOR REVITALIZATION No. RFP -2021 -196 -ND RESOLUTION NO. 2021-31838 DocuSign Envelope ID: 2874FBC4-87C3-406E-BD56-5161B4B3DD60 TABLE OF CONTENTS DESCRIPTION: PAGE ARTICLE 1. DEFINITIONS ............... ......... ................. ................................................................. 3 ARTICLE 2. BASIC SERVICES....................................................................................................8 ARTICLE 3. THE CITY'S RESPONSIBILITIES..........................................................................13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST.................................................15 ARTICLE 5. ADDITIONAL SERVICES...................................................................................•..17 ARTICLE 6. REIMBURSABLE EXPENSES...............................................................................18 ARTICLE 7, COMPENSATION FOR SERVICES.......................................................................19 ARTICLE 8. CONSULTANTS ACCOUNTING AND OTHER RECORDS..................................20 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS..........................................................20 ARTICLE 10. TERMINATION OF AGREEMENT.......................................................................21 ARTICLE 11. INSURANCE ....................... ............... ................................ ............ ..................... 22 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS.....................................................24 ARTICLE 13. ERRORS AND OMISSIONS..........................................•.....................................24 ARTICLE 14. LIMITATION OF LIABILITY.................................................................................25 ARTICLE15. NOTICE .................. ............................................................................................ 25 ARTICLE 16. FLORIDA PUBLIC RECORDS LAW....................................................................26 ARTICLE 17. INSPECTOR GENERAL RIGHTS............................................................28 ARTICLE 18. MISCELLANEUS PROVISIONS...............................................................29 SCHEDULES: SCHEDULE A - SCOPE OF SERVICES ...... -.- ... ......... ...... - ..... ............................................ -36 SCHEDULE A-1- CONSULTANT SERVICE ORDER & COMPENSATION SCHEDULE ........ 37 SCHEDULE B - CONSULTANT COMPENSATION..................................................................39 SCHEDULE C - HOURLY BILLING RATE SCHEDULE...................................................40 SCHEDULE D - CONSTRUCTION COST BUDGET......................................................41 SCHEDULE E - PROJECT SCHEDULE......................................................................42 ATTACHED SEPARATELY: ATTACHMENT A: Resolution and Commission Award Memorandum ATTACHMENT B: Addenda and Request for Qualifications (RFQ) Solicitation ATTACHMENT C: Consultant Proposal Response to RFQ and Sunbiz DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BROOKS + SCARPA ARCHITECTS, INC. FOR FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR 41" STREET CORRIDOR REVITALIZATION 3/15/2022 1 3:08 EDT This Agreement'made and entered into this day of- ("Effective f ("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 the "City"), and BROOKS + SCARPA ARCHITECTS, INC.,•a California corporation, having its.principal office at 1147 NE 71, Ave, Ft Lauderdale, Fl. 33304 (hereinafterreferred to as ".Consultant"). WIT WE SSET•H: WHEREAS, on May 7, 2021,'the City, via 'LTC'#1974021, authorized the issuance of Request for Qualifications (RFQ) 2021 -196 -ND for Architectural and. Engineering Services for the 41st Street Corridor Revitalization (the "RFQ°): and' WHEREAS, on September 17,, .2021 the Mayor and City Commission adopted Resolution No. 2021-31838, authorizing the City to enter into negotiations with the Consultant, 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. .NOW THEREFORE,.City and' Consultant, in of the mutual covenants and agreement herein contained', agree as follows: ARTICLE 1. DEFINITIONS, 1.1Definitions. The definitions includedin this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional, Services" shall ,mean those services, in addition to the Basic Services in this Agreement, as described In Article 5 and the Consultant'Service Order,, ,which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing,,by the City Manager or his authorized designee, prior to commencement of same: DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 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, ihe'Project Site or the Parties. BASE .BID: "Base Bid" -shall 'mean the elements contained in the Construction Documents recommended • by the. Consultant, (and, approved by the City) as being within the Construction Cost Budget: "Base Bid" shall not include additive alternates or deductive alternates, BASIC SERVICES: 'Basic Services" shall include those services which Consultant shall perform in accordance with, the terms of the Agreement, as described in Article 2 and the Scope of Services set forth in Schedule A ,hereto: Any services not specifically enumerated as. Additional Services (as defined herein) shall also be considered Basic Services, CITY (OR'.OWNER): The "City.' shall mean ,the City of Miami Beach, a Florida ;municipal corporation having its principal offices at 1100 Convention Center Drive„•Miami Beach, Florida; 33139. In alt 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• governirig 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 rduly authorized representatives designated by the -City -Manager in -writing, including the Project Administrator, with respectto any specific matter(s) concerning the'Servicess and/or this Agreement (exclusive of ,those authorizations reserved to the City Commission under this Agreement, or to. regulatory or administrative bodies having jurisdiction over, the Project). CONSTRUCTION COST BUDGET: The "Construction -Cost Budget' shall mean the amount budgeted, and established by the City to provide for,the cost•of construction of the Work for the Project ("Construction Cost'), as. set forth in Schedule D: CONSTRUCTION DOCUMENTS'.. "Construction Documents shall mean the final (1'00% 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 io.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. DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 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 goverrjing•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 the Project ("Subconsultants"). The Consultant shall not be .replaced by any other entity, except as, otherwise permitted in this :Agreement. Further,.any Subconsultant that may perform services on behalf of the- Consultant shall be a qualified and properly professionally licensed design processional 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 ;professfonal practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the,Project. The following Su4consultants are hereby approved by the City Manager for the' Project: Stantec Consulting. Services; Inc.; Longitude Surveyors, LLC; Tierra South Florida,. Inc.; -CPM North America PLLC; Masuen C,onsulting,LLC; Desman, Inc.; Lisa H. Hammer, RCA; and: Horton' Lees Brogden Lighting Design', Inc, CONSULTANT SERVICE ORDER: Consultant Service Order (CSO) shall mean any work order issued by.the Cityto•Contractor (in substantial form as'in, $chedule.A-1 attached hereto), that spacifiically describes and delineates the particular Additional Services which may be required of Consultant that is.the subject of such.Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes, CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as 'specified .below) and executed between City and Consultant, covering changes, additions, or reductions in, the terms of this Agreement including', without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved .in accordance with. 'Contract Approval Authority .Procedure 03.02 or as amended.. 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 Request For .Qualifications (RFQ), 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 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161 B4B3DD60 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 plaits, drawingsspecifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the'sise, 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 shelf 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. PROJECT: The "Project" shall mean that certain City capital project described in the Scope of Services.set forth in Schedule A hereto, Project Cost: ,The "Project Cost", shall mean the estimated total' cost of the Project,, As prepared and established by the City', including the estimated Construction Cost and Soft Costs. The Project Cost may, from time .to time, be, revised or adjusted by the City, in its, sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the, description. of the Project, as described in Schedule A hereto. PROJECT.ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the CityManager who shall be the City's authorised representative to issue directives and DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161 13413=60 notices on behalf of the City with' respect to all matters. concerning, the Services of this Agreement(exclusive•orthose, 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 apart 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 dot be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key,perscnnel, its commitment to provide the key personnellisted therein,,and, its capability to perform and deliver the Services in accordance With , this Agreement and' consistent with the•all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A — Scope of Services Schedule A-1= Consultant. Service, Order & Compensation Schedule Schedule. B — Consultant.Compensation Schedule C— Houily Billing Rate Schedule Schedule D — Construction Cost Budget Schedule E —Project Schedule SCOPE OF SERVICES: "Scope, of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all' as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work,. and actions by the Consultant performed. pursuant to or undertaken under this Agreemenf. 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 7 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B30060 Project, together with all additional, collateral and,. incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents, ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as more particularly described lm Schedule "A". 2.2 The Services will be commenced, by the Consultant upon receipt of a written. notice to Proceed with any of the, specific tasks identified in Schedule A ("Task") signed by the City Manager or the Project Administrator ("Notice, to Proceed"). Consultant shall countersign the Notice to Proceed upon receipt and return, the signed copy to the City. A separate Notice to Proceed issued by the Project Administrator shall be required prior to commencement of each task (as same are set forth in Schedule "A" hereto). Consultant shalt have no entitlement to perform (or be, compensated for) the. Services corresponding with any task under this Agreement, unless such task is' authorized by -a' Notice to Proceed. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it. is knowledgeable of and shall comply with all Applicable Laws: The Consultant agrees to comply with all Applicable Laws; whether .now in effect or as may be amended or adopted from time to time; and -shall further fake 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 isresponsible for the technical accuracy of the Services (including, without limitation, the; Design Documents contemplated in Schedule "A" hereto). , Consultant further warrants and represents• that the approved and ,permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required, by the Contract Documents, will be fully functional, suitable and sufficient for its Intended purposes: 2.5 The Consultant's. Basic Services may consist, of various tasks, ,including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Scope of Services; and shall also include, any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the,General"Condifions 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 fora 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 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B463DD60 Agreement shall be construed to relieve the Consultant (or any Subconsullant) 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-aciion arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws forall'damages to City caused by any failure of the Consultant or to comply with the terms and 'conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement: 2.7 TIME: It is understood that time is of the essence in the completion of. the Project and,.in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City ,and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect -until all Se.rvices,are completed or all Services authorized',under Notices to Proceed are completed and accepted, whichever is later. Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Scope of Services, including the time for completion of the work and/or services for the Project. 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3, Recognizing that the construction of other projects within the City. may affect scheduling of the constructiomtr the Project, the Consultant shall diligently coordinate performance of the Services with. the City (through the Project Administrator) in order to provide for the safe; expeditious, economical and efficient completion of the Project, without negatively, impacting concurrent Work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4. The Services shall be performed in a manner that shall, conform to the Scope of Services. The Consultant may submit requests for an adjustment to the completion time for the Scope of Services, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall' immediately provide the Project Administrator with written notice stating the reason for the .particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation es the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule, The Project Administrator's approval (if granted), shall be in writing: 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2,9 The Consultant shall perform its duties, under this Agreement in a competent, timely and 0 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 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; l ohnical 'accuracy,, completeness, performance and 'coordination of all Services, required under the Agreement any Consultant Service Orders (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the. skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant 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 Services, breaches of this Agreement, and/or negligent acts, errors and/or omissions in the performance of the, Services, 'which damages may include: the costs incurred by the City with respect to replacement or repair of any defective or.non-conforming construction Work until (i) twelve (12) months following final acceptance of the Work, or (H) the applicable statute of limitations period, Whichever is later. In addition to all other rights and remedies which the City may have, the Consultant.shall, at its expense; re -perform all or any portion.of the Services to correct any non- conforming and/or insufficient.se'rvices which result from the Consultant's failure to perform in accordance with the above standards. The Project Administrator shall notify the •Consultant, in writing, of any non -conforming andlor, Insufficient services and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for- non -conforming and/or insufficient, defective services and any resulting non -conforming, insufficient, and/or defective construction work re -performed within'twelve (12) months following.flnal 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. -Cons ' ultant will use reasonable care and skill, in accordance and' consistent with customary professioal 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' .shail 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. 10 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 2.12 Consultant agrees that when any portion of the Servicesrelates to:a professional service whiph, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shallemploy 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 afterreceibing a signed Notice to Proceed, a qualified licensed professional to serve as Its project manager (hereinafter referred to as the "Project Manager''), The'Project Manager shall be authorized, and responsible to act on behalf of Consultant with respect to directing, coordinating' and administrating all aspects of the Services. Consultant's. Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the, prior written approval of the City Manager or his designee (i.e. the. Project Administrator). 2:13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City' Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace,6 Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation,, any Subcorisultants). 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,vnless 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 c6 mply with,this subsection. 2.15 The City and, Consultant acknowledge that.the services, as described in the Agreement and any Consultant'Service.Ordem, do not delineate every detall and minor work task,required to be performed ,by Consultant to complete the. work and/or:services described and delineated under Schedule .A and any Consultant Service Orders issued to ,Consultant by the City. If, during the course of performing work, services and/or tasks; Consultant determines that work and/or services should be performed which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated, then Consultant shall promptly notify, the Project Administrator; in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional .work .and/or services without ,obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be, a Basic Service under this Agreement and shall also be deemed,to'be within, the Scope of Services delineated ,in Schedule A (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and'all Project documents and records pertinent to the Services and, shall provide .the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide' electronic document files to the City upon completion of the Project. DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 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 Subconsultarits shall be.consistent with those commitments made by the Consultant in its Proposal and during the competitive. solicitation selection process and, interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or .replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to' be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants" compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultancs 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 12 DocuSign Envelope R 2674FSC4-67C3-4D6E-BD56-5167B4B3DD60 failure to request such documentation or evidence and/or failure to enforce in anyway. the terms -and provisions of this Section,.,the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth, therein including, without limitation, the professional licensure requirements. Any approval. of-a'Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant.. Payment of'Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE C11Y. 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 theConsultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direot-or require compliance, shall in no way constitute a waiver of, or excuse, the ConsultanPs 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 measure's (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 anytime, 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. 13.5 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. 3.6The 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: 13 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents,. the City Corimmissiom shall be the body to consider, • comment :upon, or approve any amendments or modifications to this Agreement: 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any.assignment, safe; transferor 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 .Contract Amendments shall be approved in accordance with'Contract Approval Authority Procedure 03.02 or as amended. 3.7 Except where otherwise, expressly noted in this Agreementi 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 Cify 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 Consultanti the. City Manager shall tie authorized, but not required, to. reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall, be in its sole and reasonable discretion. 3.7.4 .Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 0302 or as amended. 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.recehAng 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 or behalf of theCity 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 14 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 intended therefor by the City, and. may not' be relied upon in any way.by the Consultant or any other third party as a substantive review thereof. .ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City has a§tablished a Construction Cost Budget for the Project, set forth in Schedule D.- Consultant shall :design the. Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re -design the Project to the Construction Cost, Budget In accordance with this Article 4, making all revisions necessary to maintain, the Construction Cost Budget. Consultant shall attend. meetings with. the City to review and discuss cost estimates, cost-saving alternatives, and 'implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet .the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide, and/or update the, Statement of Probable Construction Cost at ,each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in a written directive of the Project Administrator. 4.2. 1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the. City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/,1'5%0) of the. Constniction,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 to the Consultants 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 morethan ten percent (10%), the Project Administrator shalt 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 to 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 100% completion of the Bid and 'Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must Includer 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 15 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 Construction Budget by more than five percent (5%), the Project, Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cau'se(s) for the difference and recommend in writing for the- City's approval any modification in the Design Documents necessary to conform to'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 (orotherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Proliable: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 actlon,.as deemed necessary, io 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 asmay 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. 16 DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B413=60 ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services• shall only be performed by Consultant following receipt of written authorization by the Project Administrator [w,hich,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-surn 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; an&an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator, The "Not to Exceed"amount is not a guaranteed maximum cost for the additional Work requested(or, in the case of Reimbursables, for,the expenses), and all costs.applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by "City. 5.2.2. Unforeseen Conditions: Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of .execution of this Agreement (excluding .conditions determined'by all prior studies available.to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City -Requested Revisions to Construction,. Documents: Making revisions to Construction Documents resulting in or from City -requested changes in Scope of Work involving -new program elements, when, such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant: 5.2.4 Expert Witness:. Except insofar as,the Consultant is required by legal processor 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 isnot a party in its own name, that isnot instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.21"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 17 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 Consultant, as part, of the Basic Services, shalt report on the progress the Work, including any defects.and'deficiencies that maybe 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. 5,3 Additional Services may be requested by the City using a Consultant Service Order (CSO):. For each proposed Consultant Service Order, Consultant shall provide the City with a cost proposal on a lump sum or not -to -exceed basis, based on the fee schedule set forth in. Schedule "A-1" hereto.. Pursuant to, City of Miami Beach Procurement Oriiinance, and Citywide Procedure 03.02. '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, proof of payment by the Consultant, 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 Subconsultant's, and courier, postage and handling costs between the. Consultant and its Subconsultants). • Costs for reproduction add preparationof.graphics for community workshops.. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i:e: City permit fees). Reimbursable Expenses and%or Contingency are,allowance(s) set aside by the City and shall include actual expenditures (no markups allowed) made by the Consultant in the interest of the Project, provided such expenses are authorized in, advance by the City. The Reimbursable Expenses and/or Contingency allowance(s); as specified herein, belongs to, and shall' be controlled by the City (i.e� unused portions will be retained by the City,and shall, not be paid to -Consultant). Notwithstanding the above, any. Reimbursable Expenses must be authorized, in advance, in writing, by the'City Manager or corresponding Department's Director. Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting 'receipts and other back-up .material required to support the amount invoiced, and as requested by the corresponding Department's Director). Consultant shallcertify H DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B30060 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." Only actual amounts incurred and paid (requiring proof of payment) by the Consultant shall be invoiced, without any markups and/oradditions. ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Surn" fee for provision of the Services; excluding reimbursable allowances and/or contingency, for'the Project shall be $1,585,812.62, as more fully delineated .in Schedule B hereto. The City has set a reimbursable allowance in an amount no to exceed $25,000, fora total Contract Value of $1,664,012.62 (Base bid of $1,585,812.62 plus Contingency of $53,200.00), The amounts stipulated in Schedule B, exclusive .of Additional, Services,.shalf be paid to the Consultant as follows: Phase Percentage Amount' Upon City's approval of Conceptual Design 22% $333,278.78 Upon City's approval of 30% design documents and DRB approval 16% $256,930.02 Upon City's approval of 60% Design 24% $385,395.03 Upon Citapproval of 90% Design 19%" $305,104.40 Upon City's approval of 100% Construction Documents and Bid Assistance 30/0 $48,174.38 Construction Administration Phase (progress payments as approved by the Cit 160W $256,930.0.1 "The City reserves the right to. fund the contract incrementally as funds are required to pay Consultant for any phase. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval 'of an acceptable invoice by the Project Administrator.. Payments shall be made In proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's. Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted: work.. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project.and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (Whether.sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance in the applicable Consultant Service Order. Any request for payment of Reimbursable Expenses shall also be Included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses: 7.5 ESCALATION: The initial hourly rates set forth in Schedule C shall remain constant for the Initial Term of the agreement: Ninety (90) days prior to expiration of the Initial Term, the City Manager may consider an adjustment to the preceding year's unit costs for the subsequent year. Any such adjustments, if any, shall be based on a corresponding Increase in the Consumer Price Index, for All Urban Consumers; U.S. City average (1982-84=1:00), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to. 19 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161 B4B3DD60 the scope or requirements of the RFQ by the City; including (but. not. limited to) living Wage increases, provided; however, that in -no event shall any annual increase exceed three percent (3%)...In the event that the City Manager determinesthat, 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 'invoioe the City 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 copyof the written approval of the Project Administrator for the requested AdditionalService(s) or Reimbursable Expense(s)shall accompany the invoice. Invoices shall be submitted to the City at the following address: Accounts Payable: payables(a miamibeachfl:gov 717.1 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'SACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or •oth erwise), •correspondence, technical documents, and any other records or documents related 4o 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"j), 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 (whethercompleted 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 Iicensed'to the'Consultant for use and reproduction; shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their:native electronic form.within thirty (30) days of completion of the Services, (or within thirty (30) days of expiration or earlier termination of this Agreement as the,case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The 20 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 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 parry 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. A3 At the City's option, the Consultant may beauthorized, 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 compensatiomto the Consultant. The Consultant shalfbe 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, throughthe 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 Cosf'.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 21 DocuSlgn Envelope ID: 2874FBC4-8703AD6E-8056-5161B4B3DD60 to the Project•Administrator any and all Project documents prepared (or caused .to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The. City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In .addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice.to Consultant, for convenience,.without cause, and'without penalty, when (in its sole discretion) it deems, such termination to be in the. best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator,of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which ,may be due to Consultant pursuant this subsection 10.3, the City shall'. have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully. violates any provisions of this Agreement or unreasonably delays payment of the Services or 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 w(tten 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 ordeis 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 The Consultant shall maintain the below required insurance, in effect prior to awarding the agreement and for the duration of the agreement.. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may ,be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement.. A. Workers' Compensation Insurance for allemployees rof the Consultant as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Consultant be exempt from this Statute, the Consultant and each employee shall'hold the City harmless from any injury incurred during performance of the Agreement. The exempt consultant shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (it) a copy of a Certificate of Exemption. 22 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 B. Commercial General Liability Insurance on an Occurrence basis, including products and completed operations, ,property damage, bodily injury and, personal & advertising injury'with limits no less than $1,000;000 per occurrence, and $2;000,000 general aggregate. C. Automobile Liability Insurance, covering ,any automobile, if vendor has no owned automobiles, then coverage for hired. and non -owned automobiles, with limit no less than $1.,000;000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $4000,000 per occurrence or claim, and $4,000,000 policy aggregate. 11.2 ADDITIONAL INSURED: City of Miami Beach must be included' by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned„ leased, hired or Borrowed in thdJorm,of an endorsement to the consultant's insurance. 11.3 NOTICE OF CANCELLATION: Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance'Compliance Services, 11.4 WAIVER OF SUBROGATION: Vendor agrees .to obtain. any endorsement that may be necessary to 'affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received' a waiver of subrogation endorsement from the, insurer. 11.5 ACCEPTABILITY OF INSURERS: Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions (nay be made for members'of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if. they are licensed and authorized to do insurance business in the State of Florida. 11.6 VERIFICATION OF COVERAGE: Consultant shall, furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and' endorsements are to be received and approved by the City before work commences, However, failure, to obtain the required. documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required. by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing 23 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 agent, EXIGIS, at: Certificates-mianiibeachfaDriskworks.com 11.7 SPECIAL RISKS OR. CIRCUMSTANCES: The ,City of Miami Beach reserves the right.to modify these requirements, including limits, based on the nature of the risk, .prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this sectionor underany other section of this agreement. ARTICLE 12. INDEMNIFICATION AND HOLD.HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees,.agents„ and instrumentalities, from liabilities, damages, 'losses, and costs, including,. but not limited to, ,reasonable attorneys' fees, to the extent caused by the negligence, recklessness,- or intentionally. wrongful conduct of the Consultant and. other persons employed, or utilized' by the Consultant in the performance of this Agreement The Consultant shall pay all claims and losses in connection therewith and shall investigate all claims, suits, or actions, of any kind or nature in the name of the City, where applicable, 'including appellate proceeding's, and shall payall 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 Consultant, 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 shalt 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 24 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161 134133DD60 errors, omissions, or any combination thereof, the Consultant may appeal ttils determination,'in writing, to the Project Administrator. The Project Administrator's decision on all claims; questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is' clearly arbitrary or unreasonable. In the event that the Consultant does .not agree with the decision. of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does notconstitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any ,such breach never exceeds the total amount of compensation/fees :due to Consultant for all Services under this Agreement,, less any amount(s) actually paid by City to the Consultant hereuhder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract• to be limited to the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an ageged breach•'by the City of this Agreement, in an` amount in excess of the total amount of compensation/fees. due to Consultant for all Services under this Agreement, which amount shall. be reduced by anyamount(s) actually paidby 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, asset forth in Section 768.28, Florida Statutes. PURSUANT TO FLA.STAT.ANN. § 558.0035, AN EMPLOYEE OR AGENT OF CONSULTANT MAY INDIVIDUALLY LIABLE FOR:NEGLIGENCE. •ARTICLE 15. NOTICE All written notices given to City by Consultant shall be. addressed to: Capital Improvement Projects. Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 -Attn: Maria Cerna; Division Director 'Ph: 305-673-673-7071 ext 6431 Email: mariacerna(cDmiamibeach0.00v 25 INDIVIDUAL NOT BE HELD DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina T. Hudak, City Manager Ph: 305-673-7000 ext. 26486 Email: alinahudakCc@miamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to: Jeffrey Huber, Principal 1147 NE 71 Avenue, Ft. Lauderdale, FI. 33304 Email: huber(a)brooksscarpa.com With a copy to: Angela Brooks, Principal 3929 W 1391h Street, Hawthorne, Ca 90250 Email: brooks(cDbrooksscarpa.com All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 16.2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of "Consultant' as defined in Section 119.0701(1xa), the Consultant shall: 16.3.1 Keep and maintain public records required by the City to perform the service; 16.3.2 Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; 16.3.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; 16.3.4 Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall 26 DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet, all applicable requirements for retaining public records, All records stored electronically must be. provided 'to the City, upon request' from the City's .custodian of public records, in a fofmat that is compatible with the information technology systems of the. City. 4,6.4 REQUEST FOR RECORDS;' NONCOMPLIANCE: 16:4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records. to the City or allow the records to be inspected or copied; within a reasonable time. 16.4.2 Consultant's failure to comply with the City's request for records shall constitute a Breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally Terminate the Agreement; (2) avail itself of the remedies set forth under.the Agreement; and/or (3) avail itself of any available remedies at law or in equity. 16.4.3 A Consultant who fails to provide the public record's to the. City within a reasonable time maybe subject to penalties under s. 119.10. 16.5 CIVIL ACTION: 16.5.1 If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement,. including reasonable attorneys' fees, if: A. The court determines that the Consultant unlawfully refused to comply with the - public,records request within a reasonable time; and B. At least 8 business days"before filing the action, the plaintiff provided written notice of the public records request, Including a statement that the Consultant has not complied With the request, to the City and to the Consultant. 16.5.2 A notice complies with subparagraph (16.5.1)(b) if it is sent to the City's Custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage. or shipping paid by the sender and .with evidence of delivery, which may be in an electronic format. 16.5.3 A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 16.6 IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 27 DocuSign Envelope ID: 2874FBC4-87C3J06E-BD56-5161B4B3DD60 CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO(d,)MIAM[BEACH FL.GOV PHONE: 305-673-7411 ARTICLE 17 INSPECTOR GENERAL AUDIT RIGHTS 17.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. 17.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 17.3 Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 17.4 The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back -change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll 28 DocuSign Envelope ID: 2874FBC-87C3-4D6E-BD56-5161B4B3DD60 and personnel records and supporting documentatlon.for the aforesaid -documents and records. 17.5 The Consultant shall make available at its office -at all reasonable times the records, materials,, and `other evidence regarding the acquisition (bid preparation) and performance of this contract, for examination, audit, or reproduction, until three (3) years after final payment under this contract or for any longer period required by statute or by other clauses of this contract. In addition: A. If this contract is completely or- partially terminated, the Consultant shall make available records relating to the work terminated until .three (3) years after any resulting final termination settlement; and B., The. Consultant shall make available, records relating to appeals or to litigation or the settlement of claims arising under or relating to this contract until such appeals, litigation, or claims are finally resolved. 17.6 The provisions in this section shall apply .to the Consultant, its officers, .agents,, employees„subcontractors and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by, the Consultant in connection with the performance -Of this contract. 17.7 Nothing In, this section shall impair any Independent right to the City to conduct audits or investigative activities. The provisions, of this section are neither intended nor shall they be construed to impose any liability on the City by the Consultant or third -parties. ARTICLE 18. MISCELLANEOUS PROVISIONS 18.1 VENUE AND WAIVER OF JURY TRIAL: 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. 18.2 EQUAL OPPORTUNITY EMPLOYMENT GOALSINO DISCRIMINATION: 18.2.1 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. 18.2.2 Additionally, Consultant shall comply fully with the City of Miami Beach Human Rights. Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, 29 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 ancestry, height, weight, domestic partner status, labor organization membership, familial, situation, or political affiliation.. 18.3 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 Cityfor 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 Consultant, supplier, subconsultant, 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 1864 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 thana bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent uponor 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. 18.5 LAWS'AND REGULATIONS: 18.5.1 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. 18.5.2 PROJECT. DOCUMENTS: In accordance with Section 119.071 (3) (b) Florida Statutes 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 records; photographing public records;. fees; exceptions), and s. 24(a); Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager; may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or Consultant 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. 18.5.2.1 In, addition to the requirements in this subsection 18.5.2, the Consuitant.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. 30 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 18.5.2.2 The Consultant and its subconsultants agree in writing that the Project Documents are to be kept and maintained in a secure location: 18.5.2.3 Each set of the, Project Documents are to be numbered and the whereabouts of the documents shall be tracked at all times. '18.5.2.4 A log is developed to track each set of documents logging in the date, ,time, and name of the indi.vidual(s) that work on` or view the documents. 18.5.3 E-Ved 18.5.3.1 Consultant shall comply with Section- 448,095, Florida Statutes, "Employment Eligibility" ("E -Verify Statute"), as may be amended from time to time. Pursuant to the E -Verify Statute, commencing on January 1,, 2021, Consultant shall register with and use the E -Verify system to verify the work' authorization .status of all newly hired employees during the Term of the .Agreement, Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's &Verifysystem to verify the employment eligibility of alt new employees hired by the subconsultant during the contract Term: If Consultant enters Into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such.affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. 18.5.3.2 TERMINATION RIGHTS. A. If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall. terminate this Agreement with Consultant for -cause, and the, City shall thereafter have or owe no -further obligation or liability to Consultant. B. If the City has a good faith belief that a subconsultant. has knowingly violated the foregoing Subsection 18.5.3.1 but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the agreement with the subconsultant. Consultant's failure to terminate asubconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's Agreement for cause. C. A contract terminated under the foregoing Subsection (A) or (B) is not in breach of contract and may not be considered as such. D. The City or Consultant or a subconsultant may file an action with the Circuit ,or County Court to challenge a termination under 31 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 the foregoing Subsection(A) br (B) no later than 20 calendar 'days after the date on which the contract was terminated. E. If the City terfninates the Agreement. with Consultant under the foregoing Subsection (A) Consultant may not be awarded a public contract for at least 1 year after the date 'of termination of this Agreement. F. Consultant is liable for any additional costs incurred by the City as. a result of the termination of.this Agreement under this Section 18.5.3. 18.6 FORCE MAJEURE: 1.8:6:1 A "Force Majeure" event is an event. that (i). in, fact causes.a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation; and (iii) is not due to an intentional act, error, omissicn,•or negligence of -such, party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force -Majeure may include events such as war, civil insurrection, riot,. fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes; earthquakes, or other acts of God which prevent, performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. 18.6.2 If the City or Consultants performance of,its contractual obligations is prevented or delayed by an event believed. -by to be Force Majeure, such party shall: immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen (1ti) businessdays thereof, provide 'notice of (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such, party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeureevent is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. 18,6.3 No party hereto shall be liable for its failure to carry out -its obligations under the Agreement during a period when such party, is rendered unable, in whole or in. part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance_ and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. 32 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD80 1816:A Obligations pursuant to•,the Agreement that arose before the occurrence of a 'Force Majeure event causing the suspension of performance. shall not be excused as a result of such occurrence unless such occurrence, makes such performance not reasonably possible. The obligation3d pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure everit shall not be subject to the Force Majeure provisions. 18:6.5 Notwithstanding, any other provision to the contrary herein, in the event of a Force ,Majeure occurrence, .the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard'to the notice. requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated,.pursuant to this Section, Consultant shall be paid for any Services. satisfactorily performed up to .the date of termination; following which the City shall .be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event•will any' condition of Force Majeure extend this Agreement'beyorid its stated term. 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. 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, 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. Compliahce 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. 113:8 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 Commissions. which consent, if given at all, shalt 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. 18,9 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. 18.10 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. 33 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56.5161B4B3DD60 '18.11 INTENT OF AGREEMENT: 18,11.1, The intent of the Agreement is for the'Consultant to provideall necessary items for the proper completion of the Sevices. The Consultant shall perform, as 'Basic Services; such Incidental work which may:not' be specifically referenced, as necessary to complete the Project:. ' 1$:11.2 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 if 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. 18.11.3, 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' waiverof any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 18:11.4 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 fromthe terms hereof shall be .predicated upon any prior representations or agreements whether oral or 'written.. It is furtheragreed that no modification; amendment or alteration -in the.terms or conditions contained herein shail'be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. [BALANCE OF.PAGE INTENTIONALLY LEFT BLANK] 3,4 DoouSign Envelope ID: 2874FBC4-87C3.4D6E-BD56-51618483DD60 DowSign Envelope ID: D9E2B326-1BF4-4E50v1150-D98572840465 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 L n<C b, f. Graua�o 251a sc Rafael E. Granado, City CLerk 3/15/2022 1 3:08 EDT Date Attest Signature/Secretary Lawrence Scarpa, FAIA, Principal Print Name Feb 28, 2022 Date CITY OF MIAMI BEACH L_ Alin . udak, City Ma ager BROOKS + SCARPA ARCHITECTS INC. l` W 'J Signature/President Angela Brooks, FAIA, Principal Print Name APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 35 *71nuornDy �—��� DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 SCHEDULE A SCOPE.OF SERVICES 36 DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 SCHEDULE SCOPE OF SERVICES 41" Street Corridor Revitalization Project City of Miami Beach PROJECT AREA The PROJECT area shall encompass the portion of 41st Street, between Alton Road and Pine Tree Drive, and that portion of all intersecting roads, between Alton Road and Pine Tree Drive, North to 42 Street and south to 40 Street, see Limit of Work diagram below. The design limits are within the R/W of 41st Street only. The project area also includes cross street extending to the north and south as Identified below. The improvements will tie into the existing roadway facilities at each end of the project limits. d L_p 11 Limit of Work Diagram PROJECT OBJECTIVE AND DESCRIPTION Over the years 41" Street has waned as other signature areas of Miami Beach; Ocean Drive, West Avenue, Lincoln Road, and Collins Park; have developed into vibrant districts centered on tourist and residents alike. Although 41" Street is the "Main Street" of the Mid Beach/Bayshore/Nautilus Neighborhoods, the street has primarily become a corridor motorist drive-through to get to other destinations. The City of Miami Beach has taken aggressive measures and countless planning exercises for the corridor that have resulted in an approved Conceptual Streetscape Design completed in early 2021. 41" Street deserves to be a signature destination and any plan for improvements to 41" Street will have to serve the businesses, multi -modal transit options, and pedestrians while creating a more resilient streetscape capable of mitigating heat and increased flooding while galvanizing a sense of place. The 41" Street Corridor Revitalization Project (PROJECT) redesign shall prioritize pedestrians rather than vehicular traffic by creating spaces for outdoor dining and congregation, and accommodations to travel comfortably on foot, bike, bus or car, and related infrastructure. Work shall include the Design, Bid and Award, and Construction Administration Services for the PROJECT and preparation of associated contract documents that will allow the City of Miami Beach (CITY) to advertise, bid and award a contract for the construction services. In accordance with the City's Sustainability and Resiliency initiatives and standards, the PROJECT design and engineering shall Integrate materials and methods that promote environmental quality, economic vitality, and social benefit of the built environment through best practices in design. The approved Conceptual streetscape Design (dated 5 March 2011, provided in the BID 1011 -196 -ND package, and attached as pages 70-134 to the 1 -REVISED 2022-02-22 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161 B4B3DD60 RMJ shall serve as a basis for Phase One — Conceptual Design. She City of Miamf Beach has previously undeRaken a lengthy publicengagement process. and 'public outreach forthe previously approved Conceptual Streetscape Design, therefore these efforts will not be duplicated., in Phase One, unless specifically noted below. Work required under this Scope. shall comply with the approved Conceptual Streetscape Design and shall include, at a minimum, the following amenities: • Enhancement of pedestrian walkways and creation of outdoor dining areas and seating i Modifications to the existing planters and on=street parking Provide bike lanes • Specialty lighting for Oases and Upgrade/Retrofitof Existing Lighting within the Walk areas ;-Crosswalk shortening and enhancements • Milling and resurfacing of pavement surfaces, including striping, and pavement markings as needed • Utility coordination, adjustments, and modifications. No upgrades on utilities other than to accommodate this project. Planting and Irrigation Incorporate public art along 41"Street • Provide gateway, features at both entrances of 41st Street corridor, specifically at Alton Road and'Pine Tree Drive. • Coordination of bus shelter location and placement (alteration of design not included) • Limited lighting and signalization modifications may be included per described scope In Section 2.19(i) • Limited Environmental investigations may be Included per Section 1.12 • Sub -surface Utility investigations are Included utilizing Quality Level "B" Ground -Penetrating Radar (GPA) and Quality Level "A" Soft Digs, of up to 12 soft digs. The following items are not included in the Bask scope ofservicesr. + Resident Project Representative (RPR) (see Scope in.5ection 4.21 and fee In Compensation Schedule) Brooks+Scarpa Architects, Inc, has provided the following conceptual approach to the PROD ECT: FROM A CORRIDOR TO A SERIES OF :'WALKS AND OASES" Based on Brooks + Scarpa Architects, Inc. (CONSULTANT) team's experience, and expertise, the tentative PROJECT approach is referredto as, Walks and Oases, and will address the needs described by the approved Conceptual Streetscape Design, while allowing for enough flexibility to address the complexities and nuances that will undoubtedly arise during.the design and,eng!neering process. The approach will develop key nodes and gateways, referred to as Oases, at key locations while minimizing. improvement costs for other areas of the corridor, the Walks. The Walks would maintain the Royal Palm canopy and upgrade hardscape and sofiscape surfaces, as well as serve to connect the Oases, where investments in lighting, planting, hardscape, and.slte' furniture can be intensified. These areas would also advance Green Infrastructure features to enhance ecosystem services within the corridor. Ecosystem services will be critical and work to support the Urban Heat Island Ordinance and Sustainability Plans. This approach and methodology will further serve to minimize costs and schedule Impacts while allowing for a potential phased construction strategy. Social and cultural approaches that celebrate history and make cultural and community connections will also be developed, as Well as multimodality including bicycle and pedestrian activities. BASIC SCOPE OF SERVICES The CONSULTANT'S Basic Scope of Services consists of various tasks, including surveying, geotechnical analysis, planning, design, and construction documents, bidding and award of Contract for Construction, Construction Administration, and Additional Services (as may be approved), as further described in the Scope of Services below. There are allowances for certain Items included under Basic Services as described below. 2_REVISED,2022-02-22 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 The Scope of Services includes the foil owl ngconsultantservices: • Landscape Architecture (Brooks +Scarpa Architects, Inc.), • Architecture(Brooks +Scarpa Architects, Inc.) • Engineering Services to include Civil Engineering, Traffic Engineering, Electrical Engineering and Structural Engineering. The proposed improvements are to be designed solely within the existing right-of-way, • Structural Engineering limited to two (2) Gateway features and four(4) other features (Stantec Consulting Services) • Signal Timing Plan Review, Leading Pedestrian Interval (LPI) Analysis, New Crosswalk Evaluation, Traffic Data Collection, and Signal Warrant Analysis: (Stantec Consulting Services) • Construction Cost Estimating limited to five (5) total (CPM North America) • LandSilrveying (Longitude Surveyors LLC) • Geotechnical Engineering Tierra South Florida, Inc.) • Lighting Design limited to the Oases areas only (Horton Lees Brogden Lighting Design, Inc.) IrrigationDeslgn (Masuen Consulting, LLC) v Certified Arborist (Lisa Hammer, RCA) i Parking Consultant Services (Delman Design Management) Any consultants not specifically stated above are not included within this agreement. The Scope of Services shall include conceptual drawings; surveyMg, geotechnical, design development, estimates of probable construction cost, .construction documents, phasing and implementation plans, material selection and specifications,construction staging planning, scheduling, permitting, bidding/award, and construction administration services forthe PROJECT as outlined within the Tasks below. The CONSULTANT shall prepare presentation materials to illustrate the final design and participate in publicoutreach and regulatory agency review meetings. The PROJECT will be designed and permitted as one project. PROJECT TASICS AND DESIGN LIMITS PHASE 1: Conceptual Design including Inventory & Analysis, Geotechnical and Surveying PHASE 2: 305$ Design Documents and DRB Review '60%Design Documents and Permit Submittal 90% Design Documents PHASE•3: 100% Construction Documents& Bidding PHASE 4: Construction Administratlan 1.0— PHASE ONE -CONCEPTUAL DESIGN (with Inventory &•Analysis, Geotechnical and Surveying) The CONSULTANT shall provide Conceptual Design Documents based on the approved Conceptual Streetscape Design (doted S March 2021, provided in the BID 2021 -196 -ND packoge,"ond attached as pages 70-134 to the RFOPmutually agreed upon program, schedule, and budget for the Scope of Wprk that has been Identified as 9 million dollars. The documents shall establish the conceptual design of the PROJECT, illustrating the scale and relationship of the PROJECT components. The Conceptual Design Documents shall include: 1) conceptual streetscape (master) pian and 2) preliminary planting/hardscape plans, 3) sections, 4) elevations. The CONSULTANT shall prepare, for approval by the CLIENT, Conceptual Design Documents consisting of drawings and other documents Illustrating the scale and relationship of the PROJECT components, conceptual streetscape planningideas showing the possibility of siting strategies and layout of streetscape. plans, elevations, and Indication of material finishes. 1_1 The CONSULTANT has created a pool of 60 hours for meetings with the CITY and other city representatives. This Includes CIP and Public Works Staff, General Obligation 'Bond meetings and -presentations, as well as the Mayor's 41115teet Committee Meeting attendance and presentations. 3 REVISED2022-02-22 DocuSign Envelope ID: 2874FBC4-87C3-406E-BD56-5161B4B3DD60 ,1.2 The CONSULTANLhascreated�a pool of 60 hours for. meetings with PROJECFstakeholders as defined by the CITY. This includes meetings.wlth community, public and local, businesses along 410 Street that shall be directly Impacted by the project or identjffed as a key, project stakeholder. It Isestimated that, 40-45 businesses will be directly engaged: Community/eastness meetings will be planned to occur per block to allow for clear understanding of impact and needs to be addressed an a per block basis within the seven - block streetscape plan. L3 Interviews/Outreach — The CONSULTANT will meet and present to project stakeholders and conduct INTERVIEWS with key business leaders and Mayar's 4V rCommittee.. 1A The CITY will be responsible for all meeting agenda 'during the Conceptual Design Phase; The CONSULTANT shall maintain meeting,minutes and have a representative at all meetings. 1_5 Site Analysis/Project Area —The CONSULTANT will visit the site as needed to analyze the existing site conditions, surrounding land uses, views, eta, and 4o ascertain how the CONSULTANT will affect the approved Conceptual Streetscape Design (dated 5 March 2021, provided in� the AiD 202J -196 -ND package,and attached as pages 70-134 to the RFQ)'and recommended adjustments. L6 Due Diligence activities Involving establishment of CADD files and other as built documentation,. !.I. Cgnd Surveying. Topogrophic/Tree,Survey and Sub -Surface Utility Engineering Investigation — Survey and SUE Information is to be provided by the PRIME through Longitude SurveyorsSUBCONCULTANT in an electronic format suitable for incorporation Into the project drawings, CONSULTANT will confirm Scope and Area with CITY and furnish all relevant site data, including certified surveys with existing tree and "palm Information (location, height, trunk.ci ameter, canopy spread) and topographical elevations, utility and utility easement locations, and architectural plant. Survey is to,be provided by the'CONSULTANT in an electronic format suitableforincorporation Into the projectdrawings. Signed and sealed hard copies, Will be provided by the surveyor as needed for permit submittals. '.Sun Surface Utility Engineering (SUE) Quality Level'B" Designation Services: Surveyor will designate the .area using surface detection equipment such as: Electromagnetic Locator and Ground Penetrating Radar (GPR),. Please note factors such assoil composition, moisturel.and the type and depth. of utility controls the effectiveness of the GPR, Saturated soils severely limit the effectiveness of the GPR signal. In addition; .confined or obstructed areas that restrictthescanning pattern can impede the data callected and reduce the accuracy of the desired results. Any designated utility.lines,provided will be within 2 -feet horizontally of either side of the depicted line. The depth" of GPR Is estimated to reach between one and ten feet depending on site conditions, Quality Level ''B" data comes. from surface geophysicalmethods that precisely locate the position of utilities within a particular area. The primary purpose of this process,also known as. "designating," Is to correct inaccurate utility records, including missing references and 'unrecorded' facilities. Theproper selection .and -use of geophysical .techniques are 'critical for the classification of Quality Level"B" data since these are key factors in determining the accuracy of this type of data. Sub -Surface Utility Engineering (SUE) Quality Level ."A"Soft-Digs,.Surveyorrwill provide.Quality Level "A" Subsurface Utility Engineering (SUE) services at twelve (12) locations, to'be determined at time of Notice to Proceed (NTP); which. includes the horizontal position and elevation of the top of utility, size, type of material, direction,along with pictures and completed Vacuum Excavation Reports. Surveyor will locate Soft -Digs by GPS using the Horizontal Datum NADg3%2011 adjustment and NAVD88.-Vertical Datum; unless CITY provides other Datum to be used at timeof Notice to Proceed (NTP). It is assumed that Soft Digs will be Included in subsequent. phases as design drawings progress and identify key locations needed for confirmation of precise utility locations that may Influence development of a design solution to avoid existing utilities. 4 REVISED 2022.02-22 DocuSign Envelope ID: 2874FBC4-87C34DGE-BD56-5161B4B3DD60 11.8 GeotechnicalSubsurfgce lnvestigotlon-Geotecfinlcal lnformatlon is to be provided by the PRIW through TSF Geo SUBCONCULTANT in an electronic format suitable for incorporation, Into the project dravvings. Signed and sealed hard copies will, be provided by the Geotechnical Engineer as needed for -permit submittals. The following field testing is included: (a) Roadways -Twenty (20) Asphalt Cores are Proposed. Asphalt, base and stabilized subgrade material will bedocumented. The scope"Will provide a minimum of two cores on each roadway section, (b) Roadways -At each core location a Standard Penetration Test (SPT) Boring will be advanced'ta approximately 6-feetbelow grade, a total of twenty (20) (c) Drainage -One (1) Borehole Permeability (BHP) Test Is proposed for every 4W boring along the project alignment, for a total of five (5) BfiPs 1.9 CONCEPTUAL STREETS[APEPLANS—A total of two (2).Conceptual Streetscape Plans at 1/16" = P-0" with sections and elevations shall be developed, The Conceptual Design Documents will reflect and build upon the approved Conceptual Streetscape Design (doted 5March.2o21, provided in the BID 1021 -196 -ND package, and attached as pages 70-234 to the:FEQ) with the understanding that the CITY and community wantto move forward with Implementation and design development. The concept plans shall include: a. Planting Plan w/ Plant Specification Schedule, b. Hardscape Plan. Paving/Hardsurface Features (Walkways, seat walls, planters, etc.) C. Street Art, Bus Shelter Locations, and otherElements. a.. Street Lighting. e. Street Furniture A total of two (2) concepts will be developed for review and presentation., One (1) prelimloary cost estimate utilizing parametric data will be prepared for the two.(2) concepts. The concepts and cost estimation will be presented to. PROJECT stakeholders for review and consensus building. One (1) final - concept plan, will be selected ora hybrid of the two concepts through outreach and engagement with PROJECT stakeholders 1.10 Computer generated images and animation of the proposed design shall be developed. up to three (3) renderings maximum for the finalconcept plan. In addition, an animation video of the seven -block streetscape will also be produced and showcase final concept design. Animation will show eye -level and fly through of seven -block streetscape. Multiple still image renderings•shall be captured from the video animation of the PROJECTas needed by CITY to represent entire seven block design. 1.11 Cost Estimating — Cost estimating information- is to be provided by the PRIME through CPMNA SUBCONCULTANT In an electronic format suitable for Incorporation into the project drawings. Within this phase the conceptual cost estimate will be Class 4 Level estimate utilizing a methodology that accounts for parametric modeling appropriate for the level of design detail In this phase. 1.12 Environmental Investigations—The CONSULTANT shall provide limited Environmental Investigations to establish potential issues within the corridor. ,(a) The CONSULTANT may,conduct a limited roost survey to Identify potential roosting and foraging habitat for the Florida bonneted bat within -the project corridor. We anticipate a one -day field' survey followed by preparation of a Species Analysis memo and associated figures. The memo will address the survey findings for the Florida bonneted bat survey as well identify any additional threatened and endangered species that may occur in the project corridor. We anticipate that 5 -REVISED 2022.02-22 DocuSign Envelope ID: 2874FBC4-87C34D6E-BO56-516l B4B3DD60 based on the scope of work consultation ivlththe US Fish and Wildlife Service will hot be required: (b) The CONSULTANT'1vi11 cogduct,a:P.hase I Contimination_A'ssessfnent of.the sites adjacent to and! 'within SOD feet of the project ;corridor.. It is anticipated that 17 sites will require evaluattonfor potential contamination. We.wlll conducts desktop review based on existing agency Information ,to identify site history and contamination, potential. A,sRe visit wlll'be conducted to,verity the desktop review and Identify additional potential sites not Included In,the Mlaml-Dade County or FDEP database. Hesultswill be compiledlnto a'report with associated figures. This effort.does.not -lndude act ual sampling•for,groundwater or soil contamination or preparation of a sarripfing plan. This. would be considered additional scope and' can be completed with a ;contract. amendment. 1_13 Traffic Engineering Studies/Analysis The'CONSULTANT shall provide,Traffic Engineering studies to support the planning for potential Improvements primarily related to pedestrian improvements .based on conceptual design. Any additional trafficstudy requirements identified by Miami -Dade County and FOOT. are not included In this proposal .and would be.considered an additional service. (a). Signal Timing Plan Review -The CONSULTANLwill review the existing signal timings plans of -the. 7 signalized Intersections and, signalized,miciblock crossings- along the project corridor to determine If the timing Intervals nieet minlmum,criterla for pedestrian phase, yellow change,.and, red clearance. The Consultant wR Also identify signal timing and phasing features such as the presence of Leading Pedestrian Intervals (LPI), recall modes, pre -timing,, coordination, and actuated features. This effort will also Include a review ofthe,geometric and operational features; such as posted speed limit .and crossing_. dlstances. The signal timing,. plan revlew will be documented in a memorandum. (b) Leading Pedestrian Intervol ,(LPI) Analysis - UPI Is also :known as "pedestrian. head start" or "delayed vehicle greeP that gives pedestrians in .advance "Walk" signal. indication before a concurrent green signal is provided to vehicles..This will allow pedestrians to establish a presence, In the crosswalk, thereby increasing the visibilityo6,pedestrians' to. drivers and potentially reducing conflicts With turning vehicles, LPI has been recommendedr as,a countermeasure to reduce pedestrian—vehicle dashes at signa112ed intersections: The Consultant will determine the applicability of, LPI during AM and PM peak hours at the 7 signalized intersections along the project corrklori- - 41st Street and Alton Road • 41st Street and Meridian Avenue. • .41stStreet And Chase Avehue • 41st Street and Prairie Avenue 41st-Streat and Royal Palm. Avenue • 41st Street and-Sheridan'Avenue • 41st Street and.Pine Tree Drive The CONSULTANT will coordinate'with Miami -Dade County on the study requirements: The, CONSULTANT will collect and evaluate crash data, review intersection geometry, collect intersection turning movement count data, identify school crossings, and conduct field observations. This -evaluation will be in accordance wFh the FOOT Traffic Engineering Manual. The analysis will be documented in a memorandum. (c) New crosswalk Evoluotion -The CONSULTANT will conduct An engineering study to validate the 6—REVISED 2022,02-22, DocuSign Envelope ID: 2874FBC4-87C3-406E-BD56-5161 B4B3DD60 need fora new crosswalkat up to 3 locations along the project corridor. The CONSULTANT will coordinate with FDOT and Miaml-Dade County to determine study requirements. The study will Include an evaluation of crash data, identification of generators. and attractors, pedestrian demand data.collection (2.'dntersectlons,per,potential midblock location), and a review of geometric characteristics, stopping slght.distance calculations, roadway.11ghting, traffic demand, transit demand, and field observations., The CONSULTANT will determine the applicability for beacons and signals such as Yellow Flashing Beacons, Rectangular Rapid Flashing Beacon (RRFB), PedestrianHybrid Beacon; and traffic signal control. The results will be documented in a memorandum: (d) Traffic Data Collection -The Consultant will 'subcontract for traffic data collection services. The. data collection may include the following: Turning Movement Counts(TMCs) at7locations during the AM and PM Peak period 48-hour Average Daily Traffic (ADT) counts at 3 locations Pedestrian survey at 6 intersections. (e) 51gnal Warrant Analysts- The Consultant will conduct a Signal warrant study of up to 3locations along the project corridor, basedon the results of the new crosswalk evaluation as well as .coordination with the City of Miami Beach, Mfaml-Dade County, and FDOT: The analysis will be In accordance with the FDOT Manual on Uniform Traffic Studies (MUTS) and Traffic Engineering Manual 1.14 Please note that the scope of this proposal does not Include any lane reduction studies In the event these limitations will be exceeded; CONSULTANT shall request an Additional Service and provide a lump -sum cost proposal based on the Schedule C Fee Schedule for review and approval by CITY. Task Deliverables: • Electronic report In POF format outlining key findings, images (photographic documentation) and mappings of Inventory and analysis tasks, Interview and meeting outcomes, and community engagement activities. This document will serve as the basis for conceptual design and master planning activities- • Electronic Survey in CADD and PDF Signet{ and Sealed • Electronic Geotechnical Reports In PDF.Signed and Sealed • Electronic drawing package in PDF format outlining.three concepts. • Electronic drawing package in PDF format outlining FINAL conceptual plan. 2.0 PHASE TWO —30% 60%, 90% DESIGN DRAWINGS The CONSULTANT will prepare construction and permit documents for the design and construction of the PROJECT in compliance with the approved Conceptual Design. Submittals consisting of plans and construction cost estimates shall be provided at30%, 60%, 90%, and 100% completion for review and approval'bythe City: Specifications, front end documents, and Structural calculations shall be provided at 90% submittal only. The CONSULTANT will continue development of Design and Construction Documents of the concepts developed in the previous Task 2. The purposeof this task. Is the preparation of 30%, 60%,90% Design Documents and 100°% Contract Documents for the PROJECT, Including but not limited to:. 2_1 Drawings, specifications, and front-end documents incompliance with CITY standards and as reviewed and approved by the CITY, 7 REVISED 2022-02.22 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 2_2 The CONSULTANT shall provide 30 hours of meetings andpresentation time as part of the Development Review Board (DRB) application orocess,40s understood thatahis process will require several rounds of revisions and review of traffic studies, as well as a presentation In front the DRB and.any further coordlnatjpnwith the CITY. 2_3 The CONSULTANT shall establish and'maintain an in-house Quality Assurance/Quality Control (QA/QC) program• designed to verify and, ensure the quality, clarity, completeness, and constructability of its contract documents. In addition, the, CONSULTANT shall follow City standards for the preparation of contract documents, inclusive of drawings, specifications, front-end documents, and cost estimates. 2_4 Establish procedure with regards to constructability, and value engineering reviews. Contract documents shall be subject to Constructabillty and Value Engineering reviews by CITY and/or others. The CONSULTANT iwillsdlve to meet established'PROJECTbudgets at allophases of design,.and If needed; may adjust project scope as may be deemed necessary to meet estaolished'project:budgets. •2_5 CONSULTANT shall follow established submittal and review processes for each of the agencies having. jurisdiction,, including Florida Department of Transportation (FDOT), and shall schedule submittals. CITY has requested that the Design Review Board (DRB) review occur at 30% Design Documents and FDOT at 60% Design Documents. •2_6 Prepare submittal and obtain approval from DRB. Presentation formats for review submittals shall be prepared for the City's Design Review Board (DRB) at 30% (Design Development Phase) completion stage. There shall be no substantial redesign beyond DRB approval. If redesign Is required beyond DRB approval, CONSULTANT shall, request -an -Additional' Service and, provide a lump -sum • cost -proposal based'on the Schedule C Fee Schedule for review and approval byCITY. 2.7 Address revisions or comments to the contract documents based upon input received during the ORR meetings, submittal reviews, regulatory reviews,community meeting,' or jurisdictional reviews. 2_8 Review contract documents WthJurisclictional permitting agencies prior to finalization. 2_9 The CONSULTANT:shall attend and participate In two (2) community design presentation/review meetings In total during this phase. 2.10 The CONSULTANT shallattend' .and participate in. four (4) 41" Street Committee design ,presentation/review meetings, one at each of the following four submittals: 30%,, 60%, 90% Design Documents and 100% Construction Documents. 22 11• Plans shall include all necessary drawings and technical specifications needed to construct the. improvementsand shall have defining documentation of what is authorized and approved, Documents "shall not be developed in mulkiple packages, but will be developed as one drawing package, with potential "construction phasing within, it. 2.12 Drawings and other documents to fix and describe the size and character of the PROJECT as to streetscape materials and such other elementsas may be appropriate. 2_13 Construction Scheduling will be developed to limit project impacts in coordination with the CITY. .2.14 Construction Scheduling/ Project Phasing will be agreed upon at tKe 30% plans and remain," constant throughout the remainder of plan development. 8 REV15ED 2022-02-22 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 _2,15.; One set of construction'plans,.and biddingdocuments shall he prepared to accommodateconstruction of the improvements in ones] agle construction contract. 2.16 Environmental Permitting Services - This proposal includes base services for limited Investigative work inclusive of listed species an& potential, contamination a's outlined above. Base services do not include .testing, sampling, permitting orremediation services for any determinations from those investigations. 3:17 Plans and Design Submittals: (a) Review Plans: All plans submitted to the CITY for the purpose of, 90% and 100%review will be 11" x 17" in size. Plans submitted for the, Final completion interval shall be 11" x 17" in size and shall be to the scale as determined by the governmental entities listed in section 3.4 herelm During the design stage the CONSULTANT shall submit the following: Four (4) sets of progress plans .for review by the :CITY at '30%, 60'Y•, 90% and 100% completion Nteryals, (b) Final Plans, All final design plans shall be 11" x 17" in .size and all adopted scales shall be as outlined below. Aerial photographic base maps are not required.. The. 'CONSULTANT shall. submitthefollowing final plans,for the Project: • Two (2) set of prints and technical specifications signed and sealed in accordance, with applicable Florida Statutes. The final signed sets will also be updated to include any Addenda prior to construction. • CO with AutoCAD compatible files Design Computation Computation Documents: The, following record documents shall, be submitted to the CITY by CONSULTANT or Sub -Consultant as applicable; at the time of Rnal acceptance or otherwise as noted elsewhere In this scope of services document; neatly bound In an 8 1/2" x 11" format.:All review comments made on design documents or reports submitted as.listed below shall be responded to and incorporated Into the documents as applicable and such documents or reports shall be resubmitted to the CITY at the following design Interval submittal date as requested. All plans, specifications, and/or reports prepared or obtained under this Agreement shall be coos(dered Works made for hire and shall become the property of the CiTY ane shall be: made available, upon request, to the CITY at any time, 2.18 Specific design andconstructlomreferences,aidsandstandardsshallInclude,butwillnotnecessarilybe limited to the materials Ilsted below. These design reference materials shall be the latest edition materials. in effect at the time of performance of the Services Agreement fo'r the project. (a) City of Miami Beach Public Works Manual (b) Miami-DddePubl(CWorks Manual (c) ManuafgfUniform MinimumStandards for Deslgn;Construction,. and Maintenance for Street ohd Highways, latest edition (Florida. Green Book) (d) FOOT Drainage Manual (e) FOOT Basis of Estimatesand Computations Manual (f) FDOTStandard5pecificztionsfor Road and Bridge Construction (g) Manual on Uniform Traffic Control Devices 9 REVISED 2022-02.22 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 (h) Current FDOTRoadwayDesignstandards indexes (i) Utility .Manual (Volume l-UEilities);and;AWWA Standards '(j) AASHTO Policy on Design of Urban Highways and Arterial Streets (k) FDOTGeotechnkal Guidelines (1) SFWMD Standards (m) FDOTStructure Design Guidelines 2.19 Streetscape Plans, elevations; and sections at -1/4" = T -D" oras deemed appropriate in CADD format to Illustrate the design. Subject plans shall Include design and construction. requirements .for the roadway improvements, drainage improvements, utility adjustments, signing. and pavement marking; and other incidental design items Within the Project limits as it relates to the following. disciplines: (a) TREE MANAGEMENT PLANS—Proposed preservation, transplanting and removal of all large (over 4" caliper) existing trees and palms per DERM requirements. (b) PLANTING PLANS- Will consist of type& location of all existing and proposed planting material.A Plant List for size and quality shall be' provided. (c) HARDSURFACE PAVING/FEATURES .PLANS — will Indicate the location .and materials o6 paved surfaces (in coordination with STANTEC), wal%,raised planters, ancimther approved site features. Grading coordination. -(d) LIGHTING PLANS— Preliminary fixtUre'•and lamp type and.locition recommendations for site lighting. Specialty lighting at nodes/Oases included With photometric _analysis; however no other specialty lighting desTgn.is Included In.the Scope of Services. (e). FURNIT,URE -PLANS — will indicate type and location of various site furniture elements, including tables, chairs, benches,. umbrellas, Waste receptacles, and planters. (f) ROADWAY DESIGN PLAINS — Roadway .Design and EDs for the implementation of hardscape improvements proposed in the Master Pian. (g) DRAINAGE DESIGN PLANS — Drainage.Design and "CDs as it relates to Improvements that are required for additional collection and/or re-routing of existing flows to the existing system. This proposal'assumes that the existing neighborhood drainage and outfall inadequate and does not .Include any area upgrades for collection; treatment,pumping or disposal of stormwater. (h) SIGNING AND PAVEMENT MARKING PLANS — Signing and'Pavement Markings for customary signing and pavement markings within the project limits and transitions to existing conditions as needed: (I) SIGNALIZATION DESIGN PLANS—Signalization Design and CD's for the implementation of up to three additional pedestrian crosswalks .and for potential signal timing changes in the existing Intersections. This proposal does not include physical modifications to the existing intersection configurations. I. Signal Modification Design and CDs for potential relocations ofpoles, boxes, cabinets, mast arms, Signage, ped signals. and equipment, For the purposes of this proposal, it is anticipated that the lane configuration of the Intersections will remain the same due to FDOT limitations on the hurricane evacuation route. However, signal elements may need to be relocated to accommodate effective pedestrjan movements. Modifications of signal 10—R EVISED'2022-02-22 DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 layouts will require complete plans of the entire intersection including replication of existingconditions. The proposal includes modification for up, tothree signalized intersections or pedestrian mfdblock crossings. (j) STRUCTURAL ENGINEERING PLANS':—'Structural Engineering Is limited for gateway structures and their foundations, Thisproposal also includes the design and CDsfor attachment and foundation 'support.. (k) MAINTENANCE OF TRAFFIC,PLANS 4Maintenance of Traffic Plans shall he provided in accordance with current standards adopted by the American Association of State Highway'and Transportation Officials (AASHTO), FOOT Design standards, the Miami -Dade Public Works Manual, Miami: Beach Public Works Manual, as listed hereinafter or as will be made known to the CONSULTANT during performance of services for theproject. (1) ELECTRICAL ENGINEERING PLANS .— Electrical Engineering and CDs will be provided for the implementation of area, pedestrian and street lighting .inthe corridor as designed by a Lighting consultant to be hired separately by the PRIME.' This, proposal does' not include photometrics of existing or proposed lighting or the specification of new light pole layouts. CONSULTANT will ,prepare plansJor conduits, wiring, junction boxes; services and poles as needed to implement the plan as designed by the Lighting' Consultant. It, is anticipated that the lighting system may be a mixture of existing and proposad lighting and will requite incorporatinginfrastructure for the. overall system. Servlces will include provisions for power for miscellaneous uses OR decorative .lighting outlets, art lighting, irrigation controllers, infographieboards, etc.'For the purpose ofthis proposal, it is .anticipated that, the-CITY.can provide as-builts and background information on existing systems. This proposal includes limited field work for Investigating existing systems and consultant shall coordinate with Public, Works to Investigate existing conditions. It is anticipated that existing conduitsand wiring would be largely replaced unless existing records can accurately. affirm code compliance: (m) SECURITY CAMERA .INFRASTUCTURE'PLANS= Secur(ty,Carnera Infrastructure and CDs will be provided in the corridor. CONSULTANT.will meet with Police Department Staff to determine the requirements for coverage, layout, equipment,�Mnnectivity,,and specifications. CONSULTANT will' provide ar preliminary, set of design plansfor the CITY to confirm design parameters. Plans and specifications will be developed for Inclusion'into,the overall bid set. For thepurposeof this proposal, it is assumed that there will'be one camera per Intersection on the main road and one camera per block an the side roads. It•ls also assumed that any connection to a master system or trunk line will be within the project corridor: it Is also assumed that cameras will be placed on existing poles andwill not require their own poles.. (n) SUBSURFACE AND, UNDERGROUND UTILITY DESIGN — It is assumed that any design must work around existing utilities and access points. If there,ls a conflict, the CONSULTANT will redesign the ,concept around en underground. uhilt)6 This proposal assumes. that all utilities. including area water, gas, stormwater; telecommunications, and^sewer facilities are adequate and will not be replaced as part of this proposal, 2.20 Revisions of the three (3), corn.putet-geperated Images Arid animation shall be provided to reflect the 30% .Design. Drawings. Any further revisions beyond the 30% drawings shall be considered an Additional Service. Animation will show eye -level and fly through of seven•bjockstreetscape and multiplestill images can be captured from the video animation of the. PROJECT as needed by CITY. 2.21 Cost Estimating — Preparation of Statemenits of Probable Construction Costs by the CONSULTANT as defined by the American. Association of Cost Engineers, at 3091,,60% and 90°% phase of design and 100% of Construction Documents. Within this.phase cost estimating will utilize Class 3'Level at 30%, Class2 Level 11 REVISED 2022-02-22 DocuSign Envelope ID: 2874FSC4-87C34D6E-BD56-5161B4B3DD60 at 60%, and ClassS'L'evel at 90%drawings, This willincludecosting for MOTs, utilities, pavement/asphalt finish, landscape; furnishings, lighting, and site copditlons/unforeseen conditions. Task Deliverables: 6 Electronic drawing package in PDF format ofstreetscape pla6s at 30,60, 90% and 100% submittals. • Electronlcdetailed cost estimation packages at each submittal stage forstreetscape plans. 3.0 PHASE THREE -100% CONSTRUCTION DOCUMENTS & BIDDING The CONSULTANT, following the CITY's approval of the Construction Documents and of the latest preliminary estimate of Construction Cost, shall•assist the CITY In the bidding and award'of the project. Such assistance shall include,preparing documents required for Bid issuance, attending one pre-bid conference, preparing necessary cotttractaddenda,attending one'bld opening, and evafuating bids received. 3_1 loo%construction Documents Will be developed and finalized: 3_2 The CONSULTANT will attend two (2) pre -submittal and,reView.meetings with CITY and outside agencies. 3_3 The CITY shall applyand process,review procedures. CONSULTANT will participate in providing documents and responding to commenis relevant to theArsciplines outlined in this scope of work. (d) City of Miami Beach Public Works Department (e) City of Miami Beach Building Department. (f) City of Miami Beach Design Review Board 33=4 'The CONSULTANT shall apply and,process approvals from additional relevant outside agencies as follows: (a) Florida Department o`Transpettation (b) Miami•Dade County Departmt:nt of Environmental Resource Management (c) Mlaml Dade County Public Works—Traffic Signals and Signs (d) Miami'Dade County Public,Work;-Tmffic Engineering Division for Striping and 51gnage (e) Florida Health Departpnent (f) Florida Department of Environmental Protection (g), South Florida Watershed Management District (h) US Army Corps of Engineers 3_5 This proposal excludes any regulatory permitting related to environmental factors such as contamfnatton,, mitigation, wetlands, listed species, etc. 3_6 The CONSULTANT shall provideupdated Bid documents as maybe required, for use during construction. 3_7 The CONSULTANTshall provide Input to the CITY in regard to contractors' bids for the work shown in 100% Construction Documents; 12 REVISED 2022-02-22. DocuSign Envelope ID: 2874FBC4-87034D6E-BD56.5161B4B3DD60 3', 8 Review and comment to Contractor's written Pre -Bid RFis-as submitted to the CITY regarding contract documents:, 3_g CONSULTANT will review submitted bid packages and provide .the CITY With analysis and a Recommendation for Award. 3.10 The, CONSULTANT shall attend up to one (1) meeting In this phase in addition to the pre-bid and bid openfng meetlhgs. ,3.7.1. CONSULTANT will assist in the Bidding Process in conjunction with the CITY as follows: (a) CONSULTANT will provideall bid'documents to the CLIENT -for packaging into a comprehensive Bid, Package - (b) CONSULTANT will attend one Pre -Bid Meeting at the CITY (c) , CONSULTANT will respond;to Rflss that are submitted by Bidding Contractors. (d) CONSULTANT will issue updated'docuinents as required for the inclusion irva necessary addendum. 3.12 CITY intends to issue the project as a competitivebid through the;establishod City ITB process. 3.13 CONSULTANT will. review submitted, bid packages and provide'the 'City with .analysis .and -a ,Recommendation. for Award. 3.14 Cost Estimating — Within this phase cost estimating will utilize Class 1,Level at SUU% drawings. Ihe1UR% Post estimate will be consideregra Class 1 with detailed take -off, detailed unit costs arid-accuracy.within 10%. This will include costing, for MOTs, utilities; pavement/asphaltfinish, landscape, furnishings, lighting,.and site.conditions/unforeseen conditions. 3;15 The CONSULTANT's cost proposaldoesnot include costs,for permit application fees to respective environmental or CITY agencies. The cost for permitting, If paid by CONSULTANT, shall be reimbursable by the CITY In full upon submittal of fees justification.. Task Deliverables: • Preparation of one Construction Document Bio Package: Subject contract bidding documents will be assembled by the CiTY; To be supplied by the CONSULTANT: 1, Technicalspeclfications Z. Contract Plans 3. Bid Item List 4:0 PHASE FOUR— CONSTRUCTION ADMINSTRATION ThetONSULTANT shall perform construction administration including attendance at preconstructlon. meeting(s); attendance at weekly construction/progress meetings as outlined below,responding to contractor'sRequest for Information (RFI),evaluating contractor's requests for Change Orders,(RCO), issuing contract amendments as -needed, review of shop drawings and submittals, review of contractor's record as- 13�.REVISED 2022-02-22 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 built -drawings, review and certification of contfaciorapplications for payment; slte.visits, project closeoui, reviews, including substantial completion, creation and tracking of final punch list; certlffcatlonof final completion and acceptance, and warranty submlttaL reviews. Duties, responsibilities, and,limitations of authority of the CONSULTANT shall not be restricted, modified, or extended without mutual written agreement of the CITYand CONSULTANT. 4_1 The CONSULTANTshall be a representative of and shall advise and consult with the CITY; (1) during construction until final payment to the Contractor Is due, and (2) as an Additional Service at the CITY'S direction, If requested: 44_2 .CONSULTANT will provide basic Construction Adminlstration.Services for the project as follows: 4.3 CONSULTANT will attend and conduct one(1)Pre-Construction Meeting for theproject. 4.4 CONSULTANT will provide agenda and produce meeting minutes for the Pre-Cbristruction and Progress Meetings. 4'.5. CONSULTANT shall attend weekly Construction Progress Meetings with the CITY and the Contractor of the Project. These meetings.will serve as for to review the status of construction progress, discuss construction issues, discuss schedule and/or cost concerns, discuss potential changes or conflicts, review the status of shop drawing submittals and Construction Document clarifications and interpretations, anddo resolve problems before they become critical. 4_6. CONSULTANT will process Requests for Information/Construction Document Clarification (RFIs/CDCs) and other related'correspondence. Response times for RFIs should be within Sworking Days, 4_7. CONSULTANT will review and process Shop Drawings of submittals from the Contractor. Response times for Submittals should be within 10 working Days unless requiring review of other subconsultants where .the response should be within 15 working Days. 4_8 CONSULTANTwfll review Change Orders submitted by the Contractorand provide a written statement noting recommendation for approval or denial of the Change Order to the City; as applicable to Consultant's work. If recommended for approval, the Consultant will note if the requested cost and schedule impacts are fair and reasonable based on the activities witnessed In the field as part of the inspection services. '4:9 CONSULTANT Engineer of Record will make periodic site visits to the projectsite toassess the general prdgress and quality of the work. This effort is limited to four (4) hours per week for the purpose of monitoring the progress of the project. CONSULTANT is committed to making Site Visits within 48 hours' notice if required by field issues during construction. Full time monitoring and oversight of the project will be provided under.a separate scope item below for Representative Project Representative - (RPR). ,4.10 CONSULTANT shall review Contractor's pay requisition quantities and sign -off on all pay requisition quantities on a monthly basis. 4.11 CONSULTANT will attend and participate In Resident's Information Meetings to address residents' concerns. Meetings will be organ@ed and run by the CITY. 4.12 CONSULTANT will attend Substantial Completion and Final Completion field inspections of the project to address project closeoUt, CONSULTANT Will provide a punch list at each Substantial Completion Inspection. It is anticipated that a Substantial Completion Inspectfon will be required at the end of each project phase in order to turn over completed portions of the work for public use. 14 REVISED 2022-02-22 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 4.13 CONSULTANT will update Construction Plans CARD drawings to reflect the as,-builteondition based on redlined field mark-ups and field surveys provided by the Contractor, 4_14 CONSULTANT will prepare certification and closeout documentation to permitting agencies with documentation provided by the Contractor. 4.1S CONSULTANT will process documents In the City's E -Builder " document management system. The Consultant will process Change Orders, ShopDrawings; FIRS, etc. to the E Builder'" document management system,rCONSULTANT will upload Meeting agendas and minutes to the system. One (1). E - Builder T« license WIII be provided by the CITY for access to the system. 4.16 The CONSULTANT shall not evaluate, nor have control over the safety procedures, means; methods techniques, sequencing, or procedures for construction as such is the sole responsibility of the contractor. 4.17 Site visits and/or meetings during the' construction period Will be performed by CONSULTANT during the course of construction and will be limited to --one (1) meeting with site visit/week. 4.18 This phase is limited to,a maximum of 26D hours or18-m6nth construction period, whichever is the least, commencing at the earlier of eitherthe issuance of a permit for construction or with the mobilization of the contractor and terminates at the earlier of either the issuance to the CITY forthe final Certificatefor Payment or sixty days aftersubstantidl completion. 4.14 CONSULTANT does not guarantee the performance of, nor shall CONSULTANT have responsibility for the acts or omissions of the CITY, General. Contractor, sub -contractors,. material suppliers crony other third-party.furnishing materials orperforming any work on the Project. 4.20 The provision for Construction, hase services, is highly dependent on the duration of the project schedule and phasing. The Not -to Exceed amount quoted In this proposal Is based on an assumption. of contract time and phasing and may need to be Increased to account for an extended construction schedule: For -the purposes of this proposal,the durationof construction Is estimated as follows: (a) Six (6) Total Construction. Phases '(b) Construction Contract Time 545 Calendar Days in duration, 4.21 In.the event changes to the work beyond responsibility of the consultant described in the Construction Documents are required, or these limitations will be exceeded, CONSULTANTshall request an Additional Service and provide lump -sum cost proposal based on'theSchedule C Fee Schedule for review and approval by CITY. 15 REVISED 2022-02-22 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 ELEMENTS TO BE PROVIDED BY THE CITY 5,D The following tasks, activities and oeitemswill beprovided bythe CITY ,(a) Right -of -entry from property owners to perform filed review activities. (b)-As-guilts of existing conditions and utilities within the corridor as available (o) "Front-end" contract documents. (d) Assemble and copy construction documents .for bidding. (e) Electronic files (Microsoft Word Format) of CITY standard technical. specifications. (f) Copies of proposed development/roadway plans adjacent to the project limits. (g) One (1) E-BuilderTM license will be provided by the CITY for access to the system. I.t REVISED 2022-02-22 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 SCHEDULE•A-1 CONSULTANT SERVICE ORDER FOR ADDITIONAL SERVICES Service OrderNo. 'TO: for Additional" Services. PROJECT NAME: Project Name DATE: SCOPE OFADDITIONAL SERVICES:- Per ERVICESrPer attached proposal,dated .10 beconsidered part of this Agreement. Estimated calendar days to complete this work: Original Service Order Amount: TotaLFrom 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 Project Administrator -Director Date 37 Days Consultant, Date. DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 SCHEDULE A-1 SAMPLE CONSULTANT COMPENSATION Schedule of Payments for Additional Services_ A. Tasks and deliverables as reflected on the Consultant Service Order -(CSO): Task 1: Task 2: Task 3': B. Reimbursable Allowance (Not to Exceed): $ M DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 13413=60 SCHEDULE B CONSULTANT COMPENSATION 21015.0 City of Miami Beach -41st Street Corridor City of Miami Beach, FL PERCENTAGE FEE PER PHASE Fee Estimate including all consultants CONCEPTUAL DESIGN 22% $333,278.78 30% DESIGN AND DRB REVIEW 16% $256,930.02 60% DESIGN, (submit for permits) 24% $385,395.03 90% DESIGN PERMITS IN -HAND 19% $305,104.40 100% COMPLETE CDS AND BID 3% $48,174.38 Construction Administration (18 months) 1696 $256,930.01 TOTAL FEE: CONCEPTUAL - CA 100% $1,585,812.62 Not included in Base Fee: Reimbursables Allowance $25,000.00 DESIGN CONTINGENCY: as needed for unexpected additional design services, additional testing, studies, meeting and digs as may become necessary. TOM including reimbursable and Contingency $1,664,012.62 39 DooUSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 SHEDULE C HOURLY BILLING RATE SCHEDULE m DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161 B4133DD60 SCHEDULEC HOURLY BILLING RATE SCHEDULE 41" Street Corridor Revitalization Project City of Miami Beach Administrative Assistant $ 44.56 Programmer S 110.00 Architect $ 128.58•, Project Controls. $ 100.00 Assistant Engineer, Environmental $ 115.00 Project Engineer $ 145.00 Assistant Technician $ 86.00 Project Manager S 174.00 Associate Engineer $ 100.00 Project Principal $ 200.00 CAD Technician $ 70.02 Project Scientist $ 145.00 CADD/Designer S 113.00 Quality Assurance/Quality Control $ 152.77 Civil Engineer $ 128.58 Senior Architect $ 165.00 Clerical $ 44.56 Senior CAD Technician $ 85.00 Coastal Engineer l $ 126'.08 Senior Engineer $ 165.00 Coastal Engineer II $ 147:00 Senior Field Services Professional S 128.58 Construction Administrator/Manager $ 104.39 ,Senior GIS Specialist S 128.58 Construction Supervisor/Resident Inspector $ 145.00 Senior Inspector (CEI) $ 114.57 Cost Estimator $ 82.75 Senior Inspector (Security & Safety) $ 126.00 Design Engineer $ 135.00 Senior Landscape Architect $ 165.00 Designer $ 105.66 Senior Mechanical Engineer $ 165.00 Electrical Engineer $ 128.58 Senior Programmer $ 138.00 Engineer Analyst S 85.00 Senior Project Manager $ 165.00 Engineer Intern $ 50.00 Senior Security Consultant $ 165.00 Environmental Engineer $ 128.58 Senior Surveyor $ 165.00 Environmental Permit Specialist $ 70.02 Senior Technician $ 125.00 Environmental Specialist 3 70.02 ,Senior Technology Consultant $ 165.00 Environmental Technician $ 82.75 Senior Urban Planner S 165.00 Expert Testimany $ 275.00 Specifications Writer $ 70.02 Field Services Professional $ 89.11 Sr Coastal Engineer 11 $ 190.00 GIS Specialist $ 95.48 Sr Geologist/Scientist $ 155.00 Grant Coordinator (Coastal Engineering) $ 164.00 Staff Engineer/Geologist/Scientist $ 104.39 Horticulture/Maintenance Consultant $ 95.48 Structural Engineer $ 128.58 Hydrographic Survey Crew 2 -person $ 265.00 Structural Special Inspector $ 120.94 Hydrographic Survey Crew 3 -person $ 311.00 Survey Crew Parry of 2 $ 155.73 Inspector (CEI, Fields or Construction) $ 105.03 Survey Crew Party of 2 w/ GPS $ 186.54 Inspector (Security & Safety) S 99.00 Survey Crew Party of 3 $ 188.68 DocuSign Envelope ID: 2874FBC4.87C34D6E-BD56-5161 B4B3DD60 nspectorl $ 92.00 Survey Crew Party of 3 w/GPS $ 218.09 nspector 11 $ 115.00 Survey Crew Party of 4 $ 233.92 nterior Designer $ 105.66 - Survey Crew Party of 4 w/ GPS $ 276.89 rrigation Engineer $ 104.39 Surveyor $ 128.58 lob Captain $ 101.84 Surveyor Support Staff $ 76.38 Iunior Engineer, Environmental $ 105.00 Technical Editor $ 82.75 andscape Architect $ 128.58 Technician (Security & Safety) $ 96.00 .andscape Designer $ 105.66 Technician Supervisor $ 135.00 Aechanical Engineer $ , 128.58 Technology Consultant $ 155.00 NEP Project Engineer $ 152.77 Threshold Inspector $ 165.00 Manner $ 128.58 Traffic Engineers $ 128.58 rrincipal/Director of Design $ 250.00 DocuSiOn Envelope ID: 2874FBC4-87C3-4DGE-BD56-5161B4B3DD60 SCHEDULE D CONSTRUCTION COST BUDGET 41 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 SCHEDULE D ,CONSTRUCTION COST BUDGET' 41St Street Corridor Revitalization Project City of Miami Beach •The City's Construction Cost Budget is $9 million. DowSlgn Envelope ID: 2874FBC4-87C34D6E-BD56-5161 B4B3DD60 SCHEDULE E PROJECT SCHEDULE 42 1111111111 ill !| |� | 1 ill fill i | ƒl / . . |� | 1 ill fill i | DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 ATTACHMENT A RESOLUTION & COMMISSION AWARD MEMO DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 RESOLUTION NO. 2021-31838 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, TO AUTHORIZE NEGOTIATIONS RELATING TO REQUEST FOR QUALIFICATIONS NO. 2021 -196 -ND, FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41sT STREET CORRIDOR REVITALIZATION; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BROOKS + SCARPA ARCHITECTS, INC., AS THE PROPOSER DETERMINED BY THE CITY MANAGER TO BE THE BEST QUALIFIED; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH BROOKS + SCARPA ARCHITECTS, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KIMLEY-HORN AND ASSOCIATES, INC., AS THE PROPOSER DETERMINED BY THE CITY MANAGER TO BE THE SECOND BEST QUALIFIED; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT. WITH KIMLEY-HORN AND ASSOCIATES, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EXP U.S. SERVICES, INC., AS THE THIRD BEST QUALIFIED PROPOSER AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on May 7, 2021, the City via LTC # 19772021 authorized the issuance of Request for Qualifications (RFQ) 2021 -196 -ND for Architectural and Engineering Design Services forthe 41s' Street Corridor Revitalization; and WHEREAS, on May 14, 2021, the RFQ 2020 -196 -ND for Architectural and Engineering Design Services for the 41$' Street Corridor Revitalization (the "RFQ") was issued; and WHEREAS, a voluntary pre -proposal meeting was held on May 26, 2021; and WHEREAS, on July 6, 2021, the City received a total of 7 proposals; and WHEREAS, the Evaluation Committee convened on August 11, 2021 to review and score the proposals; and - WHEREAS, the Evaluation Committee received 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 DocuSign Envelope ID: 2874F13C4-87C3-4D6E-BD56-5161B4B3DD60 WHEREAS, the Evaluation Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Evaluation Committee process resulted in the following ranking for the top three (3) proposers: Brooks + Scarpa Architects, Inc. and Kimley-Horn and Associates, Inc., as first ranked proposers (tied); and EXP U.S. Services, Inc., as the third ranked proposer; and WHEREAS, after reviewingr all of the submissions and the Evaluation Committee's rankings and commentary, the City Manager, for the reasons set forth in the accompanying commission memorandum, recommends that the Mayor and City Commission authorize the Administration to enter into negotiations with Brooks + Scarpa Architects, Inc., as the proposer determined by the City Manager to be best qualified; further, if the Administration is not successful in negotiating an agreement with Brooks + Scarpa Architects, Inc., authorizing the Administration to enter into negotiations with Kirnley-Horn and Associates, Inc., as the proposer determined by the City Manager to be second best qualified; further if the Administration is not successful in negotiating an agreement with Kimley-Horn and Associates, Inc., authorizing the Administration to enter Into negotiations with EXP U.S. Services, Inc., as the third best qualified proposer. 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, to authorize negotiations relating to Request For Qualifications No. 2021 -196 -ND for Architectural and Engineering Design Services for the 415t Street Corridor Revitalization, authorize the Administration to enter into negotiations with Brooks + Scarpa Architects; Inc., as the proposer determined by the City Manager to be best qualified; further, if the Administration is not successful in negotiating an agreement with Brooks + Scarpa Architects, Inc., authorizing the Administration to enter Into negotiations with Kimley-Horn and Associates, Inc., as the proposer determined by the City Manager to be second best qualified; further if the Administration is not successful in negotiating an agreement with Kimley-Horn and Associates, Inc., authorizing the Administration to enter into negotiations with EXP U.S. Services, Inc., as the third best qualified proposer; and further authorize the City Manager and City Clerk to execute a agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED thiev�.l�,\1!»Si;o��`Q "'rte! 2021. ATTEST: a ;INC0RPn0RATED SEP 2.2 i021 � - ELBER, MAYOR APPROVED AS TO RAFAEL E..GRANADO, CITY CLERK FORM & LANGUAGE & FOR EXECUTION Y� -Z-zr CltyAtlwney i Daps DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B31DD60, Resolutions - C7 E MIAMIBEACH COMMISSION MEMORANDUM TO: , Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: September 17, 2021 SUB'JECMA RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, TO AUTHORIZE NEGOTIATIONS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2021 -196 -ND FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41ST STREET CORRIDOR REVITALIZATION; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BROOKS + SCARPA ARCHITECTS, INC.,AS THE PROPOSER DETERMINED BYTHE CITY MANAGER TO BE THE BEST QUALIFIED; FURTHER, IF THE. ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH BROOKS + SCARPA ARCHITECTS, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KIMLEYHORN AND ASSOCIATES, INC., AS THE PROPOSER DETERMINED BY THE CITY MANAGER TO BE THE SECOND BEST QUALIFIED; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EXP U.S. SERVICES, INC., AS THE THIRD BEST QUALIFIED PROPOSER AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION It is recommended that the Mayor and City Commission approve the Resolution accepting the City Manager's recommendation pertaining to the bids received, pursuant to RFQ 2021 -196 - ND, for architectural and engineering design services for the 41 st street corridor revitalization, authorizing the Administration to enter into negotiafions with Brooks + Scarpa Architects, I no., as the proposer determined to be the best qualified; and, if the administration is not successful in negotiating an agreement with Brooks + Scarpa Architects, Inc., authorizing the administration to enter into negotiations with Kimley--Hom and Associates, Inc., as the proposer determined to be the. second best qualified; and, if the Administration is not successful in negotiating an agreement with Kimley-Hom and Associates, Inc., authorizing the Administration to enter into negotiations with EXP U.S. Services, Inc., as the third best qualified proposer. The Resolution Page 349 of 1657 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 also authorizes the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. BACKGROUNDIHISTORY In 2018, the City engaged Alta Planning and Design, Inc. to prepare a master plan which creates principles for design and development along the 41st Street Corridor. The master plan prioritizes people along the corridor by supporting consistent, safe, and comfortable bus and bike networks, creating more reasons to spend time on the street, support transit riders and foster social resiliency. In 2020, the City engaged AECOM to prepare a feasibility study for the implementation of the master plan and to develop conceptual drawings for the area which encompasses portions of 41st Street, between Alton Road and Pine Tree Drive, and portions of all intersecting roads, between Alton Road and Pine Tree Drive, North to 42 Street and south to 40 Street. The study report and conceptual design completed by AECOM (Appendix C) depicts ideas for the enhancement of the pedestrian walkways to include shortened crosswalks, alteration of on street parking spaces, increasing public art along the street, providing bike lanes, human scale lighting, landscape to increase tree canopy, irrigation, outdoor seating, alteration of bus shelters and providing gateway features at both entrances intended to reinvigorate the 41st Street corridor. Additionally, the design ideas featured will.widened sidewalks, incorporate branded sidewalk pavement, integrate human scale canopy trees with existing royal palm trees and provide bicycle parking. Through the RFQ, the City sought proposals from professional consulting architectural, landscape architectural or civil engineering firms which have proven experience in projects for streetscape redesigns. The scope of the RFQ includes the design, bid and award, and construction administration services for the 41 st Street Corridor Revitalization Project. ANALYSIS On May 14, 2021, the City issued Request for Qualifications (RFQ) 2021 -196 -ND for Architectural and Engineering Design Services for the 41st Street Corridor Revitalization. A voluntary pre-proposalconference to provide information to proposers submitting a response was held on May 26, 2021. RFQ responses were due and received on July 6, 2021. The City received a total of seven (7) proposals from the following firms: • Brooks+Scarpa Architects, Inc. • CES Consultants, Inc. • CPH, Inc. • Curtis + Rogers Design Studio, Inc. • EXP U.S. Services, Inc. • Kimley-Horn and Associates, Inc. • WGI, Inc. On July 17, 2021, the City Manager appointed the Evaluation Committee via LTC # 297-2021. The Evaluation Committee convened on August 11, 2021, to consider proposals received. The Committee was comprised of Eric Hankin, Member, Mayor's 41st Street Committee; Milos Majstorovic, Transportation Manager, Transportation Department; Colette Satchell, Senior Capital Projects Coordinator, Office of Capital Improvement Projects; Luis Soto, Assistant City Engineer, Public Works Department; Debora Tackelt, Chief of Historic Preservation, Planning Department; Amber Tarac, Assistant Director, Economic Development Department; and Thais Page 350 of 1657 DocuSign Envelope ID: 2874FBC4-87C3-406E-BD56-5161 B4B3DD60 Vieira, Senior Capital Projects Coordinator, Office of the City Manager. The Committee was provided an overview of the project, information relative to the Citys Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated in Attachment A. The Evaluation Committee process resulted in the following ranking for the top three firths: 1 st ranked (tie) — Brooks +Scarpa Architects. 1st ranked (tie) — Kimley-Horn and Associates 3rd ranked — EXP U.S. Services A summary of each top-ranked firth follows: Brooks + Scarpa Architects, Inc. Brooks + Scarpa Architects, founded in 1991, is a collective of architects, designers and creative thinkers dedicated to enhancing the human experience. Honored with the Smithsonian Cooper -Hewitt National Design Award, the firm is a multi -disciplinary practice that includes architecture, landscape architecture, planning, environmental design, materials research, graphic, furniture and interior design services that produces innovative, sustainable iconic buildings and urban environments. Kimley-Hom and Associates. Inc. Kimley-Hom and Associates was founded as a transportation firm in 1967 and is now one of the largest and fastest growing full-service consulting firths in Florida. Its staff includes more than 5,270 professional, technical, and support staff nationwide and more than 900 employees in 16 offices throughout Florida. As a transportation engineering, planning, landscape architecture, surveying, and environmental services firth, Kimley Hom offers a wide range of consulting services to local, regional, national, and international clients. EXP U.S. Services, Inc. EXP U.S. Services dates back to 1906 and today is a full service architectural and engineering firm with over 3.500 professionals across North America. Evidence of its design excellence is bome out of design awards and recognition from professional, architectural, and engineering societies such as AIA Chicago Finn of the Year Award, American Architecture Awards, and Interior Design Best of Year Awards. Results from the 2019 Community Satisfaction Survey show that 64.4% of residents desire more walking and biking friendly streets/paths. In order to provide residents these walking and biking friendly streets/paths, the City intends to contract with a professional consulting architectural, landscape architectural or civil engineering firms to conduct the design,bid and award, and construction administration services for the 41st Street Corridor Revitalization Project FINANCIAL INFORMATION Final project costs to be determined via negotiations, not to exceed the approved project budget. Page 351 of 1657 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 CONCLUSION As noted above, the Evaluation Committee process resulted in a tie for top rank between Brooks + Scarpa Architects and Kimsey-Hom and Associates. After reviewing the proposals, the results of the Evaluation Committee process and the City's experience with the tied firms, I recommend that the City negotiate first with Brooks + Scarpa Architects, as the best qualified firm, and, if not successful, negotiate with Kimley-Hom, as the second best qualified firm, for the reasons set forth below. The Evaluation Committee process resulted in Brooks + Scarpa Architects receiving a significantly greater number of the top rankings than did Kimley Hom. In fact, the Evaluation Committee process resulted in Brooks + Scarpa Architects receiving twice as many top rankings as did Kimley--Hom and Associates. While both firms presented evidence of experience on streetscape projects, Brooks + Scarpa Architects has completed a number of projects that document the firm's world-class creativity, innovative design capabilities, ability to create a sense of community, an understanding of the local region, an ability to incorporate art installations, and, of primary importance, an understanding of climate adaptation. Both firms seem technically well qualified; however, the design capabilities presented by Brooks + Scarpa on previous projects are impressive. I look forward to this very important project for one of the City's most important thoroughfares being another example of the firm's world-class designs. Finally, Section 2-369 of the City Code requires that, in the award of contracts, the following factors are to be considered: • The ability, capacity, and skill of the bidder to perform the contract • Whether the bidder can perform the contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience, and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the contract. In considering these factors, 1 must note that Kimley-Hom and Associates has a number of ongoing projects in the development stage not yet completed. It is important that some or all of the pending projects be completed satisfactorily before additional work should be considered. Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with Brooks + Scarpa Architects, I nc., as the proposer determined to be the best qualified; further, if the administration is not successful in negotiating an agreement with Brooks + Scarpa Architects, I nc., authorizing the administration to enter into negotiations with Kimley-Horn and Associates, Inc., as the proposer determined to be the second best qualified; further if the Administration is not successful in negotiating an agreement with Kimley-Hom and Associates, Inc., authorizing the Administration to enter into negotiations with EXP U.S. Services, Inc., as the third best qualified proposer, and further authorizing the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. Applicable Area Middle Beach Page 352 of 1657 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 Is this a "Residents Right to Know" Item. pursuant to City Code Section 2-147 Yes Yes Legislative Tracking Capital Improvement Projects/Procurement ATTACHMENTS: Description D Attachment D Resolution Page 363 of 1657 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161 B4B3DD60 DacuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 MI AM I B EACH 1755 Meridian Ave, 3b Floor Procurement Department Miami Beach, Florida 33139 www.miamibeachfl gov ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO. 2021 -196 -ND ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41sT STREET CORRIDOR REVITALIZATION (the "RFQ") June 23, 2021 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 electronic submittals through PeriscopeS2G is extended until 3:00 p.m., Tuesday, July 6, 2021. All proposals received and time stamped through PeriscopeS2G, prior to the proposal submittal deadline shall be accepted as timely submitted. Proposals cannot be submitted after the deadline established for receipt of proposals. Hard copy proposals or proposals received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial -In Instructions: • Dial the Telephone Number: +1786-636-1480 • Enter the Conference ID No: 758188 390# 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 anmiamibeachfl.00v Contact: Telephone: 1 Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadel ado miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFO 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. Sinccerelly,�/� A� 7X,? L� Alex Denis Procurement Director RFQ No. 2021 -196 -ND Addendum #3 6/23/2021 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 M I AM I B EACH Procurement Department 1755 Meridian Ave, 3�d Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2021 -196 -ND ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41sT STREET CORRIDOR REVITALIZATION (the "RFQ") June 21, 2021 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). REVISION: Section 0100, Instructions to Respondents & General Conditions, Subsection 4, Statement of Work Required, of the RFQ is hereby amended as follows: The City seeks Proposals from professional consulting architectural, landscape architectural or civil engineering firms which have proven experience in projects for streetscape redesign which prioritize pedestrians rather than vehicular traffic by creating spaces for outdoor dining and congregation, and accommodations to travel comfortably on foot, bike, bus or car, and related infrastructure. The successful firm will have the technical expertise to conduct the Design, Bid and Award, and Construction Administration Services for the 4151 Street Corridor Revitalization Project and prepare the associated design and construction contract documents that will allow the City of Miami Beach to advertise, bid and award a contract for the construction services. The selected Consultant shall integrate materials and methods that promote environmental quality, economic vitality, and social benefit through the construction and operation of the built environment in accordance with the City's Sustainability and Resiliency initiatives and standards. Work required under this RFQ must comply with the approved Conceptual Streetscape Design and will include, at a minimum, the following amenities: • Enhancement of pedestrian walkways and creation of outdoor dining and seating. • Modifications to the existing planters and on -street parking. • Alteration of bus shelters. • Provide bike lanes. • Crosswalk shortening and enhancements. • Milling and resurfacing of pavement surfaces, including striping and pavement markings as needed. • Utility coordination, adjustments, and modifications. • Landscape and Irrigation. • Lighting, security cameras, and signalization modifications. • Increase public art along the street. • Provide a gateway feature at both entrances of 41st Street. 2. RESPONSES TO QUESTIONS RECEIVED. Q1: May AECOM respond to this solicitation? A1: AECOM is not precluded from submitting a response to this RFQ. RFQ No. 2021 -196 -ND Addendum #2 6/21/2021 DocuSign Envelope ID: 2874FBC4-87C3-406E-BD56-5161B4B3DD60 M I AM I B EACH Procurement Department 1755 Meridian Ave, 3�tl Floor, Miami Beach, Florida 33139 www.miamibeachfi.gov Q2: Are there any teaming restrictions? A2: There are no teaming restrictions. Q3: Does the City require we provide the following project information for each project provided on resumes in Section 3.1 (Qualifications of Proposer Team)? Is this information also required for the projects provided on the project manager resume for Section 2.2 (Project Manager)?: (1) project description, 2) agency name, 3) agency contact, contact telephone & email, and 4) prime proposer's role in project. A3: The project information being required on Tab 3, Experience and Qualifications Proposer's Team, Section 3.1 — Qualifications of Proposer Team, should be submitted only for those projects that are submitted as proof of experience with some element of streetscape design. Section 2.2 does not require that the proof of experience include: 1) project description, 2) agency name, 3) agency contact, contact telephone & email, and 4) prime proposer's role in project. Q4: Regarding the selection criteria - does "Veterans Preference" mean those points would be given only to a prime consultant that is veteran -owned, or can we receive those points if we have a veteran -owned subconsultant on our team? A4: Points will be given, if applicable, to the prime consultant who is a service -disabled veteran owned business enterprise certified bythe State of Florida orthe United States Federal Government. Q5: The City provided soft costs as part of the construction cost for the project. Could the City please provide the breakdown of the soft costs as well as the date on which they were created? A5: The construction cost allocated to the scope of work for this project is $9,000,000. The project soft costs include Architectural/ Engineering consultant fees, permitting fees, testing fees, a project contingency, required payments to the Arts in Public Places fund, public outreach services, CEI services, and other project administrative costs. The soft costs were first established in 2020. Q6: What is the design budget? A6: Estimated budget for design fees is $900,000. Q7: It is our experience that the level of analysis performed with the 41st Street Conceptual Streetscape Design study is more aligned with the development of a contract set of plans rather than with a feasibility study. Considering the amount of effort performed for the analysis in the 41st Street Conceptual Streetscape Design study by the consultant retained by the City of Miami Beach and the perceived advantage they will have over other firms on the pursuit of this project, will the consultant and subconsultants who prepared the study noted in Appendix C be precluded from pursuing this project? A7: See response to item Q1 above. Q8: The following elements of the 41st Street Conceptual Streetscape Design study were thoroughly analyzed in depth and were presented to stakeholders to establish a consensus prior to final design. RFC! No. 2021 -196 -ND Addendum #2 6121/2021 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 MIAMI BEACH Procurement Department 1755 Meridian Ave, 3m Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov • Typical Section Analysis including bicycle lanes and sidewalk • Right of Way Analysis • Horizontal Geometric Layout (Illustrative Plan) prepared in accordance with the FDM and FDOT Standard Plans. • Landscape Analysis • Parking Analysis In different sections of the study, it states "Subject to change based on analysis during future design phases', however, on page 2 (PDF), it states "Work required under this RFQ must comply with the conceptual design." Does the scope include another round of conceptual design that will again require consensus from the City to finalize the typical section, horizontal geometry of bicycle lanes and sidewalks, parking balance, and landscape impacts/mitigation before moving to final design as? A8: As indicated in Section 0100, Subsection 4. Statement of Work Required, of the RFQ, the scope of work may include another round of conceptual drawings. The final scope of work will be developed with the selected consultant during negotiations. Q9: Is the City pursuing federal funding and require a Project Development and Environment study for this project? Will the proposer firm have to be pre -qualified with FDOT work type 2.0? A9: The City is not currently pursuing Federal Funding for this project. The proposer does not have to be prequalified for FDOT work type 2.0. Q10: Regarding "TAB 4 Approach and Methodology, Item 4. 41st Street Conceptual Design. Describe how the proposer will incorporate the approved conceptual design by AECOM," are we permitted to use the plans, sections, images, data, etc. included in Appendix C: 41st Street Conceptual Streetscape Design in our response? A10: Yes. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado cDmiamibeachfi.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfi.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. RFQ No. 2021 -196 -ND Addendum #2 6/21/2021 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 MIAMI BEACH Procurement Department 1755 Meridian Ave, 31d Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO. 2021 -196 -ND ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41sT STREET CORRIDOR REVITALIZATION (the "RFQ") June 3, 2021 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. ATTACHMENTS. Exhibit A: Pre -Proposal Sign -in Sheet 2. RESPONSES TO QUESTIONS RECEIVED. Q1: The prime consultant may be any of the following three: Architecture Firm, Landscape Architecture Firm, Civil Engineering Firm? A1: The prime Consultant shall hold a "Certificate of Authorization", or an "Architect Business" certification, or a "Landscape Architect Business" certification from State of Florida, Division of Business and Professional Regulations. Q2: The RFQ requests various qualifications from only the "prime proposer." Can we submit proposed subconsultant qualifications (past project experience, resumes, etc.) as well? A2: The RFQ requests that the experience and qualifications of the proposing firm be submitted in Tab 2 and that the experience and qualifications of the Proposer's Team, to include subconsultants, be submitted in Tab 3. 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 anmiamibeachfl.00v Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfi.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. RFQ No. 2021 -196 -ND Addendum #1 6/3/2021 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 MIAMI BEACH RFQ No. 2021 -196 -ND Addendum #1 6/3/2021 Procurement Department 1755 Meridian Ave, 31d Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A Pre -Proposal Sign -in Sheet DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B463DD60 MIAMIBEACH CITY OF MIAMI BEACH PRE -PROPOSAL MEETING (Via Conference Call) SIGN -IN SHEET DATE: May 26, 2021 TITLE: RFQ-2021-196-ND ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41ST STREET CORRIDOR REVITALIZATION NAME (PLEASE PRINT) COMPANY NAME PHONE# Signature E-MAIL ADDRESS Natalia Delgado Procurement - CMB 305-673-7000 Ext. 26263 nataliadelgado@miamibeachfl.gov Collette Satchell CIP Ex. 26401 Herman Fung CIP Ext. 22577 Juan Muniz A&P Engineers 05-592-7283 jmumz@apcte.com Felipe Aguiar ADA Engineering 305-514-0836 felipeaguiar@adaeng.net Lauren Swan AECOM 772-341-9607 Lauren.swan@aecom.com Raul Alessandri Alvarez Engineers, Inc. 305-640-1345 Raul.alessandri@alvarezeng.com Carolina Norgaard BCC Engineering 305-670-2350 cnorgaard@bcceng.com Michelle Lopez The BetaJones Group 786-284-8828 michelle@betajones.com Jose Caraballo Rachel Sak CES Consultants 305-827-2220 jcaraballo@cesconsult.com CES Consultants rsak@cesconsult.com DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 MIAMIBEACH CITY OF MIAMI BEACH PRE -PROPOSAL MEETING (Via Conference Call) SIGN -IN SHEET DATE: May 26, 2021 TITLE: RFO-2021-196-ND ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41ST STREET CORRIDOR REVITALIZATION NAME COMPANY NAME PHONE# Signature (PLEASE PRINT) E-MAIL ADD Patrick Kaimrajh Chen Moore and Associates 954-730-0707 lbarron chenmoore.com Li Joan Baculi Coastal Systems International 305-661-3655 lbaculi coastals stemsint.com Georgie Cantu OJB Landscape Architecture 281-513-1351 canto o'b.com Donald Clinton Cooper Robertson 212-247-1717 Amy Lim Cooper Robertson 212-247-1717 alim coo errobertson.com Tiffany Palmer CPH 407-3226841 tpahner(&,cphcorp.com Aida Curtis Curtis + Rogers Design Studio 305-442-1774 Barbara Rodriguez Yanaisy Pichaco Eastern Engineering Group 305-599-8133 yanaisy@eastemeg.com Barby Rodriguez EV Services, Inc. 305-301-1551 brodri ez evservicesmc.com Esther Monzon-Aguirre EV Services, Inc. 305-301-1551 emonzon irre evservicesinc.com Kyle Henry EXP 561-329-9263 kvle.henry0exo.com Eugene Collings-Bonfill EXP 305-213-9969 Eu ene.Collin s-Bonfill ex .com Phillippe Grant EXP 435-919-7995 Philippe.grant0exp.com Kristen Lawlor Keith 954-788-3400 klawlorAkeithteam.com Ellen Crist Kimley-Horn 305-535-7729 E11en.Crist 'mle-hom.com Jillian Rio Mateu Architecture 305-233-3304 jr@,mateu.co Roney J. Mateu Mateu Architecture 305-233-3304 m ateu.co DocuSign Envelope ID: 2874Fl3C4-87C3-4D6E-l3D56-516184133DD60 MIAMIBEACH CITY OF MIAMI BEACH PRE -PROPOSAL MEETING (Via Conference Call) SIGN -IN SHEET DATE: May 26, 2021 TITLE: RFQ-2021-196-ND ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 415T STREET CORRIDOR REVITALIZATION Armando Rizo Mateu Architecture amr@mateu.co 305-233-3304 Manosh Varghese Metric Engineering Manosh.Varghese@metriceng.com 813-857-1814 Cara Pasquale Mike Kroll Miller Legg cpasquale(dmillerlegg.com 954-628-3609 Kristi Ortiz Nailed It kristi naileditcreatives.com, 954415-0117 Alex Piereschi Nailed It alex naileditcreatives.com 954-412-0117 Paula Bravo R.E. Chisholm Architects, Inc. bravo chishohnarchitects.com 305-661-2070 Kristelle Boulos Savino & Miller Design Studios kristelle savinomiller.com 305-895-9082 Sean Compel Stantec Sean.Com el stantec.com 305-445-2900 Jennifer Tijerino Universal Engineering Sciences iti'erino universalen ineerin .com 305-249-8434 Fabial de La Espriella Urbe Studio fdelaes riell urbe-studio.com 756-245-5202 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 MIAMI BEACH RFQ 2021 -196 -ND ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41ST STREET CORRIDOR REVITALIZATION TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A SAMPLE CONTRACT APPENDIX B INSURANCE REQUIREMENTS APPENDIX C 41ST STREET CONCEPTUAL STREETSCAPE DESIGN DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161 B4B3DD60 Viati0IBEACH SECTION 0100 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 Proposers to submit proposals for the City's consideration in evaluating qualifications to select a firm with whom it may negotiate an agreement for the purpose noted herein. The City utilizes Periscope S2G (formally known as BidSync) (www.periscopeholdings.com or www.bidsync.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 Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The 41st Street Corridor Revitalization project, General Obligation Bond (GOB) Project Number 40, encompasses that portion of 41st Street, between Alton Road and Pine Tree Drive, and that portion of all intersecting roads, between Alton Road and Pine Tree Drive, North to 42 Street and south to 40 Street. Work required under this RFQ must comply with the conceptual design, and will include at a minimum, enhancement of the pedestrian walkways to include shortened crosswalks, alteration of on street parking spaces, increasing public art along the street, providing bike lanes, human scale lighting, landscape to increase tree canopy, irrigation, outdoor seating, alteration of bus shelters and providing a gateway feature at both entrances of 41st Street. The purpose of this RFQ is to select a firm for architectural and engineering design services for the 41st Street Corridor Revitalization Project (the Project) to provide complete design and construction documents, and related services necessary to implement the Project. 3. BACKGROUND. In 2018, the City engaged Alta Planning and Design, Inc. with sub -consultants GEHL Studio, Inc., to prepare a master plan which creates principles for design and development along the 41st Street Corridor. The master plan would prioritize people along the corridor, rather than cars, by supporting consistent, safe and comfortable bus and bike networks, creating more reasons to spend time on the street, support transit riders and foster social resiliency. In 2020, The City engaged AECOM to prepare a feasibility study for the implementation of the Alta/Gehl Master Plan with estimates of the probable construction costs and to develop conceptual drawings for the area which encompasses that portion of 41st Street, between Alton Road and Pine Tree Drive, and that portion of all intersecting roads, between Alton Road and Pine Tree Drive, North to 42 Street and south to 40 Street. The report and conceptual design completed by AECOM (Appendix C) depicts ideas for the enhancement of the pedestrian walkways to include shortened crosswalks, alteration of on street parking spaces, increasing public art along the street, providing bike lanes, human scale lighting, landscape to increase tree canopy, irrigation, outdoor seating, alteration of bus shelters and providing gateway features at both entrances intended to reinvigorate the 41st Street corridor. Additionally, the design ideas featured will widened sidewalks, incorporate branded sidewalk pavement, integrate human scale canopy trees with existing Royal Palm trees and provide bicycle parking. 4. STATEMENT OF WORK REQUIRED. The City seeks Proposals from professional consulting architectural, landscape architectural or civil engineering firms which have proven experience in projects for streetscape redesign which prioritize pedestrians rather than vehicular traffic by creating spaces for outdoor dining and congregation, and accommodations to travel comfortably on foot, bike, bus or car, and related infrastructure. The successful firm will have the technical expertise to conduct the Design, Bid and Award, and Construction Administration Services for the 41st Street Corridor Revitalization Project and prepare DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161 B483DD60 MIAMI BEACH the associated design and construction contract documents that will allow the City of Miami Beach to advertise, bid and award a contract for the construction services. The selected Consultant shall integrate materials and methods that promote environmental quality, economic vitality, and social benefit through the construction and operation of the built environment in accordance with the City's Sustainability and Resiliency initiatives and standards. Work required under this RFQ must comply with the approved Conceptual Streetscape Design and will include, at a minimum, the following amenities: • Enhancement of pedestrian walkways and creation of outdoor dining and seating. • Modifications to the existing planters and on -street parking. • Alteration of bus shelters. • Provide bike lanes. • Crosswalk shortening and enhancements. • Milling and resurfacing of pavement surfaces, including striping and pavement markings as needed. • Utility coordination, adjustments, and modifications. • Landscape and Irrigation. • Lighting and signalization modifications. • Increase public art along the street. • Provide a gateway feature at both entrances of 41st Street. The selected Consultant must be an Architect, Landscape Architect or Civil Engineer and shall provide as needed Architectural, Structural Engineering, Civil Engineering, MEP Engineering, Landscape Architecture, Traffic/Parking Studies and Engineering, Construction Cost Estimating, Surveying, and Geotechnical services for the Project. The work shall include, but not be limited to, conceptual drawings, surveying, geotechnical, design development, estimates of probable construction cost, construction documents, phasing and implementation plans, material selection and specifications, construction staging planning, scheduling, maintenance of traffic planning, permitting, bidding/award, and construction administration services for the Project. Plans shall include all necessary drawings and technical specifications needed to construct the improvements and shall have defining documentation of what is authorized and approved. Documents may be developed in multiple packages based on project phasing schedule. The selected Consultant shall perform all utility coordination, obtain permits, and advise of all fees associated with all site, utilities, etc. work, prepare presentation materials to illustrate the final design and participate in public outreach and regulatory agency review meetings. The selected firm shall be tasked with, but not limited to, the following duties and responsibilities: • Design Services: 1. The purpose of this task is the preparation of contract documents for the Project, including but not limited to: o Drawings, specifications, and front-end documents in compliance with City standards and as reviewed and approved by the City. o Establish requirements with regards to constructability and value engineering reviews. o Preparation of Statements of Probable Construction Costs by the Consultant as defined by the American Association of Cost Engineers, at each phase of design. o Selected Consultant shall become familiar with the submittal and review processes for each of the agencies having jurisdiction, including Florida Department of Transportation (FDOT), and shall schedule submittals so as to avoid any delays in the project. o Prepare submittal and obtain approval from Design Review Board. DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 MIAMI BEACH o Incorporate revisions or comments to the contract documents based upon input received during the DRB meetings, submittal reviews, regulatory reviews, community meeting, or jurisdictional reviews. o Review contract documents with jurisdictional permitting agencies prior to finalization. 2. The Consultant will be required to prepare construction and permit documents for the design and construction of the proposed amenities in compliance with the approved 4151 Street: Conceptual Design. Submittals, consisting of plans, specifications, front end documents, calculations, and construction cost estimates shall be provided at 30%, 60%, 90%, and 100% completion for review and approval by the City. 3. The selected firm shall be required to perform a variety of forensic tasks to verify existing conditions and the accuracy of any available as -built drawings, surveys, and maps to be used for development of the contract drawings, including, but not limited to: o Verify As -built records. o Document existing conditions. o Establish record drawings and pertinent information. 4. The CONSULTANT shall establish and maintain an in-house Quality Assurance/Quality Control (QAIQC) program designed to verify and ensure the quality, clarity, completeness, and constructability of its contract documents. In addition, the selected firm shall follow City standards for the preparation of contract documents, inclusive of drawings, specifications, front-end documents, and cost estimates at 30%, 60%, 90%, and 100% completion for review and approval by the City. Presentation formats for review submittals shall be prepared for the City's Design Review Board (DRB) at 30% (Design Development Phase) completion stage, in order to meet DRB deadlines and meeting schedules. Contract documents shall be subject to Constructability and Value Engineering reviews by City and/or others. S. The selected firm will strive to meet established project budgets at all phases of design, and if needed, will redesign and/or revise/adjust project scope as may be deemed necessary to meet established project budgets. 6. In addition, the selected firm shall attend and participate in community design presentation/review meetings. 7. The selected firm shall be responsible for securing all required regulatory approvals of its contract documents from all applicable jurisdictional agencies and boards and will be responsible for initiating submittals and reviews in a timely manner. Bid and Award Services: 1. The selected firm shall assist the City in the bidding and award of the project. Such assistance shall include preparing documents required for Bid issuance, attending pre-bid conference(s), preparing necessary contract addenda, attending bid opening(s) where applicable, and evaluating bids received. 2. The selected firm shall provide updated Bid documents as may be required, for use during construction. Construction Administration Services: The selected firm shall perform a variety of tasks associated with the administration of the construction contract and construction management of the project. These shall include attendance at preconstruction meeting(s), attendance at weekly construction/progress meetings, prepare a record of all meetings, responding to contractors Request for Information (RFI), responding to, and evaluating contractor's requests for Change Orders (RCO), issuing contract amendments as -needed, review of shop drawings and submittals, review of record drawings, review and certification of contractor applications for payment, specialty site visits, project closeout reviews, including substantial completion, creation and tracking of final punch list, certification of final completion and acceptance, and warranty submittal reviews. 4.1 Licensure. Consultant shall hold a "Certificate of Authorization", or an "Architect Business" certification, or a "Landscape Architect Business" certification from State of Florida, Division of Business and Professional Regulations DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 �V1IAM1 BEACH 5. ANTICIPATED RFQ TIMETABLE. The tentative schedule for this solicitation is as follows: RFQ Issued May 14, 2021 Pre -Proposal Meeting May 26, 2021 @ 9:00 a.m. ET Deadline for Receipt of Questions June 9, 2021 @ 5:00 p.m. ET Responses Due June 28, 2021 @ 3:00 p.m. ET Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing Negotiations TBD Contract Negotiations Following Commission Approval 6. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone. Email: Natalia Delgado 305-673-7490 nata The Proposal title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0100-5. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 7. 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. Attendance for the pre -proposal meeting shall be via telephone and recommended as a source of information but is not mandatory. Proposers interested in participating in the Pre -Proposal Meeting must follow these steps: (1) Dial the TELEPHONE NUMBER: 786-636-1480 (2) Enter the MEETING NUMBER: 371 294 578# Proposers who are participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 8. 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 Periscope S2G. Any prospective Proposer who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G 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. 9. 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 2486 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 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 MIAMI BEACH subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado cDmiamibeachfl.gov 10. 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). 11. 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. 12. DETERMINATION OF AWARD. The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received. The evaluation committee is advisory only to the City Manager. The City Manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant. The City Manager's recommendation need not be consistent with the information provided by the evaluation committee process 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 Manager 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 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. 13. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 14. E -VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 WAMBEACH SECTION 0200 GENERAL CONDITIONS TERMS & CONDITIONS —SERVICES. By virtue of submitting a proposal in response to this solicitation, Proposer agrees to be bound by and in compliance with the Terms and Conditions for Services (dated April 13, 2020), incorporated herein, which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procuremenUstandard-terms-and-conditions/ Balance of Page Intentionally Left Blank DowSign Envelope ID: 2874FBC4-8703-4D6E-BD56-516184B301360 MIAMIBEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A Proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals. The City will only consider the latest version of the proposal. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Proposer's responsibility to assure that its proposal, including all attachments, is uploaded successfully. Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal submittal deadline shall be accepted as timely submitted. Late proposals cannot be submitted and will not be accepted. Proposers are cautioned to allow sufficient time for the submittal of proposals and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2G(@Periscopeholdings.com.The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Proposer to ensure its proposal is successfully submitted in Periscope S213 prior to the deadline for proposal submittals. 2. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non- responsiveness. Non-responsive proposals will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Failure to comply with the Minimum Eligibility Requirements (if applicable). 3. OMITTED OR ADDITIONAL INFORMATION. Failure to include the Bid Submittal Questionnaire (completed and submitted electronically) shall render a proposal non-responsive. Non -Responsive proposals will not be considered. With the exception of the Bid Submittal Questionnaire (completed and submitted electronically), the City reserves the right to seek any omitted information/documentation or any 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. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non-responsive. 4. ELECTRONIC 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 tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items" attachment tab in Periscope S213. MINKETTININUcover Letter and Table of Contents Cover Letter and Table of Contents. The table of contents should indicate the tabs, sections with tabs and page numbers to facilitate the evaluation committee's review. The cover letter must indicate Prime Proposer and Prime Proposer Primary contact. Experience and Qualifications of Proposing Finn DowSign Envelope ID: 2874FBC4-87C3♦D6E-BD56-5161B4B3DD60 MIAMIBEACH 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the relevant experience and proven track record of the firm and/or its principals in providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the Proposer submits as evidence of similar experience for the firm and/or any principal, the following is required: project description, agency name, agency contact, contact telephone & email, and year(s) and term of engagement. For each project, identify whether the experience is for the firm or for a principal (include name of principal). 2.1.1 Similar Project Experience. Submit verifiable evidence of the prime proposer's past experience in streetscape design projects which incorporate the enhancement of the pedestrian walkways, alteration of on street parking spaces, bike lanes, human scale street lighting, bus shelters, landscape, irrigation, outdoor seating, public street art, and providing a gateway feature within an urban commercial area. For each project that the Proposer submits as evidence of similar project experience for the firm and/or any principal, the following is required: 1) project description, 2) agency name, 3) agency contact, contact telephone & email, and 4) year(s) and term of engagement. For each project, identify whether the experience is for the firm or for a principal (include name of principal). 2.2 Project Manager. Submit the name of the project/account manager that shall be the primary representative to the City. Include a resume of the project manager, including education, licensure, relevant experience, and any other pertinent information. Include specific information regarding the project manager's experience, a minimum of two (2) projects within the last ten (10) years in streetscape design within an urban commercial area which include pedestrian walkways, on street parking, bike lanes, street lighting, bus shelters, landscape, and irrigation. Team 3.1 Qualifications of Proposer Team. Provide an organizational chart of all the prime proposer's personnel, each team members' qualifications and the role that each team member will play in providing the services detailed herein. A resume of each individual, including education, licensure, relevant experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. Include specific information regarding each team member's experience in some element of streetscape design such as pedestrian walkways, on street parking, bike lanes, street lighting, bus shelters, landscape, irrigation, outdoor seating, public street art, and gateway feature, within an urban commercial area. For each project submitted as proof of experience, submit: 1) project description, 2) agency name, 3) agency contact, contact telephone & email, and 4) prime proposer's role in project. and 4.1 Submit detailed information on the approach and methodology that the prime proposer has utilized on previous engagements or proposes to use to accomplish the desired scope of work, including detailed information, as applicable, which addresses, but need not be limited to: 1. Best Practices. Describe best practices in streetscape design that the proposer has utilized on prior engagement. 2. Stakeholder input. Describe how the proposer will manage stakeholder participation. Define the groups of stakeholders to whom the proposer intends outreach. 3. Resiliency. Define best practices in resiliency that the proposer has utilized on other streetscape engagements. 4. 4151 Street Conceptual Design. Describe how the proposer will incorporate the approved conceptual design by AECOM. 5. Project Budget. Describe how the proposer will assure that the project is able to be completed within the stated budget. DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 MIAMI BEACH Project Schedule. Provide a preliminary schedule for the design phase. Supplier Diversity. Describe how the proposer will make efforts to include participation by small/disadvantaged business enterprises, LGBT businesses, and veteran -owned businesses. 4.2 Supplier Diversity (Minority/Women-owned Business Enterprise (MWBE), Small/Disadvantaged Business Enterprise (S/DBE), Veteran -Owned businesses and LGBT certified firms). Submit details on how proposer plans to incorporate the utilization of Minority/Women-owned Business Enterprise (MWBE), Small/Disadvantaged Business Enterprise (S/DBE) or LGBT certified firms in the required scope of services. Balance of Pape Intentionally Left Blank DocuSign Envelope ID: 2874FBC487C3-4D6E-BD56-5161 B4B3DD60 SECTION 0400 PROPOSAL EVALUATION 1. EVALUATION OF PROPOSALS. All responsive proposals will be evaluated in accordance with this section. If more than one proposal is received, the City Manager may appoint an Evaluation Committee to consider and provide feedback on the qualitative factors of each proposal. 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. In the evaluation of proposals, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. Failure to provide the requested information within the time prescribed may result in the disqualification of proposal. 2. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Qualitative Prime Proposers Experience and Qualifications 40 Proposing Team Experience and Qualifications 30 Approach and Methodology 30 Veterans Preference Prime Proposer Volume of Work (0-5 Points). Points awarded to the Proposer for volume of work awarded by the City in the last three (3) years in accordance with the following table: Less than$250,000 5 $250,000.01—$2,000,000 3 Greater than $2,000,000 0 3. QUALITATIVE CRITERIA. The Evaluation Committee shall review responsive, responsible proposals and assign points for the qualitative factors only. The Evaluation Committee shall not consider quantitative factors (e.g. veterans' preference) in its review of proposals. The Evaluation Committee shall act solely in an advisory capacity to the City Manager. The results of the Evaluation Committee process do not constitute an award recommendation. The City Manager may utilize, but is not bound by, the results of the Evaluation Committee process, as well as consider any feedback or information provided by staff, consultants or any other third -party in developing an award recommendation in accordance with Section 0100, Sub -section 12. In its review of proposals received, the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the following criteria. 4. QUANTITATIVE CRITERIA. Procurement Department staff will assign points for the quantitative criteria. Veterans' Preference points will be assigned in accordance with Section 2-374 of the City Code DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-516134B3DD60 5. DETERMINATION OF FINAL RANKING. The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: It is important to note that the results of the proposal evaluation process in accordance with Section 0400 does not represent an award recommendation. The City Manager will utilize the results of the proposal evaluation process, and any other information he deems appropriate, to develop an award recommendation to the City Commission, which may differ from the results of the proposal evaluation process and final rankings. Balance of Page Intentionally Left Blank DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 APPENDIX A MIAMI BEACH Sample Contract 2021 -196 -ND ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41 ST STREET CORRIDOR REVITALIZATION PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 AGREEMENT BETWEEN CITY OF MIAMI FOR- DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 13413=60 TABLE OF CONTENTS DESCRIPTION ARTICLE 1. DEFINITIONS ........................................... ARTICLE 2. BASIC SERVICES ..................................... ARTICLE 3. THE CITY'S RESPONSIBILITIES .............. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION ARTICLE 5. ADDITIONAL SERVICES ....................... ARTICLE 6. REIMBURSABLE EXPENSES........:! ..`.?.. ARTICLE 7. COMPENSATION FOR SERVICI ARTICLE 8. CONSULTANT'S ACCOUNTING ARTICLE 9. OWNERSHIP OF PROJECT'DOI ARTICLE 10. TERMINATION OF AGR EME? ARTICLE 11. INSURANCCE.�.............:..ti. {' / \ ARTICLE 12. INDEMNIFICATION�AND HOLO ARTICLE ARTICLE 4 ARTICLE ARTICLE D\O VIEN' 1RML r, J F PAGE ...................... 4 ...................... 9 ........25 DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 SCHEDULES: SCHEDULE A — SCOPE OF SERVICES..................................................................................30 SCHEDULE A-1 - CONSULTANT SERVICE ORDER (ADDITIONAL SERVICES) SCHEDULE B - COMPENSATION...........................................................................................32 SCHEDULE C — HOURLY RATE SCHEDULE..........................................................................33 SCHEDULE D - CONSTRUCTION COST BUDGET SCHEDULE E - PROJECT SCHEDULE ATTACHMENTS: ATTACHMENT A — Resolution, Commission Item, Commission Memorandum ........................... ATTACHMENTB - RFQ...........................................................................................................37 ATTACHMENT C — Consultant's Response to the RFQ.............................................................. 3 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FOR .�i PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR This Agreement made and entered into (Effective Date), by and between the CITY OF under the laws of the State of Florida, havinc Drive, Miami Beach, Florida, 33139,' _ a c (hereinafter referred.to as WHEREAS, the REQ No. 2019 architectural and engineering firms in Negotiation Act; and\=., \ \, 1WHEREAS, on, I 2019-xxxxx,,_,_respectively, \autho�izi \. and, -if`: pursuant to the RFQ aHd� WHEREAS, City and the Cons to the RFQ>and day of. \ , 20 , BEACH, a municipal corporation existing cipal offices at\1700 Convention Center rafterreferred ,to�as City) and m %having its orincloal office at ided to provide access to Consultant's Competitive the\City Commission approved Resolution No. the\ City to enter into negotiations with s- , execute an agreement with the Consultant have negotiated the following agreement pursuant NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: -' j ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 4 DowSign Envelope ID: 2874FBC4-87C3-406E-BD56-5161B4B3DD60 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Scope of Services set forth in Schedule A hereto. Any Services-rkot 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 C`enter,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 Department permits, Public Works Department permits, or other applicable permits, within it jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable/Laws shall be,ydeemed 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 Mdnager" shall mean"the chiefiaaministrative 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 matters) concerning-theServiiccesNand/or this Agreement (exclusive of those authorizations —rdserved�to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the,Project). CONSTRUCTION COST BUDGET: TheXConstruction Cost Budget" shall mean the amount budgeted anid,, tablished bythepty to"p Ovide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in Schedule D. CONSTRUCTION DOCUMENTS': "Construction Documents" shall mean the final (100% completed) plans, teclinic`al'specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 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 the Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The following Subconsultants are hereby approved by the City Manager for the Project: [NEED TO INCLUDE SUBCONSULTANTSj CONSULTANT SERVICE ORDER: Consultant Service Order shall mean any work order issued by the City to Consultant (in substantial form as in Schedule A-1 attached hereto), that specifically describes and delineates the particular Additional Services which may be required of Consultant that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment' shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 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 covered in the Contract Documents. entity contracting with City for performance of the Work DESIGN CRITERIA PACKAGE or DCP: "Design performance -oriented drawings or specifications of a t purpose of furnishing sufficient information to permit design' L response to a City request for proposal, or to permit ( the" City to build contract. The Design Criteria Package must specify per design -build Project, including the legal description/of the site, the site, interior space requirements, material quality stain conceptual design criteria of the project, cost or.�budget estin schedules, site development requirements, provisions for /al disposal, and parking requirements,applicable to the"proje8L s DESIGN DOCUMENTS: "Design schematics and all other documents describe in detail the size,_ configural Project necessary for,ttie fnal,pre Documents in accordance with the I limitation, all architectural and engin( shall not be part of the,,Contract Do Design Documents to the`City and agencies,having turisdiction,,infacc( Contract Package' means concise, J Project, prepared for the firms to prepare a bid or a er into a negotiated design- iance-based criteria for the rvey\,information concerning Is�schematic layouts and is, design and construction stormwater retention and vents" meahs''all plans,. drawings specifications, set forth in full the design of the Project and fix and I characferof the Project concerning all items of the i.of they 100%icorripleted, permitted Construction nents,6f the Contract Documents including, without lements as may be.appropriate. Design Documents s, until (a) the Consultant has submitted completed have been reviewed and approved by the City and .with\the�procedures as provided by the Contract ;Ql•not�in any way be construed, interpreted and/or e Consultant's obligations to ensure the Design with all Applicable Laws and in accordance with the 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, 4tornado,/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 &,,;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 DocuSign Envelope ID: 2874FBC4-87C3-4DGE-BD56-5161 34B30060 agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Scope of Services set forth in Schedule A hereto. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean,the description of the Project, as described in Schedule A hereto. PROJECT ADMINISTRATOR: The "Project" Administrat 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 regulaforyor administrative bodies having jurisdiction over the Project). N.. % .% \/ PROPOSAL DOCUMENTS: "Prop amendments or addenda thereto (if and made a part hereof; provided, h Proposal Documents and this Agree response to the RFQ is included fo part of this Agreement, exceptl`wi qualifications and experience of Cor key personnel listed thereln,'and its with this Agreementand consisfe'rin to as follows: SchPrhdP d _ Schedule &7 iments" shall mean the RFQ, together with all sFi incorporated by reference to this Agreement iat'in the.event of an,express conflict between the Agreement'shall prevail. Consultant's proposal in e`purposes•onfy•and shall not be incorporated as t "to donsulta tY representations regarding the id its key personnel, its commitment to provide the to'perform and deliver the Services in accordance reore'sentations made therein. . the various schedules attached to this Agreement and of Services iltant Service Order Cant Compensation Billing Rate Schedule fiction Cost Budget Schedule SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 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, equ fabrication, transportation, insurance, bonds, perry changes and government approvals, licenses, test. inspections and related certifications, surveys, stu'dii are necessary or appropriate for the total constri Project, together with all additional, collateral and required for delivery of a completed, fully functional Contract Documents. "11 2.1 The Consultant shall provide �B described in Schedule A. _ 2.2 The Services willfie commenced proceed with any of tf'a. specific, tasks Manager or the Project Administrator ("I Notice to Proceed upon 'receipt and fetes each task/(as same are set, fo entitlement to perform'(or be corny, this Agreement, unless such task is 2.3 As it relates to the City that it is knowledge< agrees to comply with.all adopted from time to time foregoing of which it shdul in pmefit, supplies, tools, machinery, utilities, tsrand,cconditions thereof, building code qualiWassurance and/or quality control s, and other i6ms, work and services that ction, installation,.,and functioning of the incidental items and work and services and functioning Proiect as set forth in the as more particularly y,the,Consultant upon receipt of a written notice to mtified,in Schedule A ("Task") signed by the City tice•,to\Proceed"). Consultant shall countersign the the signed copy to the City. A separate Notice to ator shal�be required prior to commencement of Schedule "A" hereto). Consultant shall have no for) the Services corresponding with any task under ed by a Notice to Proceed. and the Project, Consultant warrants and represents to the d shall comply with all Applicable Laws. The Consultant e Laws, whether now in effect or as may be amended or further take into account all known pending changes to the blv 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 DowSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Scope of Services; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: shall waive or excuse Consultant's obligations under the A Documents and that Consultant shall remain fully liable for,a including, without limitation, any design errors or omissionsr/\A issued by the City shall not constitute nor be deemed a releasi of the Consultant (or any Subconsultants), for the accuracy Documents and Construction Documents, nor she I an'y Cit deemed to be an assumption of such responsibility b�r the City the Design Documents and the Construction Documents. inspection, review, approval or acceptance of, nor'payment for, Agreement shall be construed to relieve the Cbnsulta and responsibilities under the Agreement, nor cons under the Agreement, or of any/cause of action Agreement. The Consultant shall be and'remain liabl( Laws for all damages to City caused 'by -any failure of and conditions of the Agreement or by`the'Consu\t< acts, errors or omissions in the performance of the.Ag 2.7 TIME: It is understood'that,time is this respect, the parties"agree as'fojlows: 2.7.1 Term: Th and,Consultant, w be in -effect -unties Proceed are coliml Term, Consultant the Scope of Sen theProject, 2.7.2 h ,Cons) the standard''of p progress of the W No action or omission by City reement and/or other Contract lwork performed by Consultant itten decisions and/or approvals of the responsibility and liability and competency of the Design 'approval and/or decisions be `or asdefect, error or omission in Moreover, neither the City's any Services required under the Subconsultant) of its obligations liver of any, �of,,the City's rights iut of the performance of the City in accordance with Applicable sultant or to comply with the terms sconduct, unlawful acts, negligent of the Project and, in is-AgreemenVshall commence upon execution by the City e,the Effective Date referred to on page 1 hereof, and shall are completed,or all Services authorized under Notices to ccepted, whichever is later. Notwithstanding the preceding e to any and all timelines and/or deadlines, as set forth in ing the time for completion of the work and/or services for perform the Services as expeditiously as is consistent with skill and care required by this Agreement, and the orderly 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate' performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Scope of Services. The Consultant may submit requests for an adjustment to the completion time 10 DocuSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 for the Scope of Services, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. j ` 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, tc perform work on the Project. 2.9 The Consultant shall perform its dutie'sfunder this Agreement i4competent, timely and professional manner, and shall be responsible lo the City for any failur6,in its performance, except to the extent that acts or omissions by the'City,make,such performance'impossible. 2.10 The Consultant is res completeness, performance and Consultant Service Orders (inc specified time period and specifi skill, knowledge, and judgment, respect to the disciplines-requirg The Consultant is responsible fc City's requirements, the Contrac and remain liable to the'Citv.foi of the Services; whicii'dama replacement or repair bf`any c months following final accepta wh icheveNs "later. In additior Consultant shail,.at its experi deficiencies which result from standards. The Project Admil and shall approve the.method- msibld'-Jor the professional quality, technical accuracy, Do'rdi`nation,of all Servicea,required under the Agreement any Jing,the services performed, y Subconsultants), within the I cost\the Consultant shall perform the Services utilizing the dinarlly,possessed arid•used by a proficient consulting with -for the performance of -such. Services in the State of Florida. I nd shallrepresdnt to City-t1hat the Services conform to the Documents and:all Applicable Laws. The Consultant shall be ill Idamages to the City caused by the Consultant's deficient ent, or negligent acts, errors or omissions in the performance may include`tha"costs incurred by the City with respect to .live or non -conforming construction Work until (i) twelve (12) of the Work, or (ii) the applicable statute of limitations period, all other rights and remedies which the City may have, the re-peiforrn all or any portion of the Services to correct any Consultant's failure to perform in accordance with the above �tor shall notify the Consultant, in writing, of any deficiencies 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 11 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 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 performarice 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`ttie Services relatesto a professional service which, under Florida Statutes, requires a license certificate of authorisation, or other form of legal entitlement to practice and/or perform s"uch�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, tinfive (5) calendar days after receiving a signed Notice to Proceed, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "ProjecPManage�):.NThe Projec'Manager shall be authorized and responsible to act on behalf of Consultant witih�,respect,to-,,directing, coordinating and administrating all aspects of1he Services Consultant's Protects Manager (as well as any replacement) shall be subject to the prior`written 'approval \ fethe City Manager or the Project Administrator. Replacement (including reasslgnmerit) of an approved Project Manager shall not be made without the pribr,written approval of the"City Manager or his designee (i.e. the Project 1'-06nsultanIt agrees, within f6urtdbn,(14)' calendar days of receipt of written notice the City Manager or,the Project Administrator (which notice shall state the cause lore), to promptlyprnb a and replace a Project Manager, or any other personnel iyed or otherwise,,retained,,by Consultant for the Project ( including, without 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public informatidn,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 Servlces;'or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and any Consultant Service Orders, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under Schedule A and any Consultant Service Orders issued to Consultant by the City. If, during, the course of performing work, services and/or tasks, Consultant determines that work and/or services should be performed which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated, then Consultant shall promptly notify the Project 12 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services.'If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in Schedule A (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any,and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition; Cd�ultant shall provide electronic document files to the City upon completion of the Project. /-` 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACIL'ITAT,E AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE'=AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITYtiS. <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. CONSULTANTS` OBLIGATIONS -,A) WAIVER OF CONSULTANT'S OBLIGATIONS rAND/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, N ANY WAY, THE CITY'S RIGHTS AND REMEDIES -IN -CONNECTION T.HEREWITH,,THE CONSULTANT EXPRESSLY ACKNOWLEDGES"AND AGREES NOT TORAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT, AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATIO'N,,ASSISTANCE AND/OR, FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS., INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING<PERMITSiOR WITH -,COORDINATION WITH UTILITIES, OR OTHER. MATTERS RELATED``T,O\THE PROJECT. `INdTHE 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 255.2575tiFlorida Statutes, and Chapter 100 of the City Code, as both may be amended from time °to time,,, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the 13 DowSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 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 Subco`nsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect t8%ttie,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,I�whhout limitation, the `professional licensure requirements. Any approval of a Subconsultan ;by, thefCit`y) shall in noway shift from the Consultant to City the responsibilityforthe quality and acceptability of the services performed by the Subconsultant. Payment of\Subcon*sultants 'shallebe the sole responsibility of the Consultant, and shall not be causeo *any�lncrease in, compensation to the Consultant for payment of the Services. 3.1 The City Manager shall`,designate a Project Adniinisfrator, who shall be the City's authorized representative\to act oh)City's behal%with respect to the City's responsibilities or matters requiring City's"approval' under,. the Contract Documents. The Project Administrator shall be authorize'd'(withouf limitation) to transmit instructions, receive information, and interpret and define City policies and decisions witR,respect to'the Services and the Project. The Project Admiriistrafor 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 diredor 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. N'�, \t 1 0 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 acknowledgesNthat, 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. 14 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161 B4B3DD60 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 decision�required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 1'\ s. 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 resolulicn or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission sh`all�be the body, to conslderNcomment upon, or approve any amendments or modifications,to this Agreement. \`\ 3.6.2 The City Commissiori,,shall,be the bodVNto cdnsider, comment upon, or approve any assignment, sale, transferor`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 o, 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.Oity of MiamiBeach Procurement Ordinance, as amended). 3.7 Except where.oth nivi aexpressly noted in -this Agreement, the City Manager shall serve as the Ci s' "rima ' ' ... ty� p ry,representative to whom�admimstrative (proprietary) requests for decisions and approvals required,hereundertiy,the City shalPbe made. Except where otherwise expressly noted iri,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,dtv.by Consultant. 3.7.1 The City-Manadeflshall have prior review and approval of the Project Manager (and any replacemenis),and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, .however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 15 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 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 ( regard to acting on behalf of the City in the this Agreement, and, should such default re (pursuant to and in accordance with Article 1 3.8 The City's review, evaluation, or comment as tc of the Consultant shall be solely for the purpose of the the suitability of the Project, or portions thereof, deta intended therefor by the City, and may not be relief ,u other third party as a substantive review thereof. \, 4.1 The City has Schedule D. Consull Project is not exceed( the Project to the `C revisions necessary meetings with -the C such items 'as necessary to'm&et the Constr'uctio'n Budget. `', `\ 4.2. Con: each stage Documents, uthorized representative with g any default notice(s) under in terminating the Agreement any documents,prepared by or on behalf 3ity's determining -for its own satisfaction ed in such documents for the purposes lon,in any way by the `Consultant or any 1st BudgWfor the Project, set forth in hat the Construction Cost Budget for the Consultant shall design and/or re -design :ordance'with this Article 4, making all Cost Budget. Consultant shall attend estimates, cost-saving alternatives, and and Construction Documents to address budget parameters set forth in the City shall pr6ide�and/or,update the Statement of Probable Construction Cost at npletion of�the DesigniDocuments and at completion of the Construction otherwise specified in a written directive of the Project Administrator. 4.2.1. At completion/of/the conceptual design (at such stage of completion of the Design Documents as may be, specified by the Project Administrator), Consultant shall provide the City a Statement of -Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design 16 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 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 D Construction Documents, Consultant shall update its which must include an estimated Construction ,Cost minus five percent (+/-5%) of the Construction`Cost E the Consultant's Statement of Probable Consfructi Budget by more than five percent (5%),,the Projeci A the Consultant. Consultant shall then identify the cai writing for the City's approval any rn6difcation.in the the Consultant's estimated total costs`in the'Stateme five percent (5%) of the City's Construction Budg Consultant shall promptly modify the Design\Documt time period specified "by the'Project Administrator (u exceed ninety (90) days from the date Consultant.i§ Services and at no additional cost to;the City. \ !sign Documents and at completion of the Statement of Probable Construction Cost, for the Project within a range of plus or udget. If at the foregoing stages of design m Cost exceeds the•.City's Construction �miriistrator shall provide, notice thereof to se,(s)�for the difference and recommend in Desigh pocuments necessary to conform ,it of Probable Construction Cost to within :t. Upon, obtaining the City's approval, nts or\Coristruction Documents within the ihich.time, period for completion shall not notified•to�re-design), as part of the Basic 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. N,\`. 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 industr ,,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'ot_he'rwlse provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re -design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re -design), and shall provide re -bidding services, as many times as may be reasonably requested by the 17 DocuSign Envelope ID: 2874FBC4-8703-4D6E-9D56-5161 B4B3DD60 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 absolutediscretion, and without relieving Consultant of its obligations under this Agreement to design &.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 Projecfand 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 besYbiaWthin the Construction Cost Budget. 5.1 Additional Services shall authorization by the Project Ad commencement of any suchad( contain a description of the Addi' time of the request,rfor.additiona Schedule "B" hereto),, with a "No "Not to Exceed" amoun \the ai required to complete the ,Adilition "Not to Exceed" shall-meanthe r shall Exceed"'amount is not a gua case of Reimbursables, fort through time sheets (and, for 5.2 Additional'Services i 5.2.1 Aooraisals:4In' existing facilities, and by City. rformed by 'Corisultant following receipt of written '(which authorization must be obtained prior to r b`y'Consultant).%,,The written authorization shall rices rec'uir;eda l mp-sum to be negotiated at the •or jarihourly fee (in accordance with the rates in d',amount; Reimbursable Expenses (if any) with a 'onstruction Cost Budget (if applicable); the time >; and an amended Project Schedule (if applicable). umulatide hourly fees allowable (or, in the case of nu'aative'ezpenses allowable), which the Consultant horization of the Project Administrator. The "Not to um cost for the additional work requested (or, in the and all costs applicable to same shall be verifiable s, expense reviews). the following: i and creation of detailed appraisals and valuations of or inventories in connection with construction performed 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of execution of this Agreement (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City -Requested Revisions to Construction Documents: Making revisions to W. DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B463DD60 Except 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$rovided at no additional cost to City). 5.2.6. Models: Preparing professional persp �c tiG s m d`els 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 Insoection/Material Testing and ,Inspection:'. Providing threshold inspection services and material testing/special-'inspection services, provided that Consultant, as part of the/Basic Services�N hall report on the progress the Work, including any defects and deficiencies that maybe dbserved in the Work. 5.2.8 Pre -Design Surveys '&\ Testind:-.Environmental investigations and site evaluations, provided,- however,\that surveys�,of the existing structure required to complete as-builf documentation aye not additional'services.1 i / ``�gine. i 5.2.9 Geotechnical enering. Providing geotechnical engineering services or site surveys. \ I 1 �•, are required for completion of the Construction 6.1 Reimbu}sable 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 19 DowSlgn Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 134133DD60 the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" fee for provision of the Services, including reimbursable expenses, for the Project shall be $638.161, as more fully delineated in Schedule B hereto. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimate "fee to completion. 7.3 Approved Additional Services shall be compensated in adcordance with the hourly billing rates set forth in Schedule "C," attached hereto.` Any request for payment of Additional Services shall be included with a Consultant paymeWrequest. No mar0up\shall be allowed on Additional Services (whether sub -contracted or not). 7.4 Approved Reimbursable Expenses shall be pa d -in acLdance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount, set forth in Schedule B or in the applicable Consultant Service Order�P&,request for payment of Reimbursable Expenses shall also be included with Consultant's `payment request. No`mark-up shall be allowed on Reimbursable Expenses. _ __ 14\ `�1. �1�1 `.. \ 7.5 ESCALATION: During -the, Term of this'Agree`ment�,the City Manager, at his sole discretion, may consider.. an adjustment to the hourly rates set7forth in Schedule C. Any such adjustments, if any, sli'all�be based 'on a corresponding increase in the Consumer Price Index for All UrbaryConsumers; U.S.,.City average (1982-84=100), as established by the United States Bureau of�Labor Statistics ("CPI') -& material adjustments to the scope or requirements of the RFQ by'the,City, including (but-ndt limited�to),living wage increases, provided, however, that in no event shall any annual,increase exceed three percent (3%). In the event that the City determines'that the reque'Mei ,increase is unsubstantiated, the Consultant agrees to perform all duties at th'ec\urrent cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the Cityon-pa yments to Contractor. 7.7 METHOD OF -BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for 20 DocuSign Envelope ID: 2874FBC-87C3-4D6E-BD56-5161 B4B3DD60 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 9.1 All notes, correspondence, documents, plat renderings, calculations, specifications, models <phc and any other documents (whether completed or,par Services performed or produced in the performance whether in its native electronic form, paper or other I except with respect to copyrighte&standard details owned by a third party and licensed tb' e-Consulta the property of the City. Consultant shall oeliver all'sl in their native electronic form -within thirty,(30� days•o (30) days of expiration or earlier termination of this'A the City may grantyantexclusive license of.,thd co reproducing copyrighted materials or portions ther6 advance and in writing,�ln addition', the Consultanf,sl any document-to,any third party' with uo t,prior uvrittt Consultant shall -warrant to the City thafit.has•beeilj standard de{ails and'de'stans owned by a third oartv in the performance of this documer't from Chapter 1 is and specifications, designs, drawings, tographs, reportNsurveys, investigations, tially completed) an`d copyrights thereto for 5fthis Agreement, or related to the Project, lard copy medium or in electronic medium, and designs owned by the Consultant or nt for -use and reproduction, shall become ich documents to the Project Administrator r completion of the Services (or within thirty gree`ment as�the case may be). However, oyright,to'the Consultant for reusing and ,of as authorized by the City Manager in all not disclose, release, or make available m approval from the City Manager. The jranted a license to use and reproduce any and used or reproduced by the Consultant ned herein shall be deemed to exclude any 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 mate"nal for -'additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re -use of plans and specifications. 21 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 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.liad 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), ori therwise. The Consultant shall be liable to the City for any additional cost(s) incurred by'the,City,du�,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,sych Services had-,the!Agreement not been terminated. 10.2.2 In the event of terminatior to pay Consultant,for,those Serve date of termination (as'such date initial written'default notice). U Consultant pursuant to this subs Consultant. `'., \ i { the City,�the City shall only be obligated rily performed and accepted prior to the n, 'or can'be� calculated from, the City's of-any,amount which may be due to the City/shall have no further liability to As a-conditibn precedent tb�releasdNof any payment which may be due to taut undersubsection 10.2.2; the Consultant shall promptly assemble and deliver Project Administrator any and aIFPr'oiect documents prepared (or caused to be ad) by Cons`ultant(including, without limitation, those referenced in subsection 9.1 i:\ The City shall not be responsible for any cost incurred by Consultant for bl&opy, and/or%Alivery 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) -if deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully 22 DowSign Envelope ID: 2874FBC4-87C3-406E-BD56-5161 B4B3DD60 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 alfeady 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 Ac required insurance coverage in full force and work until satisfactory proof of all required inst. Administrator: (a) Workers' Comp State of Florida. (b) Commercial -Ge than $1;000,00 property damag (c) Automobile Liab used in\ connec combined Bingle ,(d) Prof ssional'Lia dedbGtible•per c within thirty (3\ �,�\licy. 11.2 The City must be na e stated on the certificate. and the any Kill It, Consultant shall'.maintain the following The Consultant shall not commence any overage has been furnished to the Project 's Liability per the Statutory limits of the in an amount not less for bodily injury and g all owned, non -owned and hired vehicles in an amount not less than $1,000,000 )r bodily injury and property damage. amount not less than $2,000,000 with the notify the Project Administrator, in writing, A or made against its Professional Liability insured on the liability policies; and it must be 11.3 The Consultant`must,give%the Project Administrator at least thirty (30) days prior written notice of cancellation dr.,of substantial modifications in any required insurance coverage. All certificates and endorsements' shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. 23 DowSign Envelope ID: 2874FBC487C3-4D6E-BD56-5161 B4133DD60 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•tfierewith and shall investigate all claims, suits, or actions of any kind or nature in the name,of the City, where applicable, including appellate proceedings, and shall pay all costs; judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided\by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. `. 12.2 The Consultant agrees and recognizes'Nthat 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 C` sultaht (including, without limitation its Subconsultants and/or any -registered 'professionals (architects and/or engineers) under this Agreement). ! ; �� i / \ '`•J 13.1 ERRORS -AND OMISSIONS It --is spebi ically agreed that any construction changes categorized by -the City, as caused by an error, amornission, or any combination thereof in the Contract Doouments'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,inc emental 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•Consultanfs errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. 24 DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in arfamount,in�'excess of the total amount of compensation/fees due to Consultant for all Service under this`Agreement, which amount shall be reduced by any amount(s) actually paid by the City to ConsultafiQiereunder. 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. n �� ✓ �; All written notices given to City by City Managees,Offc�sca�. City of Miami'Beach `>> 1700 Convention -Center C Miami Beach, Florida 331: Attn- Jimmy L. Morales; r e``, With,a c poc yto- `� \City Manager's Office City of Miami Beach 1700E Convention Center,.E Miami'Beeach, Florida 331; Attn: Eri6` 6T. Carpenter,a All written'notices aiven to. the 'Co City Manager 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 25 DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 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 acc (Section 287.133, Florida Statutes), a person or placed on the convicted vendor list following -'a submit a bid on a contract to provide any goods of a contract with the City for the construction or`rep bid on leases of real property to the City, may not supplier, subcontractor, or subconsultant under a business with the City in excess of the threshold Irdance with the Public Entity Crimes Act affiliate who is a.consultant, who has been :onviction for a'public entity crime may not services to the City,. may not submit a bid on it of a public building or public work, may not Statutes, for Category Two, for a period.,4'36 months' convicted vendor list. For violation of this subsection by terminate the Agreement without any liability, to City and -or perform`work as a contractor, h the City, and.may not transact vided in Section 287.017, Florida the date of being placed on the Lltant, City shall have the right to e debarment of Consultant 16.4 NO CONTINGENT -FEE; Consultant warrants•tRat 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 of firm, ottier`than a bona fde 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. Forthe breach or violation of this subsection, City shall have the right to terminaie,the Agreement, without any liability or, at its discretion, to deduct from tlib contract price(or-,otheiwis`e, recover) the full amount of such fee, commission, 1167, 16.5 LAWS 16.5.1 The Consultant' shall, during the Term of this Agreement, be governed by all Applicable 'laws,which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions,” all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or 26 DowSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 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 notrcopy, duplicate, or distribute the documents unless authorized by he City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to,be:ke6t and maintained in a secure location. 16.5.2.3 Each set of the Project documents r' to\be numbered and the whereabouts of the" oc6ments shall be tracked,at all times. ti 16.5.2.4 A log is developed to track�each set of docum nts I gging in the date, time, and—name of the �;individual(s) that worke;on or view the documents. "-, el, 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 Documenfs 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 ambiguitiesin''the Contract Documents and other documents or Services related thereto. �ti 7 ,✓ .� !� 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, whi6h,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 beiperformed by Subconsultants, subject to the prior written approval of the City Manager. ) • 1 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 T0. 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. 27 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 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 t � he Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stopJ6Cify from asserting any rights or operate as a waiver of any provisions hereof or of anycp'ower or right herein reserved to the City or of any rights to damages herein provided!•--, \ _ \ \, 16.11 This document conversations, agreements, or understan the parties agree that there are noNcom the subject matter of this Agreement that parties agree that no deviation from th em representations or agreents,whether c amendment or alteration�in the terms or memorialized in written{document approv dignity herewith. `"\ ) j 28 it negotiations,. -,correspondence, the matters contained herein; and its, or understandings concerning n�'this document. Accordingly, the all, be predicated upon any prior .irttier,agreed that no modification, id.herein shall be effective unless :h.the same formality and of equal DocuSign Envelope ID: 2874FBC-87C3-4D6E-BD56-5161B4B3DD60 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 CLERK Attest Signal Print P CITY OF MIAMI BEACH: MAYOR ►9 DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 SCHEDULE A - SCOPE OF SERVICES 30 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 SCHEDULE A-1 CONSULTANT SERVICE ORDER FOR ADDITIONAL SERVICES Service Order No. for Additional Services. TO: PROJECT NAME: Project Name DATE: SCOPE OF ADDITIONAL SERVICES: Per attached proposal dated Estimated calendar days to Original Service Order Amount: Total From Previous Fee for this Service'Order is of: Total Agreement to Date\ City's work: Date Consultant. 31 part Date DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 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. 32 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B30060 SCHEDULE C HOURLY BILLING RATE SCHEDULE 33 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 SCHEDULE D CONSTRUCTION COST BUDGET The City's Construction Cost Budget is $5 million. 34 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 SCHEDULE E PROJECT SCHEDULE 35 DocuSign Envelope ID: 2874FBC487C3-406E-BD56-5161 B463DD60 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM KR DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 37 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ DowSign Envelope ID: 2874F8C4-87C3-4D6E-BD56-5161 B4133DD60 APPENDIX B MIAMI BEACH Insurance Requirements 2021 -196 -ND ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41 ST STREET CORRIDOR REVITALIZATION PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 MIAMI BEACH INSURANCE REQUIREMENTS The Contractor shall maintain and require that their subcontractors maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile, if Contractor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance with limits no less than $2,000,000 per occurrence or claim, and $4,000,000 policy aggregate. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to DowSign Envelope ID: 2874FBC4-87C3-4D6E-8D56-5161 B4831DD60 affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage— Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certif cates-miamibeacht7a.riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. DocuSign Envelope ID: 2874F8C4-87C3-4D6E-BD56-5161 134133DD60 APPENDIX C MIAMI BEACH 41St Street Conceptual Streetscape Design 2021 -196 -ND ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41 ST STREET CORRIDOR REVITALIZATION PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach. Florida 33139 +a 8 Conceptual Streetscape Design . ofMiaraWeach, ` t I DocuSign Envelope Acknowledgments Thank you to the City of Miami Beach Economic Development Department Mayors 41st Street Blue Ribbon Committee, G.O. Bond Oversight Committee, and Miami Beach residents and business owners for their involvement and support in this conceptual design process and commitment to reinvigorating the 41st Street Corridor on Miami Beach. ,'dAA%JBEACH A—XOOM 41ST STREET: CONCEPTUAL STREETSCAPE DESIGN Final March 2021 /L�IM Table of Contents Executive Summary 06 Background Analysis 17 Final Conceptual Design Package 27 Order of Magnitude Cost Estimate 73 Appendix 86 Conceptual Design Alternatives 87 Community Survey 103 41st Street: Conceptual Streetscape Design 2021 5 Docu6i, Emebpe ID'. 2874FBC4-87C34D6E-6D56-516164830060 EXECUTIVE SUMMARY PURPOSE ANOSCOPE The Cityof Miami Beach (CMB) looks to transform the 41 st Street corridor and neighborhood into a pedestrian -focused gateway to mid beach for businesses, residents, and visitors that enhances quality of life, attracts economic development. and activates the community. Significant efforts have been put forth since 2016 with this aim, including the formation of the Mayors 41 st Street Blue Ribbon committee (2018)• completion of the 41 st Street: A Place for People (2018) vision plan by Gehl studio and Alta Planning (Alta Geho, and approval of the general obligation bond (G.0. Bond) and its Oversight Committee (2018-2019). With a need to progress the vision into actionable recommendations. AECOM developed the 41 st Street Conceptual Streetscape Design (Conceptual Design) in 2020 that identifies conceptual -level design enhancements and order -of -magnitude cost estimates within the $15M G.O. Bond budget. This effort was completed in partnership with the CMB. G.O. Bond Oversight Committee, Mayors Blue Ribbon Committee, and with outreach to the resident and businesses community. Subsequent phases of design will incorporate additional analysis and cost estimating. The Conceptual Design incorporates streetscape recommendations for 41 st Street in the area bounded by the Julia Tuttle Causeway at Alton Road (west) to Pinetree Drive (east) and 42nd Street (north) to 40th Street (south), we graphic on the following page. The Conceprual Design looks to enhance Walityoflife attract economic development and activate the communiry 41st Street: Conceptual Streetscape Design - 2021 6 /LaLOM SUMMARY OF ANALYSIS 41 st Street is designated a State road and evacuation route under the jurisdiction of the Florida Department of Transportation (FDOT). As the major thoroughfare within the 41 st Street neighborhood, the corridor serves as a featured gateway to mid beach. Analysis included a review of over thirty plan documents to create a project matrix, which was reviewed in alignment with the visioning elements developed as part of the 41 st Street A Place for People (2018) Vision Plan. Documents reviewed include the Miami Beach 2025 Comprehensive Plan (2011) and Strategic Plan (2019). Urban Forestry Master Plan (2019), relevant zoning codes, City and Blue Ribbon Committee motions. City Commission actions, Resilient305 plan (2019), FDOT design standards and context classification map, and Miami -Dade documents for transit and strategic planning, among others. See Appendix. Interviews with Miami -Dade County. FOOT and more than fifteen interviews with different City departments were used to understand the needs of the corridor and its constraints. This included review and discussion of the Countys BERT BRT plan, FDOTs evacuation route constraints, ongoing City projects including signalization. lighting, bus shelters, among other efforts. The Blue -Ribbon Committee engagement during analysis was incorporated and used to further refine corridor priorities and project typologies as part of the conceptual design. Outcomes of this analysis shaped conceptual design priorities, identified conflicts, overlaps, and feasibility of proposed projects for the 41 st Street corridor. The existing condition of the corridor was assessed against the urban forestry/landscape goals, setback distances, maintenance concerns, parking conditions, FDOT design compliance, bicycle infrastructure, among others. Utilities were not assessed as part of conceptual design. 41st Street: Conceptual Streetscape Design - 2021 SUMMARY OF ENGAGEMENT ACTIVITIES Outreach and consensus building played a key role in the conceptual design process and included significant and regular engagement with the City of Miami Beach, Mayor's Blue -Ribbon Committee, G.O. Bond Oversight Committee, Neighborhoods and Quality of Life Committee, the business community, and resident population. Review periods were made available of the two conceptual design alternatives along with a public survey for additional engagement. The following outlines scheduled meetings and outreach events conducted during the conceptual design process. Regular bi-weekly meetings were also held with the CMB project team. • March 27, 2020: CMB Transportation interview • April 20. 2020: CMB Parking interview • April 20,2020: FDOT interview • April 21, 2020: CMB Public Works interview • April 29, 2020: Blue Ribbon Cmte. Mtg • April 2020: CMB Economic Di interview • April 2020: CMB CIP interview • May 18. 2020: CMB Planning interview • May 26, 2020: Miami -Dade County interview June 15, 2020: FDOT/Miami-Dade Co. BERT plan June 17, 2020: CMB GOB interview Jury 10, 2020: Police Dot interview July 20, 2020: Commissioner Meiner Mtg • August 17, 2020: Commissioner Meiner Mtg August 20, 2020: Blue Ribbon Cmte. Mtg September 1. 2020: CMB Public Works / Planning September 8-11. 2020: CMB design review September 23, 2020: Blue Ribbon Cmte. Mtg September 24,2020: G.O. Bond Corte. Mtg September 25, 2020 -Oct. B, 2020: Public Survey October 1, 2020: Public meeting October 15, 2020: Blue Ribbon Cmte. Mtg October 22. 2020: G.O. Bond Cmte. Mtg October 27-29.2020: City review of Final Design November 4, 2020: Neighborhood Cmte. Mtg November 18, 2020: Commission Mtg November 18-31, 2020: Business Outreach December 1, 2020: Blue Ribbon Cmte. Mi December 9. 2020: Commission Mtg December 17,2020: G.O. Bond Cmte. Mtg January 13.2021: Commission Mtg oowsmn enve pe io. aee=e0 Project Extents Nit tl lit IC IiYiBBlfii � ` �•-` `� e - i r 1� 41st Street: Conceptual Streetscape Design 2021 8 /L� twmepo enwbpe io: 2e74faU-07CuME-Bose-515iMe3ooeo SUMMARY OF CONCEPT DESIGN PROCESS Two concept -level streetscape designs were created for the area bounded by the Julia Tuttle Causeway at Alton Road (west) to Pinetree Drive (easU and 42nd Street (north) to 40th Street (south). These two (2) preliminary designs focused on providing diverse options for review. AN In on 41stl: Focused G.O. Bond dollars on the 41 st Street corridor alone. The core of the design recommended removing all royal palms and replacing with canopy trees in compliance with the Urban Forestry Master plan along with all parking along 41 st Street to make way for 12 -foot sidewalks. See Conceptual Design Alternatives section in Appendix for more detail. Connect the Communityl: Focused G.O. Bond dollars on the on the 41 st Street corridor and its side streets - those that connect 41 st Street to 42nd Street and 40th Street. The core of the design took a more moderate approach, keeping most royal palms and most parking with some structural and some aesthetic enhancements throughout. See Conceptual Design Alternatives section in Appendix for more detail. Based on critical feedback review, and preference from the City, Mayors Blue - Ribbon Committee. G.O. Bond Committee, Neighborhoods/Quality of Life Committee, the City Commission, and the public (including 159 responses from the public survey), the two concept designs were developed into one hybrid conceptual -level streetscape design. The final concept design is a hybrid design of the two initial concepts and focuses key design features that enhance pedestrian quality of life, attract economic development, and activate the community within the 41st Street corridor and surrounding neighborhood through structural and aesthetic enhancements within the G.O. Bond budget of 15 million dollars. The Conceptual Design proposes widening of sidewalks.bra, ,a. .. j,1. enhanced landscaping and canopy, bicycle amenities and �n.+;, .. g-, ay leaiure 41st Street: Conceptual Streetscape Design .2021 9 . /L� 41st Street: Conceptual Streetscape Design - 2021 10 Docubign Envelope a!a]0D60 On January 13. 2021 the City of Miami Beach Commission made the following motion to be carried forward into future phases of design development for the 41st Street Conceptual Design. Commission approves the AECOM plan with the following amendments: 1) Approve that no more than 15% of the royal palm trees are removed. 2) Every royal palm removed on 41st street must be replaced with a royal palm on a side street within 2 block in either direction of the corridor. 3) Concept plan must take into consideration that seating be designed not to entice vagrancy or loitering. 41st Street: Conceptual Streetscape Design .2021 11 - / MCM FINAL CONCEPTUAL DESIGN FEATURES Streetscape materials should utilize branded pavement on 41st Street with upgraded sidewalk materials on side streets that coordinate aesthetically with 41st Street. Most Royal Palm should trees remain with new canopy trees incorporated to increase shade and comfortability along the corridor. A maximum 15% reduction of Royal Palms removallrelocation must be addressed during the design development phase. Enhanced landscaping should be incorporated as understory treatment throughout design. This should consider the human -scale and minimize sitting water in response to Zika. Removal of 18 on -street parking spaces on 41 st Street are used to widen sidewalk environment while maintaining'grab-and-go' parking needs for the business community. Removal of 9 on -street parking spaces on side - streets are used to alleviate pinch points or make way for bicycle parking corrals. Remaining on -street parking on both 41 st Street and the side -streets should have a textured condition that may allow for potential expanded areas for pedestrian activity while used to visually calm traffic. No parking is to be removed west of the canal/ bridge, within the site boundaries. Incorporation of City programmed bicycle linear facilities are incorporated on Prairie Avenue and Royal Palm Avenue, within the project boundaries, and assume a 5' bike lane with 2' buffer, per City recommendations. Incorporation of City programmed bicycle parking facilities include a bicycle corral on Prairie Avenue and additional bicycle parking on side streets throughout (location to be determined during future design phases). Integrated fixed seating should be designed to limit loitering where expanded sidewalks at midblock/intersections are possible. This treatment may also be used as integrated decorative retaining feature. Gateway element(s) design and location should be developed during future design phases. 41st Street: Conceptual Streetscape Design - 2021 Widened Sidewalks on 41st Street and hybrid condition on side streets Branded sidewalk pavement design on 41st Street and side streets Enhanced human - scale landscaping. increased canopy cover integrated with royal palms Bicycle amenities including bicycle Lanes and parking Gateway feature as entrance to the district See the 41 st Street Conceptual Streetscape Design as a fly -through video at the links ttere or h=! 12 /L�t oausgn E wbM le: 2e74nC"?CJIW8 D8 5191Bxa]eeGO Recommended Next Steps The conceptual design for 41st Street and its side -streets is subject to change based on further analysis and city, committee, and public input during subsequent phases of design. The following outlines high-level notations that came out of the conceptual design process and should be considered during future project development. CONSIDERATIONS FOR FUTURE DESIGN PHASES Include district branding to be developed prior to design development to inform aesthetic decisions such as color, texture, or patterns of design elements c a � 0 Consider review of mosaic condition along bridge with possibility of upgrades and/or p c redesign _ w Consider designing the green space at the south-west intersection of Pine Tree Drive and 0 Flamingo Drive into a programmable green space Include resiliency in all aspects including materials and plantings Coordinate signalizabon projects with the City of Miami Beach and any required changes. as Y 3 applicable, with FDOT w 0 rn FDOT required for review, and approval of any roadway design charges c w M Roadway resurfacing to be included for aesthetic continuity 3 a zTextured pavement should be considered for sidewalk and any crossings as stamped asphalt performs poorly and is not recommended as part of FDOT maintenance Conduct arborist evaluation prior to design development of tree conditions with possible safety assessment n Coordinate ornamental tree and canopy tree species typology in coordination with Urban Forestry Master Plan and City standards N Consider developing a planting plan specific to 41 St Street that focuses on diversifying understory plantings that incorporate resiliency and mitigating Zika 0 M Maintenance of landscaping to be considered as part of design development w v NDetail specifications need to be executed for the protection of royal palms during construction. This should go beyond setback and fence protection and should include expert root pruning prior to new construction. Constrcuction plans should detail demolition of sidewalks and curbs to ensure there is no impedement to the survivability of palms. 41st Street: Conceptual Streetscape Design 2021 13 AEWM CONSIDERATIONS FOR FUTURE DESIGN PHASE7— Sidewalk widening and clear passageway for pedestrians (eg., wheelchairs and strollers) was w identified as the key structural design change to be carried forward into design development c w E Coordinate with the City of Miami Beach's Transportation Department to incorporate ongoing ^' bicycle facility plans including linear facilities )Prairie Ave. and Royal Palm Ave.l, bicycle boxes at W 41 st Street intersections(Prairie Ave., Royal Palm Ave. and west of camp, and resurfacing of o linear bicycle lanes with high visibility markings according to AASHTO/CMB guidance E Utilize buffered bicycle lanes. where feasible/appropriate according to AASHTO/CMB guidance i Coordinate with the City of Miami Beach on EV parking stations as appropriate /applicable 0 w Design development to design fixed seating to mitigate unwanted loitering, according to 2.c Commission m0tion on January 13, 2021 wm c W Integrated seating may be designed in a way that also serves as a retaining feature for landscaping Gateway element is presented as concept only and will require separate or concurrent 3 }? procurement process with design development w � LL Gateway element not to extend over roadway and any designs should coordination with FDOT for submittal of a Monument and Memorial Application Include continued outreach in partnership with the City of Miami Beech E Coordinate with North Beach Elementary to coordinate possible design solutions for aesthetic cupgrade to the fencing condition V Coordinate consistent outreach with local businesses and the public including meetings. design m charettes, and events such as a corridor walking events to review, design constraints and 0 opportunities as part of design development m Coordinate outreach with the Cirys Commission, relevant committees, and the City for a corridor 0 walking event to review design constraints and opportunities as part of design development 41st Street: Conceptual Streetscape Design -2021 14 •AW= Docuagn Enwxp ID'. 2674FBC"7C34D6E-BD6 516184B3DD60 CONSIDERATIONS F04 FUTURE DESIGN PHASES The conceptual design phase did not include a utility analysis for above or below -ground utility infrastructure Future phases of design will require a utility survey and existing Utility Agency Owners (UAO'S) Future phases of design will require certification that all necessary arrangements for utility work on this project have been accomplished and that any potential utility relocations will not conflict with the physical construction schedule. The design team should coordinate with the City of Miami Beach and the Florida Department of Transportation staff to coordinate transmittals to Utility providers to ensure production schedules are accomplished A full Subsurface Utility Engineering (SUE) program and overhead power -line analysis should be developed based on potential for utility impacts due to proposed tree removayrelocetion, tree plantings/installations. and sidewalk improvements and because there was no utility data available during concept design In conjunction with the Survey/SUE program and above -surface utility analysis, design development or appropriate consultant should conduct preliminary, design and individual UAO coordination meetings to communicate the proposed design, design schedule, and any potential utility impacts. Long lead times should be planned based on potential impacts with the existing underground infrastructure for design, material acquisition and relocation schedules. UAO's may also be limited in their de-energization schedules (electric), facility downtime (fiber & telephone) as well as seasonal limitations due to potential impacts to the local residential and commercial properties Utilities anticipated on the project Fourteen UAOs have been identified within the project limits based on the Sunshine 611 Ticket system. Further utility research will be needed in order to confirm the existence of other utility providers within Iris project area. • AT&T/ Distribution Florida Power & Light - Subaqueous • Atlantic Broadband Florida Power & Light --Distribution • City of Miami Beach Florida Power & Light --Transmission • Comcast Cable Hotwire Communications • Crown Castle Ng MCI • Dade County Public Works and Traffic Teco Peoples Gas South Florida • FDOT ITS District 6 Uniti Fiber 41st Street: Conceptual Streetscape Design -2021 15 -A6LtOM DacuSign E—ee ID: 3974FBC47C3406E-BD56-5161SOMD60 BACKGROUND ANALYSIS 41st Street Conceptual Streetscape Design oocusian en.eepe io. 1 1 • 2020 2021 G.O. Bond (November 2018) AECOM 41st Conceptual Planning Starts (March 2020) Conceptual Design: Background 18 AECOM DOWSgn Emebp 10: 2874M046MC DS6906&616194660066 City of Miami Beach Depatments (More than 15 Dpts.) G.O. Bond Oversight Committee Neighborhoods and Quality of Life Committee City Commission Approval in January2021 Mayor's Blue Ribbon Committee Public Meeting and Public Preference Survey Conceptual Design Process: Outreach 19 . ASEECO t Over • • - reviewed and developed Feasibility and constraints analysis of over with CMB departments and Stakeholder outreach with with Blue -Ribbon Committee and 2 Conceptual Streetscape Design Alternatives of 2 Conceptual Design Alternatives and to review 2 Conceptual Design Alternatives Outreach to to the to the to the to 1 Hybrid Conceptual Streetscape Design n FDOT Designn Landscape: Compliance: Design Context sensitive to meet standard plans plantings to consider for sight distance site conditions at intersections, needed during, future aesthetic features. Signaling: roadside safety. lateral New signal upgrades offsets to be incorporated in for lighting, drainage, design FDOT Evacuation tree -light wrapping Route: Roadway project completed width to remain as 2020 and upcoming current condition light fixture update } Resiliency/ Sustainability: Identify best practices and review feasible improvements Speed: FDOT facility with posted speed limit of 30MPH I Maintenance: I BERT Plan: Consider cost of sidewalk No dedicated bus lane crossing improvements currently planned Utillgas: utility survey needed during, future design development Setbacks: Design to Design to minimize impacts to utilities consider setbacks Lighting: for lighting, drainage, Incorporate recent signs, structures tree -light wrapping Min. setback distance project completed for trees/palms to be 2020 and upcoming based on above/below light fixture update ground utilities and approvals Resiliency/ Sustainability: Identify best practices and review feasible improvements Speed: FDOT facility with posted speed limit of 30MPH I Maintenance: Consider cost of sidewalk crossing improvements Royal Palms: Consider cost of removal and compliance with Forestry Master Plan Lighting: Incorporate recent tree -light wrapping project completed 15M tOtB� 2020 and upcoming G.O. Bond light fixture update Budget Conceptual Design: Analysis Overview 21 a-conW [ Parking Garage = 620 spaces Ad Conceptual Design: Analysis Overview PARFIN W RAGE: 6305RRCE5 SURFACE PARKING LOTS: .1 F.CES SIDE STREET ON -STREET PARKING: 1.8 PACES STREET ON-STREET FARMING: 61 SPACES 2? AECOM m , a DocuSgn LA Existing Conditions: Landscape Conflicts 24 , LXOM V� DawSign Existing Conditions: Narrow Sidewalks p 25 AECOM Docu$gn EnvOopelo 2E'4PS C4.87O 94Dfi E -E o5t5 161 ea E9 D000 ���TTzz '�-+ Existing Conditions: Heat Index 26 ,a_COM D—Sgn E—Wpe lD. 3894FBC4-8)C]4D6E-BD56-5161 WB6DD66 CONCEPTUAL DESIGN 41st Street: Conceptual Streetscape Design DocuSign Envebpe 10'. 2614F6C"7C34ME-8056-5161 MS30060 SAFETY+ QUALITY GREEN SECURITY OF LIFE INFRASTRUCTURE -improved •Improved -Tree canopy+ crossing shade cover context sensitive -Pedestrian • Seating plantings buffers • Public art • Resiliency improvements BICYCLE + PEDESTRIAN • Widened sidewalks • Bicycle parking VEHICULAR • On street parking removal • Median enhancements PUBLIC TRANSIT • Bus shelter improvements • Gateway elements Conceptual Design: Alta Gehl Vision Elements Carried into Conceptual Design 28 -IL- AGM O ftEna , 0: 2874FBC4BMME.BD5 461MBM� ............ . ...... . ....... Alta-Gehl: Vision Plan .......................................................................................... ........................................... .................. AECOM: WHATWE PROPOSE ....................................... ...... Hybrid Design Make More Room for Life Widen sidewalks, - Some on-street parking spaces removed on 41st Street and side streets make designated bike lanes, create hangout - Inclusion of bike lanes on side streets that connect to 40th and 42nd street facilities spots, shorten pedestrian crossings - Up to 12' expanded sidewalk areas for flexible use - Inclusion of City signalized crossing improvements ........... .................. ............. .............. Make Life More Comfortable' Provide shade, .............. ........ ....... Incorporation of new shade trees in alignment with Urban Forestry Master Plan increase seating, create hangout spots, calm Sculptural seating at midblock crossings traffic Enhanced, textured upgrades on crossings and medians Inclusion of City signalized crossing improvements ....... . ... ............................. Provide Meaningful Shade Increasetree .............................. I ................................. ........ ....... Most Royal Palms remain to maintain corridor identity canopy, increase awning coverage, provide - New shade trees incorporated between Royal Palms and on connecting streets shade at bus stops - Hard shade measures evaluated and determined hazardous during storms - Incorporation of City of Miami Beach approved bus shelters Increase tree - Expanded tree pits with new groundcover canopy, introduce planters that can support - Incorporation of context-sensitive plantings climate adaptation and activity - Plantings minimize standing water ....................................... Bridge the Gaps: Shorten crossing distances, ...... Branded pavement design remove sidewalk clutter, improve pavement Enhanced, textured upgrades on crossings and in medians quality ..................................... ................... .. Create World-class Bus Stops Protect riders ........ ................. Incorporation of City of Miami Beach approved bus shelters from rain and sun, provide seating, leverage bus shelters as multifunctional ............. ....................... I .............................. ................ .......... ...... ......... ..... .. Conceptual Design: ALtaGehl Vision Elements Carried into Conceptual Design 29 4LECOM NwSgnEn��MW U74F5C"7C�ME.BDW5101MMDM ............................................................................................... Alta-Gehl: Vision Plan .............................................................. ................. ...... ........ ....... AECOM: WHAT WE PROPOSE .................................... I ...... Hybrid Design Build the Bike Network Make cycling safe on - Green striped bike Lane with 2' buffer on Royal Palm and Prairie Avenues side streets and intersecting roads, install bike - Bicycle corral on Prairie Avenue parking, make space for cyclists on bridge - More bicycle parking on side streets - Inclusion of recommended City planned bicycle boxes at intersections . ...... ......................... ___ ...... Welcome to4lst Increase public art along the ...... .............. ............. .......... Gateway element at entrance to 41s' Street street, provide playful and clear wayfinding Branded pavement design custom to the district Add more space for both public and - Sculptural seat walls only at mid-block commercial seating - Flexible space created through widened sidewalks on 415t Street - Flexible parking zones on side streets to make way for flexible seating areas Orient Lighting to the human - Inclusion of Royal Palm wrap lighting and applied to new canopy trees as applicable scale - Incorporation of upgraded City lighting Provide creative ............. ......... -... Up to 12' areas on sidewalks to make way for furnishing areas such as caf6 seating. programming, incentivize business owners to This encourages pedestrian-oriented programming such as festivals and markets spill out into the street" ............................................................. . ... Opportunities for People to Connect Convert ....... Parking-sidewalk condition on side streets designed to encourage flexible use street spaces to people space, increase people space and enhance sidewalk width on an as-needed basis space in front of businesses Conceptual Design: AltaGehl Vision Elements Carried into Conceptual Design 30 AECOM D..Gip Eu.b, Atlantic Ocean Project Boundary. 41st Street + Side Streets 31 Ao=COM Conceptual Rendering: 41st Street as a Branded District 32 AECOM D CuSpn Enw JD'. 3814FBOH1054ME-B0WZI6IB4B3DM0 'idth Over 10 Feet 6.1-9.9 Feet 6 Feet Less than 6 Feet Constraints Structural Enhancement: Sidewalk Widening Recommendation 33 AYOM DomSgn Enwb W ID: P 74MC"7C34ME-SC56-5161 B483DD66 Sidewalk Width Over 10 Feet 6.1-9.9 Feet 6 Feet Less than 6 Feet ��IIIIII Constraints Structural Enhancement: Sidewalk Widening Recommendation West of Biscayne Waterway 34 ,L=COM D—Sgn EnwWb ID 2874RCF 7C34ME-BD5 161MB3DD60 tree dewalk Width ✓er 10 Feet 1-9.9 Feet _ Feet Less than 6 Feet uuunuu Constraints Structural Enhancement: Sidewalk Widening Recommendation East of Biscayne Waterway 35 AECOM Deceagnlow, e10: 2914F6Da-a1e34D5E-eo5e-5151MB3DM oI� Oi 9m p =� 9 W..". Sheat To add them Perkirgl-1) To widen sidewalk W. 41 St Street To atltl traffic calohm planting and shad eking ( -1) a atltl traffic calming Ianbnq and to widen Perift Due to conflict irking (-2) i add Matte miming planting to to widen sidewalk Parking( - To add Sniffle raining plantir and to widen sidew, Perking Peth parrking 1-11 (Parking H) Due to conflict wiking To atltl planting and seating at dmewaw mid-dlockcrossing 412 Street Parking Recommendation Parke carr To adrq l-11 Proposed dike corral Toaing(-IJai calming Planting 41 st St Total Spaces: 61 and to widen sidewalk 41 st St Percent remaining: 70% Side Streets Total Spaces: 144 Side Streets Percent remaining: 94% ,ting and seating at mussing W 42 -Site, g and seating crossing Structural Enhancement: On -Street Parking Remove and Remain Recommendations sidewalk 9 o` a add traffic calming planting nd shade 41 ad Street ■ 18 On -Street Parking Removed ■ 43 On -Street Parking to Remain Side Streets ■ 9 On -Street Parking Removed ■ 135 On -Street Parking to Remain 360 -COM D..S,.En.WIID: 3674FBC4d9C M&BD6 16184 MMD It P t 9�0'�0.0. * - �. •.•...•♦.� Limit W, 40' Street W. 41 st Street 41A,tr ■ 18 On -Street Parking Removed ■ 43 On -Street Parking to Remain . Streets - • • •. Subject to change based on anatysi during future desi n hases Structural Enhancement: On -Street Parking Recommendations West of Biscayne Waterway 37 A=CQM OocuSgn Enwbp 10: 26)4FBCWCS60E-9056-51618466006 Parking (-1) To add traffic calming planting and shade Parking (-1) To widen sidewalk W. 41 st Street Parking (-1) To widen sidewalk Parking (-1) Due to conflict with parking driveway Parking (-1) Proposed bike corral Parking (-1) To add traffic calming planting and shade arking (-1) D add traffic calming lantina and to widen Parking (-2) Due to conflict with parking driveway Parking (-1) To add traffic calming planting and to widen sidewalk rking (-2) add traffic calming planting I to widen sidewalk Parking (-1) To add traffic calming planting and to widen sidewalk ■ Parking (-2) Parking (-1) b add planting and seating at To widen sidewalk nid-block crossing W. 42m Street v ■ ■ ■ O a H rs ■ c� • a W 40t Street Parking (4) To add traffic calming. Parking (-4) o add planting and seating at nid-block crossing No ■1 ■r ■ r •a irking (-4) add planting and seating mid -block crossing ■ ■ ■ ■ ■ ■ shade 41 � Street ■ 18 On -Street Parking Removed ■ 43 On -Street Parking to Remain Side Streets ■ 9 On -Street Parking Removed ■ 135 On -Street Parking to Remain Structural Enhancement: On -Street Parking Recommendations East of Biscayne Waterway 38 AECOM D-8gn Envelc a 10'. 2674F3C4d7C3406E-BD5-5161B4133DD60 TYPES SUBTOTAL TOTAL % REMAINING Royal Palms to Remain 146 iE Ornamental Palms Removed Royal Palms Removed 58 ® Ornamental Trees Removed Subtotal Royal Palms Canopy Trees Added 204 72% Ornamental Palms to Remain 29 0 Canopy Trees Added Ornamental Palms to be Removed 18 Subtotal Ornamental Palms 47 62% Canopy Trees Remaining 32 Canopy Trees to be Removed 4 Ornamental Trees Removed 31 Subtotal Other Trees 67 48% TOTAL PALMS AND TREES TODAY 318 LESS PALMS AND TREES TO BE REMOVED -111 SUBTOTAL ALL REMAINING 207 65% PLus CANOPY TREE$ TO BE ADDED 125 `Final count subject to further analysis during the design development phase Total count is for 41 st Street and the Side streets. Structural Enhancement: Tree Canopy Recommendations Commission motion states. No more than 15% of the royal palm 39 .A_- M trees be removed. To be assessed as part of design development. 41 u Street * Royal Palms Removed Royal Palms to Remain iE Ornamental Palms Removed jF Ornamental Palms to Remain ® Ornamental Trees Removed 0 Canopy Trees Added ® Side Streets Canopy Trees Removed 0 Canopy Trees to Remain 0 Canopy Trees Added Structural Enhancement: Tree Canopy Recommendations Commission motion states. No more than 15% of the royal palm 39 .A_- M trees be removed. To be assessed as part of design development. oocusgn En eM a Io. 2e74FeC"7C34ME-Bo56-SiBIB4e3ooe0 9� o� PC Structural Enhancement: Tree Canopy Recommendations West of Biscayne Waterway 40 A ---COM 41 9 Street Royal Palms Removed Royal Palms to Remain i(- Ornamental Palms Removed iE Ornamental Palms to Remain ® Ornamental Trees Removed 0 Canopy Trees Added ® Side Streets Canopy Trees Removed 0 Canopy Trees to Remain 0 Canopy Trees Added Structural Enhancement: Tree Canopy Recommendations West of Biscayne Waterway 40 A ---COM oocuslan Envebpe IO 3e)4FBC"7m4DBE-9o55-5151e4e]oWo v W 42ntl Street t O O oE 0 a a8 Hd O 0 ac O 0 0. NIOM O 0 0 a m 0 m O 0 0 0 0 C O c 0 *****00H # *y»O**o 9 **O*, O W. 41stStreet **** ****** *t 044700 :* ,:» ** 00**** OO O O ;00 000000000Oee 8 00 O W. 40th Street Structural Enhancement: Tree Canopy Recommendations East of Biscayne Waterway 41 a=-X%)M 41u5treet Royal Palms Removed Royal Palms to Remain iE Ornamental Palms Removed j(- Ornamental Palms to Remain ® Ornamental Trees Removed 0 Canopy Trees Added Side Streets ® Canopy Trees Removed 0 Canopy Trees to Remain 0 Canopy Trees Added Structural Enhancement: Tree Canopy Recommendations East of Biscayne Waterway 41 a=-X%)M oocusgn enwioce io 2e74Fea-e7c340ee-eo5e-51e1e4e3ooso Structural Enhancement: Parking and Tree Canopy Recommendations 42 as—COM i W. 42 -Street •.. P a <.: as e• �� °'+ °�° QC •x P , O cP°iJ ,, ..k. xn.■■k.. W.4tst Street k»k M A yv �,..� �••.■■�. k, kk kM ,kkk kYk-ks O k* . «�8 �. s rkSi¢ ° HEN rr kk •'^^°• a �•.««...o! se . P P ,.• i s �+ •A W.40 -sweet . 5 W.4o^-Street ' D� a1u Street Royal Palms Removed .*. Royal Palms to Remain jp Ornamental Palms Removed -)F Ornamental Palms to Remain 41 Street ® Ornamental Trees Removed 0 18 On -Street Parking Removed 0 Canopy Trees Added ■ 43 On -Street Parking to Remain Side Streets Side Streets Canopy Trees Removed ■ 9 On -Street Parking Removed 0 Canopy Trees to Remain 0 N 135 On -Street Parking to Remain 0 Canopy Trees Added Structural Enhancement: Parking and Tree Canopy Recommendations 42 as—COM Dowbgn Env Wg ID 2874FBC447C34D6E-BD%-516184B3DDB6 10 O Project Limit W. 40`" Street F9 O W. 41 st Street 419 Street 0 18 On -Street Parking Removed ■ 43 On -Street Parking to Remain Side Streets ■ 9 On -Street Parking Removed M 135 On -Street Parking to Remain Structural Enhancement: Parking/Tree Canopy Recommendations West of Biscayne Waterway 43 A= -COM 41 Street Royal Palms Removed j(. Royal Palms to Remain iE Ornamental Palms Removed i(- Ornamental Palms to Remain ® Ornamental Trees Removed 0 Canopy Trees Added Side Streets ® Canopy Trees Removed 0 Canopy Trees to Remain 0 Canopy Trees Added Structural Enhancement: Parking/Tree Canopy Recommendations West of Biscayne Waterway 43 A= -COM DocuSgn Enwic e10: 3874FBC"7C34ME-8D%-5161MB3DD80 419 Street 18 On -Street Parking Removed ■ 43 On -Street Parking to Remain Side Streets ■ 9 On -Street Parking Removed ■ 135 On -Street Parking to Remain Structural Enhancement: Parking/Tree Canopy Recommendations East of Biscayne Waterway 44 AECOM 41� Street Royal Palms Removed Royal Palms to Remain iF Ornamental Palms Removed ih Ornamental Palms to Remain ® Ornamental Trees Removed 0 Canopy Trees Added Side Streets ® Canopy Trees Removed 0 Canopy Trees to Remain 0 Canopy Trees Added Structural Enhancement: Parking/Tree Canopy Recommendations East of Biscayne Waterway 44 AECOM D W6Cn Enwlo,n ID'. 26141'EIC" D WE-aD6 161MME) 66 .§ Yfplt s. ! ar ..ice u•ru:#«•a r _: �.5 - FDOT NOTES: 1. SR 112 (41st Street) is a Florida Department of Transportation (FDOT) facility within the state roadway system. The current posted speed of SR 112 (41 st Street) is 30 MPH. 2. Existing conditions depicted are based on CADD files provided by the City of Miami Beach. No surveying services were performed as part of the development of conceptual streetscape design. 3. Minimum setback distances for trees and palms from underground and overhead facilities are subject to approval by the Utility Agency Owner (Public Utility City/County and FDOT). 4. The design was prepared without the benefit of any underground subsurface utility data. Further investigation will be needed if the design schematics are advanced to final design. An allowance for costs associated with future utility adjustments necessary to accommodate the proposed improvements is included in the opinion of probable costs. 5. The design was prepared with consideration of setbacks required for existing light poles, drainage structures and signs. 6. The design schematics depicted are intended to meet the minimum applicable requirements of the following FDOT publications: • FDOT Standard Plans - Index 00546 Sight Distance at Intersections • FDOT Design Manual (FDM); a. Chapter 127 Community Aesthetic Features; applicable to proposed gateway monuments and/or public art b. Chapter 215.2.2 Roadside Safety - Minimum Lateral Offset Criteria for Curbed Roadways; applicable to proposed trees and palms c Chapter 215.2.4 Lateral Offset - Curbed Roadways (from face of curb) -applicable to proposed trees and palms d. A 4 -foot minimum setback from face of curb is provided for all proposed trees and palms e. Existing Royal Palms that are proposed to remain along 41 st Street were not verified as compliant with Chapter 215.2.2 and will require arborist evaluation in final design. Aesthetic Enhancement: Illustrative Plan 45 .,ICOM DowSW Enwbw ID: 1874EBC4411CS408E-BOSS-51E1B4B3DD80 LEGEND OPATTERNED COLORED CON- Q TRASH 8 RECYCLE (4-5 PER BLOCK) f CRETE © POURED CONCRETE PAVING 0SEATWALLS © TEXTURED CROSSING! MEDIAN O LANDSCAPE ENHANCEMENT , OCOLOR/TEXTURED PARKING ANEW CANOPY TREE © BIKE RACK 14-5 PER BLOCK) OBENCH (4-5 PER BLOCK) 'Kp, -a'Iw>.M`�t� I Q ' � I i i J l 1 1 W.41 St St.—_-- ;tate Aesthetic Enhancement: Illustrative Plan from Alton Rd to Jefferson Ave �;; 46 AE OM ' FUTURE PEDESTRIAN CROSSING SIGNAL (incoordination with CMB signaVcrossing improvements) go -a'Iw>.M`�t� I Q ' � I i i J l 1 1 W.41 St St.—_-- ;tate Aesthetic Enhancement: Illustrative Plan from Alton Rd to Jefferson Ave �;; 46 AE OM 74a Chase Ave. Chase Ave. >�X a moi•... - o n z O� ,�,. u�"it aZ JI113f ^ 7 .. C Z m s aim m m N zm onoma0-0 3�v k m : c -Z A mo v p > o Oz m n N 4 Z y _ m 0 O m m � Al Da Sign Enwbw 10'. 3874RBC4-S7C34C6E-BOSS-5RIB4B3DDGO LEGEND I 0PATTERNED COLORED CON- O TRASH S RECYCLE 14-5 PER BLOCK) CNI © POURED CONCRETE PAYING 0SEATWALLS ©TE%TURED CROSSING& MEDIAN O LANDSCAPE ENHANCEMENT OCOLORITEXTUREO PARKING 0NEW CANOPY TREE © BIKE RACK (4-5 PER BLOCK) OBENCH (4-5 PER BLOCK) . BKEIURN -.-_♦L- Rir J. � �ROGRAMJEJ BIKE � y. d LANE W0,2 b,-,) t II�BuR Bay yy ... .49Bt$P. I IENRYLIESMAN 'OUARE'FLOmmended 1 �: o9raJes dufin9 fumra low 1 S 1e6:� Mases �i a r . 0 Not to scale Aesthetic Enhancement: Illustrative Plan from Royal Palm Ave to Pine Tree Dr 48 aLEXOM DoouSgn Env bpe ID: 38)IF8CWC3IDBE-BDN-5161BIB]DD80 W Rf Aesthetic Enhancement: Materials FmaLmatenats to be finalized during Design Development and should consider resiliency factors such as optimizing con- 49 A_CW crete mix for carbon emission reduction, tighter color palettes to reduce heat absorbtion. plantings that promote carbon sequestration and reduce heat island effect, and other co -benefits that support air quality, runoff, or community well-being. DucuSgn Env Wp 10: 2674FBC"7C34ME-BDS 51819483DNO Typical Conceptual Section: 41st Street 50 AECOM Conceptual Section 1: 41st Street between 40th + N. Jefferson 51 . /OICGM r 00 'roi la ly 4 Nh Q W 15• o � � io 10• o ye 10• W i 1p0 Rpw 10 y o 15• W y I8I�0, 1Y Conceptual Section 2: 41st Street between Chase + Prairie Ave 52 ASCOM Conceptual Section 3: 41st Street between Royal Palm + Sheridan Ave 53 /L-CQM 8' SIDEWALK 8' PARKING 5' BIKE LANE 111 Elf F s s A 5' BIKE LANE 0 c 2'BUFFER D 10' DRIVE LANE mC3) D� m pp m 0 1 <0 10' DRIVE LANE D r 3 2'BUFFER 5' BIKE LANE 111 Elf F s s oocuegn enre M io. 2B?4MC"7C3AME-Bose-51eiB4B3DM +j v1_ v 1 a � j ...A Bu�Ba'N. 47r.St _ � P rtal- �, Nbt Eo scale Proposed Enhancement: Landscape Modification 55 AECOM Existing Condition: Landscape Conflicts 56 AXOM PROPOSED mr, Mid -Block Crossing -.A w Lv. D—S,n E—Wb ID' .. , IN■fie h Ja� Nottoscale� Proposed Enhancement: Expanded Sidewalk and Increased Landscape Buffer 58 -A—MCOM EXISTING :.- tab.. � •,M .����` Existing Condition: Narrow Sidewalk 60 AOCOM PROPOSED y, s' y r Mid -Block Crossing DocuSgn Envebp ID. 281•FBC"7C34ME-BDS6 151MBMMO JP r Proposed Enhancement: New Tree Canopy and Enhanced Parking/ Sidewalk Condition W 41stSt. Existing Condition: Heat Index and Narrow Sidewalk 63 AECOM Docusigp envelc pe 10 ze nFeu.a 7C3J D6E.6o5a-5161 ad B3DD60 Proposed Enhancement: New Tree Canopy and Enhanced Parking/Sidewalk Condition 64 .,q_ -COM DocuSgn E,vc pe ID'. 2874FBC"7C84D6E-SD56-5161 B4B30060 W — A.0 Proposed Enhancement: Landscape Modification and Relocation of Sidewalk Amenities � � P NOW, Nofto stale e5 A=-CGM Existing Condition: Pedestrian Conflicts 6E AHCOM Proposed Enhancement: Landscape Modification and Relocation of Sidewalk Amen ities 67 A ---CDM oocu6p Em W 0: 3n]1PB ?CSAD86B056.1MUNDM .k P" FFJ]J] i r' t ��� � � � tea•.—„����-^i - wi tilt Proposed Enhancement: Landscape Modification and Relocation of Sidewalk Amenities V, 41 4 2 1. aa, EXISTING ! �1 Y - h ti 1. aa, I� f tt1 _ 'f MR Proposed Enhancement: Landscape Modification and Relocation of Sidewalk Amenities 70 acOM DocuSgn EnveWp ID 2374FBCF 7C34ME-BDSG-516164830060 What this is Conceptual Design Review of AltaGehl vision plan Interviews with City of Miami Beach Departments Review of existing plans and FDOT guidelines Review of existing City plans and proposed, recommended plans Order of magnitude cost estimate within G.O. Bond budget Two conceptual design schemes created Blue Ribbon Committee Meeting and G.O. Bond Committee review City of Miami Beach review Public outreach and preference survey One hybrid conceptual design with order of magnitude cost estimate within G.O. Bond budget Final Presentations with Neighborhoods, Quality of Life Committee, and Commission meetings Conceptual Design: What this is and What comes next 71 A=coM Do Sgn E—Wb 10. 2874FBUd7C34OSE-BOSSE191B1MMO What comes next Design Development Block -by -block detailed design analysis with materials review Utility examination and improvement plan Possible ITS and signals review based on design with street survey Parking analysis outcomes and coordination Arborist evaluation of tree conditions Bicycle and transportation infrastructure coordination Conceptual Design: What this is and What comes next Sustainability and resiliency considerations reviewed Project Development and Environment study Committee + City review of design development plan Detailed cost estimate based on revised design Design Review Board Detailed design development for use in construction 72 AECOM Dom Sgn Envelope ID. 2874FBC4 7C84D8E-BD%-5181B BWD80 ORDER OF MAGNITUDE COST ESTIMATE 41st Street ConceptuatStreetscapeDesign D=&W Emelo 10: 2674FBC 7W DSEAD5 5161BaWM0 STATEMENT OF PROBABLE COST SUMMARY PROJECT NAME: CITY OF MIAMI BEACH -41st STREET CORRIDOR A=E-, O.M , AECOM No: 60627073 DATE: March 5, 2021 PHASE: CONCEPT PLANS - 41st & Side Streets Work Category Subtotal Site Preparation / General Conditions $1,100,000 Demolish / Abandon Existing $360,000 Paving / Surface / Signing & Pavement Markings $3,540,000 Furnishings $220,000 Landscape $570,000 Subtotal Direct Costs - 41st Street & Side Streets $5,790,000 Contingency for Utilities Allowance' $2,470,000 Contingency $1,740,000 Total Construction Cost - 41st Street & Side Streets $10,000,000 Assumptions: *The quantities for utilities have been assumed based on similar past project experience and need to be verified to adjust the mats accordingly as the design progresses. The contingency for utilities is an allowance based on the current design phase, information available at the current design phase and has a potential to vary once an exact quantity, for utilities being affected can be finalized as the design progresses. Exclusions: The quantities for street lighting system electrical infrastructure have been excluded per the discussion with City of Miami Beach as new electrical systems are assumed to be installed via a separate project Disclaimer: This estimate assumes a competitive bid situation. It is an opinion of probable cost based on fair market value, and is not a prediction of the anticipated low bid. AECOM has no control over the cost of labor and materials, the General Contractor's or any Sub -Contractor's Method of determining prim or .competitive bidding and market conditions. This is a Rough Order of Magnitude Estimate (ROM) made for Budget purposes ONLY, and based on submitted conceptual plans. The following items are excluded: land acquisition, environmental remediation, wedand mitigation, sea level rise, relocation, extension or upgrade of existing above grade or underground utilities not listed hereby, dewatering, tenant relocation, prim escalation, and any other additional improvements not listed hereby. This estimate shall be reviewed, revised and accordingly adjusted throughout the design phase. 74 DOW61Dn envelope ID: 2874FBU8lD3 WD D665161UBMWD STATEMENT OF PROBABLE COST SUMMARY INCLUDING SOFT COSTS PROJECTNAME: CITY OF MIAMI BEACH- 41st STREET CORRIDOR ASCOM AECOM No: 60627073 DATE: March 5. 2021 PHASE: CONCEPT PLANS -41st Street and Side Streets Work Category Subtotal 41st Street - Total Construction Cost $6,410,000 Side Streets - Total Construction Cost $3,590,000 A. Total Construction Cost $10,000,000 Art in Public Places (`Provided by the CMB) $200,000 Other Costs ('Provided by the CMB) $2,284,521 Project Contingency ('Provided by the CMB) $1,248,452 Total Fees ('Provided by the CMB) $1,162,027 Lighting Project ('Provided by the CMB) $105,000 Total Costs Incl. Soft costs C -G ('Provided by the CMB) $15,000,000 -The soft costs (from C through G) have been provided by the City of Miami Beach per GOB#40 dated 02.08.2021 and AECOM does not have any knowledge for the basis of those costs. 75 oomsy„e V&b 10.2&74MC487 MEao5 161ee133ooO STATEMENT OF PROBABLE COST 41st STREET SUMMARY PROJECT NAME: CITY OF MIAMI BEACH - 41st STREET CORRIDOR A=COM AECOM No: DATE: March 6, 2021 PHASE: CONCEPT PLANS -41st Street Only Work Category Subtotal Site Preparation / General Conditions $670,000 Demolish /Abandon Existing $360,000 Paving / Surface / Signing &Pavement Markings $2,440,000 Furnishings $200,000 Landscape $260,000 Subtotal Direct Costs -41 at Street $3,930,000 Contingency for Utilities Allowance' $1,300,000 Contingency, $1,180,000 Tatal Construction Cost - 41 at Street $6,410,000 Assumptions: The quantities for utilities have been assumed based on similar past project experience and need to be verified to adjust the costs accordingly as the design progresses. The contingency for utilities is an allowance based on the current design phase, information available at the current design phase and has a potential to vary once an exact quantity for utilities being affected can be finalized as the design progresses. Exclusions: The quantities for street lighting system electrical infrastructure have been excluded per the discussion with City of Miami Beach as new electrical systems are assumed to be installed via a separate project Disclaimer: This estimate assumes a competitive bid situation. It is an opinion of probable cost based on fair market value, and is not a prediction of the anticipated low bid. AECOM has no control over the cost of labor and materials, the General Contractor's or any Sub -Contractors Method of determining price or competitive bidding and market conditions. This is a Rough Order of Magnitude Estimate (ROM) made for Budget purposes ONLY, and based on submitted conceptual plans. The following items are excluded: land acquisition, environmental remediabon, wetland mitigation, sea level rise, relocation, extension or upgrade of existing above grade or underground utilities not listed hereby, dewalenng, tenant relocation, price escalation, and any other additional improvements not listed hereby. This estimate shall be reviewed, revised and accordingly adjusted throughout the design phase. 76 DGWVM rmd lb2874RB 7�066B 516UMBx G STATEMENT OF PROBABLE COST SIDE STREETS SUMMARY PROJECT NAME: CITY OF MIAMI BEACH - 41st STREET CORRIDOR a=COM AECOM No: 60627073 DATE: March 5. 2021 PHASE: CONCEPT PLANS - Side Streets Only Work Category �. Subtotal Site Preparation / General Conditions $430,000 Paving / Surface / Signing & Pavement Markings $1,100,000 Furnishings $20,000 Landscape $310,000 Subtotal Direct Costs - Side Streets $1,860,000 Contingency for Utilities Allowance* $1,170,000 Contingency $560,000 Total Construction Cost - Side Streets $3,690,000 Assumptions: The quantifies for utilities have been assumed based on similar past project experience and need to be verified to adjust the costs accordingly as the design progresses. The contingency for utilities is an allowance based on the current design phase, information available at the current design phase and has a potential to vary once an exam quantity for utilities being affected can be finalized as the design progresses. Exclusions: The quantities for street lighting system electrical infrastructure have been excluded per the discussion with City of Miami Beach as new electrical systems are assumed to be installed via a separate project. Disclaimer: This estimate assumes a competitive bid situation. It is an opinion of probable cost based on fair market value, and is not a prediction of the anticipated low bid. AECOM has no control over the cost of labor and materials, the General Contractors or any Sub-Contractoes Method of determining price or competitive bidding and market conditions. This is a Rough Order of Magnitude Estimate (ROM) made for Budget purposes ONLY, and based on submitted conceptual plans. The following items are excluded: land acquisition, environmental remediation, wefiand mitigation, sea level rise, relocation, extension or upgrade of existing above grade or underground utilities not listed hereby, dewatering, tenant relocation, price escalation, and any other additional improvements not listed hereby. This estimate shall be reviewed, revised and accordingly adjusted throughout the design phase. 77 Dxw&gnlir a ,,ell) 2870887CS406&131) b5161IMSMD60 AECM CITY OF MIAMI BEACH - 41st STREET CORRIDOR STATEMENT OF PROBABLE COST March 5, 2021 PHASE: CONCEPT PLANS -41ST STREET Description Quantity Unit of Mes he Unit Price Cost Notes She Preparation / General Conditions $ 668,812 Mobilization/Demobilization 1 LS $ 326,249.96 $ 326,250 10% of direct costs. MOT Allowance 1 LS $ 326,249.96 $ 326,250 10% of direct costa. Erosion Control 1 LS $ 16,312.50 $ 16,312 0.5%of direct costs. IADandon Existin C= 5 EA $ 565.03 E 360,886 Cleer and rub / Demo Existing 1 LS $ 4,162.13 $ Remove Existing Concrete Curb 1,262 LF $ 3.63 $ 4,581 Remove Existing Sidewalk 12,050 SY $ 11.66 $ 140,504 Hauling 8 Disposal (ConcreteDemo) 2,055 CY I $ 5.00 S 10275 Barrier Wall, Temporary- Low Profile F81 0 LF S 26AD $ Plowable Fill - Existing Storm Drains a Pie 0 CY $ 1,831.05 $ Remove E)dsftng Storm Drainage Inlets 0 EA S 1,000.00 $ Stri 8 Stockpile Topsoil 926 CY $ 20.00 $ 18,519 Onsite Cut to Fi 4,017 CY $ 10.48 $ 42,095 SelectiveTree/Palm Removal 0 EA $ 947.38 $ Selective Palm Relocation 107 EA S 593.19 $ 63,471 res rotection 186 EA $ 177.37 $ 32,991 Existing trees to remain Saw cutting Asphalt 0 LF $ 5.28 $ Remove, Haul 8 Dispose Existing Asphalt 3,830 SY $ 12.65 $ 48,448 Paying / Surface I Signing & Pavement Marldnas7 Integral Colored Concrete 83,451 SF $ 7.26 $ 605,854 Concrete Sidewalk 0 SY $ 40.17 $ Type B Stabilization 3,830 SY $ 7.09 $ 27,154 Optional Base 3,830 SY $ 21.86 $ 83,721 Colored Textured Asphalt 3,830 SY $ 135.00 $ 517,035 Milling Existing Asphalt- 2.25" Avg Depth 18,947 SY $ 3.21 S 60,820 uperpave Asphaltic Concrete, Traffic B - 1.50' 1,563 Tons $ 144.85 $ 226,419 Asphalt Concrete Friction -0.75" 782 Tons $ 161.35 $ 126,105 Type D Curb 1,546 LF $ 18.87 S 29,173 Seat Wall 840 LF $ 250.00 S 210,000 Bollards 90 EA $ 1,000.00 $ 90,000 Collapsible Bollards 0 EA $ 2,000.00 $ Welcome Monuments at Bride 2 LS IS 175,000.00 $ 350,000 Regulatory Signage 40 EA $ 253.87 $ 10,155 Pavement Marking 28,080 LF S 3.73 $ 104,738 Pavement Markin -4"only 0 LF $ 0.80 $ Fencing -4'hei hl 0 LF $ 18.56 $ Fencing - 10' hei ht 0 LF $ 26.00 $ Furnishings $ 203000 Bike Racks 70 EA $ 500.00 S 35,000 Park Benches 70 EA $ 1,200.00 $ 84,000 Trash Receptacles 70 EA $ 1,200.00 $ 84,000 landaca S 267 anopy rees 30 EA $ 750.00 $ 22,500 WHIT min, 4" Cel sWamen Trees 0 EA $ 762.07 E Shrubs 4,000 EA $ 44.36 $ 177,440 18' ht. 3 gal. , 24' oc Fine Grading/ Seedbed Prep 0.0 AC $ 11,890.75 E Seeding 0.0 AC $ 3,078.65 E 25,000 SF $ 0.80 E 20,000 Recycled Rubber mat Int ation 25,000 SF $ 1.50 $ 37,500 Utilities Allowance $ 1,296,921 Water Service Tie in 5 EA $ 11,484.20 S 57,421 Water Piping 2,500 LF $ 41.07 $ 102,675 Potable and fire, including fittings backflow Preventsr 5 EA $ 10,627.55 S 53,138 Water Meter 5 EA $ 565.03 S 2,825 Fire Hydrant 5 EA $ 4,162.13 $ 20,811 Sewer Service Tie in 5 EA $ 11,046.56 $ 55,233 Sanitary Sewer Piping 2,500 LF $ 41.26 $ 103,150 Sewer Manholes 10 EA $ 16,423.44 E 164,274 Litt Ststicn 1 EA $ 60,7fi6.1, $ 60766 Electrical Service Transformers 0 EA $ 47,308.85 $ Lighting Pales 0 EA $ 6,035.15E Lighting Pole Electrical Distribution 0 LF $ 57.17 S Ston nater Drainage and Conveyance Stormwater Piping 5,350 LF $ 111.48 $ 596,418 Stormwater Inlets 18 EA S 4,500.00 $ 80,250 Contingency I 30% 1 1,179,394 78 Dowses Enve, ID 2974FBr 87c�C5EE1)565161B4BMMO A=COM CITY OF MIAMI BEACH -41st STREET CORRIDOR March 5, 2021 PHASE: CONCEPT PLANS - S1DE STREETS JEFFERSON AVENUE Description Quantity Unit of Measure Unit Price Cost Notes Site Preparation I General Conditions f 39,107 Mobilization I Demobilization 1 LS $ 13,000.00 S 13,000 10% of direct costs. MOT Allowance 1 LS $ 13,000.0 $ 13,000 10% of direct costs. Erosion Control 1 LS S 2.00.00 S 2.WD Clear and Grub I Dam Existing 1 LS $ 5,000.00 $ S= Stnp 6 Stotllizile Topsoil 150 CY S 20.00 $ 3,000 Ori ile Cul to Fit ISO CY $ 10.48 $ 1,572 Selective TreelPalm Removal 0 EA f 847.38 $ Selective Palm Relocation 0 EA $ 593.19 $ Tree Protection 0 EA S 177.37 E Remove EAsbq Asphalt 224 SY $ 5.85 $ 1,535 Paving I Surface I Bill f Pavement MalkM s $ 74,482 Integral Colored Concrete 3,322 SF $ 7.26 $ 24,118 Concrete Sidewalk 0 SY $ 40.17 $ Type 8 Stabilization ( for colored tinctured) 224 BY $ 7.09 $ 1,588 Optional Base (for colored textured) 224 SY S 21.86 It 4,897 Colored featured Asphalt 224 BY $ 135.00 $ 30,240 Milling Existing Asphalt -2.25 -Avg Depth 0 BY $ 3.21 f Superpave Asphaltic Concrete, Traffic B -1.50' 0 Tae S 144.85 S Asphalt Concrete Friction - 0.75' 0 Toa S 161.35 It Type D Curb 669 LF $ 18.87 f 12,624 Seat Wall 0 LF $ 163.48 E Bollards 0 EA $ 750.00 $ Monuments at Bridge 0 LS $ 100,000.00 f Regulatory Signage 4 EA $ 253.87 E 1,015 Pivemerd Marking 0 LF E 3.73 S Fen.ng-6'hught 0 LF $ 22.00 E Furnishings $ 3,377 Park Berches 2 EA $ 997.99 $ 1,996 Trash Receptacles 2 EA $ 690.72 $ 1,381 Landscape S 36,907 Canopy Trees 14 EA $ 375.69 S 5,260 10' HT min, T Cal Palms 0 EA $ 762.07 f Shrubs SW EA S 44.36 S 24,398 32' HT Min, 7 G, 2P O.C. Fine GradirtV Seedbed Prep 0.1 AC $ 11,890.75 S 1,189 Seeding 0.0 AC S 3,078.85 f Mulch 2,200 SF S 0.80 $ 1,750 Recyded Rubber mat irrigation 2,200 SF $ 150 $ 3,300 Utilities Allowance f 97,571 Water Service Tie in 1 EA $ 11,484.20 $ 11,484 Water Piping 200 LF f 41.07 $ 8,214 Potable and fire, including fittings Badrllow Presenter 1 EA 9 10,627.55 S 10,628 Water Meter 1 EA S 565.03 $ 565 Fire Hydrant 1 EA $ 4,162.13 S 4,162 Sewer SeMee Tie in 1 EA S 11,046.56 $ 11,047 Sanitary Sewer Piping 200 LF S 41.26 S 8,252 Sewer Manholes 1 EA $ 16,423.44 S 16,423 Litt Station 0 EA $ 60,756.17 $ Electrical Service Transformers 0 EA $ 47,308.85 $ Lighting Poles 0 EA $ 6,035.15 $ Lighting Pole Electrical Distribution 0 LF $ 57.17 S Stormwater Drainage and Cooveyance Stormwater Piping 200 LF $ 111.48 $ 22,296 Slammvater Inlets 1 EA $ 4,500.00 $ 4,500 Conlingency S61ir • 79 Dowsgn Ery oce 10 1B]4FBG-07c3-/DB6BD5651916ra]D090 A=COM CITY OF MIAMI BEACH -41st STREET CORRIDOR March 5, 2021 PHASE' CONCEPT PLANS -SIDE STREETS MERIDIAN AVENUE Description quantity Unit or Measure UnitPrice Cwt Notes Slle Preparation / General Conditions $ 29,864 Mobilization/Demobilizatian 1 LS $ 8,757.91 $ 8,758 10% of direct costs. MOT Allewance t LS $ 8,757.91 $ 8,758 10% of direct costs. Erosion Control 1 LS S 2,000.00 $ 2,000 Clear and Grub / Dema Existing 1 LS $ 5,000.00 $ 5,000 Strip-&- Stociple Topsoll 150 Cy S 20.00 $ 3,000 Onsite Cut to Fill 150 Cy S 10.48 S 1,572 Selective Tree/Palm Removal 0 FA S 847.38 E Selective Palm Relocation 0 EA $ 593.19 S Tree Prolection 1 EA S 177.37 $ 177 Existing trees to remain Remove Existing Asphalt 90 Sy $ 6.85 $ 619 Paving / Sur/ace / Signing 8, Pavement Markings S 30,629 Integral Colored Concrete 3,055 SF $ 7.26 $ 22,179 Concrete Sidewalk 0 BY $ 40.17 $ Type B Stabilintion (for colored textured) 90 SV $ 7.09 $ 810 Optimal Base (for colored textured) 90 BY $ 21.86 $ 1,975 Colored Textured Asphalt 90 BY S 135.00 S 12,195 Milling Emitting Asphalt -2.25"Avg Depth 0 SV S 3.21 $ Superpave Asphaltic Concrete, Traffic B - 1.50' 0 Tons $ 144.85 S Asphalt Concrete Fnch.-0.75' 0 Tons $ 161.35 E Type D Cum 889 LF $ 18.87 $ 12,624 Seat Was 0 LF $ 163.48 E Boleros 0 EA $ 750.00 $ Monumenls at Bndge 0 LS $ 100,000.00 $ Regulatory Signage 4 FA $ 253.87 $ 1,015 Pavement Mending 0 LF S 3.73 $ Fencing - 6' hei ht 0 LF $ 22.00 $ Famishing, $ 3,377 Park Benches 2 EA $ 997.99 E 1,996 Trash Receptacles 2 EA $ 690.72 $ 1,381 Landscape $ 23,205 Canopy Trees 3 EA $ 375.69 $ 1,127 10' HT min, 2' Cal Palms 0 EA $ 762.07 S Shrubs 390 FA S 44.36 S 17,300 32' HT Min, 7 G, 24' O.C. Fine Grading/ Seedbed Prep 0.1 AC $ 11,890.75 $ 1,189 Seeoin 0.0 AC S 3,078.85 f Mulch 1,560 SF $ 0.80 $ 1,248 Recycled Rubber mat Irigation 1,560 SF $ 150 $ 2,340 Utilities Allowance $ 195,142 water Service Tie in 2 EA $ 11,484.20 $ 22,968 Water Piping 400 LF $ 41.07 S 16,428 Potable and fire, including fittings Baclmow Preventer 2 EA $ 10,82755 S 21,255 Water Meter 2 EA $ 565.03 $ 1,130 Fire Hydrant 2 EA $ 4,162.13 S 8,324 Sewer Service Tiein 2 EA $ 11,046.56 $ 22,093 Sanitary Sewer Piping 400 LF $ 41.26 S 16,504 Sewer Manholes 2 EA S 16,423.44 $ 32,847 Lift Station 0 EA S 60,768.17 $ Electrical Service Transformers 0 EA $ 47308.85 $ Lighting Poles 0 EA $ fi 035.15 $ Lighting Pole Electncal Dislnbulton 0 LF $ 57.17 E Stormwater Drainage and Conveyance Stormwater Piping 400 LF S 111.48 $ 44,592 Stormwaler Inlets 2 EA $ 4,500.00 $ 9,000 Contingency 30% $ 32,128 M.6 L cutiian EnvNopa I 2814F8C"7UC C6EAD5s51618413MW0 A COM CITY OF MIAMI BEACH- 41st STREET CORRIDOR STATEMENT OF PROBABLE COST March 5, 2021 PHASE: CONCEPT PLANS -SIDE STREETS DescriptionI Quantity Unit of I Unit Price Cost Notes Measure Type B Stabilization 424 SY S 7.09 f 3,005 Optional Be. 424 SY S 21.86 S 9,266 Colored Textured Asphalt 424 SY f 135.00 f 57,225 Milling Edsang Asphalt-2.25'Avg Depth 1,180 SY $ 3.21 $ 3,788 Superpave Asphaltic Concrete, Traffic B - 1.50' 97 Tens S W.85 $ 14,101 Asphalt Concrete Friction -0.75' 49 Tarts S 161.35 S 7,854 Type D Curb 669 LF $ 18.87 $ 12,624 Seat Well 0 LF S 163.48 f Bollards 0 EA S 750.00 S Monuments at Bridge 0 LS $ 100,000.00 $ Regulatory Signage 4 EA f 253.87 f 1,015 Pavement Marking 0 LF $ 3.73 S Fencing - 6 height 0 LF $ 22.00 f Furnishings S 3,377 FaA benches 2 EA E 997.99 E 1,996 Trash Receptacles 2 EA $ 690.72 E 1,381 Landscape $ 40.675 Canopy Trees 16 EA S 375.69 S 6,011 10 HT min, 2- Cal Palms 0 EA f 762.07 f Shrubs 625 EA S 44.361S 27,725 32' HT Min, 7 G, 24' O.C. Fine Gradinlpf Seedbed Philip 0.1 AC E 11,89075 f 1,188 Seeding 0.0 AC S 3,078.85 E Much 2,500 SF E 0.80 $ 2,000 Recycled Rubber mat Irrigation 2,500 SF E 1.50 f 3750 Utilities Allowance $ 195,142 Water Service Tie in 2 EA f 11 484.20 $ 22,968 Water Piping 400 LF $ 41.07 S 16.428 Potable and fire, including fittings Beckdow Prevehter 2 EA S 10,627.55 $ 11,255 Water Meter 2 EA $ 565.03 f 1,130 Fire Hydrant 2 EA S 4,162.13 $ 8,324 Sewer Service Tian 2 EA S 11,046.56 S 22,093 Sanitary Sewer Piping 400 LF $ 41.26 $ 16,504 Sewer Manholes 2 EA $ 16,423.44 $ 32,847 Lift Stanch 0 EA f 60,766.17 E Electrical Service Transformers 0 EA S 47,308.85 S Lighting Poles 0 EA $ 6,035.15 $ Lighting Pole Electrical Distribution 0 LF S 57.17 $ Sto rnwater Drainage and Conveyance Storrnwater Piping 400 LF f 111.48 S 44,592 Stomxwater Inlets 2 EA $ 4,500.00 f 9,000 CorMingencY 1 30% is 72,420 a DoLuSgn Erve ope ID'. 2874FBG8)C}4WE-B056-5161 B483OXG AaCOM CITY OF MIAMI BEACH -41st STREET CORRIDOR STATEMENT OF PROBABLE COST March 5, 2021 PHASE: CONCEPT PLANS -SIDE STREETS PRAIRIE AVENUE Description Quantity Unit of I Unit Price Cost Notes Measure Site Preparation / General CondBions S 89,831 Mobilizabon/Demobilizetion 1 LS $ 34,401.98 E 34,402 10% of deed costs. MOT Nlowance 1 LS $ 34.401.98 S 34,402 10% of direct costs. Erasion Control 1 LS f 2,000.00 S 2,000 Cleer ark! Grub/Demo Existing 1 LS f 5,00000 E 5,000 Strip 8 Stockpile Topsoil 150 CY $ 20.00 $ 3,000 Onsite Cut to Fill 150 CY S 10.48 f 1,572 Se1were Tres'Pelm Remcwl 0 EA f $47.38 S Selectors Palm Relocation 0 EA S 593.19 S Tree Protection 0 EA $ 177.37 $ Remove Existing Asphalt 1,380 SY $ 6.85 $ %455 Paving I Surface I Signing & Pin arrant Markings $ 281,138 Integral Colored Concrete 1,040 SF E 7.26 E 7,547 Concrete Sidewalk 0 SY $ 40.17 f Type B Stabilization (far colored featured) 1,380 SY $ 7.09 S 9,787 Optional Base (for colored textured) 1,380 SY $ 21.86 $ 30,174 Colored Textured Asphalt 1,380 SY $ 135.00 f 186,345 Inducer Green Bike Lane Area Milbrg Existing Asphalt - 2.25" Avg Depth 1,320 BY f 3.21 $ 4,237 Superpaw Asphaltic Concrete, Traffic B - 1.50" 109 Tarp f 144.85 S 15,774 Asphalt Concrete Friction -075" 54 Tons S 161.35 f 8,786 Type D Curb 669 LF S 18,87 S 12,624 Seat Wall 0 LF $ 163.48 $ Bollards 0 EA $ 750.00 f Monuments at Bride 0 LS S 100,000.00 f Regulatory Signage 4 EA $ 253.87 f 1,015 Pawment Marking 1,300 LF $ 3.73 $ 4,849 Fencing -6'height 0 LF $ 22.00 $ Furnishings $ 3,377 Park Benches 2 EA E 997.99 $ 1,996 Trash Receptacles 2 EA S 690.72 $ 1,381 Landscape $ 38,477 Canopy Trees 19 EA $ 375.69 S 7,138 11YHT min, 2" Cal Palms 0 EA $ 762.07 $ Shmbs 663 EA E 44.36 f 24,975 32' HT Min, 7 G. 24" O.C. Fine Grading/ Seedbed Prep 0.1 AC $ 11,890.75 S 1,189 Seeding 0.0 AC E 3,078.85 f Mulct, 2,250 SF $ 0.80 $ 1,800 Recycled Rubber mat Irrigation 2,250 SF $ 1.50 S 3,375 Utilities Allowance $ 195,142 Water Service Tie in 2 EA $ 11,484.20 f 22,968 Water Piping 400 LF E 41.07 S 16,428 Potable and the, including things Backflow Prewnter 2 EA $ 10,627.55 S 21,255 Water Meter 2 EA E 565.03 S IAA Fire hydrant 2 EA S 4,162.13 E 8,324 Sewer Service T7. 2 EA f 11,046.56 f 22093 SaMtary Sewer Piping 400 LF $ 41.26 S 16,504 Sewer Manholes 2 EA S 18,423.44 S 32,847 Lift Station 0 EA f 60,766.17 $ Electrical Service Transformers 0 EA S 47,308.85 $ Lighting Poles 0 EA $ 6,035.15 $ Lighting Pole Electrical Distribution 0 LF f 57.17 $ Stommaater Drainage and Cionvepince Stonmvaler Piping 400 LF $ 111.48 $ 44,592 Stormwater Inlets 2 EA $ 4,500.00 $ 9,000 Contingency 30% S 123,847 82 DacuSgn Enrdupe ID 2074FBC1e7C1 W-BDW5161848] 1)60 A---tVM CITY OF MIAMI REACH .41st STREET CORRIDOR STATEMENT OF PROBABLE COST March S. 2021 PHASE: CONCEPT PLANS -SIDE STREETS ROYAL PALM AVENUE Description Quantity Unit of Measure Unit Price Cost Notes Site Preparation l General Conditions It 95,733 Mobilization/Demobilization 1 LS $ 36,833.75 $ 36,834 10% of direct costs. MOT Allowance 1 LS S 36,833.75 $ 36AM 10% of direct costs. Erosion Control 1 LS f 2,000.00 f 2,000 Clear and Grub/Demo Existing 1 LS S 5,000.00 $ 5,000 Scop S Stockpile Topsoil 150 CY $ 20.00 f 3,000 Onsite Cut to Fill 150 CV $ 10.48 $ 1,572 Selective Tme/Pelm Removal 0 EA S 847.38 $ Selemve Palm Relocation 4 FA f 593.19 S 2,373 Tree Protedion 0 EA f 177.37 S - Existing trees to remain Remove Existing Asphalt 1,186 SY f 6.85 S 8,121 Paving ISurface lSigning & Pavement Markings $ 302,971 Integral Colored Concrete 7,490 SF $ 7.26 S 54,377 Concrete Sidewalk 0 SY f 40.17 f Type B Slabilizabon Dor colored textured) 1,196 SY f 7.09 S 8,406 Optional Base (for colored endured) 1,186 SY f 21.86 S 25.916 Colored Textured Asphalt 1,186 SV f 135.00 S 160,050 Includes Green Bike Lane Mea Milling Existing AsphaB-2.25-Avg Deptil 1,219 SY f 3.21 $ 3,913 Supermw Asphaltic Concrete, Traffic B-1.50" 101 Tons f 144.85 $ 14,667 Asphalt Concrete Friction -0.75" 50 Tom f 161.35 $ 8,113 Type 0 Curb 669 LF $ 18.87 $ 12,524 Seel Well 0 LF S 163.48 S Bollards 0 EA $ 750.00 S Monuments at Bridge 0 LS $ 100,000.00 $ Regulatory Signage 40 FA $ 253.87 S 10,155 Pavament Marking 1,300 LF $ 3.73 S 4,849 Fencing -6'height 0 LF S 22.00 E Furnishings $ 3,377 Park Benrhes 2 EA S 997.99 S 1.9% Trash Receptacles 2 EA $ 690.72 $ 1,381 Landscape $ 39,924 Canopy Trees 14 EA S 375.69 S 5,260 10' HT min, 2- Cal Palms 0 EA $ 762.07 f Shrubs 625 EA $ 44.36 $ 27,725 32' HT Min, 7 G, 24.O.C. Fine Grading/ Seedbed Prep 0.1 AC S 11,890.75 $ 1,189 Seeding 0.0 AC S 3,078.85 S Mulch 2,500 SF S 0.80 S 2,000 Recycled Rubber met Irrigation2,500 SF $ 1.50 $ 3.750 Utilities Allowance $ 196,142 Wafar Service Tie in 2 EA S 11,484.20 f 22.968 Water Piping 400 LF S 41.07 S 16,428 Potable and fire, including fittings BacklI.Pmverder 2 EA S 10.627.55 $ 21,255 Water Meter 2 EA $ 565.03 $ 1,130 Fire Hydrant 2 EA $ 4,162.13 $ 8,324 Sewer Service Tie in 2 EA $ 11,046.56 S 22,093 Sanitary Sewer Piping 400 LF $ 41.26 S 16,504 Sewer Manholes 2 EA $ 16,423.44 $ 32,847 Lig Station 0 EA $ 60.766.17 $ Electrical Service Transformers 0 EA $ 47,308.85 $ Lighting Pales 0 EA $ 6,035.15 $ Lighting Pole Electrical Distribution 0 LF $ 57.17 $ Stommater Drainage and Conveyance Slmmwater Piping 400 LF $ 111.48 $ 44,592 StomNlater lNefs 2 EA f 4,500.00 f 9,000 Contingency 30% j 132,80! 83 DowSign Envelope ID'. 2974FBC4A7CNMEADW5161646101)60 A ---CVM CITY OF MIAMI BEACH -41st STREET CORRIDOR STATEMENT OF PROBABLE COST March 5, 2021 PHASE: CONCEPT PLANS - SIDE STREETS SHERIDAN AVENUE Description Quantity Unkof I Unit Price Cost Notes Measure She Prepan ton / General Condillons S Si Mobilization/Demobilization 1 LS $ 23,987.02 $ 23,987 10% of direct casts. MOT Allowance 1 LS $ 23,987.02 S 23,987 10% of direct costs. Erosion Control 1 LS $ 2.".00 S 2,000 Clear and Grub / Demo Existing 1 LS S 5,000.00 S 5,000 SmpB Stockpile Topsail ISO CY $ 20.00 $ 3,000 Onsite Cul to Fill 160 CY $ 10.48 S 1,572 Selective Tree/Palm Removal 0 EA $ 847.38 S Selective Palm Relocation 0 FA $ 593.19 $ Tree Protection 7 EA $ 177.37 S 1,242 Emitting trees to remain Remove Emisfing Asphalt 569 SY $ 6.85 S 3,897 Paving l Surface / Signing & Pavement Markin 0 FA S 60,766.17 $ 17117M Integral Colored Concrete 7,675 SF S 7.26 S 55,721 Conaete Sidewalk 0 BY S 40.17 S Type B atabilintion (for colored endured) 569 SY f 7.09 f 4,033 Optional Base (for colored letured) 569 SY $ 21.86 $ 12,436 Colored Textured Asphalt 589 BY $ 135.00 $ 78,800 Milling Existing Asphalt -2.25 -Avg Depth 0 SY $ 3.21 S Superpave Asphaltic Concrete, Traffic B - 1.50' 0 Tons S 144.85 $ Asphalt Concrete Friction -0.75" 0 Tons $ 161.35 $ Type D Curb fin LF S 18.87 S 12,624 seat Well 0 LF S 163.45 $ Bollards 0 EA S 750.00 S Monuments at Bridge 0 LS $ 100,000.00 $ Regulebry signage 40 EA $ 253.87 S 10,155 Pavement Marking 0 LF $ 3.73 f Fencing -6height 0 LF $ 22.00 $ Furnishings $ 3,377 Park Benctles 2 EA S 997.99 S 1,9% Trash Receptacles 2 EA $ 690.72 $ 1,381 Landscape $ 40.014 Canopy Trees 23 EA $ 375.69 S 8,641 10 HT min, T Cal Palms 0 EA $ 762.07 E Shrubs 713 EA S 44.36 S 31,629 32' HT Min, 7 G, 24' O.C. Fine Grading/ Seedbed Prep 0.1 AC S 11,890.75 S 1,189 Seeding 0.0 AC $ 3,078.85 S Mulch 2,850 SF $ 0.80 S 2,280 Recycled Rubber mat Imgabon 2,850 SF $ 1.50 $ 4,275 U011tles Allowance $ 195,142 Water Servke Tie in 2 EA $ 11,484.20 $ 22,968 Water Piping 400 LF S 41.07 $ 16,428 Potable and fire, including fittings Backflow Preventer 2 EA S 10,627.55 S 21,255 Water Meter 2 EA $ 565.03 $ 1,130 Fire Hydrant 2 EA S 4,162.13 $ 8,324 Sewer Service Tui 2 EA $ 11,046.56 $ 22,093 Sanitary Serer Piping 400 LF 5 41.26 S 16,5D1 Sewer Manholes 2 EA S 16,423.44 $ 32,847 Lift Station 0 FA S 60,766.17 S Electrical Service Transformers 0 EA $ 47,308.85 $ Lighfing Poles 0 EA $ 6,035.15 $ Lighting Pole Electrical Distribution 0 LF S 57.17 $ Stom ander Drains • and Comuryance Stormweter Piping 400 LF $ 111.48 $ 44,592 Stomlwater Inlets 2 EA S 4,500.00 $ 9.000 Contingency 30% 3 50.363 84 D. -tial E.M., ID AUM M CITY OF MIAMI BEACH -41s1, STREET CORRIDOR STATEMENT OF PROBABLE COST March S, M21 PHASE: CONCEPT PLANS -SIDE STREETS PINE TREE DRIVE Description Quantity Unit o/ Unit Price Cost Note. Measure Site Propration l General Conditions S 51,691 MomizabonlDemobilaaoon 1 ITS $ 18,21300 $ 18213 10% ol direct costs. MOT Allowance 1 LS $ 18,213.00 S 18,213 10% ol direct costs. Erosion Cartrol 1 LS f 2,000.00 f 2,000 Clear and GM / Demo Existing 1 LS S 5,000.00 $ 5,000 $trip & Stockpile Topwil 150 CY S 20.00 $ 3,000 Chase Cut to Fill 150 CY S 10.48 $ 1,572 Selective Tree/Peyn Removal 0 EA S 847.38 f 8elecWs Palm Relocation 0 EA S 593.19 $ Tree Protection 13 EA S 177.37 $ 2,306 Exising trees to remain Remove Existing Asphetl 203 SY $ 6.85 $ 1388 Peding I Surface / Signing 6 Pasant[ Markings 0 FA 1 $ 60,766.17 S Still" Integral Colored! Concrete 4.710 SF $ 7.26 $ 34,195 Concrete Skewak 0 BY $ 40.17 f Type B Stabilization (for colored textured) 203 BY $ 7.09 S 1,436 Optional Bass (for colored teHured) 2D3 BY $ 21.88 S 4,426 Colored Tortured Asphalt 203 BY $ 135.00 S 27,345 Mifi Existing Asphalt - 2.25' Avg Depth 0 SY $ 321 S Superpose Asphaltic Concele, Traffic B-1.50' 0 Toro S 1M.85 $ AspheS Concrete Friction -0.75" 0 Tors $ 161.35 S Type D Cub 889 LF $ 18.87 f 12,624 Seat Will 0 LF $ 16148 f Bollards 0 EA $ 750.00 S Monuments at Bridge 0 LS $ 100,000.00 S Regulatory Sgnage 4 EA f 25187 S 1,015 Pavement Marking 0 LF S 3.73 S Fencing - 6 neigh 0 LF $ 2200 $ Fundshinge S 3,377 Park Benches 2 EA $ 99]99 $ 1,996 Trash Receptares 2 EA $ 690.72 S 1 M Landscape S 62,4" Canopy Trees 6 EA $ 375.69 S 2,251 10 HT min, 2' Cal Palms 0 EA S 762.07 $ Shrubs 1,475 EA $ 44.36 $ 65,431 32" HT Min, 7 G. N' O.C. Fine Ghai Seedbed Prep 0.1 AC S 11,890.75 $ 1,189 Staab, 0.0 AC $ 3,078.85 $ Mulch 5,910 SF S 0.80 $ 4,720 Recycled Rubber mal Irrigation 5,900 SF $ 1.50 $ 8,650 Ph. Direct Costs, Subtotal f risi 11HIIHee $ 57,671 Water Service 7.7n 1 EA S 11,484.20 S 11X84 Water Piping 200 LF $ 41.07 $ 8,214 Potable and fire, including Ili Backflow Preveher 1 EA S 10,627.65 E 10,828 Water Meter 1 FA S Sll S 566 Fire Hydrant 1 EA $ 4,162.13 $ 4,162 Sewer Sam" Tie in 1 FA $ 11,046.56 $ 11 607 Sanitary Sewer Piping 200 LF S 41.26 $ 8,252 Sewer Manholes 1 EA is 16,423.M $ 16,423 Lft Station 0 FA 1 $ 60,766.17 $ Deistical Service Transformers 0 EA $ 47,308.85 $ laghtirg Poles 0 EA $ 6.035.15 $ Lighting Pole Electrical Distribnlon 0 LF S 57.17 $ Shinning" Oralnew end Conseyatce Stormwater Piping 200 LF $ 111.48 $ 22,296 Stormwater Inlets 1 EA S 4,500.00 $ 4,500 Contingency 30% f 85,597 85 Dom& , E—eb io. 2874reC"7C34D6E-9Dm-5151B4B3DM0 CONCEPTUAL DESIGN ALTERNATIVES 41st Street. Conceptual Streetscape Design 0.8,. En ia, ID'. Two conceptual -level streetscape design alternatives were submitted to the City of Miami Beach in September of 2020. These alternatives included the following review. City of Miami Beach detailed review (September 8-11.2020) Presentation to the Mayors Blue Ribbon Committee (September 23, 2020) Presentation to the G.O. Bond Oversight Committee (September 24. 2020) Public survey (September 25 -October 2, 2020) Public meeting (October 1, 2020). Each of these review sessions solicited input and preference on the two conceptual alternatives. The two conceptual alternatives were developed for the area bounded bythe Julia Tuttle Causeway at Alton Road (west) to Pinetree Drive (east) and 42nd Street (north) to 40th Street (south). These two (2) preliminary designs included the following: Option 1: 411 in on 61st' Conceptual design focused on the 41st Street corridor alone and include both structural (e.g.. sidewalk widening) and nonstructural(a.g..landscaping) design upgrades. Option 2: Connect the Community! Conceptual design focused on the 41st Street corridor and its side streets (i.e., those that connect 41st Street to 42nd Street and 40th Street). This design will focus on structural (e.g., sidewalk widening) measures on 41st Street and nonstructural measures (e.g., landscaping) on side streets. Cost estimates were also completed for each conceptual design within the G.0 Bond budget of 15 million. The following details a high-level overview of what was submitted for the two conceptual streetscape design alternatives. The final conceptual design was developed based on feedback from these reviews and the public survey, and represents hybrid concept ofpreferred alternatives. Conceptual Design Alternatives The design focus forthe two alternatives was to enhance pedestrian quality of life along the 41st Street corridor and integrate with the neighborhood while complying with FOOT roadway standards. Design assumptions and opportunities incorporated in the concepts include, at a high level, the following: Design Assumptions for draft conceptual designs Designs are to comply with 41st Street as a FOOT roadway and evacuation route • Public property and ROW included in designs only • BERT plan designs (BERT F1- Beach Express North in mixed -traffic) as of spring 2020 do not interfere with 41st Street roadway configuration. Other changes of note: BERT plan will affect traffic signal priority only for 41st Street BERT plan will utilize existing bus stops along 41st Street • BERT plan may require changes to utilities along 41st Street but TBD • Utility analysis and recommended changes completed during separate planning phase Light wrappings on royal palms incorporated as of 2020 to remain as part of design Street materials to consider maintenance constraints and design conformance • Updated LED fixtures on street lighting forthcoming and to remain as part of design • Signal modifications at 41st Street and Jefferson Design Opportunities for draft conceptual designs Structural and integrated design upgrades focus on sidewalks. crossings. and tree plantings along 41st Street and side streets Streetscape materials utilize painted concrete and incorporate design patterns • Strategic removal of on -street parking to maximize sidewalk environment while maintaining "grab-and-gd" parking needs Two significant design alternatives presented for tree canopy and royal palms. with one option presenting strategic moving of royal palms to maximize sidewalk environment, where feasible • Diverse tree canopy considered to enhance sidewalk experience for pedestrians including the increase in shade trees • New tree plantings enhance ecological diversity, potential for stormwater management • Low Impact Design (LID) to address stormwater management and flooding concerns while also minimizing Zika risk • Gateway element(s) possible as invitation when crossing into 41st Street neighborhood • Enhanced seating possible with expanded sidewalk widths oow&,En ebpel0 3874FEU27L3406E-BD5& 161E4BMMO Conceptual Design Alternatives 89 AECOM 4 1 5 ♦ i/' ' i fwd w✓ , I1 'moo , 0 � Option 1: All in on 41st! axoM DowSgn EnwbM ID287IFBC"7C34ME-BDS 5191"B3DDB0 ,, \ • ` ♦ , 14 ra th Option 1: All in on 41st! 91 axOM D Sgn En O,oe ID.28]eFBC"7CB4DBE-BDY-5181BI8]DD88 1� a s�a�e�r arrrF. .a ue rm �- �a�®rte Option 1. All in on 41st) 92 A=- OM Do�Sign En.4Ow ID W4cecu?CuM40sas181MMooeo 1 7 Option I All in on 41st! 93 AECOM DowSvn EnwWm ID. 26>4FBC"7C] ME-BD544161B4B0DM0 ,00 An W 40 -Street Option 1: All in on 41st! Prgect L"S for All In on 41' Sh:!Bh R •• � I W 4145beN u.... W.42 - Sweet P.. 4v.• to 4v• •.• ••• • ~ ..... . W 00^$t�eei e i • 580n -Street Parkng Aernov • On -Street Parking On Sloe Sheet to Remain 94 A_'CiOM No Sl,n Ennbw 10'. Y ` W a0'•Sheet P� Option l: All in on 41st! om)e't louts tot MInon Ci•st, lK! W VO' Street • 107 Royal Palms Ren d • 119 Royal Pall to Roman 95 a-COOM W 02'^Street • W. 4151 Street •H •• w om)e't louts tot MInon Ci•st, lK! W VO' Street • 107 Royal Palms Ren d • 119 Royal Pall to Roman 95 a-COOM Option 2: Connect the Community! 96 - ALFCOM DocuSign Enwbpe ID'. v m 1 'A 4� a ir1 � Option 2: Connect the Community! 97-/LQOiM DowSen Enwbye ID'. 2814FBC48MC 06E81)88dWIMB300 I City standard integrally colored concrE Patens remain Standard City lighting VIA LI I I y�l I 6 � Option 2: Connect the Community! 98 AECOM \ I ' r ... Ia �l Option 2: Connect the Community! 98 AECOM oacusgn Enwb, io 01 [zpanded tree phs with naw groundcover I le Option 2: Connect the Community! rainy rarnama wnn cwmea � turgid asphalt r= D01 �i 99 AHCOM Wewey oL 6 -wed loans -W oC ■ P• ay Gwwedl"AS--O[90 MZMTSa68 Wewayo16Wwedla AS -a0 LO ■ Pa—a a6Wwed laallS -WCL■ iAliunwwoo ay} 13auuoo :Z uoildo w 01 aE9wu3 u&Snao0 • • r � d • d CC ...... ..... ...... ones. ••• WWLS IS LO'M ... .60 .2060 60•. �eagS-zt M a �Aln mo:W ollSe Wo rot SDwfl laifoy w 01 aE9wu3 u&Snao0 oocusian EnvbVe io 2e74rau-a7c34o6e-eom-516te4e3oo60 4] ll&iiLSlnw . 26 Royal Palms Remo ,d • 1W Royal Palms to Remain Option 2. Connect the Community! 101 a_CoM E < W 42 Sb,. L Q ? CyV q Q a Q � y P W. dist Street a ...... i qxa' 2 ••�� • 9 •0• ••M. �� 90 y. r r .�• LYdts IOt Caned to the Co unityl �m W. dO'St/yet 4] ll&iiLSlnw . 26 Royal Palms Remo ,d • 1W Royal Palms to Remain Option 2. Connect the Community! 101 a_CoM DxuSgn Enw m.1171-1. ..'1. Ke ee.... i I I rs I lo- I la I sa I rr ryinl re 1 HIT" ail /t r �O N, ♦f Conceptual Plan & Section Option 1 and 2- Design Alternatives I F ti 6' 14 I la I W I la �Y I a 1 1Z I aMm[ >/wPiti — IOV IqY/ •♦• k9fl1 n1��j i NITY! - Conceptual Plan & Section Hw-t1if!LL oocusienenu Wpelo:ewFeca-evcosoee-eow-sleieseaooeo COMMUNITY SURVEY 41s' Street: Schematic Streetscape Design Preference Survey Total Responses Wednesday, September 30, 2020 to Thursday, October 8, 2020 Live Live and Work s.. Work Play Do you ____ Answered: 149 Live and Play Work and Play Live, Work and Play in the 41st Street neighborhood? Skipped: 10 159 Total Responses 41st Street: Conceptual Streetscape Design Preference Survey 105 acoM DocuSign Envebpe ID'. 0874FBU-8IC84D6E-BD56-5161B4B6DD60 Scheme 1: Remove ALL on 41s' 43031% wr ff =Scheme.2j.:.Keep Some on 41St 1W M :1 Which On -Street PARKING option do you prefer? Answered: 157 Skipped:2 41st Street: Conceptual Streetscape Design Preference Survey 106 A_=CQM Docuslgn Bnvebye ro 0974FBC447C34D6E.Bo5e-516164B3ooe0 Scheme 1: Widened Sidewalk Scheme 2: Flexible Sidewalk/ Parking 42.41% 1 Which SIDEWALK option do you prefer? Answered: 158 Skipped:1 41st Street: Con ceptua[Streetscape Design Preference Survey 107 ASCOdM Scheme 2: Colored Textured Concrete Which sidewalk MATERIAL option do you prefer? Answered: 158 Skipped:1 H 41st Street: Conceptual Streetscape Design Preference Survey 108 /a' OM D—SignE—e pe ID 2014FBU.0)C]406E-BD56.5161B4B6DD60 Scheme 1: Replace with Shade Tree 38.61`0 1 i 1 F Which SHADE option do you prefer? Answered: 158 Skipped:1 Scheme 2: Keep Royal Palms �/ 41st Street: Conceptual Streetscape Design Preference Survey 109 a_coM Docu6gn Fnvebp ID'2874FBDlA713<DIt-B D 5651616689 D 1360 Scheme 1: Fixed Seating Throughout 42.86% Scheme 2: Fixed Seating at Midblock 57.14% e Which SEATING option do you prefer? Answered: 154 Skipped:5 r 41st Street: Conceptual Streetscape Design Preference Survey 110 q.�CiOrM DowS,n Em W, ID'. 2874FB "7CNME-BD5 5161MBMMO NO Would you like to see a GATEWAY FEATURE as you enter the 41st Street Corridor? Answered: 157 Skipped:2 41st Street: Conceptual Streetscape Design Preference Survey U j f 1- 40 mAw Awl .- 111 -A---M BowSgn Envkb 10'. 3874FSC"X34ME-8058-516184B=60 More bicycle parking on 41St Street only More bicycle parking on the side streets only More bicycle parking on both 41St Street AND the side streets Would you prefer more BICYCLE PARKING on 41st Street OR on the side streets? Answered: 157 Skipped:2 41st Street: Conceptual Streetscape Design Preference Survey 112 AECOM DocuSlgn Envebge10 3874FBC4A7C34D6E-BD%.5161B4B3DD6g L C 19 Which streetscape scheme is your preference overall? Answered: 159 Skipped:0 41st Street: Conceptual Streetscape Design Preference Survey 113 ,a_ -conn �.S,g Enwbp ID'. Connections to parking lots Hybrid of both plans More shade canopy to make 41st walkable! leave the parking on 41st St as exists more tree density Less cars parked along 41st street. More space for pedestrians. do not add any permanent seating fixtures Incorporate more trees Do not remove any street parking 'R Beautification of the side streets No more cars, more shade trees, more sidewalk cafe seating If you could change one thing about the preferred streetscape scheme you selected, what would it be? Answered: 94 Skipped: 65 41st Street: Conceptual Streetscape Design Preference Survey 114 /LCAM Do Sqn Eow ID'. BEACH axe DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B483DD60 ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO RFQ DowSign Envelope ID: 2874FBC4-87C34D6E-BD56-5161B4B3DD60 D. VISION OF CORPOR TIONS 1J r1 � SJ1Yt3JfJtY J� ue u8lrud Jwr u/Pluiu/u Irfbiftw Q9pa"ent of State / DiWsion of Corporations / Search Records / Seamh by FEI/EIN Number / Detail by FEI/EIN Number Foreign Profit Corporation BROOKS + SCARPA ARCHITECTS, INC. E11iD9 Information Document Number F17000002444 FEIIEIN Number 01-0552842 Date Filed 05/26/2017 State CA Status ACTIVE Print pal Address 1147 NE 7th Avenue FT LAUDERDALE, FL 33304 Changed: 01114/2020 Mailing Address 3929 W 139th Street HAWTHORNE, CA 90250 Changed: 01/18/2019 Registered Agent Name & Address HUBER, JEFF 1147 NE 7th Avenue FT LAUDERDALE, FL 33304 Address Changed: 01/13/2021 Officer/Director Detail Name & Address Title CP BROOKS, ANGELA 3929 W 139th Street HAATHORNE, CA 90250 Title VCVP SCARPA, LAWRENCE DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 3929 W 139th Street HAWTHORNE, CA 90250 Report Year Filed Date 2019 01/18/2019 2020 01/14/2020 2021 01/13/2021 Document Inn gea 01/13/2021 -ANNUAL REPORT View image in PDF format 01/14/2020—ANNUAL REPORT View image in PDF format 01/18/2019—ANNUAL REPORT View image in PDF format 03/27/2018 — ANNUAL REPORT View image in PDF format 04/26/2017 — Fore gn Profi View image in PDF format I—W0 oepaRnmo[.1",-,II--, or Cb'pmd�,ons Rin ct IRMtTTAL QUESTIONNAIRE DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 SECTION 1 - BID CER11FICAI"IUN FURM This document is a REQUIRED FORM that must be submitted fully completed and submitted. solicitation No: solicitation Title: 2021 -196 -ND Architectural and Engineering Design Services for the 41st Street Corridor BIDDER'S NAME: lil b. Surp9 Am3.IbOL, 9.0. NO. OF YEARS IN BUSINESS: b NO.OF YEARS IN BUSINESS LOCALLY'. S NO. OF EMPLOYEES: O OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE UST 10 YEARS: Ne BIDDER PRIMARY ADDRESS (HEADQUARTERS): 3959 W. 13M 91,99t CITY: H9wthmrw. STATE'. GM9mM ZIP CODE. 90250 TELEPHONENO-9641IM 59 TOLL FREE NO.: FAX NO: BIDDER LOCAL ADDRESS: 110 NE M Aw CITY: FW Lauderdale STATE: FL ZIP CODE 33304 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT, yHuber ACCOUNT REP TELEPHONE NO.: 99N6115N ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL hWerIliplna9eeeuP . FEDERAL TAX IDENTIFICATION NO.: 91-099590 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; b) to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the bidder agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and 0 that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: I Title of Bidder's Authorized DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B4B3DD60 JCIIIey C. nu"C1 kcNresentative: Principal DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 Stu I IUIN t - ALKINUVVLtuiJtivltNT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e -procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder 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. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt JEH Addendum 1 Addendum 6 Addendum 11 JEH Addendum 2 Addendum 7 Addendum 12 JEH 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. SECTION 3 - CONFLICT OF INTEREST All bidders 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. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. YESp� NO If yes, please disclose the name(s): FIRST AND LAST NAME OCCUPATION 1 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. 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 bidder. The bidder shall request the SQR report from D&B at: https://supplierportal.d nb.com/webapp/wcs/stores/servlet/Su pplierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder 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. At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. cCrTlnnl C AAnDATnD11 IAA nrl TDA%/Cl Tn AND THE PURCHASE OF GOODS OR SERVICES FROM DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B483DD60 MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the state of Mississippi, as well as the purchase of goods or services sourced in Mississippi. Bidder shall agree that no travel shall occur on behalf of the City of Miami Beach to Mississippi, nor shall any product or services it provides to the City be sourced from this state. By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Resolution 2016-29375 https://www.miamibeachfl.gov/wp-content/uploads/2017/11 /2016-29375-Resolution-Vendor-Moratorium-for- DocuSign Envelope ID: 2874FBC4-87C3-4D6E-8D56-5161 B4B3DD60 SECTION 6 - REFERENCES AND PAST PERFORMANCE Project No. 2021 -196 -ND Project Title Architectural and Engineering Design Services for the 41st Street Corridor Bidder shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Reference No.1 Firm Name: City of Fort Lauderdale Contact Individual Name and Title: Ella Parker, Urban Design and Planning Manager Address: 700 NW 19th Avenue, Fort Lauderdale, FL, 33311 Telephone: 9548283729 Contact's Email: eparker@fortlauderdale.gov Narrative on Scope of Services Provided: Several Projects: Salty Urbanism: Sea Level Rise Adaptation Strategies for Urban Areas and Botanizing the Asphalt of North Beach Village: Integrating Public Art and Resilient Design Design and Construction Manual for the City of Fort Lauderdale. These projects dealt with streetscape and livability enhancements to provide greater resilience/sustainability and public realm design aesthetics. These projects linked public art, flood adaptation and heat -safe design. Reference No.2 Firm Name: City of Hollywood CRA Contact Individual Name and Title: Susan Goldberg, Deputy Director Address: 1948 Harrison Street, Hollywood, FL 33020 Telephone: 9549242980 Contact's Email: sgoldberg@hollywood.org Narrative on Scope of Services Provided: Numerous streetscape and urban design projects through Continuing Services Contract since 2017. These have included gateway signage, wayfinding and signage, lighting, streetscape improvement projects, and community engagement/communications. Reference No.3 Firm Name: City of Fort Lauderdale CRA Contact Individual Name and Title: Tom Green, PE, Senior Project Manager Address: 914 Sistrunk Boulevard, Suite 200, Fort Lauderdale, FL 33311 Telephone: 9548284008 Contact's Email: tareen0fortlauderdale.aov DowSign Envelope ID: 2874FBC487C3-4D6E-9D56-516184133DD60 Narrative on Scope of Services Provided: City of Fort Lauderdale DC Alexander Park and 5th Street Streetscape. Brooks + Scarpa was lead designer for the project. DC Alexander is located on the barrier island in a high salinity coastal zone that is at AIA. This is a major public project with lighting, art, iconic design, landscape architecture and resilient design. DocuSign Envelope ID: 2874FBC4-8703-4D6E-BD56-5161B483DD60 AVVISIV1101 M=1616114= Firm Name. City of Hollywood Contact Individual Name and Title: E. Alexandra Iglesias, Project Manager Address: P.O. Box 229045, Hollywood, FL 33022 Telephone: 9549213410 Contact's Email: eiglesias@hollywoodfl.org Narrative on Scope of Services Provided: Working on an expansion of the city's art and culture center. This includes a 6000 SF expansion and site plan approval including streetscape elements. SECTION 7 - STANDARD TERMS AND CONDITIONS The Standard Terms and Conditions are available at https:/Avm.miamibeachfl.gov/city-hall/procurement/standard- terms-and-conditions/ By virtue of submitting a bid, bidder attests that they have read and understand the applicable Standard Terms and Conditions as indicated in the solicitation. Project No. 2021 -196 -ND Project Title Architectural and Engineering Design Services for the 41st Street Corridor SECTION 8 - VENDOR CAMPAIGN CONTRIBUTIONS Bidders 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 Bidders 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 bid submittal, in the event of such non-compliance. Are there any individuals or entities (including your sub -consultants) with a controlling financial interest which have 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. = YESp� NO If yes, list name (first and last name) of individuals, occupation, amount and date: amount Date of Contribu on 1 2 3 4 5 6 7 8 9 DocuSign Envelope ID: 2874FBC487C3-4D6E-BD56-5161 134133DD60 SECTION 9 — SUSPENSION, DEBARMENT, OR CONTRACT CANCELLATION Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- performance by any public sector agency? Q= YES NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): SECTION 10 - BYRD ANTI -LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Cer fica on for Contracts, Grants, Loans, and Coopera ve Agreements The undersigned Contractor cer lies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or a. emp ng to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connec on with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any coopera ve agreement, and the extension, conMnua on, renewal, amendment, or modifica©on of any Federal contract, grant, loan, or coopera ve agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attemp ng to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connec on with this Federal contract, grant, loan, or coopera ve agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instruc0ons. 3. The undersigned shall require that the language of this cerl]fica on be included in the award documents for all subawards at all ers (including subcontracts, subgrants, and contracts under grants, loans, and cooperaiNve agreements) and that all subrecipients shall cerOfy and disclose accordingly. This cer fica on is a material representa on of fact upon which reliance was placed when this transac on was made or entered into. Submission of this cerMfica on is a prerequisite for making or entering into this transac0on imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required cer fica on shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor cerOfies or affirms the truthfulness and accuracy of each statement of its cerlEfica on and disclosure, if any. In addi©on, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this cer fica on and disclosure, if any. By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti -Lobbying Amendment Certification Name of Bidder's Authorized Representative: Title of Bidder's Authorized Jeffrey E. Huber Representative: Principal DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161 B4B3DD60 StL I IUN 11AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1) This Contract is a covered transac on for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regula0ons in any lower er covered transac0on it enters into. (3) This cer ficaBon is a material representa on of fact relied upon by the City. if it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addifon to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower er covered transac ons." By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Jeffrey E. Huber Representative: Principal SECTION 12 - SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolufon 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as cer fled by Miami - Dade County that have been cerl fled as Small or Disadvantaged Business by Miami -Dade County. Does bidder possess Small or Disadvantaged Business cer fica on by Miami -Dade County? = YES p� NO SECTION 13 - LGBT BUSINESS ENTERPRISE CERTIFICATION Pursuant to Resolu on 2020-31342, the City is tracking the u liza on of LGBT owned firms that have been cer0fied as an LGBT Business Enterprise by the NaBonal Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Enterprise CerOficaDon by the NGLCC? 0 YES p� NO SECTION 14 — CONE OF SILENCE Pursuant to Sec on 2-486 of the City Code, all procurement solicita ons once adverOsed and un I an award recommenda on has been forwarded to the City Commission by the City Manager are under the "Cone of Silence! The Cone of Silence ordinance is available at https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COSI Any communica0on or inquiry in reference to this solicita on with any City employee or City official is strictly prohibited with the of excep0on communica ons with the Procurement Director, or his/her administra ve staff responsible for administering the procurement process for this solicita on providing said communica on is limited to matters of process or procedure regarding the solicita on. CommunicaGons regarding this solicita on are to be submitted in wri ng to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov . VPndnr attectc that thPv havP rPat1 iinr1Pmtnnr1 anti are in compliance with the Cone of Silence Ordinance, pursuant to DocuSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 Sec on L -46b OT ine l.lty Looe e p� YES NO SECTION 15 — CODE OF BUSINESS ETHICS Pursuant to City Resolu on No.2000-37879, the Bidder shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its response or within three (3) days upon receipt of request. The Code shall, at a minimum, require the Bidder, to comply with all applicable governmental rules and regula ons including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. Bidder shall submit firm's Code of Business Ethics within three (3) of request by the City. In lieu of submitting Code of Business Ethics, Vendor may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at np://www.miamibeachfl.gov/city-h II procurement/procurement-related-ordinance-and-procedures/ Bidder adopts the City of Miami Beach Code of Business Ethics? YES NO Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? = YES F—a-1 NO SECTION 16 — DRUG FREE WORKPLACE CERTIFICATION The Drug Free Workplace CerBfica on is available at: hips://www.miamibeachfl.g v/wwp-content/unloads/2019/04/DRUG-FREE-WORKPLACE-CERTIFICATION pdf By virtue of submitting bid, bidder certifies or affirms it has adopted policies, practices and standards consistent with the City's Drug Free Workplace Certification. SECTION 17 — LOBBYIST REGISTRATION REQUIREMENTS This solicita©on is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws. Bidders shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanc ons, as prescribed therein, including, without limita on, disqualifica on of their responses, in the event of such non- compliance. By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration Requirements. SECTION 18—NON-DISCRIMINATION The Non-DiscriminaTon ordinance is available at: b_Ups://Iibrarv.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3C0PR S2-375NSCCOREWA By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 19 — FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No. 2016-4012 is available at: https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract and shall entitle the Citv to the immediate termination for cause of the agreement, in addition to any damages DowSign Envelope ID: 2874FBC4-87C3-4D6E-BD56-5161B4B3DD60 that may Uc aVGllaUIC ai iaw anu no cyuuy. SECTION 20 — PUBLIC ENTITY CRIMES Please refer to Sec on 287.133(2)(a), Florida Statutes, available at: https://www.flsenate gov/Laws/Statutes/2012/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. SECTION 21— VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011- 3748, hftps://Iibrary.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder 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 and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service -disabled veteran business enterprise consmtute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quota on, and such bids 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. Is the bidder a service -disabled veteran business enterprise certified by the State of Florida? = YESp� NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Govemment? -0 YESp� NO City of Miami Beach / Bid 2021 -196 -ND 41 st STREET CORRIDOR REVITALIZATION PROJECT ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE 41st STREET CORRIDOR BROOKS + SCARPA BROOKS -F SCARPA ARCHITECTS, INC. www.bmcksscarpa.com "147 NE -th Avenue Ft. Lauderdale. FL 33304 (954)ESJ-1236 h uberCry uronksscaroa,som. 06 JULY 2021 -: M-. r G t � s f y1 G � f0. i'Id \S. � T Yig It_. fq �,i�C"a � klik TAB COVER LETTER &TABLE OF CONTENTS DmuSen Enwlnpe 10'. 2874W"7c8JDEE-BD%-5161BIB3D060 route ante 11z rovtettrrta S Brooks +Scarpa Architects, Inc. 1147 NE 7th Ave. Fort LaudeMele. FL33304 winw.brooksscarpa.com 954-683-1136 06 July 2021 Natatia Delgado Procurement Contracting Officer II Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Re: Bid 2021 -196 -ND Architectural and Engineering Design Services for the 41st Street Corridor Ms. Delgado and Members of the Selection Committee, Thank you for the opportunity to submit our qualifications for Architectural and Engineering Services for the 61st Street Corridor. This is an opportunity of great personal interest to our team, and we believe that our care values align with your project goals, needs and desires. These core values have allowed us to explore new ways of design and planning through innovative use of materials, structures and technical systems to create unique emiron ments that people love, particularly in the arena of creative placemaking and streetscapes. Of critical importance in this project is linking creative placemaking and resilient design within a historic Miami Beach commercial corridor. Brooks +Scarps is Considered one of the premier architecture and urban design firms in America, having been recognized with some of the most prestigious honors in the profession. We approach every project with fresh eyes, allowing us to bring the best critical thinking to the table, often resulting In unique and appropriately suited solutions. We are known for'creative and'unique'designs across numerous types of projects and we see 41 at Stre etas a signature street capable of becom inga model forsimilar street types regionally and worldwide. The Brooks +Scarpa Team has the necessary experience in streetscape design and public spaces locally and across the country. Relevant Experiences - Brooks + Scarpa has been at the forefront of exemplar architecture, landscape architecture, urban design and planning nationally. Our firm principal, Jeffrey Huber FAIA, ASLA, who will serve as Project Manager, is a visionary architect and landscape architect with extensive experience in creative placemaking within streetscape projects ranging at all scales working with numerous municipal entities. most recently with the cities of Little Rock. Fort Lauderdale, and Hallywood.Alsb our subconsultents, Stantec have experience on streetscape and resilience engineering across the region. Our collaboration will offer a robust design development and engineering experience to make this project a successful and visionary design. Design Excellence - Honored with the 2014 Smithsonian Cooper- Hewitt National Design Award. Brooks + Scarpa is one of the most celebrated architecture firms in America. Significant recognition includes the National American Institute of Architects Firm Award, Lifetime Achievement Awards from Interior Design Magazine and over 100 AIA Honor Awards, 19 National AIA Design Awards including Regional and Urban Design and thousands of publications, Brooks +Scarpa is ranked the 7th Overall Top Architecture Firm in the USA by Architect Magazine and 333rd worldwide by Design Intelligence. In 2018 Brooks + Scarpa won an AIA National Honor Award for Regional and Urban Design for our work on Salty Urbanism: Sea Level Rise Adaptation Strategies far Urban Areas in the Coastal Zone of South Florida which creates a methodology and design framework for the combination of architecture, landscape architecture, urban design and resilient infrastructure, including living shoreline and ecological stormwater management. Responsibility To Out Clients- Itis important to us that we achieve a balance between engineering and art, efficiency and beauty, diversity of users and functionality, white conform i ng to project's construction budget and schedule. It is of our highest priority to develop design and engineering approaches that minimize complex and possibly expensive or time-consuming elements, in favor of a simplified, direct approach which results in more flexibility at the construction stage. fewer problemi ultimately lower casts. The qualityof a project is not necessarily related to how much it casts, but rather how wisely the resources of time end money are spent. We firmly believe that design excellence can be achieved on any scale or budget and that economy and aesthetics are not mutually exclusive. Public Engagement/Gutreach and Governmental Project Experience - Brooks + Scarpa and its subconsultints have been involved in multiple municipal projects and understand the complexities that these projects can bring Furthermore, our team has critical experience with public outreach and engagement, and understand the necessity for effective design and stakeholder involvement in gaining public acceptance and political buy in. Brooks + Scarpa has thirty years of "penance and Over 500 completed projects with a total construction value in excess of $6 billion. Brooks +Scarps have completed projects of almost every imaginable type and size ranging from a small single-family residential landscape design with a $20A00 budget to a fixed -bid and design/build governmental projectwith a budget in excess of $5DO million.Our teem provides extensive engineering, landscape architecture, and planning experience and have a working relationship on other municipal projects regionally.The Brooks +Scarpa team provides a unique combination of local knowledge and experience coupled with international design recognition for streetscape projects of varying scale and typology. 41 at Street is a signature street within Miami Beach serving the Mid Beach and Bayshore communities, as well as visitors from around the world. This critical streetscape should enhance the quality of life, attract economic development and activate the Community through creative design that is pedestrian -oriented, climate -reedy and resilient, and arise to a public art form. We would be honored to have the opportunity to personally share ourcare values with you and demonstrate why we believe the Brooks + Scarpa Team would be an ideal partner for the realization of your project. Please feel free to contact me directly at(954)683-1236 or hube,taeroekvc,' ,scam. We look forward to hearingfromyou. /Sincereer, FAIA, ASIA, NCA RB, LEEDap or of Lantlscepe Architecture,Ueban Design and Planning Brooks+ Scarps Architects, Inc. MII.v16Frl.'I'. I'll 11 W .11 X11 1 1 ilr OV I. IC ABPA A✓ 11„_,... INr. Dmusgn Envebpe to ® Stantec L2 BROOKS + SCARPA UGE0 CE NA ..., BFBCX.111 STREETBIO xo 1.11 Ie6-NO TAB 1._. TABLE OF CONTEXTS TABLE OF CONTENTS TAB COVER LETTER&TABLE OF CONTENTS 3 TAB 2 EXPERIENCE & QUALIFICATIONS PROPOSING FIRM q 2.1 Qualifications of Proposing Firm 11 2.1.1.Similar Project Experience 15 2.2 Project Manager 61 TAB EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 65 3.1 Team Organization Chart 67 3.1 Qualifications of Proposer Team gg TAB APPROACHAND METHODOLOGY 123 4.1 Approach and Methodotogy 125 4.2 Supplier Diversity 135 U WwSlyn En a IO. TAB 2 EXPERIENCE & QUALIFICATIONS PROPOSING FIRM Docuagn EnnioM 10'. 387eFBC*870} 08E-EMN-5161 MEOD080 x! }.I ruim YY41flCx}10X5 BROOKS + SCARPA TEAM QUALIFICATIONS AMULTI-DISCIPLINARY TEAM WITH EXPERIENCE IN ARCHITECTURE, URBAN DESIGN, LANDSCAPE ARCHITECTURE, PLANNING, ENGINEERING AND PUBLIC ENGAGEMENT/OUTREACH Brooks+ Scarpa is a collective of architects, designers and creative thinkers dedicated to enhancing the human experience. With 30 years of practice Brooks+ Scarpa has completed nearly every project type ranging from furniture prototyping to large master plans and budgets of $20.000 to $500,000.000. Brooks +Scarpa has worked on numerous architectural, landscape. urban design and planning projects from small scale public an installations in public spaces to large scale master plans for entire communities that have ranged in complexity in regards to commercial straetscape improvements, as well as complex community engagement/outreach and stakeholder Involvement with municipal and CRA entities. Our learns unique qualifications and experience in designing streetscapes and open spaces utilizing creative placemaking surely meet the goat of elevating the 41 st Street Corridor into a world class signature street and place of destination within the City of Miami Beach. While many firms speciate ze In a single project type. Brooks+ Scarps has developed design expertise regardless of project type. We are known for special and unique projects and have developed design expertise and a methodology that approaches every project (buildings, streetscapes. parks, plazas. open space, public realm) with fresh eyesallowing us to bring the best critical thinking to the table, often resulting In unique and appropriately suited solutions to old problems within the amplification of a sense of place. Our creative placemaking approaches learn from a community's uniques assets and leverage those assets in place -building activities while still meeting the demanding engineering standards required from entities hke the Florida Department of Transportation (FDOT). not to mention all other agencies havi ng j uri edict ion over a project. We see this challenge as an opportunity for innovation and compromise. The Brooks +Scarpa Team is uniquely assembled to provide all general and specific services outlined within the RFO to the City of Miami Beach in the transformation of 41 st Street Corridor Our team's qualifications as outlined in Tabs 2 and 3 of this RFO showcase that all project objectives related to providing interactive and engaging amenities, improving existing facilities, redesigning of public space, architectural gateway features. and streetscapes, as welt t.m�lAxx (ivnrrn•c..:.n., menrnm.a s:re. r.;.u:,.:.:.... .u., .111. .'�' 11111tr: en N. 1.21 I.u.Xn W.1., . ".xw /.PCXI}rr T). iX< Docua,Oo Envebpe 10 29I4FBC4-07C34ME-BD56-5161 BI83D060 creating a sense-offarnvat from Pine Tree Drive and Alton Road. Our team hasextensive experience in community engagement and working within politically sensitive projects where stakeholder involvement and political will are critical in ensuring that the project meets a shared vision and defined budget It is with this in mind that our team's combined qualifications ensure we can meet the City's mission to develop a streetscape that anchors the re -envisioning of 41 at Street and the side streets as a destination within the region and world. Furthermore, Brooks + Scarpa has become a regional leader in resilient coastal urban design practices, which is of great concern as 15 the region experiences more extreme flooding and issues rooted to rising seas and escalating temperatures and heat stress. This knowledge and insight will surely provide a unique understand ing of the issues surrounding the The 41 st Street Corridor Project area. We have selected project team members who are uniquely qualified to bring you the best service and most engaging ideas through a collaborative. open design process. We believe that our team is capable of addressing all of the requirements and, more importantly all of the goals expressed in the BID documents. Our team comprised of Brooks + Scarpa. Stantec. TS F Geotechincal Engineers. Longitude Surveyors, and CPMNA wilt collaborate to design the 41 st Street Corridor with an emphasis on creative placemaking and design excellence. Our team is prepared for how design must engage water, climate adaptation, commercial activities and cultural identity in Miami Beach to serve tourists and residents alike. In the era of climate change, design must support a citizenry that is capable. Inspired, and involved in hydrology and heat mitigation's essential role in sustaining urban life. To help bolster creative placemaking opportunities as welt as leverage built streetscapes designs in south Florida, Stani led by Jeff Crews will provide our team extensive engineering services. Stantec recently completed the Miracle Mile and Giralda Avenue Streetscapes in the City of Coral Gables. Other recent commercial boulevards, riclude Sunset Drive in South Miami and Old Cutter Road in Coconut Grove. These innovative streetscapes reformat the street into an active and thriving commercial corridors. With this expertise of direct knowledge regarding creative placemaking in streetscapes, current projects within the City of Miami Beach and local knowledge of 41 at Street our team brings keen insight and understanding as to potent lel issues and regulatory hurdles as well as bring a robust menu of solutions to engage in resilient design efforts for the streetscape improvements. The Brooks + Scarpa team is committed to rneetingthe goals for this project by means of a 1.11 nae OYM1LmcxTmNi fully integrated and collaborative approach. Our team will work together with the City and the community to deliver a world-class street that is unique to the City of Mi ami Beach. Todays streets are extremely complex due to both function and program. They ere the wok of many, but the vision of few. The best work tends to be produced by teams who have truly connected and have built a prerequisite level of trust that enables a has [thy level of exploration and debate. This is contrary to the commonly held belief of a one-way conversation with architects. Those examples are the result of an absence of trust and competing singularities of view. At Brooks+ Scarpa our working method has always been highly intuitive and flexible - there are no rigid boundaries or pre-set formulas. Our interest is in producing meaningful work that is rooted in its context, both cultural and physical. We have developed a design process that focuses on the unique values of each client and the specific programmatic repo rements and aesthetic opportun ihes of each project. As designers and engineers, the Brooks+ Scarpa Team aspire to be the beat in our respective markets. Not 1n volume, but in the quality and importance of Me work. The best way to do this antl to create truly meaningful places is to be a trusted design partner to our clients and fellow creative teams, able to suspend judgment and preconceived notions, to challenge and debate solutions, with a willingness and openness to explore new ideas. and with an enthusiasm that is acutely aware and curious about the world and its possibilities. M1xei .111. � I,, a.arr I. a�u to. sl. l,ell Uitl ", 1,. Iork nw. yil I I" x. <:orwGviculpr rear 4vnaox./M: u� DocuSVn Enwbps 10 2e74F C"7C34D6E-ao56-5181R4R3oo6e - .., 111 11 111(1 F%o5Pn N%E GL MrsO.smu m.wmeNv�b'�V YwA+lra�.fre arw i eN nO. N ., o Ina, ~wre�aaa sara..,r In,Ma� HM, . wa d ewsl• r 1 I y L Creative Corridor Phasing Strategy The Creative Corridor (D"" LMle Rock, Ag This reclamation of a neglected historic Main Street ped. poses a lard -use mix drffeant from Main Streat's triedi bora) retail base. The plan Provides an affordable down town living option in Little Rock combining residential, office, and culture and tourism. The latter includes space for the symphony Initial. arts center. visual artists. theater. and pence, as wall as a culinary arts economy that trian- gulates restaurants, demonstration, she education. To ensure a coherent identity among different era. of devel- opment, design solutions rely on the urbanism of straet- scf, ea—mr decape inchnecturs. ecological engineering, public space configurations. and architectural frontage systems. %olectdesMnwas fundedoderen NEk' urTown2011- 2012grant. The USERAand the Arkansas Natural Resourc as Commission committed 51.2 million in capital funding to implement the plank demoutra[ion LID stmelsoapes. phase 1 was completed in 2015 at a cost of 54 million, Currently, historic structures in the Cmabw Corridor are i l ♦- either under contract or undergoing mom than $30 mil - hon in rehabgllation, due In large part m the streetscape enhancements. *Protect completed by the Arkansas Community Design Center under modneetionol lonneipal Jeffry Nutior. 44, AWve W.v(a vnn ul ins �nrerxc� Man, vrery cl Seeewal I SoLirth GenumMatta ..:� wool esuR au sae[r-sm xo.4oxi-wi:.No eannsl.u.a�., .- r Sai Cr 20112001Wlta 20118014 Misr ark Mayor Mark Smdob 301 }3014 iconelruaian) con it CltY of Little Racy cn. gav PROIERRDII 501 3711li4510 501 3714510 Leaf oesrgnv� VOWMEdrdpllRLLT St5tua0;uroan uezgnl 44, AWve W.v(a vnn ul ins �nrerxc� Man, vrery cl Seeewal I SoLirth GenumMatta ..:� wool esuR au sae[r-sm xo.4oxi-wi:.No eannsl.u.a�., .- r OomSpn Enwbpe10. 2874E "7C3-4ME-BO56.5l6l S4B]BLBO I—LA. RROIECI EXVEMENCE vyaum wu IW�I\EM �E.r ��eS6 rvMwEw� L t �yy L z_ . x I- -X, z TAB )II 51MIL/.R PROIEO EXPERIENCE 20 I ♦• l i� � �� �• a `��� i 4ini't 04 - off WltT-A U7IN� , H E 'ASPU A OF NORTH"': -- ? BEACH V I lR"Q K5 4SColPA DmAW ENL2bPo ID: 287IFBC"7C34D6E-8056-51SIB4B3ODBo ... I r 11118 i. �ala�z TAB ), I.1. SIMILAR PROJECT EXPERIENCE z „g� _ ^ WR.O.W. : N 1.MI Rt ACH a' 1. STRE F r. X. U N. IL. .1.411eRCAAS- SCAM. ARC.AICTS. INC. 26 Bota rhAli the Asphalt of North Beach Village pilots complete street principles in North Beach Village to rebalance space altoca0ons between pedestrians and BOtanliing the Asphalt motonets, but goes beyond complete streets to explore of North Beach Village the street as an Independent an form with reconciliation Fort Lauderdale, FL ecologies that an adapt to current and future climate — chis Age and sea level rise. Since the street right-of-way widths are fairly generous throughout the neighborhood, the project approach is directed toward inrervantiona within the street only. The goal of Botanizujl the Asphalt of North Beach Village Is to retrofit streets with ecologically -themed public art streetscapea with pacemaking and wayfinding elements for residents and tourists in the North Beach Village neighborhood while also embedd Ing resilient infrastructure that can adapt to future sea larval rise and .1,.te change. -Project completed under the direction of Principal Jeffrey Hube, PROJECT OAM pADIFCr CDRFAI Tap cey or Fort L auava..l. PROUEOT ROCS IAAL-@tartneue-r.x. T, 95w 9265016 VOLUMECIFCANTRACT �ala�z TAB ), I.1. SIMILAR PROJECT EXPERIENCE z „g� _ ^ WR.O.W. : N 1.MI Rt ACH a' 1. STRE F r. X. U N. IL. .1.411eRCAAS- SCAM. ARC.AICTS. INC. 26 oocusren Ervek, 10' 2 Connecting the Blocks Integrating ,. Gateways & Gardens SII AAAI �I IIJ�t y.Gtr Three conte.tuaby-responsive phases'. 1) Make Gateways and Intersection Gardens. P) Connect Me Blocks, and 3)Create a Network, function to anchor neighborhood identity and wayhrlding while addressing Immediate and future flooding concerns. Each phase sponsors unique configurations made from eett�tclsrantlandscapes. lighting, threat furniture. surface materials, and architectural structure. for paruculsr segmenta of the sheetacape master plan. These three phases can ba Implemented Incrementally, suctetalvely, or all at once depending upon avadeble resource. and stakeholder interest. In the third phase, an Interconnected network of redundant and distributed streetscepes focus on remaining streets. Breakers Avenue, seen above, becomes a ps ie t rian promenade similar to Lincoln Road on Miami Beach with epiphytic gardens and pubbc art. Antioch, Orton and Baychore employ saltwater bio -pumps ubla ng bimikale and rein garden technolagee. Th.ae retrofits provide enhances flood reii traffic calming and .,finding. MI...181A1IIe1nlT.FFI'. P rN. Irl, un ee 1111111 �. rPPe aP,.r�i ll, r. .. „ r .e�<�cae r: - css: iFneaooea ♦ Jr, - ' "^Y^' `” w 1 ✓ r w `' � .s.` • /ate . ^ FAYETTEVILLE, ARKANSAS 4 VVArL-.:X%,.KAPE- *.FROM SIDEI/VA+-KS TO ROOMS " A COMPLETE STREET OF SCHOOLAVFNUE r OA.S,n Envier, 10'.3a)aFSCAd]C3-4C6E-BDSL-51GlWWDDN1 ]... AN PROIECI Ex PERIENR -.7 2I� Hillside Art"pe Shared Street ArtscaV e +;g. School Avenue WaIkSCape R,'. Fayettedlle, All Walkscapes pilots Complete Streets principles to rebalance spec allocations between pedestrians and motorists, but goes beyond Complete Stmets to explore the sidewalk as an independent art - form. Since School Avenues right-of-way wraith Is modest, the project approach is directed Toward strategic interventions within sidewalks and theshared property borders Of select quasi -pubs, entities like WAC, FPL, and Hillcrest T era Senior Center. Four contextually-raaponabe pedestrian geographies, or Ishoscapas, furwDon lke'&ft{ To thicken the typ.cally underdeveloped apace of the Sidewalk. 'Project romptated by the Arkerisas Community Design Center under the direction Of PrmCipaWaffray Huber. PRWECr d1TF8 RIlAE4TCONEAR .,. M., N4F n}fry _. � C+.ryayattmNle PROEECT ROLE'4595 _- 59S 8yan�attn.wn.nn,: J} --8]03 VOLUME OF CONTRACT TAR 3. I I. SIMILAR PROJECT EXPERIENCE VIA..REACN RIir STREE Ieel."I 2�21 I+_r'r. eR.IriAa ANPA AR( lirTS i al DocuSgn Enwinpe �N Hard MrmhuCMY: oe erop urnon mans Q Soft ImInHOnrchNe: vlrm RrvemLnwn �mn I Y Ye ♦. TWW Urbanism: In" U"TpD,,WcWStRrWRI R Ga Inn, m j TAR l.1 I. SIMILAR PROJECT LXPFRILNCF DIM ° oE)l❑ Forthcoming Community Investments by Others Tbex.b4 ebPdLe rd rcMrx.unq.Ypv.p.m.cmanr l,an. aammmP:vW e.,d.A�nO rR.^IM9^: Is A Oecuagn Envelope ID. .s. a.inlap Pp0lECi 1.11RIE.. ins } i �. SIMILAR PROlfti OPFMEMQ Jp. t al: y se— Greena. IM emn aWr Area ni�xe. Pettaway Neighborhood Revitalization Little Rock AR Sneers create a,afer. more walkable if, geby �edaong, Bred vehicle travel lane, iilhthe installation of store valer treatment K I't IB a VanxI. •C xRo,L xR l an.. - ash -ally a complete The Pimawahbancey wbepoent urban little Rock's downtown neigh � Supportive Of se I eta ,hop, pedu ve f Mixed a l tuya boahpods roma natl supe r living a [a � y...,sced vntfi walking stance of thin play worship, and education g anviro uishn- stocked by resilient of eswcture eM histai< building ,._. oneamtner. BOMenngtM east Mde of Mein S[reat south stock that continually reveal new irnaetmen[. The goal of - -� of the downtown business dtsvlat. Pettaway once epom the revitalization plan is to remnshtua a compost, Pact- ® sored two thriving nmghbahootl-scald commercial corn- away neighborhood ,Out Onewhich reconmlesaccamme- �� w data within its 50 Plock radius. One is now a languishing dations for a new and Recent demographic with those of e p Main Street district and the other a remnant shopping Ne neighborhood§ core African-American population. node along 21 at Street, exclusively for the blackcommum- �:,' ty, Like the other four neighborhoods. Penaway was once I'Piolect completed by the Ahansas Community Design serviced by the city's evemarve and nationally regarded Center under the direction of Principal Jeffrey Huber. ."at.,ii tem. Streetcars Ys prompted the _ x neighborhoods of compact and self-sufficient mixed use na ghborrootls PROJECTONTE6 PR0.1[CffMNRCf with urban densities that enured. Ttat pednitran erne Zuti ,. J.SCott Orummsr moment. Succeeding this golden age of urbanism. super formerly with ally -s a neored urban renewal programs of the 19506 end PROJECT ROLE Downtown Little Rode SUs led to widespread decamping at the urban populationCamm unr,O-eLopw,1 in _ Corpaabon vo 1w, to euWrb6 and surrounding communities. Despite the VOLUME OF COMRACT jseB,CMummer�6lyOfocnwey. arg 501 4W 6110 a VanxI. •C xRo,L xR l an.. ill#c.cF� w a Docuslgn Envebpe OVERCOME A'BORDER VACUUM' BETWEEN THE RESIDENTIAL NEIGHBORHOOD AND THE MAIN STREET DISTRICT BY STRENGTHENING WEAK EAST -WEST CONNECTIONS WITHIN THE NEIGHBORHOOD'S CORE. THE QUALITIES THAT MAKE MAIN STREETS GREAT PLACES WITH STRONG VISUAL STRUCTURE AND VARIETY ARE MISSING FROM PETTAWAY'S LATERAL STREET, DOMINATED BY SERVICE. TRAFFIC MOVEMENT. PARKING AND UTILITY CONCERNS. THE KNOT COMPONENT RECONCILES UNMANAGED CONFLICTS THROUGH PATHWAY IMPROVEMENTS THAT ENHANCE STREET LEGIBILITY AND CREATE NEW TRAILS ALONG A DE FACTO STREAMCORRIDOR. THE KNOT CALMS EAST WEST NON NEIGHBORHOOD THROUGH TRAFFIC, IMPROVING PEDESTRIAN LEVELS OF SERVICE WITH NEW SIDEWALKS, LANDSCAPE AND SPECIAL STREET GEOMETRIES. MIAMI EACH SIO STREET. RIO Ne 1.11 1. N0 • < TAR ].I.I. SIMILAR PROJECT EXPERIENCE Pw Fabe lerlamed u MEAT Gbeel .nrol ciasvc naumg &cycle boulevartl ReepfK nblRectiplu n IntRIcroso A EC'eanmenl&A A screerlto porch s iSITad.d.for M1OOEe u Rrw, b a aAc scale tm R bN Instal aossvalk l Lou.S U$beth ' T W III Curb CUIb vith totI Conbde oI.. eh al nlersecbons. Intl assgn rgM-ol- Roort,nBWA, W YbhrycFsh.A dAtI euoa lne lucllR Oat d Is Mersecbon. TEI a low -Epee, street - of mn aS ITRit pacers AR,cn guts poP ty s ,PPOrl nee SATO, sifting f.4Ae¢, toryc Irst, As through Ilslfic exohtlry CO IVd pubec Ml wHlM rml toCtdevdicle CEI back. IrMc. Pw Fabe lerlamed u MEAT Gbeel .nrol ciasvc naumg raw ttryryeess of I^uPenm wttloor S.In Me rsm oa-lne-shop WlNlrlg tYPMo9Y Mal pen ltIOr"AIR.at A EC'eanmenl&A A screerlto porch s iSITad.d.for M1OOEe u Rrw, b a aAc scale tm R bN ale Scale of a IOl a Me entire bloc:. EPA. .1A stRH01g Eor IoRdbl occurs w s,e agent Ilnd reslwmnt. tllmb m in mdblpck. DacuSign Envebpe ID 28I6FBC4-87C34D6E-BD56-51616663DD60 Crlbnnm.m... .. PIPOn�nrm - '=ndnn�n !I!lMlprn®/b - ��' it T 1777" -r J- y .I_ T -TI [ME 1 1 1 u. I OocuSgn Envelope lo: 2874E C4 7C34ME-B056-5161B4B3-DM ... a,xn1P VPOlEC1 EAIERIENCF �YWw wiry r a•� a yy JIMMON Salty Urbanism Fort Lauderdale. FL In an nevitablefutrre is. level iseanl thwart. change, a crew framework for urban design and architecture that embeds ecosystem services and adjusts to increasingly salty landacapeswill emerge sites onlyviable adaptation solution In South Florida. The porous limestone substrate poses particular challenges unlike any other wastal loca- tion in the United States, where levees, wells, add pumps are not long-term solutions as water seeps up through Ne ground Due W South Flondes unique geomorphol- ogy. it floods four ways, three aro known: 1) storm surge, 2) ground water table fluctuation (wei a arsons), 3) extrema rainfall events, and a fourth is emerging, 4) area level rise. These dynamic and permanent flood states will radically atter the built erw ronment more than anything else oval this nart 100 yeas. Referred to as "the Venice of Amends, Fort laudeNale is unique in that it bo aster 33D miles of shoreline edge, a pop- ulationof over 110,000that swellsduring season, and in- dustnes and culture that are tied to the interface between water aha land. Where the two systems meat—the city and water—lies an incredible opportunity for creabva down opment reconciling the demands of each. Salty Urbanism protides or methodology aha approach for the emerging crisis of climate change related issues and takes its was from recondGaton ecology, a branch of ecology which studies and build. robust networks of b odlwntorty, known simply as green Infrastructure, within human dominated ecdayslams. These new ecologies provide critical ecosystem serves related W Laid management, food supply, tempsraturs regulation and ieochemical balance (pH regulation). Salty uncertain also infers that new development patterns ki chitecture and urban design) will emerge which adapt as welt as adjust to future sea level rise. These new adaptiva built add natural stud e o will force residents TO rethink and retool their relationship with water—one where de- signing for axcaedanw, or rather flooding, Is the norm and a new mantra for South Ronda thing will occur. *Project completed under the direction of Principal Jeffrey Hube, PROJECTOAT� EbBERACr "I Etta Eltlata Pa an Jte. City or Far[UYeerbale PRNEC1 ROLE ¢mparker®fortleudertlale.gov e54-818-31]9 VOLUMEOFCONTRACI ...ten, . 1..11. i I .-,... , 1ru....m.aii. ..a,,..na n - ndrc MIAMIBf A[Halm STREET: olene]Rolla[-np aROORS♦ Ideals,s "CTI. INC ... -, aAflvru&ous sous BTPOCNPE �m arorow oowoaa.n:wai N nuePam aWaa,nao w.+ w....gav 'Vlxulrvc HrooFlwe "w,e,J. aw:; .me.��..nwes inUC01Ma r3rtO w mea Ac. vd vpm umwa .. ramie ,,.,w ws�-,,. .nGn'. IreWimw.rawa axmm5. see—e s," IvaNwra .mv.o— werw.a,moa >.wraw..e J.Ja.ys ilr�,.TaJJmn m Myra W a�m+.yv ir_ Jo Tmmm wee ova ew MIAMIBf A[Halm STREET: olene]Rolla[-np aROORS♦ Ideals,s "CTI. INC ... -, aAflvru&ous sous BTPOCNPE �m arorow oowoaa.n:wai N nuePam aWaa,nao w.+ w....gav wJl waro~varo�w Jr as searee —"wous"a .me.��..nwes base) mwwn mea vpm I'1MnAli 5PX2RME ana—tow- Iq[,nxJvw Wvim�.wn+f urJ®. Stantec` �J DenuSgn Envelope 10:3574FBCLS7CNDSE-BD58-515184WDD90 .r ..•„n,ESP PgOIECT EXPERIENCE Fort Lauderdale Design and Construction Manual Fort Lauderdale, FL R9 The Fast Forward Design and Construction Manuel for a Sustainable and liBialientCo munity,andCohesivePuG- Bc RaRlm astalotishee a framework for implementation of Gest p ac[ ces provid ng a polo!, realm that incorporates reale t Sustainable and aesthetic components while maintaining a cohesive phye cal urban form. Three prma, ry areas structure the manual to storm s, teptiw, & took. Other sections will include a prelude introduction and conclusion with Implementation guldelirros and suggest- ed poli, 'Project computed under the direction of Primn,ladJeffreg Huber. PRO,IECTD4TE6 pXOJERCIXRaCf Or. Nen, Gassman cnr or eon Leuea.eala PRWECT RO LE ngamman@Eonkunemale gov 554 82B 5769 VOLUME OF CONTRRLT A 30 STREETLIGHTS al4BN AC.CIIST.W .l 11 ru — __ T r rnmR.. commercial street n�.el; BIKE STORAGE •sx�w s„:.xs:.A.:xR Ma p Y �R urse�awm[.n.� BROOKS . SC RRPB RRCMITECTf, INC. ia�kg (.t ;fillpap t !3!yy t Noe J ya kris%,sq ' gg oit9 abj 53 qt 3i( , k P°s� adi ii •rt 5t, lit lid' o k b 0. UM;.1i9 lit III 1T' )N� 5! 131iN:XY YatlYJS - �vOOtlB 4an.+..ai•Ta• X+w..B.N .IIII..B JBylq © O O .. ® 6 9RdpWu* ozvdau9do aJNu.aa+B uaro.a.rn.is �I'BYi OBOOC9rB4BlS'85099BOK�GBY�B-i1GBZ'01 Baq.+u3 ud4NBa0 GATEWAY SCULPTURE:... AT THE CITY.:' CENTER NouSgn EaveloMID 28741FSC487C3 CGEH0058-5161B4B31I r.-LExPEciENCE ins e. T I: uwlL. PRaIECI E.Kul.CE Gateway Sculpture at the Pembroke Pines City Center Pembroke Pines, k Public space should not be merely decoratian, it should enhance user experience. As pert of a new Civic Canter Complex that includes a performing an. hall and art gal- ter, abtery for the City of Pembroke Rnee, Brooks r Scarpa Ar- chitects designed new entry and shade campy sculptures with attending Landscape features. These sculptures and landscape elernents frame pedestrian gateways into a new public plate, providing wayfiru ing and anchoring a sense-af-iia wal. Designed as public art, the aluminum sculptures emerge as tree columns that lead up to an array of rings with perforated plates that spin In the continuous breeze of south Florida. The experience under the .cvtp- tures creates a dappled Light effect as you walk between bromeliad mounds—an experience like that of a tropical forest The sculptures provide shaded area for seating, as well as programmable up lighting that enhances user ex- perience. 'Project completed under the direction of Principal Jeffrey HI PRWI CATM PRQIECrCOftTACr 1aI31augMer llarmar cantor) city of Ponna.ke Rrve PROJECTROLE ja,rN.hg@gmxil.cam 310-409-9924 VOLUME OFCONTRAIT tr �spnr-�nsm.,a,i ice oocuslgn EovWpe 10'. 2e74faw-e7m4WE-BD5 5191B4B3DW -..i—,IL %OIECI E%VERIEMCE 59 TAB } 1.1'. SIMNAP PROJECT EXPERIENCE BPOGRS. If APPA AP1.111111, •.NC w DocuSgn Envebpe ID'. 2874PBC"7C8 ME-BDSe l61B4B3DD6g rams,, MaNA.EA ras 2.2. PROACT MAN"EA BROOKS+ SGARPA/PROJECT MANAGER EDUCATION Master of landscape Architecture. Flonda Intsmadoral Universi, Master a A,mrcecmre, Univ. of nonda eachebr fDesArchitecture. Univers ty or Floridaid1002 REWSTRATIONS Fl.rica Ar0h,tent AR%504[ Florida landsrape Arch. LA6667547 NCARB Certificate 71004 Lead' AccfeditM Professioml SELKT AWARDS 1018 AIA National Award for Reglm- al and Urban Design - seltyUrbanism,Fort lauderdale Jeffrey Huber FAIA, ASLA, LEED AP, NCARB Project Manager, Principal, Brooks + Scarpa Jeffrey Huberisa PrircipalatBrooks+ ScarpaArchitects.Heisa registeredarchitect and landscape architect in the State of Florida. With 20 years of professional experience. Huber is an award winning architect, landscape architect and urban designer that has designed and overseen construction of numerous public works projects, including over 15 straetscape plans. He has served as project manager forty rious municipal streetecape improvements, urban plazas, public an projects, municipal and private parks mcludog waterfront parks, ecological stormwater infrastructure, and building/structural projects. This experience includes design. technical, planning permitting. construction documents and construction administration services. Diems include municipalities, state and national agencies, and community redevelopment agencies. Hism icerience in deaign and construction services and years at acommunitydesign center have allowed him to deliver projects on schedule and within the stated project goals, satisfying client and stakeholder requirements. His diversity, of project experience situates him in a unique position for the 0 rat Street Corridor Reviaalization Project where public engagement, and the design of a signature streatscape will au rely be required. His work focuses on interdisciplinary public works projects thatcombine ecological, landscape, urban. and architectural design These projects haveadvancad resiliency and adaptation initiatives in agriculture[ urbanism, missing -middle housing transit -oriented development, watershed urbanism and low impact development. Huber is currently advancing adaptation design research to address the future chaltengesof sea -level rise and climate disruption in South Flondathrough a NOAH Florida Sea Grant. Huber -'s research and design work have garnered over 100 national design awards from Progressive kchltecture. AIA National Institute Honor Awards for Architecture and Regional and Urban Design, The American Society of Landscape Architects. American Architecture Awed% and the American Collegiate Schools of Architecture. In 2017 Huber received the national AIA Young Architects Award for his practice, teaching, research and service to the profession of architecture. Huber holds a Master of Architecture from the University of Florida and a Master of Landscape Architecture from Florida International University. 2018 MIA NanonalAward for Region- Previously to joining Brooks+Scarips. Jeff Huber was the Assistant Director at the at and Urban Design - Conway Waterslfed PWn,Cmway Arkansas Community Design Center, an internationally recognized urban design Arlunsas firmthat iscreated newmodelsend methods aturban design centered around place building After ten years of working on issues related to sprawl, blight, economics 2018MA Florida Honorpward and environmental degradation within AAamsseJeff decided to return to his native South Florida having been torn and raised in Miami. 2017 MA Naeonal Award for An hi- tmtum The Slx:1)[mbledveteram Huber will eerve as the team project manager and ensure that all project key HOusirg, Los Angeks personnel and City staff have a clear tine of communication throughout the project 2017 AIA Natiael young Anhlteats duration. Award 2017 AIA Florida Object Award MIAMI BEACe alrr SLPFrr: 6.11 `n 11;1-IJp.ryp iln@W"i Sw Lea a;w Adapouon wanyl.s la rorc umpaMe c baoa,ttaiY �aL Crnnw.cnmeomf aa'n�e q«v �c �M nor _ Mtm'I/awlutlalr _= Ix�ai>mee v -auavz MaNeMut PVF ptla Fnn luxsgn var,andmuw,id Mam1Hm �tlma, cnml+e, .,anaal A ( s ^ d 11 n xlion lf�P �+. P,NI( II 1 NyenevNle EOID:Lan91 Uasy rr. Gry W I1h BIM1 SLMAnYCMM Masrerven tlPOOMS � S(APnp pP; rIn IC's �N. DocuSUn EnveloW 10 2874FBC4-B7C34D6E-BDS6-5161B4B3DO60 v3 � �� STATE OF FLORIDA db`r r 0DEPARTMENTOF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES HUBER, JEFFREY ERWIN BROOKS+ SCARPA ARCHITECTS. INC. 2808 NE 10TH TERRACE WILTON MANORS FL 33334 C_. LICENSE NUMBER-. AR95504 = "PIRATION DATE: FEBRUARY 28, M23 AMrys vetlry Gcroses-h-at mNIonNLi<mseaom Do nos, Aker this Sowment in any form. El. %is is Your licenseit is unlawful forAmyol. esker TITAN Use rremee to uw mos Ecsumott MIAMI MAIN Alrr STREET: To N. 2021 IV6-ND TAB 2.1: PROJECT MANAGER 0P- ARM -C . o.. As - db r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT HEREIN HAS REGISTERED UNDER THE PROV151ONS OF CHAPTER 4B1. FLORIDA STATUTES HUBER, JEFFREY ERWIN 28M NE LOTH TERRACE WILTON MANORS FL 33334 DCENSENUMBEk LAp-7 EXPIRATION DATE: NOVEMBER 30, M21 NwMs vvi1Y kerses oN ine at MYFIwiNlictleeum O. O Du mt alter this Ean,mene in snyform. TKh is your lNeri It is unlrMul for yweanatlun tim liwnseero use IRA Muunent. ON arsa.'nrWIWO Ta ( TAB EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM CITYOF MIAMI BEACH and Stakeholder Groups A.wA BROOKS + SCARPA JWmHUbwFAansla tea« Lawrence Scarpa, FAIA, Project Architect Angela Brooks, FAIA, LEEDAP, Project Executive Michael Callahan, PLA, Project Landscape Archil[ Christine Sawyer, Senior Project Designer Daren Chen. AIA, Assistant Project Manager Andrew Hayes, AJA, Assistant Pmjmkchiwt Kun Li, Project Designer LONGITUDE SURVEYORS Eduardo M. Suarez, PSM, Chief Surveyor Daniel Ferrera, Senior SurveyTachnician Daniel Rodriguez, Senior Survey Technician CPMNA Angel Gunea, Senior Estimator Nan Rosado-Padilla. Estimator Pedro Pablo Rosa, PMP, ER, Project Coordinator Raul Velazquez, Estimator STANTEC Jeffrey Crews, PE, LEED AR Senior Civil Engineer Sean Compel, PE, ENV SP. Senior Civil Engineer Chris Benitez. PE, PTOE, RSP, Senior Traffic Engineer Edwin Mail nez. PE, M/E.P Engineer 'r Jr.. Plumbing Special)st ;-ncr SVuctural Engineer TSF GEO Raj Wisnnasamy, PE, Principal Engineer Dowalyh Emrebpe ID: 2874nl "7C34ME-BDW-SIBIUB30MO BROOKS +SCARRA/KEY PERSONNEL R EDUCATION Mask, of landscape Architecture, Randa Inkrnadoml University Master of Architecture, UN, of Honda Bachelor of Design In Architecture, University of Floricla 2002 REGISTRATIONS Florida Anthill AR95501 Florida landscape Arch LAeaA2542 NCARB Certificate 210041 Leede Accredited PrdesMorsel SELECT AWARDS 2018 AIA National Award for Region al and Urban Design - SallyUrbwdsm Fort Laude,dzls 2018 AIA National Award for Region al and Urban Design Conway Watershed Plan Conway Arkansas 2018 AREA Florida Horror Award 2012 MIA National Award for Archi tecture The Sl% Disabled Veterans Housing, Los Angeles 2012 AIA National young Architects Award 2012 AIA Flarba Oben Award Jeffrey Huber FAIR, ASLA, LEEDAP, NCARB Project Manager, Lead Designer, Principal, Brooks + Scarpa Jeffrey Huberisa Pdncipalat Staoka+ScarpaArchitetts. He isaregisteredarchitact and landscape architect in the State of Florida. With 20 years of professional experience, Huber is an award winning architect, landscape architect and urban designer that has designed and overseen construction of numerous public works projects. including over 15 streetscape plans. He has served as project manager for various municipal streetscape improvements. urban plazas, public an projects, municipal and private parks including waterfront parks, ecological stormwater Infrastructure, and building/structural projects. This exparience includes design, technical, planning, permitting, construction documents and construction administration services. Clients include municipalities, state and national agencies, and community redevelopment agencies. His experience in design and construction servicesand years ata communirydesign center haveallowed him to deliver projects on schedule and within the stated project goals, satisfying client and stakeholder requirements. His diversity of project experience situates him in a unique position for the 61st Street Corridor Revitalization project where public engagement, and the design of a signature streetscape will surely be required. Huber will serve as the team project manager and ensure that all project key personnel and county staff have a clear line of communication throughout the project duration. EDUCATION Master of AlfhIREOule, University Florida we 1i QUALIFICATIONS OF Movosre TEAM Lawrence Scarpa FAIA Project Architect, Co -Lead Designer, Principal. Brooks +Scarpa Founder and Principal at Brooks+ Scarpa, Lawrence Scarpa, FAIA is an award winning architectandurbandesigneeRKogn¢ed inWrnatlonallyforhlsinnovatiw uwotmatebal and environmentally sensitive designs, he oversees all design work at Brooks +Scarpa. NOW with his work at Brooks + Scarpa, he is a co-founder of The Affordable Housing Design Leadership Institute (AHDLB and Livable Races, Inc. a nonprofit policy and developmentcompanydediwte to Wmidinglivable,susUinade,andaffoMademixed use housing in the urban environment. A large part of the firms success can be traced to Scarpa's design philosophy, which emphasizes client requirements and user experience above the imposition of any particulardesgn.Workingcarefullyto understand thefunctional and behavioral pattens Intrinsic to each new project and site, Rapes goal rs to produce a park that Waves a lasting impression on users and visitors, heightening their sense of awareness and engagement with the waterfront environment. Having designed numerous parks that Included substantial pubkcengagementand stakeholder involvement,aswell as involved theactivationof passiveparks,Scarpa will work closely with Huber in managementof the Camelvatedront Park project Scarpa will serve asthe lead designeror theredevelopment and activation of Currie Park. Bachanor of Desgn, Univil of Select Project Experience Florida Select Project Experience �a lT -i• '"'�' "' REGISTRATIONS g; California, C21812 f" 1 Florida,AR00132227 Narth Carol., 8531 yw� r Missouri A-200801 1825 _.f• / '� I• l �\\ Amonal 50353 ../ Montana AM R SYry 11Mrk5m: saa 1. Faymawilli Mia MxNtM,r Park Chh"I Fort Laudonale Dion, Fv"ark eriva., v,kin%mbUnlwriry Floor Far LaWerdale Des, REEert" Won SM1Megln iranHrCM Ymarlo Master%an ala Consvuctbn IFMlcivic Pan d3oadern Callik— MadaNe NauLrg aMConsh-h— Fo-NrtlnNk Manual FELLOW Manual Amedan Initi[uk M MCMtecp SELECT AWARDS n II^ \ I rRegional SaltyUrtaa mFoniauderdak V _ _ 2010AIAWOanal Collaboatiw U V - ` F,alece Award Thaunal eembmke Rnn Pavlllm Plat—ayti"hkwh¢d FwrHauurlg Nanatir— Chita- Lw AArwples Ro—r—I TMNx AMoH%q, Urtwn Mned-use CreYhe Calla Lalwaysru1'. Mahrw ManroM[ho-an AnFgiM1ict Mit AM Netbnal Awad Tor Anhi- shaky MW Use�veb%renr !bush, neMopnmt knurethegDlsadetl ran Vetes - Housing.. An Los Angeles 2012AIAFlorida Elanor Award M I I AIA Borba Objecl Award a M 20t2 AW Fon Lauderdale Honor M Al.. NO fiva.MCCACon— "MUlMnnsltavron TCUDnebpmm Award Argktake SanumovaPlate CAFFIA hr WATT MIaAUseCreahve OlM1re FatlaWeNale Rai- tbn CaMp Mastn Pan ..N.. Maslx Pan r nmmPMM Mall aVxedlhe Pakl,g BUlgly Shunwe DocuSgn Enwblae ID: 3674FBCa-B7C0JD6E-BDNE 5161B4BtDD60 c uv ,n,CarloNS nF eF.F.ste lr4. F, + Angela Brooks FAIR, LEED AP Project Executive, Principal, Brooks + Scarpa AS Me Managing Principal at Brooks+Scarpa, Angela Brooks, FAIA supervises all tithe office operations She acts as the offices central hub directing project flow and tempo. As Project Executive, Angela Brooks will lead sustainability efforts and oversee Me techni- cal production staff. She has managed several of the firm's largest civic projeds working directly with city of nils and coordinating consultants to ensure that the goals of the project are met. The work of Angela Brooks her at the confluence of beauty and better societies. She is a powerful advocate for the rich, multifaceted impact ofgood design. With each project, sheenvisions opportunities to change what is possible forthe individual, the community, the planet. Her successful execution of these ideas, that often require new construction methods has placed her at the forefront of the implementation ofenvironment technd- ogies in building and made her a recognized leader in the field of sustainable design. Having numerous parkared public engagement experience, Brooks will serve as the team EDUCATION project executive and ensure that all project key personnel have aclear line ofcommuni- cation throughout the project duration. SO -Arc Bachelor Of Design, University Of Fonda REGISf ATION Architect #022554, State ofCalifornh Leeds Accredited professional FELLOW Amencan Immune dArchitects SELECT AWARDS 2015 AIA Nadonal Award for Pegional and Urban Design Salty UrbaniMn Fort Lauderdale 2018 AIA Natonal fWbborabl Practice Awad 2011 AIA National Awad far Anna lecture The Six: DUN_ vemnns Housing, Los Angeles 2012 NA Honda Honor Award NI17NA Flonda Object Awad 2017 NA Fort Lalderda le Honor Awad IDV AU, Fort Lauderdale Honor Select Project Experience 9 �l Fv"tooli wdxay v%knFlamorunlve'Yry IFAu Chic Park a5oud, CalHanla Pico Farl Lauderdale 4ti9n Atladade Houllry aM Contu[tlm Manual BEAMA EDUCATION Masterof Architecture, .ARC, 2005 Bachelor of Design In ArchRMUre University of Flonda.20o1 REGISTRATION Architem State of Florida NCARS CERTIFICATE #91923 SELECTAWARDS 2018 AIA National Awad for Regional and Urban Design - Salty Urbanism, Fort Lauderd ile Tse i : Wu 111ICanrwl of eAWOsm UAM Daren Chen AIA Senior Architectand Project Manager, Brooks + Scarpa Daren Chen Is a Senior Project Manager at the South Florida office. His attention to de- tail and innovative problem -solving skills aligns well with Me discourse and sensibilities of Brooks +Scarpa's methodologies. He is a progressive and multi -faceted designer, with 14+ years of experience in archi- tecture, interior architecture projects and construction of various scales and programs. Ranging from smaller scale residential and commercial buildings to larger mixed-use/ mufti -family projects in Florida, Los Angeles a nd Jamaica. He has experience in planning and code compliance M managing production teams in executing Me design and doc- umentation of various projects from early conception to construction administration and final occupancy. He has also previousty, worked for Zyscovich Architects, Inc. and Stantec in Miami as a project architect/marlager on several high-profile projects. Select Project Experience dEI�,sIYY� I >m®laTmop edanlarg nxArpM1aud OC alpr+Mer Park 5M1U1WnluFr; ivla' Fon taWeNNe ce:lgn NorMBeaMMIMge Fortlwdndaleeeazh dm Suan,sw For Fon and construction Lauderdale Nunual � � • � 2018 NA Florida Honor Award !r- - •t t at • yaIFYaJIMI^". i T c u : �• 2017 MA Flonda Honor Awad yy ` ry NIA Fatlauderdale Honor t Chwkee _o1Anal�ormFlnwt The Lxaaordade urban Mow]Lse 201)AIAFortlauderdale Honor Hollyeaadeearh Cit,.Square MamllWrid<eruw Youth 5WnsConci- surd., Moot] peebprcnt Hausing Deeo,pv,ot Awad strep fM Piniaa YAx4br(eNWyrg RVnY&azh CRP ogle Lake—I.Mco—Pltte CAMM.1—f4rt M'Ix,dLUCreatlwgK¢ UmmuryorFbrdaL■� u..; #:peon MIxMLULeati eOlfice Trmtfl. 1&41101x llsePMrq aural, hmlcf Mhdot., WIry Structure MIAMraFACNai rt5T.EFi:x. . DocuSgn Envebce to 2874FBCI47C3JD6E-BD56-5161BA83DM v_*.urixllOXs or ....0", IEAM EDUCATION Master ofLandscape Archrochre. Iowa State University College of Design Bachelor of Lerosmpe Architecture The University of Georgia Shod of Environmental Devgn REGISTRATION State of Fonda Licensed Landscape Ardnecta68T206 Michael Callahan ASLA, PLA Senior LandscapeArchitect, Brooks + Scarpa PLANT Studio Michael is the founder and creative director of 9+SPLANt Growing up along the Flonda Cowl, Michael developed an appreciation of his surrounding environment while exploring beaches, tidal lagoons, and freshwater marshes near his home. These experiences combined with his early interest in an and architecture led him to study Mindscape architectu2. Over time he has developed a passionate interest in how native plant communities, sustainable management practices and regional building materials work to create compelling landscape experiences. Michael has worketl closely with renowned landscape architect Raymond Jungles on the design 0f Grove at Grand Bay, Leon Levy Preserve and the 200m renovation of Bal Harbour Shops. He has also apprenticed for Stephen Stimson Associates in Boston and began his career with the national multidisciplinary fine Kirnley-Horn and Associates. He has also served as a visiting lecturer and critic at Clemson. Penn Stale, and Iowa State Universibes. PROFESSIONAL AFFILIATION American society of Landscape cnno I-Wr acro Reaal ite Archcts Wamaeda. FL SELECTAWARDS 2015 Whuhan Chicle Garden Expo Inaarmalhonal CompellMon Wenner 2017 Florida ASLAAward of Excellence Lean Levy Preserve Elimmus Bahamas, Protect Designer with Raymond Jungles Inc 2015 Boston Soc aty of Landscape Architects Merit Award Clyde Streat Residence Brooklme. MA, Protect Designer with Stephen Samson Asscoatee 2015 Amttiran Society of Landscape Architects Honor Award Hardberger Park San Antonio. TX Protea Designer with Stephen SMmson Asscaates FM Christine Sawyer Landscape Designer, Brooks + Scarpa PLANt Studio Christine is Me managing pander involved in all aspects of B+S PLANt project management from schematic design through implementation. She has apprenitced for landscape architect Stephen SGmsOn in the design of University of Connecticut, Northeastern University, and large scale residential estate projects throughout the northeast and Canada. Christine has instructed design courses at Iowa State University while participating in the Iowa Department of Transportation Living Roadway Program. During which, she collaborated with many governmental agencies, business owners and local communities in facilitating design chanettes for implementing landscape interventions and acquiring funding for local projects. Baclem of Fire Arts, University of p owe School of Art and Art History PROFESSIONAL AFFILIATION r ArchitectsAmericanSourry of Landscape TEACHING _ Lecturer, love Stat. University, a� v TUWN Max. Center R. Carron S. Beare college M Dasgo Amex. low. Las Ores SWarC ,.nnirz l5lann Maater Plan Amdm Cdy Raso, N.IYMale Beetli. FL Momi Beach. FL FM Laudemaie fl Alam F, isamorade rt. SELECTAWARps -ayc 2013 Salon society of LandscapeAAW -� Arhiteds Ment Award -University of Connecticut New Social k ,� ♦^ia Sciences BruMings-LEED ShNer y 'r. - ✓ Cemated, Stons, Connxticur F M10 Boxion Soofely of - Lantlscape Arecis Ment _ Award Northeastern University Leon Levy weverre Cath Behia Amara C, Recon - LEED Gred Conned. aostM. Rite carbon Meadow A—s Eleuthera. Bahamas eacmutGmve FL Isiamorada. FL Massachusetts' Mimi Beach FL W.a.n CT Watertom Master Ran Les Glen, swore Dae, China Fair LwdsNaY, FL MIAMI aFACX Fin Si.EEr' 9�ri No lUti.lup MI. Grove et Greco Bay CoconN Grove FL 2019 American SC.ety of Landscape Architects Award of Design Excelkahoe - Flume Fountain at Heritage Museum and Gardens. Sandwich, Massachusetts' 'Project Designer with Stephen Samson Associates CheeCa LoOpe Resort Islamorads, FL h t HBnol or i - GnN auY or conneclicUl Pf6rrmm l Sane. ... .— .mrs C ISlamorada, FL From the vastness of the Iowa agrarian landscape of her youth to pbes lived EDUCATION in and traveled, Christine learned to appreciate how inherent qualities inform Master and Bachelor of a play and how thoughtful design can shape Me landscape to reflect and Landscape Architecture, low. enhance these qualities. Christine's background also includes experience in State University College of Design hospitality design and management in South Florida. Baclem of Fire Arts, University of p owe School of Art and Art History PROFESSIONAL AFFILIATION r ArchitectsAmericanSourry of Landscape TEACHING _ Lecturer, love Stat. University, a� v TUWN Max. Center R. Carron S. Beare college M Dasgo Amex. low. Las Ores SWarC ,.nnirz l5lann Maater Plan Amdm Cdy Raso, N.IYMale Beetli. FL Momi Beach. FL FM Laudemaie fl Alam F, isamorade rt. SELECTAWARps -ayc 2013 Salon society of LandscapeAAW -� Arhiteds Ment Award -University of Connecticut New Social k ,� ♦^ia Sciences BruMings-LEED ShNer y 'r. - ✓ Cemated, Stons, Connxticur F M10 Boxion Soofely of - Lantlscape Arecis Ment _ Award Northeastern University Leon Levy weverre Cath Behia Amara C, Recon - LEED Gred Conned. aostM. Rite carbon Meadow A—s Eleuthera. Bahamas eacmutGmve FL Isiamorada. FL Massachusetts' Mimi Beach FL W.a.n CT Watertom Master Ran Les Glen, swore Dae, China Fair LwdsNaY, FL MIAMI aFACX Fin Si.EEr' 9�ri No lUti.lup MI. Grove et Greco Bay CoconN Grove FL 2019 American SC.ety of Landscape Architects Award of Design Excelkahoe - Flume Fountain at Heritage Museum and Gardens. Sandwich, Massachusetts' 'Project Designer with Stephen Samson Associates CheeCa LoOpe Resort Islamorads, FL h t HBnol or i - GnN auY or conneclicUl Pf6rrmm l Sane. ... .— .mrs C ISlamorada, FL DocuSpn Envelope ID: 2874FBC"7C34D6E-BD56-5161B4B3DD80 ..,,, -tIA11O145 o1 FPOVo5eA 1'AM R EDUCATION Master, Archnecture B Urban Design, Virginia Tech University Bachelor of Aachileclure UnwerMty of Hawaii REGI5TRAMN Architect "Ittead In Florida AFFILIADONS AIA NCANB Southern Building Cad, Congress Andrew Hayes AIA, N;ARB Senior Architect and Urban Designer, Brooks + Scarpa Andy has extensive experience with visioning, feasibility, programming and design of neighborhood scale projects in a coastal environment For over two decades, his career focus has been providing comprehensive design solutions that work in harmony with the environment solve user needs, enhance economic value, and exceed client expec- tations. Viewing professional practice as a life long continuum of learning, making, and teach- ing, Mr. Hayes has taught urban design studio and professional prat at several major universities, including sharing the Markborough Endowed Chair at Me Unlver- sity of South Florida 2010.2016. His current research focus is on sustainable neighbor- hood -scale communities and the performatwity of public space our the temporal lenses of social capital and historical precedent. In 2015 Andrew served as president of AIA Florida, the fifth largest AIA component in the United States, and In 2016 was the inaugural Facilitator of the Strategic Council, the st ategic think tank of AIA Florida, -setting an agenda focused upon community resit ience, public heath, and economic opportunity. His projects have won multiple awards and been featured in various pnnt and digital publications. Select Project Experience HetaMBro Tway VluonV rNruresr N10 Fort Laoawdtle 0ealgn (FAB) OW eaM1 halSwMan CalllomW ABaGde6busNq arincroslncna, Manual R EDUCATION Master of Urban Deal, University of MMmi, 2019 Bachelor of Architectural En9lnear. IN, Tianjin Chem UMsenity 2015 TAI I t OuALOICAT)i or MOVOSLR 16AM Kun Li Urban Designer, Brooks + Scarpa PLANt Studio Kun U is a Project Designer at Brooks r Scarpa in the South Florida office. In both post- graduate practice and throughout his education, Kun has been involved in research and built projects at numerous scales that integrate sustainable practices and fonvit thinking resilient design. He has led projects through lesign and pMnning to construction documents. Kun was a co-author of the recently published design standa rds for historic preservation in Me City of Miami Beach, Buoyant City. Kun is currently working on the DC Alexander Park Improvements with the Fort Lauderdale CFA, Salty Urbanism, and several other landscape and urban design projects at Brooks t Scarpa Kuki technical knowledge combined with his research in technology provides an advanced yet practical perspective In responsive architecture and urban design for the built environment Select Project Experience BWnilinq 611e Ay��II Xaleaarder Park Sally Urbarkrie Marta- Fort Laudardal¢Deugn of NOM eexbVi loge foil LIWordaleeeacb uon Struga Fc, Fort aMConorwilon Lau ale Manual Rainforcell Concrete as steel Institute Iry 11 • • ���iiiiarea�y' National Guard Assecladon P Be F a � �Y16 • j • A. Y 77 Pe a n Cherokee Lol NgkaFbwerrvl iMg%AIFONatle UrWn MiaedUw Sold. MvN.IIU DeMoprenl HouW9 Owdo, ent M.nEMPia ar Wgklo —Hook ArglelYe $alU Mml[a Plxe CAFAMuu Ar~ bare Uae CreanveOMe Teter flap MaN MIWUU PaNq Bow" kluktl BFAMaMr I,.Wr eft na Lei I ve nu uauCxy. r,aaea en. Ertl, r n Docuaian Enw ,M Ib2874FBC447C34 W E-BD56-516184B3DMO STANTECjKEY F'LKSUNNLL RESUMES Jeff Crews PE_ 1£Fn 41 ® Stantec Senior Civil Engineer Jeff, with 33 years Of experience. has been Design Engineer and Project Manager on various projects in one fled of structural and cavil engineering. Jeffs civil experience has included the preparation of utility relocation plans, drainage analysis, development of traffic control, and stonnwater pollution prevention plans. Jeff also has extensive design, construction inspection, and administration experience in all types of building structures. EDUCATION Bacnelor of Science in Civil Engineering, Cum Laude, University of Miami, Miami, Florida, 1986 REGISTRATIONS Professional Engineer 646575, State of Florida LEED Accredited Professional, U S. Green Building Council PROJECT EXPERIENCE Design Criteria for Sunset Island 3 and Sunset Island 4, Miami Beach, Florida Role Design Corona Professional; Cbent Cry of Miami Beach; Reference' Mina Samadi, PE. Senior Capital Project Coordinator; (305) 6737071; mmasama dlomiamibeachff gw Descriptio¢ Responsible for preparation of design -build criteria packages including design development plans. This project was a full recemtiuction project of Sunset Island 3 and 4. The islands are an exclusive and historic high-ond residential neighborhood in Biscoi Bay. The scope of work includes dminage, roadway, water, landscaping, lighting, and undergrourdmg of utilities (FPL. ATT and Comcast) Project also includes cost eshrnating. Maintenance of traffic, scheduling, storm water pollution prevention, permimng, and construction management Design Cmede for Palm Island and Hibiscus Island, Mimi Beach, Florida Role Design Cori Professional. Client: City of Miami Beach: Reference. David Martinez, PE Capital Improvements Director; (305) 673-7071, dawdmamnez@mramiheachn gov Description Design Colson Professional and Project Manager for the preparation of design -build criteria Packages including design development plans. This project was a full reconstruction Project of Palm Island. and Hibiscus Island. The organics are an exclusive and historic high end residential neighborhood in Biscayne Bay. The scope of work includes drainage. roadway, water, landscaping. lighting, and undergrouniing of utilities (FPL, ATT and Comrasq. Project also includes cost estimating, maintenance of tramc, scheduling, storm water pollution prevention, permhdmg. and construction management. The scope of work included Me development of a mastm prototype Design Cmeroa Package with a new approach to the design build delivery system. McFarland Neighborhood Sidewalk Feasibility Study, Miami, Florida Role Project Manager; Client City of Miami; Reference Descnpten: Project scope of services for McFarland Included evaluation of the feasibility and impacts of installing sidewalks in the McFarland neighborhood. This sora Is bounded by US1 to the north, LeJeune Road to the west, Lincoln Drove and Brooker Street to the east add Grand Avenue and Grant Drive to Me South. Sidewalks ware recommended for one side of the smeat of both. depending on available right of way and encroachments. The area north of Grand Avenue is part of an historic district and required approval from me Historic Preservation Board. Flamkgo West Perk, Cooper City, Florida Project Manager and Lead Civil Engineer for the Master Planning and Development of a regional soccer park in western Smovam County The project Includes 4 annual turf soccer fields with supporting parking and concession restroom building. The park also includes a passive park with picnic facilities and trails around a lake and mitigated wetland. The land was provided by a private developer under a deoelopment order and services were provided for oversite of the preliminary site preparations. Other services Include master planning. full project development and construction oversight FIU MuR4Purpose, Fields, Miami -Dade County, Florida Project Manager providing consulting semces for the multi-purpose practice fields on the Modesto Maidnque Campus of FILL The complex includes one artificial Nd Held and one prescription turf tied. The complex will be the primary practice facility for the Division I football team. The University will use me complex for intramural competitions when not in use by the football team. The project Includes a 3,500 SF restroom and storage building to complement the usage of the geld elements. The fields am also ht for night usage with LED sports lighting that function with approximately half of the energy usage of traditional sports lighting Royal Caribbean Production Studio North Miami, Florica Project Manager and Lead Civil Engineer responsible for me devezopment of this public -private -partnership between Florida International Unwersily and Royal Caribbean Cruise Lines. The project, constructed on the FIU Biscayne Campus, included a 130,000 sf stul building for the development and rehearsal of !'rill pe/,4nC4nON3 or PP0o'DSER Tuo. Jeff Crews PE. E AP senior OW Engineer shipboard entertainment The project included the extensive reloci lion of existing utilities Including water mains, Irrigation mains, force mains and a 36' drainage trunk line. Due to thick layers of unsuitable sols. the project included geo4abrc reinforced pavements and other special construction considerations Rivert end Park, Palm Beach County Parks and Recreational Department Project Manager for the improvements to Riverberd Park. Including revising the main entrance, creating restroom and administration buildings, updating the ublities, reconfiguring the existing parking lot, and adding a new parking lot. The main covered entrance is located In between the office and restroom buildings, Witching the visitors from the elements. Born buildings feature a standing seam roof that hes born of the structures together, taking influence by the prototypes found In other parks. There are two offices and one executive office. storage space, a unisex restroom, open work area. and break room spaces. The design of the building highlights the natural beauty of me park, and creates a comfortable environment for all employeesal windows on the office building have sun louvers above mem to help allow passive cooling through solar shading throughout the day and year. Waterway Park, Jupiter, Florida, Palm Beach County Parks and Recreational Department Principal for development of new boat ramp facility. Duties induced site plan development, design, permitting and construction administration for this, 30 - acre natural park along Indiantown Road and the ICWW Permitiing issues included development of a gopher drtdrse reserve, mangrove and seagrass mitigation compliance wits county manatee protection program, stormovater runoff and an FDOT permit for the entrance off of Indiantown Road. The project included 4 boat ramps, concrete Rooting cock finger piers and staging docks. concrete seawall protectioneducation kiosks, picnic pavilionsrestroom facilities, parking for 50 boat balers and on-sne roadway are parking systems. FIU Student Academic Support Ceram, Miarm, Florida Project Manager and Lead Civil Engineer. The Student Academic Support Center ISASC) is the newest addition to me Modesto Madique Campus of FIU. The 70,000SF SASC is the new face of FIU greeting newcomers to the campus with a new auddonum and welcome center. The building also houses classroomsstudy spaces and as well as (be University Financial Office. Stantec performed complete Civil Engineering services on Nis protect including substantial rtodificalions to existing uWrties in loos congested part of campus. The services also included substantial modmcations to the campus parking areas and internal bus routing Pompano Beach Drainage Basin 41 mid F2, Pompme Beach. Flords - Project Manager for this project which involved design services for me neighborhood drainage Improvements on the southeast section of the City. The area is a low-lying residential neighborhood In the coastal region resulting In nigh ground wither table. The project included the development of signiBcsm amounts of French drain along with minor utility modifications and an asphalt werlay- Services also include penniaing and continued through procurement and construction. Turnpike Crossings, Lauderhill, Florida Project Engineer for bur horizontal directorial drillings (HDD) beneath the Florida Turnpike. HDPE (nigh donsory Polyethylene) was used for a casing pipe and tamer pipe for both water mains and force mains. These large dlameter pipe Innes are extremely important to the City of Lauderhill Florida Turnpike Enterprise was rebuilding the Turnpike and the City s old transmission maim needed to be abandoned and replaced. The firm decided to design new force mains and water mains under me Turnpike with the New HDPE pipe installed via HDD (horizontal directional drill). Work was done using FDOT approved memom and materials. Basin W Sermovater Pump Station, Lauderhill, Florida Senior Civil Engineer for a 3 -pump stormwater pump station project. Project required two 40.000 gpm line shad axial flaw pumps with 145 hp natural gas caterpillar ergines. A third pump is provided for back-ups. Pumps operate in an amomabc mode and start when storm Stage levels rise. The facility Includes a reinforced masonry structure that houses the engines, controls generator and communications equipment Basin 'Er Slo movaler Pune Station, Laderhip, Florida Senior Civil Engineer for the design and specfications of a 2 -pump stormwater pump station which required a 44.000 gpm line shaft axial4low pump with a 145 hp natural gas caterpillar engine. Second pump is used as backup. Stallun operates under an automatic footle. A reinforced masonry structure houses the engines. controls, generator. RTU. etc. Dowaen Envelope ID: 2ai1RfU-0]CS10RE-BD565fa1FNBlDDea - ��rurii/TIOxSor PPOPOSERrEAM Sean CompeIPP.esvp.tao,w ®Stantec Ser110r CIA E11QI. Sean has 19 years of experience in me planning, design, permitting and construction of civil engineering and site development projects. He has served as project Construction administrator and project engineer for various roadway, drainage. water, sewer, underground electrical, and industrial projects. Clients include municipalities, state agencies, educational facilities, and pmvale businesses. His experience in construction services has allowed him to effectively deliver projects sacsfying all owner requirements. Responsibilities during construction include permiffirlg, review of scheduling, and overall cost analysis. EDUCATION Bachelor of Science in Civil Engineering, University of Miami, Miami, Florida. 2002 REGISTRATIONS Professional Engineer #86818, State of Florida Envision Sustainability Professional (ENV SP) LEED Accredited Professional, U.S. Green Building Council PROJECT EXPERIENCE Old Cutler Road Improvements (SW 97m Avenue to SW 67th Avenue), Cutler Bay. Fkeida RoleProject Manager and Corisunelion Admimslralev Client Town of Cutler Say; Reference. Affredo Quintero. Director of Public Works: (305) 230.4262; aquinmmQatalemay-n gov Description: This award-winning project greatly enhanced Old Cuter Road between SW 97th Avenue and SW 87th Avenue, This Joint Partkapenvon Agreement (JPA) with Miami -Dade County successfully accomplished several project goals Including pedesman safety, traffic calming, Improved traffic flow and beautification. Project elements included two traffic circles. pavement relwnstrumion. curb and gutter, new, sidewalks, a shared use path, medians, continuous drainage system, medians, signal¢atlon upgrades. crosswalks, landscaping, Imgatlon, lighting, and several site amenities. Amennies included new bus shelters speafically r esgned for a unique Town feel, site furniture, creation of a park area with rare nabve plant spaces provided by Fairchild Tropical Gardens. state histone designation maxi and an electronic message board. The project received Me -P(oject of me Year, Category I' award from the Cuban-Amencan Association of Civil Engineers Caribbean Boulevard Roadway Improvements, Cutler Bay, Florida RoleProject Manager and Constructron Administrator; Client Town of Cutler Bay. Reference: A fre k, Oulntero. Director W Public Works: (305) 234-4262: aquintero@cufsrbsi IMv Description: Project Manager and Construction Administrator for this sward -winning project mat greatly enhanced Caribbean Boulevard from Coral Sea Road to SW 87th Avenue. This Joint Participation Agreement between Miami -Dace County and the Town of Cutlar Bay successfully accomplished several important goals Including pedestrian safety, traffic calming, improved traffic flow and overall beautification. TNs critical segment imDlved full roadway reconstruction Improvements including pavement reconstruction. at curb and gutter, new sidewalks, two new tramc angles. Continuous drainage system, new medians, an entrance sign, custom bus shelters, burs bays, street furniture, landscaping, and decorative roadway lighting. This portion of Caribbean Boulevard is primarily residential and Is considered a collector roadway Sunset Islands 3 and 4, Miami Bench, Florida Client: City of Miami Beach, Reference: Mine Sarni PE Senior Capita/ Project Coordinator: (305) 673-7071, minasemadiEamiamibeach8. gov Description: Construction Administrator for this design/build prOject which involved complete Infrastructure reconstruction With primary goals induc ng beautification and combatting the effects of sea level rise. Scope of work includes watennain and water service replacement rehabilitation of the existing gravely sanitary sewer line and manholes, complete stormwater Infrastructure improvements, roadway reconstruction including rasing roads In some areas and harmonization to properties. concrete work including valley gutters and driveways, me urdergrounding of overhead utbrues for Florida Power & Light iFPL). AT&T. and Atlantic Broadband and landscaping. The stormwater systems include a primary and secondary gravity Collection system and two pump stations. one for each Island mat discharge into Biscayne Bay. Environmenlal Controls during construction and all maintenance of traffic had to Us Carefully monitored at all times. Close coordination With City staff and homeowners is most Important to Art impact to residents is minimized. Palm and Hibiscus Islands Neighborhood Inprovamenls, Mu l Beach, Florida Role' Construction Admmistrator, Client City of Miami Beach: Reference. David Martinez, PE Capital Improvements Director (305) 673-7071, de vidmarroez@miamlbeach6 gov Description This desgrvbuild project involves complete Infrastructure reconstruction with primary goals Including beautification and Combating the effects of sea level rise. Scope of work includes watermain and water service replacement, rehabilitation of the existing gravity 'AP It QUALIFICATIONS 01 PROPOSER TEAM Sean Compe1PEeivsP.1£Ep AP Senior Cyll Engineer sanitary sewer line and manholes, complete stormweler infrastructure Improvements, roadway reconstruction including raising roads where possible and harmonization to properties, concrete work including Sidewalks, the undergrours ing of overhead utifibes for FPL. AT&T, and Atlantic Broadband. and landscaping. The stormwater systems induce a primary and secondary gravity collection system and large pump stations to discharge into Biscayne Bay. Environmental controls during construction and all maintenance of traffic had to ce carefully monaoree at all times. Close Coordination with City staff and homeowners was most important to ensure impact to residents was minimized. Minta Delve li provemenb, Cutler Bay, Florida Rite' Project Manager and Construction Adminisharor, Client: Town of Cutler Bay; Reference: Affredq Quintero, Director of Public Works. (305) 2304262; aquinteroacutlerbay-fi.gov Description: Project Manager and Construction Administrant for improvements t0 Manta Drive from Marlin Road to Old Cutler Road. This existing neighborhood sheet bad no sidewalks or driveway approaches. The scope of improvements included new sidewalks, driveway approaches, com inuous valley gutter, drainage, asphalt milling and resurfatlng, back of sidewalk harmonization, and time plantings. Some roadway reconstruction was required to allow proper sloping along new gaffers. The Town secured funding through TAP Grants as administered by FDOT and the project was completed on-time and under budget Town -Wide Streetscape and Traffic Calming, Golden Beach. Fbdtla (2008-2012) Role: Project Manager, Client Town of Golden Beach; Referebc9: Alexander Diaz. Town Manager, (305) 932- 0744, ahn diaz(Mgoldenbei ch.us Description. The Town s major thoroughfares and side streets were redefined and enhanced to increase public safety and improve the quality of life and aesthetic appeal. Improvements included highlighting mtersedions with cancrete pavers and crosswalks, delineating of roadways with valley edge gutters, construction of baffle splitter islands and center median with new landscaping, and new, lighting. Brimany Bay Perk Seawall Improvmrlems, Miami Beech, Florida Stantec was selected by the City of Miami Beach to provide design and permitting services for the seawall renovations at Brittany bay Park This linear park. along Indian Creek. included 535 LF of sleet sheet pile retaining wall complete with concrete can and Bader piles to replace the existing steel sheet pile fie back wall that was severely oelenoratlng. Originally the City had designed the repairs using the serve steel sheet piling and be back anchors, but coni With the upland portion of the park prevented the use m tie backs so the City directed Stantec to develop an altemate design TO alleviate the confricts. The structural designers developed a solution using precast concrete batter piles in lieu of tieback anchors and redesigned the steel sheet piling and Concrete capo to compensate for the changes. In addition, Star#e0 provided permitting services for the seawall and rip rap installation, along with the creation of a living shoreline complete with mangroves and aquatic habitat. A concrete walking path and seating wall Were also designed to allow pedestrians to walk along the water and suit and take in Me vistas of Indian Creek and the waterway. Grove Park Phase 2: NW 18th Place, Miami, Florida Project Manager and Construction Administrator for this critical area of drainage improvements. The Grove Park area just south of SR 836 has a history of flooding and low-lying hoolas have been in need of relief for quite some time. After studying the area, it Was determined that utilizing an existing outfall as well as providing a new connection to the existing large pomp station would provide the best relief. This project, though challenging during construction. Was completed On time and provided the necessary drainage solution Palmetto Bay Drainage Improvements. Palmetto Bay, Florida Project Manage, and CungaLiclon Adolllllsdator for the field surveying. design, permitting, bidding. and construction of drainage improvements at various locations throughout the Village. The Village's stoonwater master plan identbied and prioritized areas with flooding problems. Many areas had no existing drainage. Each phase of consmiction included the iristallalan of drainage structures, exObrallon hencries, connections to the existing system, and associated restoration. All three phases of work were Wmpleted on schedule and under budget Fatter stand Paving Improvements, Fisher Island, Florida Project Engineer and Construdiun Administrator for various paving improvements at this island accessed only by terry. Roadways here had not men paved th many years and various levels of deterioration were observed. Work involved asphalt overlays where limited pavement damage was observed and milling and paving in areas with heavy cracking. An asphalt leveling Course was provded cit areas met displayed selling. During construction all equipment and asphalt trucks were brought over on barges and the work Was successfully Completed during the slands off-season months. MI/,MI FEAI.A10 VISIT. AL1 Ne ndl IYe-NO . uii )n1 . I II- Al -11:,• �P 0oreapa Enwbpe m: a741 aCAi7CNDsE-8D56-S16lExE 3DD60 — ... ...rain or "o"I6 qAM Ad 5 i QU4UFCI11ONS Of AWPOSER TEAM Chris Benitez ef.erOE.RSP Senior Traffic Engineer ® Starner. Chris Benitez Pt PTM. RSP Senior Tromc Engnear Chris has been working in the Transportation field for 15 years. His experience includes transportation planning, traffic and safely engineering, Project Development & Environment (PD&E) Studies, Interchange Access Requests (IAR), Efficient Transportation Decision Making (ETDM) process, It planning, public involvement support, In-0ouse consul and managing on-call/Distr ctwide contracts. He has worked on projects for FOOT District Six, FOOT District Four, FOOT District One, FOOT Central Office. Miami -Dade Transportation Planning Organaalbn (TPO), Slower! Metropolitan Planning Organization (MPO), Florida's Turnpike Enterprise, Miami -Dade Expressway Authority (MOX). South Florida Regional Transportation Authority (SFRTA), and local governments within South Florida including rhe City of Doral. City of Miami, City of South Miami, and City of Coral Gables. EDUCATION Bachelor of Science in Civil Engineenng, Florida International University, Miami, Florida. 2006 REGISTRATIONS Professional Engineer #74035. State of Florida Certified Professional Traffic Operations Engineer #4266, Transit Professional Certification Board Inc. Road Safety Professional (RSP) #323, Transportation Professional Certification Board Inc. CERTIFICATIONS & TRAINING Training, FOOT Traffic Analysis for PD&E Studies, 2019 Training, FOOT Standard Scope of Seances for Concurrent PD&E and Design Weonar, 2019 Training, FDOT Interchange Access Request (IAR) Process and Safety Wemnars, 2018 Training, FOOT Highway Safety Manual, 2017 FSUTMS, Comprehensive Modeling Workshop, 2007 Training, FOOT, PD&E Manual Weonar, 2012 Training, Florida Advanced Maintenance of Traffic, 2013 Treining, PVT, VISSIM Introduction, 2015 Training, Introduction to Activity Based Models and SERPM. 8.0, 2016 PROJECT EXPERIENCE Traffic Fbw Modification Study at Saltwater Drive and 79 Street Miami Beach, Florida Role Project Manager Client. City of Miami Beach, Reference: Pilar Caurin Tortejada, Project Manager. (305) 6737071, Pili rCaune@miamibeech0.gov Description: Project Manager for a traffic study that evaluated me repurposing of travel lanes for perking within ate City of Miami Beach. This improvement would modify me now of traffic to one-way operations. Chris ewaluale t We tram, data and impacts from this proposed improvement along me roadway Segments am intersections. Trans Calming Study along SW 74th Street, South Miami, Florida Role. Project Manager. Client Cay of South Miami Reference Aurelio Carmenates, PE. CIP Project Menage, 1305) 4032063. ACarmenefes@southmiemip.9ov Desorption: Project Manager for the traffic calming study along SW 74th Street between SW 63rd Avenue and S W 65th Avenue within the City of Scum Mraml. Performed traffic operational analysis mal rnctudeo an assessment of tram, volumes. vehicle speeds. and intersection operational analysis. Doral Central Park Traffic Impact Study, Dol Florida Role: Lead Traffic Engin" Client Cory of Doral; Reference: Rife Carbonell. Transportation Manager (305) 593.6740, Rife. Ceroonelfigo"haoral. cram Description Lead Traffic Engineer for the development of the Doral Central Park Traffic Study Reviewed traffic data collection: performed tram, volume assessment'. completed trip generation and distribution; performed intersection analysis with Synchro; roadway segment analysis', project driveway analysis diagnosed recommended improvements: and, completed documentation Hillsboro Boulevard Lane ReductimComplete Streets Study. Deerfield Beach, Florida Role: Lead Traffic Engineer, Client City of Deerfield Beach: Reference. Enc Power, Planning & Div Director. (954/ 422-5816: com Description. The City of Deerfield Beach selected Started, as Prime Consultant. to provide tram, study services or aid the City in heir peleion to reduce Hillsboro Boulevard from 6 to 4 lanes b provide traffic calming and create a safer pedestrian and bicycle use comdor wan access to the beach area. The corridor has realized over 150 accidents in the last 10 years, most involving bicycles and pedestrians. The study included tram, data acquisition. 35 years projections. signaluseln study, antl a full level of service analysis. Additionally, an Access Management Plan was produced and FOOT granted approvals to the City B months from notice to proceed. MIAMI B[A[X AInSiPFEI:OiLrM1c 14.r r.r r,,, Tref c; Operations and Parking Assessment of the SW 8 Street and SW 39 Avenue Area, Miami. Florida Deputy Task Manager for this study Developed document, Coordmaledneve,wad done collection effort, performed field reviews, and analyzed traffic operations of the area unizing SYNCHRO software. Safety Analysis Repot for the PD&E Study along 145 between Stirling Road and Oakland Park Boulevard (9 miles), Browerd County, Florida, FOOT District 4 Deputy Project Manager for Tree Safety Analysis Report that was completed for the P0SE Study. He extracted me crash data, Identified crash patents, determined probable causes, and developed me Safety Arenas Report. Christopher also identified an existing signage issue near an interchange that resulted in FOOT issuing a work order to upgrade the signage. Safety Analysis for Sawgrass Express Lanes Direct Connect to#nom 1.75 Feasibility Study Sunrise, Florida, Fkxides Turnpike Enterprise As Task Manager Chris completed a safety analysis of project alterni The analysis included a Highway Safety Manual (HSM) predictive crash estimation, Interactive Highway Safety Design Model (IHSDM) re ruts reduction, and bernefircost analysis. Miami Sprigs Pedestrian Crossing Feasibility Study. Miami -Dade County, Florida. FOOT District 6 Project Manager for a feasibility study of a potential pedeshian bridge between the City of Miami Springs and the Metroreil Okeechobee Road Station crossing over the Miami Canal and SR 2710keechotme Road Completed a qualitative existing conditions assessment. identified design cntener. and determined the recommended alignment, structurel requirements, environment permits, cost estimates, and preliminary project challenges and risks InteraMW Modification Report (IMR) for SR 84 Eastbound to 1-75 Southbound, FOOT District 4 - Deputy Project Manager and tram, engineer responsible for the development of the Interchange Modification Report (IMR), Methodology Letter of Understanding (MLOU), traffic operational analysis. More traffic development, safety analysis, and the conceptual signage master plan. Christopher utilized CORSIM MicrostmWabon software. Synchro, HCS. and Mlchestation Idols far me project 1595 Ramp U, FOOT Distfkt 4 - Independent Quality Control Reviewer for the 1.595 U -Ramp Feasibility Report. This project included an analysis of several ramp improvements near fine 1-595 and Turnpike Interchange. MORE Study for SR 838 SotMwest Extension, Mlsnli- Dede Expressway Authority (Ml Mam1.Dade County, Florida Christopher is leading the traffic microsimulation effort and providing additional support for me other traffic analysis aspects of the project including using Synchro for the surface street network. Hers also assisting with the development of the Preliminary Engineering Report (PER) and public involvement activities DNirictwlde Project Development & Environment (PD&E) Support, FOOT District e In -House consultant *in duties that infeuded project management. contracVconsullant management, PD&E scope development, resurfacing program support, ETDM project reviews, traffic and safety study reviews (high crash est and fatal crash dispositions). ERC setup. project suite updates, central office document reviews. Title VI Program support, Value Engineering and Risk Analysis support. and coordination wan FHWA and local agencies. Projects include the SR 820iPaimetto Expressway and Okeechobee Roatl Interchange improvements (ETDM AT 14229), SW 8 Street between SW 27 Avenue all! Bnckell Avenue Corralor Improvements (ETDM # 14230), NW 27 Avenue Transit e1 Comtlor (ETDM AT 14247). Kendall Drive Transit Corridor (ETDM At 14251), and Flagter Steel Transit Corridor (ETDM # 14250) studies. He was also the task leader for the SR 953/LeJeune Road and SR 976181 Road Intersection Pre -POSE Study SW 346th Street and US -1 Evacuation Planning Assessment, Miam:Dade MPO Performed background research, reviewed The conceptual plans, and coordinated with various agencies Value Engineering Study for FOOT Distinct 4 PD&E Study. 1-95 from Hallandale Beach Blvd to Hollywood Blvd - Value Engineering (VE) Team Member whose focus was on the traffic and PD&E aspects of the alternatives. Provided support to the VE study processes for function analysis, alternatives development, and presentation. Also, reviewed CARD files to compare VE altemabve Improvements to blended ramp systerts, Collector -Distributor (CD) Road systems. and ramp terminal improvements as well as estimating cost savings. DNcusan EnvvWm K) 2574FBC"7C34ME-BOW5i6lUB3DDfia •r vun,irri PriONf Or pPOPoSFP" Am '.SBIt Edwin Mortinez PE M/E/P Engineer ® Stantec Edwin Martinez PE M/E/P Eagmee, Edwin has 9 years of experience designing add specifying electrical, Instrumentation, control, are automation systems far residential, industrial and commercial aalNes. He has successfully worked with power, grounding, lighting. fire alarm, communications, security, instrumentation, control, and automaton systems. He has been very helpful reviewing electrical, instrumentation and controls designs to ensure quality and completion. In addition, Edwin is experienced in Arc -Flash analysis. using ETAP software. This professional generated engineering calculations to accomplish design in conformance with codes and standards. selection and specification of equipment, preparation of working drawings to produce finished engineering drawings, and coordination with other disciplines involved in the design. Edwin has working knowledge of Revit, AutoCAD, AGi32, Excel, Word, Visio, MS Project, among other vendor specific software for equipment selection. EDUCATION Bachelor of Science. Electrical Engineering, University of Puerto Rico. Mayaguez, Mayaguez, Puerto Rim, 2012 REGISTRATIONS Professional Engineer ##81692, Sate of Florida Professional Engineer #126155, Sate of Texas Professional Engineer #25398. Estado Libre Asoaam de Puerto Rim PROJECT "PERIENCE Shelbome Ballroom Renovation, Miami Beach, Florida Electrical Engineer 1 Project Manager who led the MEP s' design efforts to renuvate a poraan of the imnic Shelbome Hotel in Miami Beach, after galling damaged by the hunlcane name, Designed to eleCNCBI systems (power, lighting, and fire alarm), and played as the project manager. Time Out Market. Miami Beach, Florida Electrical Engineer responsible for improving on a previous design, and successfully leading the protect to the construction phase. Re -designed all the electriml systems (power, lighting, and fire alarm) for an innovative food court In the demanding Miami Beach area Bnckell Fallron (High Rise), Miami, Florida Electrical Engineer responsible for improving on a previous design, and successfully leading the Project to me construction phase. Worker with fie electrical design (power, lighting, Ilghtang controls and fire alarm) for high-end custom residential apartment units, main Wilding laundry room, AudioNisual closets, private garages. and saur a/steam rooms. Aso. worked with feasibility studies, budgeting, electrical work planning, cdordinaton with mechanical. plumbing and architectural trades against a very dynamic schedule. Successfully Integrated to a new not In a very snort time Furthermore, worked will, prime power, emergency power, standby power (legally required for HVAC. retgerstion, smnke contra, and communications). Alexan Doral Apartments, Doral, Florida Electrical Engineer for this residential prolect Building model was completed entirely on Revit software. Worked with Me electrical design from conceptual design a comiU aim phase (power, lighting, low voltage, lighting condi and fire alarm) for l gh-end reside0fial apartment renal building. Also, worked with value engineering integration, electoral work panning. coordination with mechanical, plumbing and architectural trades, as well as with the electrical conlractol. Furthermore, worked with prime power, emergency power, standby prover (legally required for HVAC, refrigeration, smoke control, and communications). Participated in power ublity company meetings. trent meetings, and permit review meelirgs. Thai (High -Rae), West PaIm Beach, FTOMa Electrical Engineer M this residential project. Bustling model was completed entirely on Revil sohware. Worker with the elecincal design (power, lighting, Ighaeg controls and fire alarm) for mghend custom residential apartment units, hotel-Irke guest uri main Wilding laundry room, AudiWisual diners, private garages, storage rooms. and saunalsteam rooms. Also. worked with feasibility studies, budgeting, eecmml work planning. coordination with mechamcal, plumbing and architectural trades against a very dynamic schedule. Successfully integrated to a new team In a very Soon time. Furthermore, worked with prime power, emergency power. standby power (legally required for MVAC, refrigeration, smoke malml, and communications). L'Ateler Restaurant, Miami, Florida Eleratical Engineer responsible for improving on a previous design, and successfully leading the project to the construction phase. Re-desgned portions of the electrical systems (power, lighting, and fire alarm) for a high-end restaurant in the Miami Design Distinct area. Participated in permit review meetings. Magic City Warehouses, Miami, FlorMa Electrical Engineer whol designed the power, lighting and fire alarm systems for various warehouse structures. Imagine Clearwater, Clearwater, Florida Designed the electrical systems (power, lighting, fire alarm) for an outstanding community recreational park, and IN buildings. Featuring the Banashell building, which is a partially covered performance theater. Max, played as the task manager and pant of contact far the MEP portion. Palm Beach Atlantic University Student Housing, West Palm Beach, Florida Building model has been worked entirely on Recut software. Waked with the elecandel design from conceptual design to construction phase (power. fighting, low voltage, lighting controls and fire alarm) for a modem student housing budding in a very bight, fast. Installed schedule. Also, worked in electcal work planning, coordination with mechanical, plumbing and mchitectuml trades, as well as win the power utility company. Furthermore. worked with prime power, emergency power. standby power (legally required for HVAC, refngeration, smoke control, and communications). Participated in Power utility company meetings, and crrent meetings. Bristol Myers Squibb — Buildings 5 are 6 Improvemerds, Humacao, Puerto Rim Electrical c 18 C Engineer for design documents and specifications. Specified dam rats. HMI's, SCADA. and Rockwell automaton system with mnespondlog flex pO panels Worked with eleNical hazardous ciaasificaten drawings, lighting, power, grounding, security, communications, and Instrumentation designs for new building expansion and existing balding upgrades. Explosion proof electrical Installations. Merck Pharmaoruhraa - LPO Pro)Bct. ids Pedras, Fano Rico 18 C Engineer far design specfications and funmonai specifications documents. Control panel design included panel layouts, Selection M enclosure per the electrical classification area, controller, gO modules, types. power supply, breaker, and terminal blocks. Also Included wiring diagrams. loop drawings, and control panel power wiring diagrams CareFusion—Ampoules Filling Liras Expansion, EI Paso, Texas Electrical / 18 C Engineer for design of the control architecture for the Qualified Building Management System (BMS/QBMS), the Process Control System. and Met SCADA. The process control system integrated all nine (9) filling lines with their respective formulation satellite tanks. all within an automated Gose Iranslef system from the main formulation rooms. In addition. waked with electrical hazardous clentficabon drawings, lighting. power (main disthoution panels design). emergency generator power connections, gmunding, security. Rre alarm, communications, elentmiicaum of the appropriate technology for instrumentation. and controls designs fa nen' cleanrooms and facilities. Assisted project's PM with prolBU contras and management. PUMA Energy Carlos, - Propene 8 Brtare Terminal, Bayamlin, Puerto Rim Elect") / I e C Engineer for design of lank gauging system, PCS, and ESD for a large oil and gas operation. Design of control panels layout and electrical wking diagrams for ESD system Worked with Inatmmenetion and electrical design for new bullet arks installation. Intrtsically safe barriers and associated compatible astrumenate n. Sit#T, Fort lauderdae, Florida Electrical Engineer who designed the electltcal systems (power. lighting. and fire alarm) for a high-end restaurant in direct coordination with to kitchen consultant. Na mechanical ventilation convector, and architect. Hertz - Electrical Systems, Puerto Rico Electrical Engineer for design of fire electrical system for a customer service area in the Luis Mudoz Marin International Aimen following National Electrical Code (NEC). AVIS / Budget Punto Rico Electrical Engineer for design of has electrical system for a customer service area. parking garage, and preferred customer Moth in the Luis Munoz Mann International Airport follovang National Electrical Code (NEC). Amavis - Research A Develop ear 1, FI - GLATT GPCG- 30, Davie, Florida Elecincal Engineer responsible for design of to electrical connections equipment and distribution panels. In addition. worked with electrical hazardous classification drawings, lighting, grounding. Sammy. and tire alarm for the new Glad -30 room. Docuagn Envelope Jose Fernandez, Jr. Plumbing Specofi t u�.,r�i:xTlOnS of VFnPO S.P .FAM Stardec Jose Fernandez, Jr. Plomdrg specidisl Jose is a PlumbinglFire Protection Department Head with Stantec. He performs the technical development of Me project and all associated production activities. He has 33 years of design experience in plumbing and piping design including distribution and discharge of fueling systems, sanitary waste, grease waste, acid waste, oil waste, indirect waste, storm drainage, water distribution and fire protection. Jose has also over 13 years' construction administration experience and over 25 years of CADD supervision. Primary responsibilities include coordinating with the architect to establish the project's goals and requirements including technical approaches. Performing technical tasks such as the acquisition of mase building information and building surveys, performing appropriate calculations, preparing design concepts and sketches, selecting engineering systems and equipment, designing and laying out systemswriting specifications. coordinating with other disciplines and consultants in order to develop an integrated design, attending construction meetings, performing field observation and writing reports. His designs ensure that projects are completed in the most costaf icient way according to the codes. EDUCATION Associate of Arts. Architecture, Miami -Dade College, Miami, Florida, 1990 PROJECT EXPERIENCE Fuel Farm Storage Felony Expansion, Miami, Florida, Miami -Dade County Aviation Department Engineering design services of new inbound filtration up stream of Me cement location, new oil and water separator facility and fire protecttonlsuppressmer for the 3 -tank design "- Paramount Tower. Miami, Florida PlumbinglFire Protection Department Head in charge of Mrs. approximately 1.000.000 gsf. 450 -unit mixed-use condominium which includes: three levels of half Door penthouse units and a sevemlevel parking garage Paramount Tower is a mixed-use residential high-rise Mat is part of the Miami World Center. Flatiron, Marts, Florida Plumbing/Fire Protection Department Head in charge of this approximately 1,000,000 gsf. 450 -unit mixed-use condominium which includes: three levels of half floor penthouse units and a seven -level parking garage. Echo, Miall, Florida PlumlampFire Promotion Department Head in charge of this 27Q000 sf 166-unn coneommam which includes lower and upper penthouses and a 130, DDD-slrobotic parking garage Northern That Retail, Miami, Florida Plumbing and Fire Protection Engineer for this 2.000 sq. d retell bank located rn 600 Stickell. Northern Trust Headquarters, Miami, Florida Plumbing and Fire Protection Engineer for this 64.000 sq. ftcorporate office located at 600 Brickell. Total Bank Retail, Miami, Florida Plumbing and Fire Protection Engineer for this 20,500 sq. R. retail bank located In Miami Tower. Total Bank Headquarters, Miami, Florida Plumbing and Fire Protection Engineer for this 60,000 sq n corporate office located in Miami Tower. Total Bank's new offices will have an array of high-tech features loan will optimize efficiency and secuity, and win implement a green design to increase sustainability UnN'aion Building, Doral, Florida Project Manager for this 180,000.x1 corporate once building renovation and office group re,stack. Brickell Word Plaza, Miami, Florida Plumbing and Fire Protection Engineer for this 1.000,000 gsf. 600,000 rst 42 story high-tech LEER platinum omce budsang Orlando International Airport. Airsides 1 8 3, Renovations 8 Relocations, Orlando, Florida Plumbing engineerconstruction cost $15 7M Orlando international Airport, South Terminal In raslnwture, Orlando, Florida Remote receiver relocation. Plumbing engineer. approximate construction cost $1 2m Tampa International Airport. Remote Public Parking Garage, Tempa, Florida Plumbing Engineer for new 6level, 5500car garage. approximate construction cost $66M Orlando Imerratlonal Airport, Airside 2 Base Terminal Building, Orlando, Florida Plumbing engineer. design of sanitary waste, storm tlrainage, domestic water distribution, grease waste interceptors win provisions of food service tenant built - out, let -a -fuel system win an underground fuel storage tank for emergency genemmrs and natural gas i istnbubon for food service tenant bulltouts. 291k SF: approximate construction cost $71m Orlando International Airport. Tenant Bu ld-ouL Orlando, Fonda Plumbing engineer approximate 25k SF aper uxlmate construction post $14m Moil BUCH ine START Orli %, ]0}r it n0 Odando International Airport, South Terminal Project Phase I, Orlando, Florida Plumbing engineer who designed Me fuel system for power generators (18)2 000 kW generators. Approximate 8181, SF: approximate construction cost $286m Tampa International Airport, New Airside C. Tampa, Fonda Plumbing engineering consisted of sanitary waste, storm drainage. domestic water distribution. grease waste Interceptors with provisions of food service tenant built out. acid waste with neutralizing sump for battery charging area, oil waste with separator for AGT maintenance area and diesel fuel system for an emergency generators approximate 2751, SF, approximate construction cost $65M Tampa International Airport, Naw Airside E, Tampa, Fonda Plumbing engineering consisted or sanlary waste, storm drainage, domestic wear distributiongrease waste interceptors with provisions or food service tenant built - out,, acid waste with neutralizing sump for battery charging area. oil waste with separator for ACT maintenance area and diesel fuel system with an some ground fuel storage lank lot an emergency generator. approximate 247K SF: approximate construction cost $70M Palm Beach Interratonal Alrpori, CdAbdurse C Expansion, Palm Beach County. Florida Plumbing Engineer for project that includes three gates expansion to add approx. 28.8N SF of concourse and operations space. Approximate construction cost $12 2M Ft. Lauderdale/Holywood a1kmN"pial Airport, Administration Offices, Fon Lauderdale, Florida Plumbing engineer; approximate 38k SF approximate construction cost $1 M. Ft. LaudeMeleMdlywood International Airport, New A,B,C,D,BE Hangars, Fat Lauderdale, Florida Plumbing engineer, appdrumale 83x SF approximate construction bust $12.6M Orlando International Airport, Airside 2 Central Energy Plam, Orlando, Florida Plumbing engineer to provide drainage and make-up water to the spaces. approximate construction cost $12m. Tampa International Airport, Rental Car Garage, Tampa, Fonda Plumbing engineer for new multi-level. 670 -car garage. approximate construction cost $20.36. Tampa International Airport, Transportation Security Agency, Tampa, Fonda Plumbing engineer for project which includes security enhancements throughout aimed, approximate construction cost $100M bncu6yn Emerope Ip: zeT4FBG-0)c3108E-hose.stste4eJp06o Pablo Garcia PE Senior Structural Engineer STANTEC/RELEVANT PROJECTS ® Stantec Golden Beach Capital Improvement Program Golden Beach. Rondo ® Stantec Pablo, with over 11 years of experience, has participated in the design and inspection of various projects inducting soon facilities, parking garages, residential and office buildings and aviation facilities. He is experienced in Me design of concrete framing systems such as cast -in-place. composite precast, post -tension and shell framing including the inspection of the various construction of these systems. Pablo strives to work eAciently with both Me Architect and Contractor to design and build projects in the most cost effective ways and continuously advances his knowledge of ever changing building codes and structural design. EDUCATION Master of Science, Civil Engineering, University of Marro, Miami, Flonda. 2010 Bachelor of Science, Civil Engineering. University of Maori, Miami, Florida, 2010 REGISTRATIONS Professional Engineer #77111, Stale of Florida Professional Engineer #0-51080.1 B, Government of Me U.S. Virgin Islands Department of Licensing and Consumer Affairs Professional Engineer #28121, Association of Professional Engineers and Surveyors of Puerto Rico Professional Engineer 055943, State of Maryland Professional Engineer #135929. State of Texas Professional Engineer #099809, State of New York Professional Engineer #042525, State of Georgia PROJECT EXPERIENCE 601 Lincoln Road, Miami Beach, Flonda Senior Project Engineer for a 3 -story, 39,000 SF retell Wilding. Flagler Station Residence Inn., Miami. Florida Senior Protect Engineer for a 5 -story, 90.000 SF hotel Pompano Residence Inn., Pompano Beach, Florida Senior Project Engineer for a 4 -story, 112 -mom hotel. Royal Palen. Baca Raton, Florida Senior Structural Engineer for a 9 -story condominium building with 2 levels of basement parking. Lipscomb Residence. Miami Beach, Florida Project Engineer for a 3 -story, 5.000 SF private residence. Almeria Townhouses, Coral Gables, Flonda Senior Project Engineer for a 4 -story townhouse The Palace Assisted Living Faollity, Coral Gabbs. Florida Project Engineer fou a 9 -story assisted living facility and 540 -car parking garage Total construction cost 950 Million, 520 Lakeview Ct, Miami Beach, Flonda Project Engineer for a 2 -story. 7,000 SF private residence. 240 Ocean Boulevard. Golden Beach, Florida Senior Protect Engineer for a 3story, 6.000 SF private residence. Of izine. Coral Gables, Florida Value engineering of 16 -story office bulking with 96,000 SF of commercial space and 330 parkirg spaces. One Palm, Sarastaa, Florida Senior Project Engineer for this 10 -story, mixed use building with ground floor retail, 141 apartments and 139 hotel rooms. The project Induces a 3 -stay addition over an existing 7 -story parking garage. Miami City Hall Renovalloos, Coconut Grove, Florida Project Engineer for this amvahan project Jai Park, Fort Myers, Florida Project Engineer for Met 1.000 seat spring training ballpark for Boston Red Sox baseball team. Miami Mamds Ballpark, Miami, Florida Senior Project Engineer for this 36 000 seat ballpark for the Miami Matins 250 Ocean Boulevard, Golden Beech, Florida Senior Project Engineer for a 2 -story. 6.000 SF private Baptist Comprehensive Cancer Center, Kendall, Flonda residence Senior Project Engineer for these four buildings. Cancer Center. Research Budding. 950 -car staff garage, 450- Melropiea Phase I. Sunrise, F Florida car visitor s garage Senior Project Engineer for this 29 -story. 330.000 SF condominium tower with ground Poor retail and a 7- yotelPad, Maori, Flonda story. 230,000 SF parking garage. Total construction Engineer at Record for 31 -story condo and hotel cost $69 Million uixwlnure u,n..v.•,. W.10mg We bcostad (Wary and aesthetics in a resort -like beech community. The reson4ike community of Golden Beach is one of Me most desirable in South Florida. This upscale community Is home to many peatente s and multi-mitionEdkr residences—in fad. even Eric Clapton named his album 461 Gcean Boulevard star a Golden Beach propemil With the community's reputation in mind, we designed a project b increase the community s infrastructure and a i stheac value. We developed a comprehensive Capital Improvements Program Master Plan tocused an three major improvement areas: town Wide dmnage Wines underground reloi and streetscaps 8 traffic calming. Drainage improvements included design review. casts analysis, and recommendations based on Me Town s existing stormwarer master plan. This induced construction inlets and culverts to collect and direct stomiwater mnoff to Tempng s user s discharging into the Intracoastal waterway. Utilities Underground Recordation Improvements included a thorough analysis of Me Town s existing power system conegutiefor, and case coordination wit FPL and other utility companies in developing a conceptual plan ler burying au utility transmission and distribution lines throughout the entire Town. We redefined and enhanced Me Town 9 major MorougMaes and side b Increase pudic safety and Improve Me quality of Ine and aesthetic appeal Improvements Included highlighting Imeaectlons with concrete pavers and crosswalks, delmeating of roadways min valley edge gutters, constrectian of traffic splitter Islands and center median with new landscaping, and new Igherg. Genf Imre or Gorda, Beacn Poreren<e Alexander Diae. Town Manayer- (JC51 932-074a. aioxrhaz©gnhrenoeaco �s DocuSlgn Erwa,m ID 28AF8Ca-91CY4D6E-BD56-51a18aeaDD 0 1-1-CA710115 01 PNOPOSEN iEAN Indian Creek Roadway Development Plan ®Stantec Inchon Creek. Ronda Stantec provided master planning, design, permiting and full CEI services for the complete reconstruction of the roadway. Scope of improvements includes madway, new water services, new stormweter system, sanitary sewer collection system, pedestrian trail, street lighting, landscaping. and engation. Client: Village of Indian Creek: Reference: Jennifer Medina, Project Manager: (305) 865-412 f; jmedNeQkvps. Ong 4s 5 r 011NlInCNl10N5 of PNOPOSEP lE1N Old Cutler Road Improvements Cutler ®Stantec Bay. Rondo Our goal for the Old Cutler Road Improvement project was to design a solid, eCractive, oW pedeslnamfrandly neighborhood which helps safety and walkablity This Joint Paitiapellon Agreement (JPA) wife Mann -Dade County successfully accomplished several pro,act goals including pedestrian safety. traffic calming improved traffic flow and beautification. Piged elements mcludetl two Caffic mcbspavement reconstructioncab and gutternew sidewalks, a shared use path, medians, continuous drainage system, medians. Ngrutloation upgrades, omsewMa, landscaping, imitation, lighting. and several site amenities Amenities riluded new bus sheltem spaClficady designed for a unique Town feel, site furniture, and Sate historic designation markers. This Mlaml-Dade County roadway a considered an anenal collector and the proposed configuration for Old Cuter Road Induced roundabouts st each end of Cie corridor for traffic calming and beautification The 1.24-mife conidor between these two rou rtabouts are a Iwo -lank roadway with tum Anes, landscape medians and scramble lanes Permitting Indudlng Miami Dade, County Pubk Works DERM ark Town of Cutler Bay. With uncommon natural plants and several neghborhi improvemen5, this state historic desgnabon marker neghbMwod combines natural beauty safety and mainlal0e the aWeamme and alnlosplake of a country road providing a palpable remlrMer of the hentage of Me Mean area For at this reason, the project was awarded the'2014 prged of Me year award by the Cuban Amencan igateia Wn of Civil Engineers'. Client: Town of Cutler Bay; Reference: Alfredo Oulni Director of Pudic Works, (305) 2344262: epuintero@cutlerbay-H go DIi ElxeloW ID: 2614F C46103�DBE-SD5 516191B3DD6b 11 1 ..." IC1T1oa101Ik01056XTfka Caribbean Boulevard Roadway Improvements (3 Sumac Cutler Bay. Floritla Stantec was contracted by the Town of Cutler Bay as Prime consultant to design improvements for the portion of Caribbean Boulevard between Coral Sea Road and SW BT^` Avenue. Stantec was selected as the lead consultant and ATI was selected as me prime contractor to perform the roadway improvements. In collaboration, the team worked together to provide the Town a quality finished product on time and under budget. The project consisted of 1.8 miles of roadway improvements and included two traffic oxides, pavement reconstruclion, curb and gutter, sidewalks, concrete crosswalks, pavers, drainage facilities, medians, Wm lanes. landscaping. inlgabon, bus shares, roadway lighting, pavement markings, signage and signalizatron. This portion of Caribbean Boulevard is primarily a residentral road. The improvements for Caribbean Boulevard induced roundabouts at Gulf Stream Road end SW 192 Drive for traffic calming and beautification. The condor's a two-lane roadway with turn lanes, landscape medians and traffic calming splitter islands where plausible. Permitting included Miam,Dade County Public Works, DERM, and Town of Cutler Bay. The project also involved a traffic operational and capacity analysis study for the condor. This included traffic data collection and field inventory of existing conditions, evaluation of existing signal operations and timings and development of optimal signal timing parameters (such as cycle length, actuated and effective green time, clearance time and phasing sequence) for five signalized intersections within the study area using HCS+, SVNCHRO and SIMTRAFFIC, left win warrant analysis to determine storage lengths, capacity analysis of Proposed traffic circles, and recommendations for improvements. Client Town of Cutler Bay. Reference: Alhado Quintero, Director of Public Works; (305) 2344262; egiuntem@cuflerbay-ft gov Caribbean Boulevard Roadway Improvements Cunei Boy. Horitlo .,A.. .11C. .11, Iniffr: B.0 i. lel l-iVe-MO ...xI I. 1C04P4i0k /,PINI TFC T S. In DocuSlgn Envelope to 3BI4F8CI-B7C64D6E-BOS&5hTUR3DDaO .... -. Moes o f Immele'i Palm and Hibiscus Islands Neighborhood ®Stantec Improvements Miami Beach, Florida Stantec served as Design Cntena Professional and Resident Project Represeniwve for MIs design Wild protect which Involves complete infrastructure reconstivchan wit pranary goals Including beautification and combading the effects Of sea level rise. The scope of woil Includes watennam and water service replacement. reNd lta hon of the exisung gravity sanitary sewer line and mamdes, complete stormwater infrastructure improvementsroadway mcomemicBon including raising roads where passible and harmorrh allon to propemles, concrete work including adewalks, Me undergrounding of ovem ead utilities for Flops Power & Light (FPL) AT&T, and Atlantic Broadband, and landscaping. The stortnwater systems include a primary and secondary gravity collection system and large pump stations to discharge into Biscayne Bay. Environmental controls during consbuctan and all maintenance of traffic had to be carefully monitored at all times. Close coordination with City start and homeowners was very important to ensure Mere was mnimal bnpect to residents. Client: City of Miami Beach, Reference: David Martinez. PE Capital Improvements Director. (305) 873-7071; dawdmamnezommuniDeachi ria 31 pueul'.1.11041011.01iofe 11/.M Sunset Islands 3 & 4 Neighborhood ® Stantec Improvements Miami Baach, Fkpitla Started served as Design Catena Professional and Resident Protect Representative for Ma designlbwld protect winch Involves complete Infrastructure reconstruction with primary goals including beautification and compelling the effects of sea level rise. Stype of woM includes watermain and water service replacement, rehabilitation of the .,at,, gravity sanitary sewer line and manholes, complete slormwarer Infrastructure Improvementsroadway reconstruction Irlarding raising roads in some areas and harmonization to properties, concrew woM Including valley Bohai and driveways, the undergrounding of overhead undies for Florida Paver 8 Light (FPL) AT&T, and Allaneo Broadband, and landscaping. The storowater systems Include a primary and secondary gravity collection system and one pump station for each island Mat discharge Into Biscayne Bay. Fsvlmnmenlal controls during construction and all maintenance of traffic had to be carefully monitored at all times. Close coordination with City staff and hwneowners was very implement to ensure minimal impact to resident. Client: City of Miami Beach: Reference: Mine Samadi, PE, Senior Capital Project CoaNinelor. (305) 873-7071; minasam..r !'^ ,, zn; nnachilgov Ducualgn Envelope ID'. 287EFBD 7,; .DSS -805 5161B IMDDaa *,i —111.1.11. aor PROIOSfatIN. Sunset Drive Improvements (West of US-1)®Stantec South Miami. Honda This master planning and design project involved the development of conceptual streetuepe and Infrastructure improvements along Sunset Onve tram Me western ay limits M US -1. These Induced delineating intersections with concrete pavers and conawalks, adegniny roadways sections, and providing new lighting and landscape design to maease public safety and appeal. In addition, a new amllltedulal site plan for City Mall was designed incorporating surrounding pubic spaces and facilities In create an enhanced and cornmuniy space. The Master Plan was developed substantially In accordance with the City a Hornell Pan Area 2, and valuatetl proposed improvement wah respect to their Wall cosVbenefit, design, and construction In addleon, Son[ec (formerly C3TS) held Mree public workshops b tolled pudic opinions and suggestions, and enwred the Master Plan was rsfiecnve of, and sensitive he his community. Client. City of Soufh Miami Reference: Keith A. Ng, CFM; (305) A)l 1Cg@soufhmleynH/gov MINIaE.CX.1Iolnefi :HONa. ilinTae-Rp STANTEC/LICENSES a Al — �I i3Pl 1T..bE.A s1.laanaRlon BONAOE 1RCf"O1MLBa>aERa bfim.ecasSecei dr IEu RNNTINEZ. EDWIN 1. 411. ua¢MeR W COMPEL SEAN P. -nun woonue Ri ..,-....m.`........,-.� o_ Ill am — 1�Fli 1T..bE.A sr.rt or noxw. BONAOE 1RCf"O1MLBa>aERa BONL tY YRREtllplpl FH6N(ERS RNNTINEZ. EDWIN 1. 411. ua¢MeR W GFR BEO0. -nun woonue Ri ..,-....m.`........,-.� o_ _..__' �Ftill ,�I HPh 1T..bE.A so.c.1 ReNSyeN I.Ca EE6 BONAOE 1RCf"O1MLBa>aERa aePPnW%(OLFSGONp1 fNGMELRS RNNTINEZ. EDWIN 1. 411. ua¢MeR W CREY/ni-oAEy SCOTT ,ns woonue Ri ..,-....m.`........,-.� o_ _..__' �Ftill surf or aoRlas 1T..bE.A so.c.1 ReNSyeN I.Ca EE6 BONAOE 1RCf"O1MLBa>aERa wnuewekestat gauaE—o— RNNTINEZ. EDWIN 1. 411. ua¢MeR W _..__' F13PF �:•'.•.,•, surf or aoRlas so.c.1 ReNSyeN I.Ca EE6 UNCHRISTOPHER M�.rur ni.msr DmuSUn Emebpe 10'. 2B74FBC"7CNO6E-BD56-516164B30060 L� LONGITUDE SURVEYORS /KEY I LHSONNEL RESUMES TAD YI punuPIC noas of PROPOSER rsxrn LLONG IT U OESURVEVORS— Narrative Intro Longitude Surveyors LLC (LS) Is rapidly a growing form serving the South Florida community for the past seventeen (17) years. Longitude specializes in Control, Design, and Right-af-Way Surveys for Infrastructure improvements. LS is based in Doral, Florida with a satellite offices in Monme. LS has Clients in both the public and private sectors, including City of Miami Beach, City of Miami, Miami -Dade County, Florida Department of Transportation (FDOT), Florida Power and Light (FP&L), Baptist Hospital, Miami -Dade Expressway Authority (MD%), Port of Miami, Village of Key Biscayne, Town of Cutler Bay, Village of Palmetto Bay, Village of Pinecrest, and various other municipalities. Longitude's portfolio consists of working with many of Florida's highly recognized Engineering and Architectural firms, developers and construction companies. LS also offers Sub -Surface Utility Engineering (SUE) services which includes designation (the marking of underground utilities on the ground) and potholing or soft digging, where the underground utility is exposed using Vacuum Excavation and Construction Inspection Services. Survey Services: LS has Performed and specializes In various types of Survey Services including: > Topographic Surveys ➢ &sBuilt Surveys ➢ Construction Layout ➢ SUE (Sub -Surface Utility Engineering), Marking Underground Utilities, Soft Digs ➢ Pump Stations& Pipeline Surveys > Drone Data Capture and Photogrammetry Technology ➢ ALTA Surveys i Sketch & Legal Descriptions o Elevation Certificates > Scanning Services i Bathymetric Surveys LS also has experience and knowledge performing Survey services for streetscape design such as pedestrian walkways, on street parkin& bike lanes, street lighting, landscape, irrigation, within a urban commercial area. Certifications LS is certified as a DBE, Disadvantaged Business Enterprise as well as SBE, Small Business Enterprise. IS also holds Florida Department of Transportation (FDOT) & MD%Certifications. Our Team LS is a Client -driven company, continuously building a solid reputation by delivering projects in a timely and professional manner, LS has the advantage of having a diverse team, which Is beneficial In communicating with Clients and meeting their specialized needs. The Team at LS is comprised of Professional Surveyors and Mappers (PSM), Certified Survey Technicians, CADD Technicians, field crews, as well as a competent and efficient administrative staff. We match our highly qualified team with the unique requirements of each project. We achieve success by communicating closely with each of our Clients, as well as within our team, directed by one of our highly qualified PSM's. Our culture is energetic and tearrworkroriented, striving to exceed project and Client requirements. Dauu6gn Envelope ID: 2614FBd 7C34OgE Btxz a161g4B3DD60^ _xnonz o• v .. PPOPnsEfl rlxN EDUARDO M. SUAREZ, PSM PRINCIPAL / CHIEF SURVEYOR Eduardo (Eddie) Suarez, PSM, founder, and principal at Longitude Surveyors, is a licensed professional land surveyor in Florida. He has 36 years of private and public survey experience. He oversees the firms overall direction on a variety of large-scak infrastructure and institutional projects. His knowledge of projects, large and small, has given him expertise in all formsof survey data collection, processing, and mapping, Citiwide Surveying and Mapping Services, City of Miami Beach Public Works Department, Miami Beach, FL Mr. Suarez served as the Chief Surveyor and Principal on this contract. Longitude Surveyors ILS) scope of services under this contract included topographic and as -built surveys, Geographical Information System IG 15) databases and data sets for the projects In the Public Works Department and Capital Improvement Program. Survey Limits: 14 Street Miami Beach: _ e LS collected all above -ground improvements within the Survey limits, such as but not limited to electric infrastructure (poles, street lighting, power and INDUSTRYTIENURE telecommunication poles or cabinets, etc.), sidewal ks, walkways, fencing. signs, 36 years lights, any above -ground utilities, fire hydrants, valves, edge of the pavement. LONGITUDE TENURE a LS collected elevations equivalent to a 50ifoot grid within Survey limits. 20 years a LS provided the following for all drainage structures and sanitary sewer manholes: rim elevations, invert elevations, Invert direction. Size, and bottom of structure EDUCATION elevations, provided the structures are clear of debris. AA Miami Dade College (1993) Euclid Avenue from right of way to right of way from 11th Street to Lincoln Road, City REGISTRATIONS of Miami Beach Public Works Department, Miami Beach, FL- Longitude(LS) Professional Surveyor and performed a boundary, tree and topographic Survey to Include the following Mapper FL License No. 1.56313 information: IS collected all the above Pound features, including but not limited to; (2001) buildings, trees, pavements,sidewalks, curb and gutters, overhead Power lines, power poles, light Pales, signs, manholes, handicap ramps, drop curbs and any other above AFFILIATIONS ground features within IM limits. IS obtained existing spot elevations throughout the Florida Stinnett ng and corridor to include elevations at approximately 50 foot intervals, including crown of Mapping Mapping Society road, and at high low points throughout the survey limits. Mr. Suarez served as the Chief Florida Engineering Society Surveyor and principal on this contract. Utility Engineering Surveying Alton Road, from lO Street to 3 Street, City of Miami Reach Public Works Department, Institute Miami Beach, FL - Longitude located all manholes and collected rim elevation, bottom elevation, pipe Invert, and pipe diameter on Alton Road, from 10 Street to 3 Street. Vertical control was established from 2 separate benchmarks and a three -wire bench run. Looted sewer manholes and only provided rim elevation, bottom elevation, pipe invert, and pipe diameter for each. Mr. Suarez served as the Chief Surveyor and Principal on this contract. Alton Road - Lincoln Road Bicycle Corral, City of Miami Beach Public Works Department, Miami Beach, FL- Mr. Suarez served as the Chief Surveyor and Principal on this contract. Longitude Surveyors (LS) performed a Topographic Survey to include Lthe following: established the bounda ry,rights-of-way limits, and easements for the subject Property. Ensured to show all easements. IS ordered a ffile search from an Abstract Company. LS collected all aboveground improvements within the survey limits such as, but not limited to: paved road, sidewalk, curb and gutter, building facades, signs, light les all visible acollected g poles, sloe boer at breast height or higher. I -S also striping, etc LS elevations SURVEI'O% equivalentt aa3-inch did within ScieyImuts a d higher. the collected elevations equivalent [o a 25 -foot grid within Survey limits and provided the client a tin file (DTM). aIAM, H.C. ill, 11.1EeB10 no 3n, ,at M1q 1,9II pnAnnCAncNI nE MOIOSm Illy EDUARDO M. SUAREZ, PSM PRINCIPAL / CHIEF SURVEYOR Page 2 oft All elevations were referenced to the National American Vertical Datum 1988 (NAVD88). The survey was geo-referenced to the Florida State Plane Coordinate System, Florida East Zone 0901, North American Datum (NAD83) adjustment of 2011 (NAD83/2011). Pennsylvania Avenue, from 15 Street to Espanola Way, City of Miami Beach Public Works Department, Miami Beach, Fl - Longitude prepared a Topographic/Tree Survey along Pennsylvania Avenue from 15 Street to Espanola Way and extending fifty (50) feet in all directions at intersections in Miami Beach, FL Vertical control was established from 2 separate benchmarks and a thme-wim bench run. Horizontal control: Florida State Plane NAD83/11. Vertical control: NAVD88. Bight of way analysis. Improvements: trees, palms, shrubbery, curbs and gutters, sidewalks, landscaped areas, pedestrian walkways, bike paths, wheelchair ramps, paved roads, buildings, fences, mailboxes, stairwells, parking spaces, signs, posts, fire hydrants, above -ground utilities, poles, overhead Imes, guy wires, masts, culverts, guardrails, headwalls, end -walls, and other significant above -ground improvements. Identify surfaces Present, te, concrete, gravel, asphalt, etc. Identify location, length, material type, and height above finished grade of all fences within the Survey Limits. Elevations: 100 foot grid. Collett crown of the road, back of the sidewalk, edge of Pavement and top of curb and lowest adjacent/higher adjacent elevations. Tree Survey: all trees and palms having a three (3) inch diameter or greater at breast height (DBH) or being twelve (12) feet in height or greater to include common name. Locate all corners of public structures within West Avenue Parking & Pump Station Lot, City of Miami Beach Public Works Department, Miami Beach, Fl - Longitude (LS) performed a boundary and topographic survey. Collect all rights-of-way and property lines for the project area, all side lot lines and adjacent properties will be shown graphically. locate all above ground improvements such as, but not limited to; sidewalks, curb and gutters, paved roads, parking spaces, trees, overhead and ground utilities, fences, signs, light poles, power poles, fire hydrants, manholes, catch basins, valves/valve boxes, and any other significant above -ground Improvements. Obtain elevations equivalent to a twenty-five (25) foot grid throughout the Survey Limits. Collect rim elevations, bottom elevations and inverts of all drainage and sanitary structures. lS will attempt to determine pipe diameters and material of all drainage and sanitary structures within the Survey Limits. Set control points/temporary benchmarks. Mr. Suarez served as the Chief Surveyor and Principal on this contract. Design -build Services for West Avenue Improvements Phase II North of 14th Streset Infrastructure Project, City of Miami Beach Public Works Department, Miami Beach, Ft - Longitude performed topographic survey with elevations every 100 feet; right-of-way analysis; collected drainage and sanitary invert information; collected trees, palms, concrete slabs, sidewalks, signs, fire hydrants, above -ground utilities, poles, catch basins, manholes, overhead lines, etc. Mr. Suarez served as the Chief Surveyor and Principal on this contract. Bike Lanes, City of Doral, Doral, FL - Longitude performed a Topographic Survey that included the following information: Paved areas, edge of pavements, sidewalks, flow lines, bark of curbs, medians, walls, trees, palms, hedges, walkways, entrances, signs, signal mast arms, catch basins, manholes, inlets, valves, valve boxes, guardrails, light poles, meters, electric boxes, security house, power poles, overhead lines, fire hydrants, utility pedestals, etc. all within the survey corridor. Cross- section elevations were taken at 100 -foot intervals, including high/low Points, crown of road, edges of pavement, sidewalk (front and back), and right-of-way/property, line elevations. Where curb and gutter were present, edge of pavement, flow line and top of curb elevations, and the high points and low points along the curb and guner (flow line) to determine the length and direction of flow of storm water runoff. Inverts were provided for all storm and sanitary structures within the limits of the survey with the following to be provided; grate elevations, pipe sizes, invert elevations and direction of flow; and structure bottom elevations. Mr. Suarez served as the Chief Surveyor and Principal on this contract. Village of Pinazres6 Proposed Bike Lanes, Pinecrest, Fl Mr. Suaret, is the Chief Surveyor and Principal on this contract. Longitude performed and prepared a Boundary and Topographic Survey, including locating all edges of Pavements, sidewalks, driveways, Bre hydrants, water meters, manholes, catch basins, etc. obtained a 50 -foot cross-section elevation throughout survey limits to include elevations at the centerline of Rights -of -Way, edges of pavements, and at the existing crown of the road. Dowsgn Envebce 10 3e74FBc421c34OBE-6o56-51613483DW0 v�+,.i„4110X1 Or 1.0101EA fE.EM DANIEL FERRERA SENIOR SURVEY TECHNICIAN ret Mr. Ferrera has 18 years of experience in the surveying profession. He currently - oversees our entire Production line and is proficient In the following software and hardware; AutoCAD, Carlson, Land Development, MicroStation V8, Ge spak, CAICE Leica Office 8.2 Trimble, M5 Office Suite, Total Stations, electronic levels, and GPS. Daniel is a team player that brings knowledge and experience to any project. Citiwide Surveying and Mapping Services, City OF Miami Beach Public Works 4 Department, Miami Beach, FL servedni - Mr. Ferrera Seor Survey Technician on this contract. Longitude Surveyors' (ILS) scope of services under this contract Included topographic and as-buih surveys, Geographical Information System (1315) databases and data sets for the projects in the Public Works Department and Capital Improvement Program. Survey Limits: 14 Street Miami Beach: • IS collected all above -ground improvements within the Survey limits, such as INDUSTRY TENURE but not limited to electric infrastructure (poles, street lighting, Power and 18 years telecommunication poles or cabinets, etc.), sidewalks, walkways, fencing, signs, lights, any above -ground utilities, fire hydrants, valves, edge of the pavement. LONGITUDE TENURE • LS collected elevations equivalent to a SO -foot grid within Survey limits. 9 years a LS provided the following for all drainage structures and sanitary sewer EDUCATION manholes: rim elevations, invert elevations, Invert direction. Size, and bottom of AA, Miami Dape, College (2003) structure elevations, provided the structures are clear of debris. KEY EXPERIENCE Euclid Avenue from night of way to right Of way from 11th Strew to Lincoln Road, ALTA Surveys City of Miami Beach Public Works Department, Miami Beach, FL - Longitude (LS) Topographic Surveys Performed a boundary, tree and topographic Survey to include the following Boundary Surveys information: LS collected all the above ground features, including but not limited to; construction Layout buildings, trees, pavements, sidewalks, curb and gutters, overhead power lines, Rigracf-Way Mapping Power poles, light poles, signs, manholes, handicap ramps, drop curbs and any other Digital Terrain Modeling above ground features within the limits. LS obtained existing spot elevations throughout the corridor to include elevations at approximately SO foot intervals, including crown of road, and at high low points throughout the survey limits. Mr. Ferrera served Senior Survey Technician on this contract. Alton Road, from 10 Street to 3 Street, City of Miami Beach Public Works Department, Miami Beach, Fl Longitude located all manholes and collected rim elevation, bottom elevation, pipe invert, and pipe diameter on Alton Road, from 10 Street to 3 Street. Vertical control was established from 2 separate benchmarks and a three -wire bench run. Located sewer manholes and only provided rim elevation, bottom elevation, pipe invert, and pipe dia meter for each. Mr. Ferrera served Senior Survey Technician on this contract. Alton Road- Lincoln Road Bicycle Corn 1, City of Miami Beach Public Works Department, Miami Beach, FL - Mr. Ferrera served Senior Survey Technician on this contract. Longitude Surveyors (LS) performed a Topographic Survey to include the following: established the boundary, rights-of-way limits, and easements for the subject property. Ensured to show all easements. LS ordered a tide search from an Abstract Company. LS collected all above -ground improvements within the survey limits such abut not limped to: paved road, sidewalk, curb and gutter, building .� facades, signs, light poles, all visible above diameter at b utilities, trees/palms, striping, etc. LS collected all trees having a 3 -Inch diameter a[ breast height or higher. LS also MIAMI •f RCN 41n 1LREEr: em No }e.i-lsefm '4a' 1 OWtlnraTIONS OF FAMORA rfAM DANIEL FERRERA SENIOR SURVEY TECHNICIAN page 2 oft collected elevations equivalent to a 25 -foot grid within Survey limits and provided the client a tin file IDTM). All elevations were referenced to the National American Vertical Datum 1988 (FAVORS). The survey was geo-referenced to the Florida State Plane Coordinate System, Florida East Zone 0901, North American Datum (NAD83) adjustment of 2011(NAD83/7011). Pennsylvania Avenue, from IS Street to Espanola Way, City of Miami Beach Public Works Department, Miami Beach, FL Longitude prepared a Topographic/Tree Survey along Pennsylvania Avenue from 15 Street to Espanola Way and extending fifty (50) few in all directions at intersections in Miami Beach, FL Ver iol control was established from 2 separate benchmarks and a three -wire bench run. Horizontal control: Florida State Plane NAD83/11. Vertical central: NAVD88. Right of way analysis. Improvements: trees, palms, shrubbery, curbs and gutters, sidewalks, landscaped areas, pedestrian walkways, bike paths, wheelchair ramps, paved roads, buildings, fences, mailboxes, stairwells, parting spaces, signs, posts, fire hydrants, aboveground utilives, poles, overhead lines, guy wires, masts, culverts, guardrails, headwalls, end -walls, and other significant above -ground improvements. Identify surfaces present, i.e., concrete, gravel, asphalt, etc. Identify location, length, material type, and height above finished grade of ail fences within the Survey Limits. Elevations: 100 -foot grid. Collect crown of the road, back of the sidewalk, edge of pavement and top of curb and lowest adjacern/highest adjacent elevations. Tree Survey: all trees and palms having a three (3) inch diameter or greater at beast height (DBH) or being twelve (12) feet in height or greater to include common name. Mr. Ferrera served Senior Survey Technician on this contract. West Avenue Parking & Pump Station Lw, City of Miami Beach Public Works Department, Miami Beach, Ft - Longitude ILS) Performed a boundary and topographic survey. Collect all rights-of-way and property lines for the project area, all side lot lines and adjacent properties will W shown graphicallylocate all above ground improvements such as, but not limited to; sidewalks, curb and gutters, paved roads, parking spaces, trees, overhead and ground utilities, fences, signs, light Poles, Power Poles, fire hydrants, manholes, catch basins, valves/valve boxes, and any other significant aboye-ground improvements. Obtain elevations equivalent to a twenty-five (25) foot grid throughout the Survey Limits. Collect rim elevations, bottom elevations and inverts of all drainage and sanitary structures. 6 will attempt to determine pipe diameters and material of all drainage and sanitary structures within the Survey DmRs. Set control points/temporary benchmarks. Mr. Ferrera served Senior Survey Technician on this contract. Design Build SemlEes for West Avenue Improvements Phase II North of 14th Streeet Infrastructure Project, City of Miami Beach Public Works Department, Miami Beach, FL- Longitude performed topographic survey with elevations every 100 few; right-of-way analysis; collected drainage and sanitary invert information; collected trees, palms, concrete slabs, sidewalks, signs, fire hydrants, aboveground utilities, poles, catch basins, manholes, overhead lines, etc. Mr. Ferrera served Senior Survey Technician cin this contract. Bike Lanes, City of Doral, Doral, FL - Longitude performed a Topographic Survey that included the following information: Paved areas, edge of pavements, sidewalks, flow lines, back of curbs, medians, walls, trees, palms, hedges, walkways, entrances, signs, signal mast arms, catch basins, manholes, inlets, valves, valve boxes, guardrails, light poles, meters, electric boxes, security house, Power poles, overhead lines, fire hydrants, utility pedestals, etc. all within the survey corridor. Cross- section elevations were taken at IODfootIntervals, including high/low points, crown of road, edges of pavement, sidewalk (front and back), and right-of-way/property line elevations. Where curb and gutter were present, edge of pavement, flow line and top of curb elevations, and the high points and low points along the curb and gutter (flow line) to determine the length and direction of flow of storm water runoff. Inverts were provided for all storm and sanitary structures within the limits of the survey with the following to be provided; grate elevations, pipe sixes, invert elevations and direction of flow; and structure bottom elevations. Mr. Ferrera served Senior Survey Technician on this contract. Village of Pinecrest, Proposed Bike lanes, Pinecrests FL- Mr. Ferrera served Senior Survey Technician on this contract. Longitude performed and Prepared a Boundary and Topographic Survey, including locating all edges of pavements, sidewalks, driveways, fire hydrants, water meters, manholes, catch basins, etcobtained a SOfootcrow-section elevation throughout survey limits to include elevations at the centerline of Rights -of -Way, edges of pavements, and at the existing crown of the road. Docusgn Envebpe I 2e14Fec4-ETC34D6E.8056-5l6lB483DWO - .,,,r. r,CxiIOXS of YR OYOSeP Tli.eM '.19r' PY4LIiIC1ilOX5 Oi MOGOSfR!!xM DANIEL RODRIGUEZ DANIEL RODRIGUEZ SENIOR SURVEY TECHNICIAN SENIOR SURVEY TECHNICIAN Page 2 of t Mc Rodriguez has II years of experience in the surveying profession. He started out as a CADO Technician and now serves as CADD Manager supervising other LS collected all trees having a 3 -Inch diameter at breast height or higher. IS also collected elevations equivalent o a 25 -foot CADD Technicians and staff. Daniel has experience working in all areas of Land grid within Survey limits and provided the client a tin file (DTM). All elevations were referenced to the National American Surveying using the standard methods, practices and procedures for all ofthe Vertical Datum 19H(NAVD88). The survey was geo-referenced to the Florida State Plane Coordinate System, Florida East following: ALTA Surveys, Topographic Surveys, Boundary Surveys, Construction Zone 0901, North American Datum (NAD83) adjustment of 2013 (NAD83/2011). Layout, FOOT S urveying Procedures, and Right -of -Way Mapping. Pennsylvania Avenue, from IS Street to Espanola Way, City of Miami Beach Public Works Department, Miami Beach, FL - Citiwide Surveying and Mapping Services, City of Miami Beach Public Works Longitude Prepared a Topographic/ Tree Survey along Pennsylvania Avenue Runt 15 Street to Espanola Way and Department, Miami Beach, Fl Mr. Rodriguez served as Survey Technician on this extending fifty (50) feet in all directions at Intersections in Miami Beach, FL. Vertical mnmol was established from 2 separate contract. Longitude Surveyors' ILS) scope Of services under this contract included benchmarks and a three -wire bench run. Horizontal control: Florida State Plane NA083/I1. Vertical control: NAVDHB. Right of topographic and as -bulk surveys, Geographical Information System (GIS) databases way analysis. Improvements: trees, palms, shrubbery, curbs and gutters, sidewalks, landscaped areas, pedestrian walkways, and data sets for the projects in the Public Works Department and Capital bike paths, wheelchair ramps, payed roads, buildings, fences, mailboxes, stairwells, Parking spaces, signs, Posts, fire hydrants, Improvement Program. above -ground utilities, poles, overhead lines, guy wires, masts, cuivem, guardrails, headwalls, end -walls, and other significant Survey Limits: 14 Street Miami Beach: above -ground improvements. Identify surfaces present, i.e., concrete, gravel, asphalt, etc. Identify location, length, material e LS collected all above -ground improvements within the Survey limits, such as type, and height above finished grade of all fences within the Survey Limits. Elevations: 100 -foot grid. Collect crown of the but not lim ited to electric infrastructure(poles, street lighting, power and road, back of the sidewalk, edge of pavement and top of curb and lowest adjacant/highest adjacent elevations. Tree Survey: INDUSTRY TENURE telecommunication poles or cabinets, etc.), sidewalks, walkways, fencing, signs, all trees and palms having a three (3) inch diameter or greater at breast height(DBH) or being twelve(12) feat in height or IS years lights, any aboveground utilities, fire hydrants, valves, edge Of the pavement. greater to include common name. Mr. Rodriguez served as Survey Technician on this contract. e IS collected elevations equivalentto a SOfo& grid within Survey limits. LONGITUDE TENURE R LS provided the following for all drainage structures and sanitary sewer West Avenue Parking & Pump Station Lot, City of Miami Beach Public Works Department, Miami Beach, FL - Longitude (LS) 9 Years manholes: rim elevations, invert elevations, Invert direction. Size, and bottom of performed a boundary and topographic survey. Collect all rights-of-way and property lines for the project area, all side lot structure elevations, provided the structures are clear of debris. lines and adjacent properties will be shown graphically. Locate all above ground improvements such as, but not limited to; EDUCATION sidewalks, curb and gutters, paved rounds, parking spaces, trees, overhead and ground utilities, fences, signs, light poles, power AA, Miami -Dade College 2003 g ( ) Euclid Avenue Brom right of way m right of way from 11th Sleet Lincoln Read, poles, (ire hydrants, manholes, catch basins, valves/valve boxes, and any other significant aboveground improvements. ..'4 City of Miami Beach Public Works Department. Miami Beach, — longitude (LS) L Obtain elevations equivalent to a twenty-five (25) foot grid throughout the Survey Limits. Collett rim elevations. bottom Federal ATIONS theFL performetla boundary,treeall and topographicfeatues Survey to include thefollowingdrainage elevations and inverts of all drainage and sanitary structures. IS will attempt to determine pipe diameters and material of all Federal Aviation Administration information: LS collected all the above ground features, inducting but not limited to; and sanitary structures within the Survey Limits. Set control ointstem 8 ry Y P / porary benchmarks. Mc Rodriguez served as Department of Transportation p Po buildings, trees, pavements, sidewalks, curb and utters, overhead esr P e power lines, power Survey Technician on this contract. Remote Pilot Certification poles, light poles, signs, manholes, handicap ramps, drop curbs and any other above Design -Build Services for West Avenue Improvements Phase 11 North of 34th Streeet Infrastructure Project, City of Miami Certificate No. 4510516 ground features within the limits. LS obtained existing spot elevations throughout the Beach Public Works Department,MiamiBeach,FL — Longitude performed topographic survey with elevations every 100 feet; corridor to include elevations at approximately 50 foot intervals, Including crown of right-of-way analysis; collected drainage and sanitary invert information; collected trees, palms, concrete slabs, sidewalks, Certified Survey Technician road, and at high low points throughout the survey limits. Mr. Rodriguez served as signs, fire hydrants, aboveground utilities, poles, catch basins, manholes, overhead lines, etc. Mr. Rodriguez served as Survey Level 111 Computer Operator Survey Technician on this contract. Technician on this contract. No. 0617-5708 Alton Road, from 10 Street to 3 Street, City of Miami Beach Public Works Bike Lanes, Ci of Doral, Doral, FL - Longitude Performed a Topographic Survey ng information: City g pe purrs hie Sury that included the /hedge Department, Miami Beach, Fl Longitude located all manholes and collected rim elevation, bottom elevation, pipe invert, and pipe diameter on Alton Road, from 10 Paved areas, edge of pavements, sidewalks, Row lines, back of curbs, medians, walls, trees, palms, hedges, walkways, Street to 3 Street. Vertical control was established from 2 se pirate benchmarks and a entrances, signs, signal mast arms, catch basins, manholes, inlets, valves, valve boxes, guardrails, light poles, meters, electric bench run. Located sewer manholes and only provided rim elevation, boxes, security house, power poles, overhead lines, fire hydrants, utility pedestals, etc, all within the survey corridor. Cross - otto bottom Survey Technician pipe invert, and pipe diameter for each. Mr. Rodriguez served as section elevations were taken at 1004cot intervals, including high/low points, crown of road, edges of pavement, sidewalk Survey Technician on this contract. (front and back, and ri htof-wa elevations. Wherecurbpresent,edgeflow line ) 8 rty,points utter wereand of pavement,determine he high ndlo curband and top of curb elevations, and the high paints and low points along the curb and gutter (Raw line) to determine the length to the Alton Road— Lincoln Bicycle Corral, City of Miami Beach Public Works and direction of flow of storm water runoff. Inverts were provided for all storm and sanitary structures within the limits of the each Department, Miami Beach, Fl � Mr. Rodriguez served as Survey Technician on this survey with the following to y 8 provided; grate elevations, pipe sizes, invert elevations and direction of flow; and structure contract. Longitude Surveyors (LS) performed a Topographic Survey to include the bottom elevations. Mr. Rodriguez served as Survey Technician on this contract. following: established the boundary, rights -of way limits, and easements for the Village of Pinecrest, Proposed Bike lanes. Pinecrest, FL- Mr. Rodriguez served as Survey Technician on this contract. L subject property. Ensured to show all easements. LS ordered a title search from an Longitude performed and prepared a Bounds and Topographic Y H 8 d8 pavements, sidewalks, p p P Boundary hogs hie surve , indulin all edges o/ Abstract Company. IS collected all above -ground improvements within the survey driveways, fere hydrants, water meters, manholes, itch basins, etc. obtained a SOfoot oosssection elevation throughout fKt cr limits such as, but not limited to: paved road, sidewalk, curb and gutter, building survey limits to include elevations at the centerline of Rights -of -Way, edges of pavements, and at the existing crown of the LOfJ(�fTlIOE SORVEYOFiS facades, signs, light oles, all visible above- 8 g p ground utilities, trees/palms, striping, etc. road. XUMr aGCX Mr Stiff r 9 U ry o ]o.l rr.rv0 Co Sqn EnroWp ID 2874FBC"7C34ME.6056-5161B463DMO r'1 LONGITUDE SURVEYORS/ RELLVAN I r PROJECTS S Citiwide Surveying and Mapping Services City of Miami Beach Public Works Department CLIENT CONTACT: City of Miami Beach Public Works Department Mr. Gianurlos Pena 1700 Convention Center Drive Miami Beach, FL 33139 Ph: 305.673.7000 x6343 Email: GianurloPena@)miamibeachfl.gov Longitude Surveyors' (LS) scope of services under this contract included topographic and as -built surveys, Geographical Information System (GIS) databases and data sets for the projects in the Public Works Department and Capital Improvement Program. Survey Limits: 14 Street Miami Beach: • LS established Horizontal and vertical control. Horizontal control was geo-referenced to the Slate Plane Coordinate System (Florida East Zone NAD 83/201 (1). Vertical control was referenced to NGVDI.929 Datum, unless otherwise specified by the client before Notice to Proceed. LS collected all above -ground improvements within the Survey limits, such as but not limited to electric Infrastructure (poles, street lighting, power and telecommunication poles or cabinets, etc.), sidewalks, walkways, fencing, signs, lights, any above -ground utilities, fire hydrants, valves, edge of the pavement. LS collected elevations equivalent to a 50 -foot grid within Survey limits. LS provided the following for all drainage structures and sanitary sewer manholes: rim elevations, invert elevations, Invert direction. Size, and bottom of structure elevations, provided the structures were clear of debris. +a 1 1 OUALIFICAPONS OF PROPOSLR 114M Pennsylvania Avenue from 15 Street to Espanola Way City of Miami Beach Public Works Department Miami Beach FL CLIENT CONTACT; City of Miami Beach Public Works Department Mr. Giancarlos Pelia 1700 Convention Center Drive Miami Beach, FL 33139 Ph: 305.673.7000 x6343 Email: GlancadoPena@miamibeachfl.gov �dahaa.:. Longitude prepared a Topographic/rree Survey along Pennsylvania Avenue from 15 Street to Espanola Way and extending fifty (50) feet in all directions at Intersections. Vertical control was established from 2 separate benchmarks and a 3 wire benchrun; Horizontal control: Florida State Plane NAD83/11 Vertical control: NAVD88. • Right of way analysis • Improvements: trees, palms, shrubbery, curbs and gutters, sidewalks, landscaped areas, pedestrian walkways, bike paths, wheelchair ramps, paved roads, buildings, fences, mailboxes, stairwells, parking spaces, signs, posts, fire hydrants, above ground utilities, poles, overhead lines, guywires, masts, culverts, guardrails, headwalls, end -walls, and other significant above ground improvements. • Identify surfaces present, i.e. concrete, gravel, asphalt, etc. • Identify location, length, material type, and height above finished grade of all fences within the Survey Limits. • Elevations: 100 foot grid. Collect crown of road, back of sidewalk, edge of pavement and top of curb and lowest adjacent/highest adjacent elevations. • Tree Survey: all trees and palms having a three (3) inch diameter or greater at breast height (DSH) or being twelve (12) feet in height or greater to include common name • Locate all corners of public structures within the Survey Limits • Collect inverts— DRAINAGE AND SANITARY DocuSipn Envelope ID 2B74F8C4-87C34D6E-BD66-5161 B4B3DD60 i. AnO.S OF PROFr c; - Convention Center Drive & 17 Street Fire Flow Improvements No. 5 City of Miami Beach Public Works Department Longitude performed topographic survey, design of new fire lines at the following locations: .iVAUREADONS OF PROPOSER TEAM Euclid Avenue from right of way to right of way from 11th Street to Lincoln Road, City of Miami Beach Public Works Department , ml Beach_ FI CLIENT CONTACT, AConvention Center Drive & 17 Street CLIENT CONTACT: City of Miami Beach APine Tree Drive & W 25 Street The Corrradino Group Mr. Public Works Department AIndian Creek Drive & 43 Street Marvin Gulllen, E.1.4055 NW Mr Giancarlos Pena AAlton Road & 20 Street 97 Ave. Doral, FL 33178 1700 Convention Center Drive AMichigan Avenue & 18 Street Ph: 305.673.7000 x6343 Miami Beach, FL 33139 AMeridian Avenue & 5 Street Email:mguillen@corradino.com Ph: 305.673.7000 x6343 Email: Giancar[oPena@miamsbeachfl.gov L L .MMI BEM. AI,I SiRFET'. Pi'M10 112, I1e1NO Longitude (LS) performed a boundary, tree and topographic Survey to include the following information: • LS collected all the above ground features, Including but not limited to; buildings, trees, pavements, sidewalks, curb and gutters, overhead power lines, power Poles, light poles, signs, manholes, handicap ramps, drop curbs and any other above ground features within the limits. LS obtained existing spot elevations throughout the corridor to include elevations at approximately 50 foot intervals, including crown of road, and at high low points throughout the survey limits. D.ouSpn Env k,,. 10. 2874FBC447C3�D E-B058-5181B483D0e0 - urn.........to n. Bike Lanes within the City of Doral Doral, FL �E _ f Nor II( 1 � � -•i J 1 P I: OVAniICNnON50f VRO.OSER IEA. Design Services for Bike Lanes Village of Pinecrest Pinecrest. FL Longitude performed a Topographic Survey that included the Longitude (LS) performed a Topographic Survey to include the following information: following information: • Paved areas, edge of pavements, sidewalks, flow lines, LS located all, edge of pavements, sidewalks, driveways back of curbs, medians, walls, trees, palms, hedges, (identify if asphalt, concrete, pavers, etc.), fire hydrants, CLIENT CONTACT: walkways, entrances, signs, signal mast arms, catch CLIENT CONTACT water meters, manholes, catch basins, curb and gutters, David Plummer& Associates basins, manholes, inlets, valves, valve boxes, Village of Pinecrest fences, walls, trees, mailboxes, landscaped areas, signs, utility Victor Lee, PE, PIS guardrails, light poles, meters, electric boxes, security house, Mr. Daniel F. Moretti poles (including guy wires), utility castings, and all other 1750 Ponce de Leon Boulevard Coral power pales, overhead lines, fire hydrants, utility pedestals, Public Works Director significant above ground features within the survey limits. gables, Florida 33134 etc, all within the survey corridor. 12645 Red Road Ph: 305.447.0900 Pinecrest, Florida 33156 • LS located all trees within the survey limits and provide the Email: victor.lee@dplummer.com • Cross-section elevations were taken at 1004mt intervals, Ph: 305.669.6916 diameter "only" for each tree. including high/low points, crown of road, edges of pavement, Email: dmoretti@pinecrest-fl.gov sidewalk (front and back), and right-of-way/property line • LS obtained 50 -foot cross section elevations throughout the elevations. survey limits to include elevations at centerline of Rights of Way, edges of pavement, and at existing crown of road. • Where curb and gutter were present, edge of pavement, Elevations were also taken at all high/low points, front and Flow line and top of curb elevations, and the high points and back of sidewalks, back of curbs, existing driveways, and L low points along the curb and gutter (Flow line) to determine drainage inlet grates where apPliwble, the length and direction of Flow of storm water runoff. Inverts were provided for all storm and sanitary structures 1� within the limits of the survey with the following to �p�f11tp� S be provided; grate elevations, pipe sizes, invert elevations and 3lJRV�/ORS direction of Flow; and structure bottom elevations. YIAYI e[ACX AItI51RfEI: BiO he In.i Itn NI. -----------r � I Longitude performed a Topographic Survey that included the Longitude (LS) performed a Topographic Survey to include the following information: following information: • Paved areas, edge of pavements, sidewalks, flow lines, LS located all, edge of pavements, sidewalks, driveways back of curbs, medians, walls, trees, palms, hedges, (identify if asphalt, concrete, pavers, etc.), fire hydrants, CLIENT CONTACT: walkways, entrances, signs, signal mast arms, catch CLIENT CONTACT water meters, manholes, catch basins, curb and gutters, David Plummer& Associates basins, manholes, inlets, valves, valve boxes, Village of Pinecrest fences, walls, trees, mailboxes, landscaped areas, signs, utility Victor Lee, PE, PIS guardrails, light poles, meters, electric boxes, security house, Mr. Daniel F. Moretti poles (including guy wires), utility castings, and all other 1750 Ponce de Leon Boulevard Coral power pales, overhead lines, fire hydrants, utility pedestals, Public Works Director significant above ground features within the survey limits. gables, Florida 33134 etc, all within the survey corridor. 12645 Red Road Ph: 305.447.0900 Pinecrest, Florida 33156 • LS located all trees within the survey limits and provide the Email: victor.lee@dplummer.com • Cross-section elevations were taken at 1004mt intervals, Ph: 305.669.6916 diameter "only" for each tree. including high/low points, crown of road, edges of pavement, Email: dmoretti@pinecrest-fl.gov sidewalk (front and back), and right-of-way/property line • LS obtained 50 -foot cross section elevations throughout the elevations. survey limits to include elevations at centerline of Rights of Way, edges of pavement, and at existing crown of road. • Where curb and gutter were present, edge of pavement, Elevations were also taken at all high/low points, front and Flow line and top of curb elevations, and the high points and back of sidewalks, back of curbs, existing driveways, and L low points along the curb and gutter (Flow line) to determine drainage inlet grates where apPliwble, the length and direction of Flow of storm water runoff. Inverts were provided for all storm and sanitary structures 1� within the limits of the survey with the following to �p�f11tp� S be provided; grate elevations, pipe sizes, invert elevations and 3lJRV�/ORS direction of Flow; and structure bottom elevations. YIAYI e[ACX AItI51RfEI: BiO he In.i Itn NI. MwIlign Enrebpe ID, 4174FBC ?CNWEBDS//&M`IIMBSD0611 LONGITUDE SURVEYORS/ LI V L N.5 tb State of Florida Department of State I c m fv hnm Ibc rmm& ofibis o im Mel LONONPDE SURVEYORS, LLC n Iimi1W lubl Illy mmwny Ir the Iw.'.dlhe Na¢of FMmda. Ill W on March 12,2IM. Ibc dmVmml mm,hm of I .F I.W I Wiliry mmwny iF L0100001951/. I f.M m01(b Ihw.vid Innlld Whlblr-.,, ho-. p.ld MI (ms due Ihi. nl lice gh IYmnhm 31, SU: I.Ihm n mml mmmm wl mp w�. MW ,Ic I&. 3, 21121..4 IIW da.I., 1t xcLK. Grw anter q Fen/end Me 4m/.Sexl a/Mr \wrc of IlnnAn mT IfvAv...e. rFe (uynM rF.. Secw.,y fSwe 16 IFe l 1. OU>Llf 11.11.14S Of PPOPOSEn 1FFFI ...cn.wr ll�Ul[..�lui u�n.�ur R�rryn. 64 PMmIa KWrvm/+r slaMpmBnN: 5aeu ou.n vuaYr"Y u. (trtr[_��mi oacesga TzY`'' SF GEO/KEHEKSUNNEL RESUME & LICENSES RAS KRISHNASAMY, P.E. Prvsldenq Principal Engineer 34 Years of Professional Experience li Education MS in Geotechnlol Engineering Urdverdty of Memphis 1995 BS In Civil Engineering Chrlstlan Brothers University, 1987 Diploma/1984/Electronic Engineering Malaysian Air Force Institute Professional Organization and Registration Professional Engineer: Florida. 53567 Water Well Contractor, Florida, 11346 Certified OSHA Supervisor Certified Environmental Consultant Professional Experience Mr Raj Krishnasamy, P.E., President and Principal Engineer of TSFGeo, is a Florida Stats Registered Geotechnical Engineer with over 34 years of experience. Mr. Krishnasamy oversees the geotechnical engineering construction materials testing and inspection services operations. His experience consists of successfully completing over 5,000 public and private projects. He serves as Project Manager for continuing contracts with over 20 Florida public agencies. He has a history of repeatedly retaining those contracts through successful. costeffective, and prompt execution of each task order. Mr. Krishnasamy's daily involvement with the in-house and field operations of the construction and geotechnical services departments provides him the "hands - an" experience and knowledge of current mostruction codes and construction practices throughout the State of Florida. Mr. Krishmsamy and his highly expenenmd team focus on providing the client with a consistently accurate. cost-effective quality product that Is delivered on time and within budget Relevant Project Experience • Roadway Improvements to NW 360 Avenue from North River Drive to NW 36v Street, Miami -Dade • Roadway Improvements to NW 33rd Street Btw NW 97th Ave & NW 87u. Doral • Roadway Improvements to NW 89ts Ave Roadway and Drainage Improvements, Miami lakes • Roadway Improvements to NW 7th Street from NW 79th Avenue to NW 76th Avenue, Miami • Roadway Improvements to SW 216111 Street from SW 112th Avenue to SW 127th Avenue, Miami • Roadway Improvements to SW 90th Ave and SW 32nd Street, Miami • Roadway Improvements to SW 42 Street (Bird Read Extension) From SW 162 Avenue in SW 157 Avenue, Miaml-Dade County • Vista Verde Phase 4, Roadway and Drainage Improvement, Miami Gardens • Charles Avenue from Main Highway to South Douglas Road, Miami, • NW 107^ Ave from 58� to NW 741h St, Dara] • Be] Harbor lefty Improvement Project Mimm-Dade County • Most Arms at NE 42^a Street, Miami • Bricke0 Backyard Phase 1, Miami • W Fern Street from Duval Ave to SW 102 Ave Drainage Improvements, Miami -Dade County • Cocop]um Cimlem SW 42nd Ave and SW 72nd St, Miami -Dade County • 1952 W. Flagler Street Mlami-Dade Counry • SR -997 Cu]vertat Krome Avenue and Canal 102, Miami • La Pastorlta Neighborhood Roadway Improvements Study (Phase l), Miami • South Florida DMS Improvements& Replacements, Miami -Dade County • SR-821(HEFT) from North of SW 40th St. to SR -836. (Dolphin Expswy), Miami -Dade County -1 1111 rnli 4s or Fucos[, tuM tate Elf r�rib ®xBPE xeVt srarserweaoa tt � gra limrb of Prufrssisnml Eninni T Radf6dfxls ._as_ Duo a'Yyss -�}'�- •.vs•� ��rwws�.�wsa Tierm South Florida Inc, CA 28073 No Expiration Data State of Florida Department of State M1 •.�•!• w Yom•+nr� a wm„ei u .srt^fes' ry Rai Krishnasamy, PE FL PE 53567 Expires 2/28/2023 CAGED ria oocusieu Envebp• 1D. 2874Fnc4-e7c34o6E.BD55-51e1e4E3ooso CPMNA/KLY NtKSUNNLL RESUMES C N/ ANGEL GURREA Se It OVanfICAI IONS OF PPOPMFA TEAM Indhez JC Penne)' Ram Ederly, Inc. King's College I.. Devdopen, Inc. Luis Mudoz Marin Into[ Airport -Carolina Marketing International Center Marshall Stores Medtronic Microsoft Morgan and Morgan Nesd! Neva Development Nous Dame Elementary School Open Mobile Pavia Health Pfizer Global Manufacturing Pioneer Hi -Bred In¢mational Puerto Rico Aqueduct & Sewer Authority Puerto Rico At National Guard Puerto Rico Army Nacional Guard Puerto Rico College of Physicians Puerto Rico Industrial Drvelopmem Co. Puerto Rim Infrastructure Financing Authority Puerto Rica Public -Private Pamteships Authority Puerto Rica Tourism Company Rincon Health Center Roche Diagnostics Sachs, Construction San Lucas Episcopal Hospital Sartorius Stedun Seas Holding Company Sistema Univenutan. Ana G. Mendez Siemens Transportation Partnership SPS Specialty Pharmacy The Semblee Company TJMame Toren I., Inc. Toyota de Puerto Rico United Surety and Indemnity Company University of Puerto Rico US Caart Guard US Department of Defense Vomado Realty Trost Water Chilton Wyndham Vacation Ownership US Cust. & Border Protection University of Puerto Rico (UPR), Rio Piedras & Humacao Campuses Damage Assessment and Cost Estimates Project Prepare cost esrmurc, for buildings mrd faciGdes ar the CPR's Rio Padres and Humaom Campuses iffeaN dung 2018 horacane rands. These ropuses consist of., er 100 buildings %ah differem np r of educatimsl f ooiities such as clulntoms,labmmomr,ks-utg quarters, theatres mWuffice hoilkhoo ,amongothers. Department of Veterans Affairs (Owner) - HDR Architecture, Inc. (Client) Building One Seismic Corrections Phase 3 Project Prowalcd deeukd project cost esnmates for the constmaxn activines as per drawirsgs, spetifications and general mmknans rt fomsnnn Cruise Ports Public -Private Patmaships Authority Poled cost ertinwrng serr,as for Itis public-private partnership Project with an esrintured mnstmetion ant of $ -V) rollers. US Army Corps of Engineer (USAGE), JadsonvRle District - Custom and Border Patrol Ramey Sector and Station Improvements & Dog Kennel Pmvolyd mut nnlnarigq scrcnrs for this DrsipnBal Build prujat af$4.6 mJlion. Engineering Cost Departsnern Manager. Redondo Corstaictitn Corp., Guayrubo, PR January 1978 - March 2102 Pmry¢r, Purim Rico Highxxv Authority, Cndp of Engineer, Aqueduct Authority, Puerto Rico Munietpalincs ��Mw Sanfor Esdrnstor OVERVIEW Mr. Gursa has furry (MI) 7rars of eipertmor, in estimating and sous, .tea -� control for the co ioneaon mdums, tut both public and prI projects. He has been responsible for preparing and S,-A.ring cost esrimora., preparing cost code brrakdnsms, quanntt ukeof&, cost control and hkl estimates. PROJECT EXPERIENCE KeVQLwIHIo:ilitions Responsible for The etaivatino of cost estimates, based on drawings, • Cummeasi specifications, And (other information, submitted by A/E firms, connacros • Correctional 1 -anodes And sub-usntmemrs no mtsure, eccuncc and completeness. Prepare cost • Ed icatinn:d Immmions Estimates for pmjecs being developed m -house. Assist in the pnparsnun • FedcEA(Immmmr of construction bid packages. W(ork in he analysis and esaluation of proposals And quotations from contractors or suppker. In addition, • Famcsal respomdde for est nurc quaram rakmffs, into aoth s/pacing for bid • Healthcare estunarrs, change orders evaluations, project minis and meentyr for :dl • HoSpbslln retired acdvnes. is Medical Ucv¢es • Phanmuceonad 3R Management • Retail Abbott Laboratories • &tad hdoaewcture Affordable Care, Inc. • I'Anspommon Anagen Manufacturing Arco. Dorados SA. (MCDonWd'a) • Nater & V4asreuater Alliance Consulting Group Infsstnuwe ASA Carlton Odutdtion Banco Popular Bn9rn Scientific rce- Bitclw oi.hnc Brirol-aMyeraSquibb Cad Enpixrring. L'rtiremm of Porn„ Camuv HeWrh$mice Rao dLtagiu-z C.N. Comprehermsise Cancer Center Ifs..,Lrenae NumlArr(1K-Inn Covidien Curtis Instruments Dept, of Correction & Rehabilitation I(RIIwincatlplq Department of the Army • Un ween Takeoff 1lsrmamtg Dept. of Transportation and Public Works Program Designer Eyes Eaono Supermarkets • Timberline Exurnatumg Ethicon Pharmaceutical Program General Serest Administration • Cost Lsnmaror Seminlsr Goverment Doeclopmem Bank (Burrrch'I"ahnoIcW hat mrc Hanscomb- UPR Aasessmint )f or Cemfied Professional Hewlett Packard L,6.t,os is OSf H 1B Brut Tenors, in Constint on ;Afen' & I lealth • Record Kespusg To imw f'_9 CI R 1'R4l) Se It OVanfICAI IONS OF PPOPMFA TEAM Indhez JC Penne)' Ram Ederly, Inc. King's College I.. Devdopen, Inc. Luis Mudoz Marin Into[ Airport -Carolina Marketing International Center Marshall Stores Medtronic Microsoft Morgan and Morgan Nesd! Neva Development Nous Dame Elementary School Open Mobile Pavia Health Pfizer Global Manufacturing Pioneer Hi -Bred In¢mational Puerto Rico Aqueduct & Sewer Authority Puerto Rico At National Guard Puerto Rico Army Nacional Guard Puerto Rico College of Physicians Puerto Rico Industrial Drvelopmem Co. Puerto Rim Infrastructure Financing Authority Puerto Rica Public -Private Pamteships Authority Puerto Rica Tourism Company Rincon Health Center Roche Diagnostics Sachs, Construction San Lucas Episcopal Hospital Sartorius Stedun Seas Holding Company Sistema Univenutan. Ana G. Mendez Siemens Transportation Partnership SPS Specialty Pharmacy The Semblee Company TJMame Toren I., Inc. Toyota de Puerto Rico United Surety and Indemnity Company University of Puerto Rico US Caart Guard US Department of Defense Vomado Realty Trost Water Chilton Wyndham Vacation Ownership US Cust. & Border Protection University of Puerto Rico (UPR), Rio Piedras & Humacao Campuses Damage Assessment and Cost Estimates Project Prepare cost esrmurc, for buildings mrd faciGdes ar the CPR's Rio Padres and Humaom Campuses iffeaN dung 2018 horacane rands. These ropuses consist of., er 100 buildings %ah differem np r of educatimsl f ooiities such as clulntoms,labmmomr,ks-utg quarters, theatres mWuffice hoilkhoo ,amongothers. Department of Veterans Affairs (Owner) - HDR Architecture, Inc. (Client) Building One Seismic Corrections Phase 3 Project Prowalcd deeukd project cost esnmates for the constmaxn activines as per drawirsgs, spetifications and general mmknans rt fomsnnn Cruise Ports Public -Private Patmaships Authority Poled cost ertinwrng serr,as for Itis public-private partnership Project with an esrintured mnstmetion ant of $ -V) rollers. US Army Corps of Engineer (USAGE), JadsonvRle District - Custom and Border Patrol Ramey Sector and Station Improvements & Dog Kennel Pmvolyd mut nnlnarigq scrcnrs for this DrsipnBal Build prujat af$4.6 mJlion. Engineering Cost Departsnern Manager. Redondo Corstaictitn Corp., Guayrubo, PR January 1978 - March 2102 Pmry¢r, Purim Rico Highxxv Authority, Cndp of Engineer, Aqueduct Authority, Puerto Rico Munietpalincs ��Mw Oowbgn EnwRM 10'. 2874FB 7C3AD6E-8(FW5161B4BaDD60 vwunCA11ONS OF PROPOSER TEAM 'AB l.' 1VRIIiI1Al10H50F PROPOSER "am IVAN ROSADO-PADILLA Estimator PROFESSIONAL PRORIE Mr. Rmado has thirty -bur (9a) years of experience in cost estimating and drafting for a variety of projects in the public and private sectors, including pharmaceutical. He has been responsible for Preparing cart estimates and takeoffs, bill of material, evaluation of change orders, and shop drawings, among others. RaEvearr Esweaurvi Estimator Puerto Rico Highways and Transportation Authority - Salinas Weigh Station PR -25 (Hurricane Maria Damages) Bristol-Myers Squibb, Mmmti - Revision of Ornamental Fence Command Post Rl Premium Outlets, Barceloneto - Kipling Store Suite #'905 Evaluate, estimate, and present cast estimates in order to prepare projects' budget. Provide urformation to suppliers to obtain cost proposals and quotations. Evaluate and approve change orders. Visit project sites to evaluate cost estimates and bid process. Estimator: Steel Services & Supplier, Inc. Prepare cost Estimates of structural steel projects. Professional Services 1012.2015 Schools for 21st Century Modernization Program Comprehensive Cancer Center (structural, concrete and finishes cast estimating) Auxillo Mutuo Hospital (analysis ofchonge orders) Provided professional services in cost estimating for a variety of projects including above mentioned; contracted by Design -Build and 1M Caribbean. Steel & Pipes Coordinator In charge of material supplies for structural steel projects and cost estimates of miscellaneous steel. Steel Services Preparation of structural shop drawings and cost estimates. Renewable & Integrated Solution Inc. Preparation of shop drawings for photovoltaic systems and sales. Estlma nu/Draftsman: Three 0 COnitruction, SE Department of Defense at Fort Buchanan, Air National Guard Radar Facilities, USGC Communication Buildings, police station and equipment maintenance building, multistory parking, theaters, hospitals, schools, dwellings, scientific research center and universities MIAMI a S.C. nn SLRSE I: aO A a IF, 111, ma Anse A Com.ul/Re and Educotlmnl FaripOra Fiveral Government Healehwn Recrem omil Fadnbes Resdawas, Rands Infmstructwir Course M Computer omen, (AutoCAD) Gmduaed from Tumds C an Pay Vocational High Samal ca+nrucnon Drawn Course, 8ayomM, Puerto RFO TreMMP C ff NA IVAN ROSADO-PADILLA Estimator Prepared shop drawings for Me above-memboned facilities. Preparation of Take Off for auctions. Preperabon of shop drawings for manufacturing steel stmdures and furniture, among others. Specialty in structural steel and analysis for purchases (Bill of Material). Preparation of construction drawings in The following areas: site works, roads, parking lots, pipelines, storm and sanitary, retaining walls, A/C systems, electrical distribution, concrete and finishes, among others. Chief Draftsman: Fel pe Nazano & Asocedos Preparation of environmental engineering and landfills shop drawings. Preparation Of shop drawings for residential development proleds, as well as for demolition of structures after the unfortunate explosion of Humberto Vidal building. M Osief Draftsman from 1997 - 1998, In charge of Personnel supervision and administrative work. Draftsman: V111ate & Associates DepartmentofDefertm Preparation of construction drawings far milliary fadlibea. Puerto Rim Highways and Transportation Authority Preparation of shop drawings for mads. Draftsman Puerto Rim housing Department Preparation of construction drawings and modernization of public housing. Draftsman: 20raida Purzell Mterimes & Sanz Interior Preparation of shop and models fm furniture and decoration of commercial and residenov1 interiors. OTIaR E%PERENR lose L Ortiz IS Asociados Preparation Of electrical shop drawings, Ara. Pablo Ojeda / Ara. Miguel Acaron Preparation of shop drawings far preservation of historical structures. Preparation of architectural drawings for residential, commercial and institutional projects. Preparation of mockups for projects. Modules Manufacturing / Gutierrez & Gutierrez Architects Preparation of shop drawings for pre -fabricated commercial and residential projects. Resamom Protect. 29 CFR 19]alaa, rune 2018 Eeirlwm rlrafote Au:oCA02008 Onscreen Take of Excel Ms Word Doculi Envelope ID: 257eF8Ca87Ca aDRE-BDSOS1B1B483DD80 .. .,...., un.r, oI Paowsra a.+• PEDRO PABLO ROSA. PMP, FIT Project Coordinator PROffsslOWsL P0.0NlF Mr. Rosa is a civil engineer with twenty-eight 128) years of eapenence In construction management for projects in the private and public sectors. He has been responsible for coordination of construction activities, daily jobs, supervising field employees, project documentation, quality assurance inspections and revision of shop drawings. He has a strong background in civil projects and Cost estimates, and provides support as part of CPM's Estimating Department. In addition, he supports CPM Academy as instructor of the Project Management Professional (PMP) 35-0r. course. REMEMPERIFHCF Project Coordinator/Estimator'. CPMNA -Abbot Pharmaceuticals - Baldwin School BMS: San PotrKN Office Interiors; Humacao Vernon Product Transfer; Marton Finished Product Refrigerated Warehouse Expansion & PVA Mfg. Suite K2 - BPPR: Buildings & Branches Hurricane Mork Damage Assessments; Popular Center Urban HUB 2015; Sparta Wrestling Club, San Juan, PR; Laces Branch; Cooperarlryo Rafael Carrion, Cemra Europa, San Joan, PR; Mayaguez Swu Branch Bldg, Remodeling, Mayaguez, PR - Camp Santiago Readiness Center, Schon -Omcrt, Haralimarr Innovation Com eq Ponce - Comprehensive Comer Center -Cop rmarfna Beach Resort, Gudnica, PR Downtown Development Hurricane Marfa Buildings Assessments -Econ. Warehouse, Condwras, PR Fine Arts Center Fajardo -FL BuchananCOM. o/lolnt Headquarte0 GonamonLable-Gould, Hurricane All Assessments for state Department Bldg. - Hewlett Packard Project's Budgetfor Proposed Warehouse - Honeywell Aeospace, PR HSBC Building (Primo d) It Merwro Restaurant, Mail.fSan Juan King's College New Facilities Budget Cost for 0% Design, Panama Medtronic Fall Protection, Villalb 1, PR Meridian Zeman Tower (Ponamd) - Miami Palmetto Senior High School - Mkml-Dade Go, Center, Boundary Protection Border Florida Miami -Dade WWTP Basin Clean -Up at South Damn, Florida -Old Navy Plaza Del Sol, Bayamon, PR - Open Mobile Stores Improvements -PRASA: Minor Construction Works PR Army NOlknal Guard: Custom & Border Protection Sector 722, 723 & Dog Kennel - PR College of Physicians: New Building - PRIFA: Schook for the 21st Century Program and CentmlAmencon & Can66ean Wmes 2010 - PR Public -Private Porblerehip Authority: New anuvingluvenile, Treatment Fat,afty Complex - PR Public-Privme Partnership Authority (PRPPPA): Women Correctional Facility Assessment - PRPPPA: Academia de ar Polido de PR, Gordon, Student Dh, UPR Mayaguez, PR; Student Center BLDG Rrravation, UPR Mayaguez, Mayaguez, PR - Rio Mar L., Brach (Ponamd/ - Sachse' Popery Bum Store, Mall of San loan -Satllse: Williams Sonoinu, Mall of San loan -Son Luras Hospital, Ponce -Sartmlm-Sedim Compus Expansion, 5ortorius- Steaim Filters MMT & MC Focilftie; yahoo, PR -kknce City Urban Infrastructure Earthwork -Semens, "Thin Urbana" - IDe Gap Store Prime Outlet Boweloneta, PR -Toyota Facilities Drainage Improvement and WWW Fall Protection, Too Bojo, PR - Toyota Facilities Remodeling, M.RW Rivera Ave., San loon, PR - Toyota Branch New Image Budget, Rio Piedras - US Coast Guam Hounng Mennrename & Repair Phase 2, Aguodflla, PR - US Custom & Border Protection, Ceiba, PR: New Marine Unit in Cefbo University ofpuerto Rim Buildings Branches Hurricane Mod; Damage Assessments .I'.. at.,iIn,r I'li t1'. n.n N. Irl. we.� ac I. I' gYMIHCA11011111111 loa PEDRO PABLO ROSA, PMP, FIT Project Coordinator Areae of E.PM -Mlnos.R: New Guoynobo Office Facilities -Univ. del Esti Carolina, PR: Innovative Incubator North Region Capital Improvement Program (C/P); several projects: - Morgan & Margon - MW Bldg. (Ponamd) /or Food, Hospitality & Technology Bonkna - Navy Operation Support Center, Ft Buchanan - Veterans Affairs Heroes Oam¢ilary San Juan, PR - Rehabilitation of to Virgencito Filtration Plant - Phase 1, Toa Baja, PR ($0.71yM) - Nohe Dome Catholic Shoal -Warner Chflcort cammrrnal -FeaSibllity and Tectlnk.1 Studies of -Posers Wyndham Ue/enu Fodlitin Frontenzoi Public -Private Partnership -Zara New Scores: Mall ofSanluan-PR, Perimeter Projects, V Salvador Mall& Lennox Square Mall, Atlonta6A Edumbnnol lmtiNnans reports during projects' closeout. BachroralSdmn Evaluate, estimate, and present civil con estimates in order to prepare projects budget. Provide Fan Food Rlmauronts Information to suppliers to obtain cost proposals and quotations. Evaluate and approve change Electrical Works($C.8MM), New Municipal Public Library($O.7MM). Parking Bldg. f$1.7MM) proem, Visit project sites to evaluate cast estimates and bid process. Above is a partial lin of clients hoWtallry for which he provided or provides thew servicas. Engineers & mho Sunryors Phormxeutkch Construction Coordinator: Puerto Riro Aqueduct and Sewer Authority(PRASA) North Region Capital Improvement Program (C/P); several projects: Residential Waste Water Treatment Plant Project, layuya PR Sports a Recnahon - Negros Ni MGD Tanks Project Corozal, PR ($1.6MM) - Rehabilitation of to Virgencito Filtration Plant - Phase 1, Toa Baja, PR ($0.71yM) Thimpwatan Perform the quality assurance inspections during Me construction phase of the projects as part of the North Region DIP with a cost of $238MM for a 51ear period Evaluate contractors' compliance wow all wastewater with the contractual agreements, agencies regulations, design specification, planned progress and kfoibuamre milestones deliverables.[oordinate activities between the designer, contractor, PRASA, government agencies & third parties. Maintain updates and control of budget and schedules for each project. Edumtkh Develop the necessary analysis for claims and change orders. Perform the That inspection and reports during projects' closeout. BachroralSdmn Clint EnPremb , Dept. of Transportation and Public Works, Buhanquous, PR - Several projects: Underground Unlurffiy of Puerto Rim. Electrical Works($C.8MM), New Municipal Public Library($O.7MM). Parking Bldg. f$1.7MM) Mpyagbez Compos Lilly del Carfbe, Inc .: Remodeling of Building Administration 1) Member -allege of Puerto Rim Infrastructure Financing A othority Engineers & mho Sunryors Banca Popular de Puerto Rim: ARomira Office Budding, G ... now, PR ($25MM) afAuedo Riro (CIAPR) Emperors Fonalledas, Hato Rai PR - Several Pmxm: Relocation of Sanitary Line (72.0), Site Works, Rehabilitation of Parking Lot (Grouting Systemi Rehabilitation & Luster feldenms) Fn Lineae 132V Project Coordinator responsible for project management inspection and coordination of activities with the contractor, designers and owner. [MBkahan Worked as Pro/act Coordinator of CPM Construction Smhes, o CPM affiliate, on the following Profen Manogemenr Banca Popular de Puerto Rko, Mc Donald's Corporation ProfesWnal IPMP) Responsible M McDonald's and Banco Popi remodeling projects island -wide. Accountable far #2172642 equipment & materials coordination, supervision of field personnel and client's relationship. Pmrwe cenisini McDonald's Corporation and McDonald's Owners Operators #2wabari Managed& supervisednemodefug worksofMandsin 6month$ due to damages by Hurricane George. Trvkkp Project Engineer: Si Contractors. IM. Jardims de Vieques, Johourses de Moore Hatlllo, Jordfnes de Vista Hermosa 30.NPw Constriction owmtry artreech Training. Project Engineer Delafon Construction Corp. CMAroerrm. 7016 Barter, Community Center 1. CenJonk ", Fomento Emndmfm, Warner Lambert Ctf NA Introduction to me ICddem comrmrosystem. CM1 Academy. 2017 OSHA 10 hours for Cmotwoo n5 fend Haald The Iniperra(s Role for the GovNomentAgeM*s, CPM Aco,-king 2017 Dawson Enwbw lo. zeTaFBwTez.AEele-aosastntnaesooeo ,,,,......a110NS nr PROPOSER if PN rPy I OV.NLrHC.LrrONf Or PROPOSER ".i, RAUL VELAZQUEZ Estimator PRLMEssKKNLPRoraE Mr. Velazquez is an industrial engineer and cost estimator with twenty-five 125) years of experience mainly in cost estimating. He has been responsible for thorough breakdown of Civil, Mechanical & Electrical activities for project bids, Accountable for evaluation and comparison of subcontractors and suppliers quotes for final adjudication. In addition, he has been in charge of scheduling, validation and supervision of personnel. Reursaar Exhougheii Cost Estimator Muster Recovery Conduct preliminary damage assessments (PDAs) in the field with edenl, state and local officials. Write Project Worksheets (PWS) for the purposes of determining prujea eligibility, scopes of work and estimating costs to repair or replace a facility or structure to restore It to its pre- disaster design. Provide technical, cost estimating, disaster recovery and/or management services with an emphasis on estimating cons to repair or replace a facility or structure to restore it to its P. - disaster design. Review applicant's insurance policies to determine coverage with a special emphasis an interpreting multilevel policies. HVAC project Manager/Cost Estimator: Atlantic Coast Mechanical Services Field superintendents to generate RFI's, provide installation guidance and resign interpretation. Estimate Mechanical, Plumbing, Piping, and HVAC work from plans and specifications. Issue subcontracts to subcontractors & purchase orders to vendors. Campine job buyout process of materials & equipment for new projects. Ensure field installations conform to code requirements, and adhere to all project design documents, while maintaining project probtabllity. Elearo-Mechanical Estimator - Sartorius-5tedim Filters, Inc. Campus Expansion ($100MM) - Bristol-Myers Squibb Restrooms Upgrade; Electrical Substation Of 1 Replacement - Amgen Juncos -AML Storage Fire Protection Upgrade - Honeywell Aerospace de Puerto Rico, Aguodillo, PR ($25 MM) - Intensive Care Center, "Hook iml Cristo Redentar de Guayomo , PR ($2MM) - Promotores del Este SA: Mega Mall, Panama Puerto Rico Infrastructure Financing Authority: Schools for the 21" Century Program; Pediatric Hospdol's New Tower, Medical Center, Rio Piedras, PR, 2010 Central American and Caribbean Games, Mayaguez, PR ($157MM) - Government Development Bank: Comprehensive Cancer Center Siemens - Retain Health Center Notre Dome Elementary School - Wyndham Vacation Ownership Curtis Instruments: New Facility Project, Luquillo, PR - Warner Chikom Hormone Expansion Project, Fajardo, PR ($5114M) Evaluate, estimate, and present cost estimates in order to prepare project's prices. Provide information to suppliers to obtain cast proposals and/or quotations. Evaluate and approve change orders. Visit project sites to evaluate cost estimates and bid process. Work in the analysis and M4MI ki ant 4refEt; a,,, Ho. I4)r rVe NV A. afEeywthe IMuanml Edumtheop ictiondons Healmrare Noapimnty Retail Spw4 & Reatodon Tramportanon Edumaon nahelwofsoeme IMustrbl Englnemirl, Polytechnic Universe, P/ Puerta A2q Hata RRy, PR AarcRrre4aree- EkWrlcalTecMobpy, Howlin Junior CoNepe, coguen, Puerto Red <erdprorigns from rhe Emerge., Mmwgement fracture FEMA Public usevarce FEMA Logistics IMldentcammand System ICS for Single Resource and Isonal Acton rndoent, FEMA Environmental oral HIstwip are ."on Review Responsibilities Hurrrane Mltpotbn laxxx Food Mingotlan dodo leotard Mlhinin n Nitbrotnodem Management SYrem National Rapome framework rNlMrpa Cn N^ RAUL VELAZQUEZ Estimator evaluation of cost a fined., based an drawings, specifications, and other information, submitted by the A/E firms, contractors and subcontractors to ensure accuracy and completeness. Works Estimates / Budgets up to S110,000,WD. Chief Estimator: Caguas Mechanical Contractor (CMC), Inc Analyze projects' scope of work, plans and specifications. Create a thorough breakdown of all activities concerning to Civil, Mechanical & Eleadcal disciplines for the project bid. Evaluate and compare all quotes from subcontractors and suppliers for final adjudication, Perform estimation closing and supervision tasks. Establish the Estimating Department. Project Coordinator Ji Safety Consultant 1999-2002 Development of master Project schedules, coordination of daily activities with field engineers and superintendent, Train Personnel on a daily basis on satery promdures. Vel (tlauan Specialist: Bristol Myers Squibb In charge of the search & development for new products and product transferences. Design all Validation Protocol related to the new product equipment. Production Supervisor, Coordinator: PCI TRI Line Scheduling and supervision of all production activities and special projects ITlme Studies, Process Standardization, Cost Analysis, Ergonomics, Plant layouts & Validation), Perform evaluation of workers and group leaders. lich." . )L eNPn AP[wn fc 11 Mr 35 -How Filed Management w0drpna1 (PMP) pretension, course, CPMAcademY, 2016 OSHA for Gerimcl IMwtn oral conrnumen Georgia bsthute of rechnol ds, Atenta, GA 4vebpin9 Procedures, valinesa oonrmentated (Infomr.den Mapping) Time Morwgement Pmlect Management Estlmodon on, Laguna epmPaeertlMrvh Tlmberlone MS Proved, an -ween Takeoff Primavera, Auto CwL Logic system, Emanotian & Proest M6 afflrs Cif NA DocuSgn Enwbce ID: 3S74FBD457DS ME-BD55-51S184B3DM TAB 4 APPROACH & METHODOLOGY TAe <. APPROACH AND METHODOLOGV "WE FOUND THAT IF YOU MAKE MORE ROAD SPACE, YOU GET MORE CARS. IF YOU MAKE MORE BIKE LANES, YOU GET MORE BIKES. IF YOU MAKE MORE SPACE FOR PEOPLE, YOU GET MORE PEOPLE AND OF COURSE THEN YOU GET PUBLIC LIFE." -Jan Gehl PROJECTAPPROACH Over the years 41st Street has waned as other signature areae of Miami Beach: Ocean Drive, West Avenue, and Lincoln Road, Collins Park; have developed into vibrant districts centered on tourist and residents alike. Although 41 at Street is the -spine- or -Main Strei of Mid Beach/ Bayshore/Nautilus Neighborhoods, the street has primarily become a corridor motorists drive- through in order to get to other destinations. Our team understands that the City of Miami Beach has taken aggressive measures and countless planning exercises for the corridor. 41 at Street deserves to be a signature destination. Any plan for improvements to 41st Street will have to serve the businesses, muni -modal transit options, local residents in and tourists while creating a more resilient streetscape capable of mitigating heat and increased flooding. 1. BEST PRACTICES CONCEPT.. FROM CORRIDOR TO A SERIES OF WALKS AND CASES (OR URBAN LIVING ROOMS) Based on our teams experience and expertise working regionally and ecross the United States, our tentative beat practices and work plan is presented In this section. Our approach wiR address the needs described by the City of Miami Beach and AECOM in the BID document, white allowing for enough RAHNtHlity to address the complexities and nuances that will undoubtedly arise during the design and engineering process. It is our tea ms approach to develop key nodes and gateways, what we refer to as Walks and Closes, at key locations while minimizing improvement costs for other areas of the corridor. These would coordinate bikeways within the system and prioritize safety. We ase wake as areas where minimal investments can be delivered. These areas would maintain the Royal Palm canopy and upgrade hardscape and softscape surfaces. The walks will serve to connect the Oases, or Urban Living Rpomi where investments in lighting, landscape, herdsce pe and seating can be Intensified. These areas would also advance Low Impact/Green Infrastructure features to reconcile ecosystem services within the corridor.These services would be critical and work to support the Urban Heat Island Ordinance and Sustainability Plans. This approach and methodology will serve to minimize coats and schedule impacts white maximizing a phasable strategy overtime. Our team approaches each project by considering the site (41 at Street). the objects ti ncluded components like; art, lighting, landscaping, parking, etc) within the corridor, and the larger context (Miami Beach) within which the built environment rests. This tripartite approach results in a design that conveys a sense of identity unique to its particular time and place. The firm takes the time to understand a particular piece, reveal Its idiosyncrasies, learn its contexts. and speak to its people. This Investigation and its find l hills will not be isolated to the individuals from Brooks v Scarpa; our team will be collaborating throughout the process, and other members will support Brook$ +Scarpa. BPJOn�. �r r. i.'rx aFr.,i,rE i_. iHr IE6 Dowagn Em.<bpell) n74f1ac427C} ME- D5 StetNB3DDae 12] `i.yg 9j. ® p,•-- --\`' gateway Oasn, •is \ midblock oasis walk bridge oasrs ®Miss is, Ii follow their lead with this essential part of the process, and share pertinent information throughout the project. The Brooke +Scarpa Team; Brooks + Scarpa Architects and Stantec with TSF GEO and Longitude Surveyors CPMNA: will draw from our previous experiences working on public works projects. and are Prepared to present the design for discussion in a public forum. Our eam sees the potential of 41st Street not just as a set of recommendations, infrastructural Improvements, and programmatic requirements with creative placemaking apportun ities, but rather as a plan -based design mmswork that arises to a public an form we refer to as Walks are Oases. These Walks and Oases wou Id Serve the principal concatenation of rooms between Alton Road and Pine Tree Drive streets and adjoining neighborhood. The framework mus[ consider the various urban pattern.. the key civic and culture( anchors, and the resident districts along the -main strei of Mid Miami Beach. The framework must also focus on both tourist and resident..,Hu nces during the day and at ni ght. A vivid Comprehensive vision and Identity must promote pedestrian activity through place -based approaches and must contain a vocabulary that Is flexible enough to net be limited or restricted when potential interests or cc nflicts arise. The comprehensive plan should not inhibit the City's ability to develop great pieces that can thrive during the day and at night, seasonally, or over ITme as resiliency and adeptaticn to future gateway oasis sea Wal EIN and cBmate Instability Irtdun greater $train on the City. Infrutrl m. It is also of note that the Cl ty's Historic Preservation Board require. the incorporation of attributes from the 1920a and 19306 into the facades of all new developments to maintain the character and identity of the Corritlm; any future 41 st Street Revitalization Plan must protect these place -defining characteristics. Furthermore, any design must embed a clear understanding of the subtropical climate, and faster shade and protection from weather end higher temperatures over time. The framework must ease to ralMmber the put, redevelop the present, and redefine the future. Miles and .nen an Independent urban Art - Form: The primary gas of the Brooks + Scarpa approach Is to create a superior public realm, Commensurate with the development of world- class architectural facilities and Miemi Beach. desirability as a destination, of which 41st Street is the welcome corridor as well as commercial street. Our approach would structure an identity for 41 at Street adaptable to increasing levels of investment over time. The approach would employ phasing implementation in the corridors transformation to a core commercial node and gateway into the city. Consisting of a series of urban rooms, the Oases provide a sense of centrality and opportunity for social life that counters the dominance of mobility (automobile -oriented aspects) in corridoel at Street is a destination and as such should be primarily designed not for traffic throughput, but rather as a creative: placemaking opportunity. This is rAR4 APPROACH AND METHODOLOGY clearly articulated in the RFO and within the AECOM recommendations for 41 at Street regarding removal of surface parking, implementing Ione retluction, integrating bicycle infrastructure, adapting to future cls mate change and public plazas. like a Waonerf. WooneAa are specialty street areas designed a gardens that favor pedestrians and safety, and serve as -shared plazas. Walks and cases would rebalance space allocations between pedestrians and motorists, but goes beyond Complete Streets to explore the street 85 on independent art -form. Since 41st Street'a right- of-way is fairly wide for Miami Beach standards, the project approach is directed toward strategic Interventions within sidewalks, on -street parking areas, medians and the shared property borders of select quasi -public and pubtic entities. Each Oases sponsors unique configuration. made from odinary landscapes, lighting, street furniture. surface materials, and architecture[ structures for particular segments of 41 at Street. Oases could expand pedestrian facilities beyond the sidewalks to form -shared street'configurations end :wing Le'rastructure to address floodwater management The design solution could create unique pedestrian landscapes that intensify social and cultural programm ing along the street without compromising vehicular throughput and without major reductions in on -street parking. At the wake minimal Investments and changes would occur and the maintaining of Royal Palms would be galvanized. Theca Walks (maintain what is there) and Ousel (create urban living rooms) can be Implemented incrementally, successively. or all at once depending upon available resources and stakeholder interest. Phasing maintains plausible alignment between public and private investments, and between peoport'mnl investments In the urban realm and individual build Inge. This may be a critical solution due to limited funding and volatile construction cost escalations. Akin to acupuncture, this design approach wood be Teen, optimizing change within a System through e few strategic interventions that redirect energy flow to create efficiencies. This lean approach differs from the conventional master plan, typically based upon capital -intensities build outs and a totalizing hfl sense that rare y works outside of top-down decision-making. Master plans only work in the clime condition of development. Walks add Oases, on the other hand. is demgned to offer rewarding walking experiences along the Corridor and between various residential neighborhoods and tourist anchors, even if abutting vacant properties remain underdeveloped. However. Welke and Oases will Likely catalyze property improvements. Our team sees the potential of a aeries of Oases geared towards social gathering areas, or-hube. to draw both tou Data and locals atike. The potential locations of these hu be would be chosen for their notable uses by pedestrian -based tourists and by the neighboring communities. The intersection of 41 at Street and Pine Tree Drive, in particular. is considered to be a critical pedestrian zone, where the pedestrian volume is perceived to be the highest. This junction could be used as the eastern -moat and of a neighborhood corridor, used to draw cultural tourists into the 41 at Street Corridor itself; It may also be used vice versa to draw the local residential community to 41 at Street. The western -most end of the corridor could serve as a primary gateway into the city. Additional streetscape and landscape could provide assistance in treat'mg lateral feeders through the adjacent neighborhood streets. 2. STAKEHOLDER INPUT ORCHESTRATED CREATIVITY The Brooks +Scarps learn has participated In over 300 public workshops for urban realm design. and has sufficient experience in ensuring that the public and stakeholder groups have a voice in the process. We are prepared to work closely with the Local community and public agencies W create The 4 Tet Street Rewtguatiion Action Plan that meet. the diverse needs of these stakeholders and builds upon the AECOM document. We see MIs project as an opportunity for the multi -cultural commun try and tourists to come together to create their own special place and signature -main- street, slowing for 41 at Street to rise up to become the signature street of Miami Beach and the South Florida region. We understand that the role of the urban designer i. one often marked by con5icd. [dndrad'mtian, and change as Wojects evolve and respond to stakeholders needs. Skilled at build ing dynamic rapport with our clients and user groups. Brooks +Scarpa creates Inspiring and exceptionally functional places that fulfill the group's collective goals. Together with the stakeholders, we begin by exploring both the functional needs and the aesthetic goals of each project with no [smiting preconceptions. This ensures that the final design emerges from the specific context and essential function of the project Should we be selected to work on the re -imagination of Washington Avenue, we would approach the project as a cu [lure[ and eco[ogint practice. In other words, wa era not a standard service firm, and our designs react to and speak with local ecology, culture, and history We are committed to addressing issues of reconstructing the urban landscape, particularly the public realm. Th is urban space is the pinnacle of democratic practice In human culture, where everyon, regardless of their origin, color, religion. or i merest, can gather to share their thoughts and experiences. Tn first activity would be to galvanize the sac p part ushered in from the AECOM plan and project notion and clear Direction to share with the businesses, residents and other agencies having jurisdiction over 41 at Street Successful protects in the pubs. realm require patience, understanding and consensus building. while at the same time 129 Docuslpn Envelope ID'. 129 ,., . ,,...,,ACH AND MELXOUam4v establishing a vision that reflects a wide variety. and often conflicting, user groups and community stakeholders. We unchimu nd that our role is often mired In confl m[ and it is our job to help steer the process to achieve positive and well received outcomes. Our team practices a design process that Is participatory as well as projective, meaning that It engages the community and then produces a string and Integrated design. Our experience with gaining consensus and approvsts with projects of similar cope highlights our community-specife approach to place -making. SUMA MUSEUM ANO ARTS CENTER Cedar City, UT DC ALEXANDER PARK FL Louderdote, FL 3. RESILIENCY AND ADAPTATION The Brooks + Scarpa Team is at the forefront of resiliency and adaptation work regionally and nationally. In regards to Sea level rise adaptation and resilience our team has developed Salty Urbanism which stresses streetscape design and engineering with a preference to plants, not pipes. The landscape Is designed as infrastructure and not j cast decoration and oeau0ncation. I his Is Or heel when considering money spent must be an items that do multiple jobs. Our sustainability experience as It relates to the integration of building and other construction materials end methods promote environmental quality, economic vitality, and Si al benefit through the construction and operation of the built environment in accordance to USGBC LEER Standard. In particular, Brooks+ Scarpa has de toped numerous projects that have rest had platinum rating. Jeffrey Huber, the proposed Project Manager, has extensive experience in adaptation and resilience design and is a regular speaker nationally on the subject. He has written an essential book on Low Impact Development in urban areae (httn.,/ wwvbwdb2oo os,/4012/03/ ow_Imoact neveloo „e [ Manuola>nl0odfl Huber hag also written the new guidelines for the City of Fort Lauderdale Design and Construction Manual for a Resilient and Sustainable Community and Cehemve Public Realm (fines /1evrfortlaunni da Is gov/gree er-eevsrnmanydeEien-antl-ce at uct m- p.aJr yyll that hes cetelizad green infrastructure design In the City of Fart Lauderdale streets. Huber's Little Rock Creative Corridor for the downtown main street created a $3miglon Investment in streetscape and green infrastructure and has already generated over $90 million in private investments along the corridor Green Infrastructure can galvinize economic and social development. Miami Beach will have to reconcile ecosystem and urban services, within 41 at Street These will have to mitigate future flooding, ria, ng sea. and temperatures. Innovative solutions will be required and 41 at Street has the potential to vector these solutions and pato me a motlel regionally. 4.41 STREET CONCEPTUAL DESIGN The teem will incorporate the elements of the AECOM conceptual design. Most important the team will Intergrato antl carry forward the options presented to the community stakeholders and agreed upon. We wid look for opportunities to reduce costs and phase a strategy through our Wolks and Oases Approach. We will achieve this through a successional approach as outti ned below. Successional Urbanism Streets are ecologies that evolve complex spatial relationships over time, from establishment conditions to mature climax states. Due to disconnects among policlee Syebme (WOCEHS used to plan and build streets), and a imnmenb (the strai Watkscapes employs successional development mchn lques to enhance livability with each now layer of Investment. Here, the des lgn Pushes for alignment among policy, system, and environment. A stepped process for successional urban lam along for minimal upfront costs to major investments in street infrastructure went me. The curb ned steps below provide a basis for how our team would proceed. Slop 1.Tactical Urbanism: lnetall'Cultural Topsgrephi an Integral, temporary street art I nbastructum that catch races culture l flows through the representation of tourist and resident anchors that highlight activities and programs along 41st Street. Tactical interventions made. enhanced livability through transitional strategies MIAMI BEACH u:, STREET in ria .Yn — NO rna.. APPROACH AND MRHODOLOer often outsido of offldat develooment culture. Paint. tape, portable furniture, and wntainer gardens are standard materiels USO to Immediately model new spatial arrangements and travel behavior toward more supportive policy and investment. These tactical investments will pioneer improvements and anchor community support towards a more permanent solution. Stop 2.Soft InfrastNci un: Stitch Use pedestrian Realm through Installation of pedestrian tables, gateways, and shared plazas with accompanying furnishings and other townscape elements -The Oases. Surface Investments like pavement. lights, furnishings,signage, and landscape—townscaping elements—define the aesthetic quality and serial experience in strestscapes. Shared space onfigu rations at gateways of Walkscapes give priority to pedestrians as they share right-of-wair space with motorists—much IRS plazas. These components Inf,uanor the range of non -traffic social functions and ecological services possible within the street. Like retail, they can be rotated out periodicahy as tastes change. Slop $. Hard lnfru mr um:O lop Urban Reams Enough installation of pant -basad floodwater management infrastructure and street geometry realignments that reallocate right-of-way space. Instai. Pedestrian amenities related to fixed architectural structures—wall., lighting, canopies, and art boxes. Core street functioning is determined by drainage infrastructure and fixed geometries allocating mode splits among pedestrians. bicyclists, motorists, and transit Moore. Geometry .hope. traffic behavior and Speeds (levels of service) ultimately Influence land -use patterns and Rizzi Land -use improvements through frontagers. architectural structures, and rooms complete the street as a public space. The design approach outlines incremental tactical-ta-permanent investments by different actors as their funds, political witle, and schedules permit. Walks and Oin eswould employ provisional strategies In racrical urbanism to test emergent national Wet -practices in street design that are still considered to ba nonconforming within the City's current street design standards. Proposed street improvements reallocate excessive space for vehicular modes, like the surface parking Iota, to Pedestrian facilities. Tactical strategies begin with painting line street for traffic calming. Subsequent improvements harness right-of-way, sedmalk, and quasi -public spaces to create unique pedestrian geographies that also solve for total infrastructure problems (drainage, aesthetics. auto- commenca, lack of pedestrian facilities, lighting, and handicapped accessibility). Since the full build -out of streetscape components represent unfamiliar types to the city—shared streets and living infrastructure using plant - basso floodwater management tecbnalogi es—Me implementation approach will be pre sed beginning with tactical interventions to motlel new corridor functions. Growing in Popularity, shared streets (Woonerfs) are right-of-way configurations ideal for pedestrian -heavy streets that also accommodate traffic, giving priority to the pedestrian while forcing motorists to behave in a social manner. Proposed street improvements combine safety objectives m traffic calm l ng, delivery of additional ecological services m plant -based floodwater management, and plecemaking criteria in the enhancement of Pedestrian facilities lo make a safer, greener, and more memorable street. Walks mWOsses is designed to be staged from inexpensive and provisional'makeorri or'pop- uPS' that allow the City to assess oui spas solutions before implementing permanent and more costly retrofits. Tnem Is no estauhshed chronology. as the City may implement both tactical and permanent projects as opportu Citing arise. Si DES streets are composed of layers, the following schedule of stepped improvements constitutes a lower risk decision-making environment toward the full build -out of Walks and Oases, i.e.. all improvements do not have to happen concurrently, and can be changed once experimented. 5. PROJECT BUDGET It should be stated that the project budget Is not sufficient to devemp a -Mer concept that is Included In the AECOM document if a meaningful and substantial Imporvement is desired. The project budget as is will simply modminizo and beautify the streetscape, but not offer the needed benefits of added resiliency and sustainability, components. This is why our team is suggesting the Walks and Oases approach. With this approach as outlined before, investments can be tailored and calibrated to budgetary constraints by looking at tactical (affordable) to more permanent Investments within the streetscape. Walks would minimize costs and modernize the streetscape while maintaining whet the community stakeholders are requesting- -maintain royal palms, update saRscape and hardscape. and tie in side streets to the corridor. Oases would galvinize the most investment into heat and flood mitigation'momc that also amplify seating, lighting and other investments in the creation of 'urban living room' that are intended toy be social aggregators linked by Walks. At all phases of drewingde sdopment our cost estimation team nNU be carefu ly reviewinng and ensuring budgets are maintained. Our cost estimators will also stay ahead of market volatility and help flag issues prior to their Impact on the project construction and budget allocation. Our teem understands that the current construction costs are going to place stress on the project and our team is com mined to the development of a signature street that uses resources effiencently. It Is not always how much an item costs, but rather how smart the funds are used within the design. asoor, -xAEPP PI - H" I, IN,. 130 DfiW6lyn Envebpeb'. 2674FBCA 7C3406EHBD665163EM83DD66 .. a quo mlumcu ue .. Aernoerx AND METx000wev 1,1 6. PRELIMINARY DESIGN PHASE PROJECT SCHEDULE GNotice to Proceed Team Kickoff Meeting Staff/DepartmentsConduci Interviews with' City City Review TASK I Task 1: LEARN 2 months) Surveying Mapping Due Dilegence City Review TASK 2 Task 2: DSTEN (3 months) Hold public meetings, workshops and build concensus, Form TAC and Neighborhood Council Hold Community Workshop R1 Year I Technical Advisory Group Review Neighborhood Council Interview Task 4 REVIEW Revie. and permitting FONDT/COMB Neighborhood Council Revie r Technical Advisory Group Review MIAMI 11.11 �1115TnEE1: MID A. }6}I.Io.M. CONSTRUCTION Year 132 OmSgn Enwbpe 102674FBC"7C34D6E-8056-5161 B4B6CC60 Brooke+ Scarpa Team /bUlJHLILH DIVERSITY 7. SUPPLIER DIVERSITY The Brooks + Scarps Teem provides services far he project n guess of 50%. Brooks +Scarps Is a carOcsd national WBE and TSF Geo and Longitude Sur9eyafs are certified MBE and CBE within Miami -Dade County and the State of Florida. WBENC %%,Goal Women's Iluslness EnterPdse eerNllcgdnp Broo6+Scups Arhu.., Inc. uM1OM1v rv.uvNllrmn W9EAYlawdud� u.s e.upi a, '_m. Tlwv�ufiueue ilfirnu.MLuunauawnvn.mN,upwmluW u�nrtalbianda Nidrhwphd.du.Irmm. .ux[nn.ear.w,u.nsomnuuw "bw,j. ,a...(16m WBEI&r%_ vK � Minority BLISInCSS ('CrIIlIC8l10n Tierra South Florida, Inc. Is ormArd uMerthe pevlviansof 284 nW ^-98 la] PIwW. &I,s—, fu, a yr,isdWw: 10=2019 10/022021 SERVIUf/ENI SEAVICES� tAX u... iuprM1....s— ny sxoan s - sown secnmc � s. i.: 134