20140730 SM1MIAMIBEACH
City Commission Meeting
SUPPLEMENTAL MATERIAL 1
City Hall, Commission Ghambers, 3rd Floor, 1700 Convention Center Drive
July 30, 2014
Mayor Philip Levine
Vice-Mayor Michael Grieco
Commissioner Joy Malakoff
Commissioner Micky Steinberg
Commissioner Edward L. Tobin
Commissioner Deede Weithorn
Com missioner Jonah Wolfson
City Manager Jimmy L. Morales
City Attorney Raul Aguila
City Clerk Rafael E. Granado
Vislt us at www.miamibeachfl.gov for agendas and video "streaming" of City Commission Meetings
ATTENTION ALL LOBBYISTS
Chapter 2, Article Vll, Division 3 of the City Code of Miami Beach entitled "Lobbyists" requires the
registration of all lobbyists with the City Glerk prior to engaging in any lobbying activity with the City
Commission, any City Board or Committee, or any personnel as defined in the subject Code sections.
Copies of the City Code sections on lobbyists laws are available in the Gity Clerk's office. Questions
regarding the provisions of the Ordinance should be directed to the Office of the City Attorney.
SUPPLEMENTAL AGENDA
G7 - Resolutions
C7C A Resolution Approving And Authorizing The Mayor And City Clerk To Execute A Settlement
Agreement And Mutual Release Between The City Of Miami Beach (City) And Coastland
Construction, lnc. (Contractor) ln The Amount Of $50,274.02To Settle All Outstanding Claims
Pertaining To The Biscayne Bay 1 Oth Street Bayfront Street End Seawall And Waterway Access
Enhancement Project And The PWD Yard Office Project.
(Capital I m provement Projects/Pu bl ic Works/City Attorney's Office)
(Memorandum & Resolution)
R2 - Competitive Bid Reports
R2A Request Approval To lssue A Request For Proposals (RFP) No. 2014-278-ME For Owners
Representative Services For The Miami Beach Convention Center Renovation And Expansion
Project.
(City Manager's Office/Procurement)
(Memorandum)
1
THIS PAGE INTENTIONALLY LEFT BLANK
2
COMMISSION ITEM SUMMARY
Condensed Title:
A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Approving
And Authorizing The Mayor And City Clerk To Execute A Settlement Agreement And Mutual
Release Between The City Of Miami Beach (City)And Coastland Construction, lnc. (Coastland) ln
The Amount Of $50,274.02To Settle All Outstanding Claims Pertaining To The Biscayne Bay 1Oth
Street Bayfront Street End Seawall And Watenvay Access Enhancement Project And The Public
Works Yard Office Proiect.
Build and maintain infrastructure with full accountabili
Data , Environmental etc.): N/A
Item Summary/Recommendation :
On July 15,2009, the Mayor and City Commission approved Job Order Contract (JOC) No. 22-
08/09, for Vertical Construction Projects with Gerrits Construction, lnc (Gerrits). On October 19,
2011, the City Commission approved the consent to assignment and first amendment to JOC No.
22-08109, between the City and Gerrits, which provides for Gerrits to assign the JOC contract to
Coastland Construction, lnc (Coastland).
On December 5,2011, Coastland was assigned to the Public Works Yard Facility Project via the
JOC process (Project No. 510.00.C|P.22-08109). Although the Job Order was executed, no Blanket
Purchase Order or formal Notice to Proceed was ever issued.
On March 20,2012, the City utilized the JOC process to retain Coastland for the construction of the
10 Street Bayfront Street End lmprovement Project, Project No.508.00 PW.22-08/09. The City
issued a Blanket Purchase Order, in the amount of $632,275.26, to Coastland (PO# 019062) on
October 1,2012. This BPO was closed and the Project was terminated on January 10,2013.
On February 22, 2013, the City received a letter from Coastland (Exhibit A) requesting a payment
for outstanding claims in the amount of $41 ,820.97 relating to the 10 Street Bayfront Street End
lmprovement Project (Exhibit B), and $44,081.11 relating to the Public Works Yard Office Project
(Exhibit C), for a total of $85,902.08.
Following review of all supporting documentation and numerous discussions with representatives
from Coastland, the City presented a final counteroffer of $50,274.02, consisting of $28,163.68 in
connection with the 10th Street Bayfront Street End lmprovement Project and $22,110.34 in
connection with the Public Works Yard Office Project. Coastland accepted the City's counteroffer
on June 20,2014.
THE ADMINISTRATION RECOMMENDS ADOPTING THE RESOLUTION
Financial lnformation:
Source of
Funds: /\
Amount Account
1 $28,163.68 302-2717-069357
/2 $22,110.34 383-2313-069357
OBPI
Financial lmoa
Total | $50,274.02
ct Summarv:
Clerk's Office
Eric , ext. 6012 / David Martinez, ext. 6972
AGEITDA 116p7 C7 C{B AAIAMIBEACH Bl;rc 7'3o-/cl3
g MIAMIBEACH
City of Miomi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 33,l39, www.miomibeochfl.gov
COMMISSION MEMORANDUM
Mayor Philip Levine and Members of
Jimmy L. Morales, City Manager
he City Co
July 30, 2014
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING
THE MAYOR AND CITY CLERK TO EXECUTE A SETTLEMENT
AGREEMENT AND MUTUAL RELEASE BETWEEN THE CITY OF
MtAMt BEACH (C!TY) AND COASTLAND CONSTRUCTTON, lNC.
(CoASTLAND) rN THE AMOUNT OF $50,274.02 TO SETTLE ALL
OUTSTANDTNG CLAIMS PERTAINING TO THE BISCAYNE BAY 1OTH
STREET BAYFRONT STREET END SEAWALL AND WATERWAY
ACCESS ENHANCEMENT PROJECT AND THE PUBLIC WORKS
YARD OFFICE PROJECT.
ADMINISTRATION RECOMMENDATION
The Administration recommends adopting the Resolution
FUNDING
Amount Account Number
302-2717-069357
383-231 3-069357
$28,163.68
$22,110.34
$50,274.02
BACKGROUND
On July 15, 2009, the Mayor and City Commission approved Job Order Contract (JOC) No. 22-
08/09, forVertical Construction Projects with Gerrits Construction, lnc (Gerrits). On October 19,
2011, the City Commission approved the consent to assignment and first amendment to JOC
No. 22-08/09, between the City and Gerrits, which provides for Gerrits to assign the JOC
contract to Coastland Construction, lnc (Coastland).
FROM:
DATE:
SUBJECT:
4
Commission Me morandu m - Coastland Construction Settle me nt Agree me nt
Page 2 of 4
10 Street Bavfront Street End lmprovement Proiect
The 10 Street Bayfront Street End lmprovement Project is located at the western streetend at
10 Street that terminates at Biscayne Bay. The Project scope of work included demolition of the
existing seawall; construction of a new seawall comprised of sheet piling, concrete cap and rip-
rap; storm water infrastructure upgrades; and streetend improvements as part of the public
baywalk.
On March 20,2012, the City utilized the JOC process to retain Coastland for the construction of
the 10 Street Bayfront Street End lmprovement Project, Project No. 508.00 PW.22-08109. The
City issued a Blanket Purchase Order, in the amount of $632,275.26, to Coastland (PO#
019062) on October 1,2012. This BPO was closed and the Project was terminated on January
10,2013.
Public Works Yard Office Proiect
The scope of work for the Public Works Yard Office Project consisted of the renovation of an
existing abandoned pump station building, located in the Public Work Yard, in order to
accommodate the administrative offices for the Operations Division of the Public Works
Department. The Pro1ect was assigned to Coastland Construction on December 5, 2011
(Project No. 510.00.CIP.22-08l09). Although the Job Order was executed, no Blanket Purchase
Order or formal Notice to Proceed was ever issued.
ANALYSIS
On February 22, 2013, the City received a letter from Coastland (Exhibit A) requesting a
payment for outstanding claims relating to the 10 Street Bayfront Street End lmprovement
Project and the Public Works Yard Office Project. Coastland requested the following payments
for each project:
1) 10 Street Bayfront Street End lmprovement Project
2) Public Works Yard Office Project
$ 41,820.97
$ 44.081 .1 1
$ 85,902.08
1Oth Street Bayfront Street End lmprovement Proiect
Coastland submitted a detailed project close-out costs breakdown in the amount of $41 ,820.97
(Exhibit B). There were a number of discrepancies with Coastland's project close-out costs,
including requests for payment for work conducted prior to the purchase order being issued and
allocation for performance and payment bond. ln addition, Coastland did not provide adequate
back-up for claims including meetings with sub-contractors and development of the project
schedule.
On April 15,2013, the City presented a counteroffer of $18,478.76. After receiving additional
supporting documentation from Coastland, the City submitted a revised counteroffer of
$22,045.43 on May 17, 2013. On September 12, 2013, Coastland submitted a counteroffer of
$36,366.00. Following further discussions with representatives from Coastland, the City
submitted a final counteroffer in the amount of $28,163.68 on April 29,2014.
5
Commission Me morand u m - Coastland Construction Settle me nt Agree me nt
Page 3 of 4
Public Works Yard Office Proiect
Coastland submitted a project cost breakdown proposal in connection with this project totaling
$44,081.11 (Exhibit C). While the tasks referenced in the proposal were indeed completed,
Coastland did not provide adequate backup supporting the excessive number of hours indicated
for completion of these tasks. Nonetheless, in consideration of the pre-construction tasks
completed by Coastland, the City offered $17,632.97.
On May 5,2014, Coastland responded with a counteroffer in the amount of $56,000 to settle
both the 1Oth Street Bayfront Street End lmprovement Project and the Public Works Yard Office
Project. The City presented a final counteroffer of $50,274.02, consisting of $28,163.68 in
connection with the 10th Street Bayfront Street End lmprovement Project and $22,110.34 in
connection with the Public Works Yard Office Project. Coastland accepted the City's
counteroffer on June 20,2014.
CONCLUSION
The Administration recommends that the Mayor and Commission adopt the Resolution
Approving and Authorizing the Mayor and City Clerk to execute the Settlement Agreement and
Mutual Release between the City of Miami Beach and Coastland Construction, lnc., in the
amount of $50,274.02 to settle all outstanding claims pertaining to the 10 Street Seawall Project
and the Public Works Yard Project. A copy of the Final Settlement Agreement is attached
hereto as Exhibit D.
ATTACHMENTS:
Exhibit A - Coastlands Payment Request Letter
Exhibit B - 10 Street Project Close-out Costs
Exhibit C - Public Works Yard Office Cost Breakdown
Exhibit D - Final Settlement Agreement
\ds\Mr/ff/DM/Esw
T:\AGE N DA\20 1 4\J uly\Coastland Construction Settlem ent Memo.doc
6
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY GOMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR
AND CITY CLERK TO EXECUTE A SETTLEMENT AGREEMENT AND
MUTUAL RELEASE BETWEEN THE GITY OF MIAMI BEACH (CtTy) AND
GoASTLAND CONSTRUGTTON, tNC. (CONTRAGTOR) !N THE AMOUNT OF
$50,274.02 TO SETTLE ALL OUTSTANDING GLAIMS PERTAINING TO THE
BISCAYNE BAY lOTH STREET BAYFRONT STREET END SEAWALL AND
WATERWAY ACCESS ENHANCEMENT PROJECT AND THE PWD YARD
OFFICE PROJECT
WHEREAS, on July 15, 2009, the Mayor and City Commission approved Job Order
Contract (JOC) No. 22-08/09, for Vertical Construction Projects with Gerrits Construction, lnc
(Gerrits); and
WHEREAS, on October 19, 2011, the City Commission approved the consent to
assignment and first amendment to JOC No. 22-08/09, between the City and Gerrits, which
provides for Gerrits to assign the JOC contract to Coastland Construction, lnc. (Coastland); and
WHEREAS, on December 5, 2011, the Public Works Yard Office Prolect - consisting of
the renovation of an existing abandoned pump station building located in the Public Work Yard
in order to accommodate the administrative offices for the Operations Division of the Public
Works Department - was assigned to Coastland (Project No. 510.00.ClP.22-08/09); and
WHEREAS, on March 20,2012, the City utilized the JOC process to retain Coastland for
the construction of the 1Oth Street Bayfront Street End lmprovement Project, Project No. 508.00
PW.22-08109; and
WHEREAS, on October 1,2012, the City issued a Blanket Purchase Order to Coastland
(PO# 019062) in the amount of $632,275.26 in connection with the 1Oth Street Bayfront Street
End lmprovement Project; and
WHEREAS, on January 10, 2013, Blanket Purchase Order # 019062 was closed,
effectively terminating the 1Oth Street Bayfront Street End lmprovement Project; and
WHEREAS, although a Job Order was executed, no Blanket Purchase or formal Notice
to Proceed was ever issued in connection with the Public Works Yard Office Project; and
WHEREAS, on February 22, 2013, the City received a letter from Coastland demanding
payment in the amount of $41 ,820.97 in connection with the 10th Street Bayfront Street End
lmprovement Project and $44,081.11 in connection with the Public Works Yard Office Project;
and
WHEREAS, upon review of the documentation provided by Coastland, the City
presented a counteroffer of $18,478.76 in settlement of the 10th Street Bayfront Street End
lmprovement Project and advised Coastland that the back-up documentation submitted in
support of its claim was insufficient; and
WHEREAS, following Coastland's submission of supplemental documentation and
further discussions with the City, on April 29, 2014 the City submitted a final counteroffer to
Coastland in the amount of $28,163.68 to settle the lOth Street Bayfront Street End
lmprovement Project; and
WHEREAS, in consideration of the pre-construction tasks completed by Coastland, the
City offered $17,632.97 in settlement of the Public Works Yard Office Project; and
7
WHEREAS, following further discussions with the City as to the allocation of costs to
complete these pre-construction tasks, on June 20,2014 Coastland accepted the City's final
counteroffer of $50,274.02, consisting of $28,163.68 in connection with the 1Oth Street Bayfront
Street End lmprovement Project and $22,110.34 in connection with the Public Works Yard
Office Project, in full settlement of Coastland's claims;
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION
OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby
authorize the Mayor and City Clerk to Execute A Settlement Agreement and Mutual Release
between the City of Miami Beach and Horizon Contractors, lnc., in the amount of $50,274.021o
settle all outstanding claims pertaining to the 10th Street Bayfront Street End lmprovement
Project, Project No. 508.00 PW.22-08109, and the Public Works Yard Office Project, Project No.
510.00.ctP.22-08t09.
PASSED AND ADOPTED this _ day of
ATTEST:
CITY CLERK
2014.
MAYOR
n5a?Lcm rs'T
EC?nn & !A\G,,'6G:
& !c? av.:ciilo\
8
WPI-BAUM GUERNSEY
ATTORNEYS AT LA!(/
ROBERT A. HINGSTON, ESQ.
Paftner
Bh ingston @wel bau m.com
February 22,20L3
Raul J. Aguila, Esq.
Chief Deputy Attorney
City of Miarni Beach
1700 Convention Center Drive, Fourth Floor
Miami Beach, FL 33139
Re: Coastland Construction, Inc./City of Miami Beach
JOC #23-08/09
Our File No. L2-2gg
Dear Mr. Aguila:
As you know, this firm represents Coastland Construction, Inc. in connection with
JOC #23-08/09.
We have advised the City in the past that there are outstanding costs due with
regard to the above IOC contract between Coastland and the City of Miami Beach. Despite
our requests, no action has been taken by the city with regard to payment.
We are enclosing breakdowns of the sums due to Coastland on projects for which
it has performed work for the City.
$4L,820.97
PWD Yard Office Project-=_ryl:'-
The attached includes appropriate backup for the costs invoiced.
Coastland believes that the above contracts remain in full force and effect, intends
Lo complete the same/ is ready able and willing to continue to perform work with reqard
to the same, and expects payment for its seryices,EXHIBIT
Slrqqt EnQ Improvement Project_:
\I/nr Ral tv Gttpn\Iqtrv Ftrlxtnernxt (lpuulrr p a u (1our:nor,' Er,rnr Drrrrr9
Page Two
February 22,20L3
Coastland expects payment for the labor services and materials which have already
been supplied to the City of Miami Beach and remain unpaid.
Please forward to the appropriate personnel in the City so that payment can be
made forthwith.
Very truly yours/
WELBAUM GUERNSEY
Attorneys at Law
Tu-i A-yl*-pt-
Robet A. Hingston, Partner
MH:scrn
cc: Coastland
i:\18\2012\2012-239 Coastland Construciion - Miaml 8@ch\LetttrAguila22113,wpd
lrElseuN4 GurRxsry HrNcsrox GnepNtsRr Gnpconv Bi-e.cx RuNe & THovtRs LLp
901 Ponce de Leon Boutevord . Penthoirse suiie . Corol Gobles, Florido 33134-3009 . Telephone 3O5 . 44l€9m ' Fqcsimile 30S ' 44'l-225510
Project close-out costs:
Item No. Description of work: Qty:
Permit fees
Tom Torres
A Rodriguez
A Rodriguez mileage
PWD Yard Office Project
City of Miami Beach
1 lsum
6 Hours
4 Hours
31.32 Miles
24 Hours
4 Hours
2.5 Hours
3L.32 Miles
36 Hours
93.96 Miles
3 Hours
31.32 Miles
18 Hours
6 Hours
1
2
7 Prepare submittals
O Rodriguez
8 Sign lost contract and deliver to City Hall
O Rodriguez
Miles drive OR
36 Hours 125.00 S 4,5OO.OO
8,950.26 s 8,950.26
8s.00 s sro.oo
1s0.00 s 600.00
0.56 s r.z.s+
85.00 S 2,040.00
1s0.00 s 0oo.oo
1s0.00 5 :zs.oo
0.s6 s fisq
85.00 s g,ooo.o0
0.s6 s sz.az
12s.00 s szs.oo
0.s6 s 17.s4
125.00 s 2,250.00
1s0.00 s goo.oo
12s.00 $ 7s0.00
8s.00 s :qo.oo
Preparation and meeting with Architects and Thais for value engineering
3 Work on value engineering with subcontractors/suppliers/propose solutions
. Tom Torres
A Rodriguez
4 iign contraci at City Hall as instructed by Thais
5 Process permits, drop off and pick up plans at City and architects office.
A Rodriguez
A Rodriguez mileage
E Delgado
E Delgado mileage
6,Preparesubcontractagreementsandpurchaseorders
O Rodriguez 48 _ .Hours 125.00 S 6,000.00
9 Prepare construction schedules & distribute
O Rodriguez
A Rodriguez
10 Prepare schedule of values and job cost
O Rodriguez
D Rionda
6 Hours
4 Hours
11
11 Prepare for and attend preconstruction meeting t0-17-zotz
.Ovidio Rodriguez
Eduardo Deleado
Miles driven ED
6. Hours
3 Hours
31.32 Miles
125.00 s 7s0.00
8s.00 s 255.00
0.s6 s rz.s+
0.s6 s 17.54
3.2s s g.zs
125.00 s SZS.OO
8s.00 s 2ss.00
0.s6 $ L1.54
0.s6 s rz.sa
Miles drive OR
Parking
31.32 Miles
L lsum
LZ Meeting at site to discuss staging area and access
Ov!{io Rodriguez
Eduardo Delgado
Miles driven ED
,Mil_e_1lrive OR
3 Hours
3 Hours
31.32 Miles
37.32 Miles
13 Allocation for performance and payment bond issued with master contract
Bonds issues 1 lsum 5,267.50 s S,Z0Z.SO
t4. Other costs incurred:
.
Plan reproduclions 1 .lsum
,Delivery services 1 lsum
t67.10
41.96
s
s
L67.LA
47.96
Subtotalamount:s 38,331.40
Overhead and profit:
Total amount:
75% 5 5,1q9.7t
s 44,081.11
12
=*--zilq
Statut: INREVIEW
BUII,CES"
(Tbi's is
CfTY OF MIAI.{I BEACH
Miami Beach, Elorida 33139
RECETPT OF PAY-I\4ENT
aot a pemit it is a receipt oaly)
09-11 -2012
Receipt:
Date Applied: 11/30 /20LL
Date Completed:
Date Issued:
Site Address: 2300 PINETREE DR MBCH
ParceI *:32270000100
Applicant :TO BE ASSIGIIED
r;fiP?*.*sfiffi4,,ffi#'ffij'ffi*., 1
Entered By:
Date Explred:
Owner: CITY OF !,tlAMI BE.AClt
17OO CO}II/EI{IION CENTER DR
MrAMr BEACH E"L 33139-1819 331391819MIIIVTI BE.ACH EL 33139.1819
Description: Public Workg OperatioaE Off,ice Interior Buildout
Pafraents made f,or ttris receipts:
Type lfethod Desct,. AnounE
Paytnent Made:Accepted By:
==:=
Total" Payment: .00
Curlent Palment Made
Payee:
to the Following ftems:
Account Sumnatl for Eeeg and Payaents:
Item* Descriptj,on Account Code Tot Eee
COASTI.AND CONSTRUCTION, INC.
MtAMt, FL 33155 1014 6I3
Pai.d Prev. Pmts Cur, Pmts
l{1
h'
,re ,
0 ?/00t
,y'Lau,r'{
13
COASI.AND
PLEASE DETrcH THIS POFNON AAID RETAN FOFI YOUR BECORD6.
. DATE
September
il$'n-.,f r O 0 -C.ONVENT ION
thousand nine hundred fifty dollars and 26 cents
OHECK'I.'O. AMOUNT
11, 2072 10r4693 ,$******g, 950.26
N@T NEQ@f0ABLE:I.
14
=o
=0,1A<-XE(DXa*oo:o*t=alis19. 5'loJlo
=)(t
=to5lg 6',loo
!
0)
lo3lol o
lo=
lo
IG
lanIct
1f,.lo
lol3
I
N5z,ofitort
,^z=5m:E6;'98ir9o(r.trNO=
u+H:>z
N),o()P'N
:
(-oo
ec!€g
vot9E]iw
rod
9.ooo
ET
C.ott
l>ot:l !
td G:Itr,t=o
(,r cn
N l\)oo){ \.t
or(J|ooa
-(,r -qrN I\)oo):.. )tqt(,loot
ooP.9; i
Bg8!--'oq,{t!ao
!?o*p
s [,Io Q?iJ r,ra
vo
!,t- i'
EA
IEL O
ooooa
3
EP
lo. *
loilo=l(!=
lalnr
lor
lEr
oo
ooQO15
COASTLAND ^QNSTRUCNON, INC.M .. FL3B155 1013644
r-02-11 96960 JOC M]AMI BEACH L2662.50
12562.50
ffi{12662.50
L2662.501013644L2-0?-Lt
PTEASE DETACH THIS PORTTON AND RETAN FOB YOUR RECOBDS.
iy: **************t'eyslve thousand six hundred sixty-two dollars and 50 cents
COAETI.AND CONSTRUGTION, INC.
4661 SW 71stAVE.
MIAMI, FL3155
'' 0"""*r?T z, 2ot L
NIETSON & COMPANY. INC.PAY Sooo GovERNoRs BLvD. srE 101HJEF nier'lr mxus, EL 33015
OF
OCEAI{BANK,& llw {2ndA!/E.
l,{AMl, FL Xt128
83-113e-e-1013644
CHECK NO. AMOTJNT
1013644 $*****L2, 662.50
N@T NEGOTIABEtr
a
16
lli.-ltoo & Company, Inc.
f;flgr,"?il"iff rs s1 nrva'. *r o r
Phone z 3A5-722-2663 Fax : 305_558_9650
Coastland Construction, fnc.
l*it$.Ti1[oadsuez
IYIlamL tr'L 33lss
2LBL97 LL/Lo/n FHc ppBD FlaHurricanecatastropheFund-As
TO: Cit,y of Miami
EOR: Vertical Construction proJect; $1,000, 000.00
1'3t catastroohe Furrd mandated. Fv !!e office of fnsuranceResuration Stitute-2rs]555i6ituf effecrive t/L/tl
BOND PREMIUMS ARE.DUE WITHIN 30 (THIRTY) DAYS OP THE INVOICEDATE. THANK YOUI !
fnvoice Balance: $L2,662 .50
17
o
ooo
ET
c-ocr
=o;P<9JHTP3Auo{E g
ooo! g
as$= li $6@6; lt -'Oo ==oln 6P9>He(,)=+ i
B B =;,i ts 6.ilip Fg
!D
to3Iot O
IO:
ltr,
llDlolo
l=.lo
lol=
JJiP
J{oo$i)oo
fJNN)
1r!€€aE)
vuoofeeJ a'r rtN I C)OF 5 i.mm€ 3 f,pr3 E>>-{ -l laaooot0,trn6,da.
lF9
liE
J . AJ(n (tr 6)AIf :,r :t so :.tA E QgS
3l!olotr
lo. =
l4iJ(n ot ot|+:,r :.. ){ !o :.1E q qss
Fit9=ooooooI
oooo
oolo.9;;
Eg8
:-J'oq,<r,ff9ojiuPp
$HE
uo
trr- !i'
EAlcL o'obb
O()ctlta
l@lit
lor
li g=B a Bes18
' t(EPROG-Rffi'5
A&BD @ nepro@na
The Thomar Reprcgraphlcs Family of Companiet
Phone: 305-557-4149
*-qrr r(,:- '- 70lTI0-X'7i!C967
.IALLAS, TEXAS 7537. .'67
TERMS: tlet 1Oth prcx, lnterest charged at 1.50/o per
rnonth il8% per annuml witt be added to
3ccounts over 30 days past due. lnvoice due
INVOICE
No' 02021 tg
9716 09/L3/20t2
D
3nd payabte in Daltas County. TX
Delivery Due: 09/L3/201"2 5:00 PM
soLD ro cusroMER fl 50rc2g2
COASTLAND CONST INC
4661 Sw ?lst AVE
MrAr{r, FL 33155-4557
SHIP TO
COASTLAND CONST INC
4551 SW 71st AvE
MrAMr, FL 33155-4657
NOTES SOLD BY
MESS4796
SALE
CHARGE 0501-02
ORDEREO BY
ARNA].DO
CUSTOMER POfl CUSTOHER JOB IOENTIFICATION
PUMP STATION REN.
?NODUCT COOE OI'ATMTY OESCRIPNON onrolMls/
coPtEs U[TTPRICE AHOUfiT
0424110
0481300
07 54300
0700100
0424110
84
1
6
1
6
DIGITAL BOND ADD'L PRINTS
(Sets 1 Orig. 14 t 24x W 361
EDGE BIND
B,/W SCAN TO FILE SF LG FM
(TELEMUNDO)
(Sets 1 Ori.g. 1 L 24x W 36\
E-MA]L DELTVERY
(TELEMUNDO)
DIGITAL BOND ADD'L PRINTS
(TELEMUNDO)
(Sets1Orig.1L24xW36)
for your business!
L4
1
1
I
1
$
::11I
$7.79
$.79
s1. s0
$2.00
s. s6
TR TRACK f Before signrng, see reverse srde for
irade customs and [imrted warranty.
$16.64
s. 88
s17. s2
19
rNvolcE
TERMS: Nret l Oth prox. lnterest charged at l .5olo per Nrn
month [18% per annum) witl be added to 02C3530
accounts over 30 days past due, lnvoice due
and payable in Daltas iounty, TX. 969 10 / LB / 2012
f
. .-. oux-110967
DALLAS, TEXAS 753, '967
ffi'@ Roerc$'7atf6r
heThomas Reprographic Fmilyof Companies
Phone: 305-667-4149
soLo To cusToMER t 60rc2g2
COASTLAND CONST lNC
4661 S!{ 71st AvE
MrAMr, FL 33155-4657
SHIP TO
5000 sw75 Ave Ste Ll4
Mi.ani, FL 33155-4490
NOTES solo 8Y
MES54796
SALE
CHARGE 0601-02
OROERED BY
OVTDIO
CUSTOMER POfl CUST0MER JOB l0El,lTlFlCATIOil
PWD YARD OEEICE
PROOUCT CODE OUATTITY 0EscRFflolt 0nlc0uls/
c0PlE5 uNrT FB|CE I lHouilT
0424110
048r300
0764300
1185200
816
4
204
I
DIGTTAI BOND ADD'L PRINTS
sers 4 orig. 34 L 24x W 36)
EDGE BIND
B/I,I SCAN TO FILE SE LG EM
Sets I Orig. 34 L 24x W 36)
CD BURN
hank for your business I
34
4
34
I
$75.64
53.15
$ 51. 00
$10.00
TR TRACK f Before srgnrng, see reverse side for
trade customs and timited warranty
).UU
9139.?9
$9.79
s149.58
OAIE TIXE REC'D 8Y
tffitffit[ffitlilllllilfrflmlffiflffitilililliltillffiffitilililllfllilililffilliiHllilllflilllilllilli
2012101800601020203530 20
=g3[trF E E\\'Tt ooihsg FB !l
r;H iEi F g
Otrl =qq +O,-r dti ?e!
ss HgH Fr
ltr,
l.Dlolc,
lo
lolr
!! T{= :oo o
7V 7oo ofe9 Ir d.=.t nr!) O OC) ()v a f mm rn€ E ilSS Hr* mLr_
c' o' o-mfr inE E Fzii 2oOOA
T
!ql
to3IOt O
lo=
OO +Il PCJN JO(e) r
ri, ri, rUoo oJ{ JNN N
9.ooo
ET
c-o
ET
l'e
lgE
5 5 (^rrr:. - qtoco (,rE q qsa I
3l!olotr
lo. =
A ! aitJri - groo (,q a EAa I
roi
to --ooq e Ess
ootP.98 i
898l-r'tr,ct{!,3'I9or!
s [.F33i
ao
tr
l-3l= nrl=@ICL Oqqe
F
l!,lirS s hse h21
7-2 l2
-r2
't -9s9-23333-1
7 -959-23333-2 YARD OFFICE
PAYMENT
PWD
AMEX
CoASTLANO ^CONSTBUCTIoN, tNc.Mt".- l FL 3:t155 J-UJ-++oi
18.48
18.48
PTEASE DETACH THIS PORIOffi
coasrr-aND- goN STRUGTION, tN C.r '. .466i 51 / 71stAVE.
MtAMt, FL 9,155
ocEAAt aANt(
7&rtlw{zrd^t/E.
ltu^U!. FL 3i1126 101 446t
...*.* * * * * ri* * * * * * * * *,* * * * * * * * * * * * * * * * * )r * * * * * * *rr. . ..^ ihirty_six dollars
OATE
August 7, 2012
and -96 cent$
AMOUNT
1014458 $*********36.96
CHECK NO.
FEDEX
Po BOX 660481 6
22
Automatjon INET
Tracking lD ;r's-lguzlousu Hffomservice Type FedEx sundard overnight i'inslcNo coNsTRUcTtoN tNcPackage Type FedEx Envalope ffir*r1 AVENUEZone OzPaclages ;' MIAMI FL 33155 us
Ratod Weight N/ADelivored Jd t6, ml2 t2:47
Svc ArBa Al
lro1eo!v il.penruarorz Transportaton charge
FedExuse omoomqoooozoo/_ *ffi;fjLffigdoSJultZ'flllti',',.,,.., gr,.ag"r.,lo*ricanEqprssspaymenr
H$.lli3ry - , ;, " ',, R;i6,, :. ruer Jurcnargs . FedEr has apoliod a iue{ suicharge ot rZ m% to r,i.it,pr.nt. utstance Bas€d pricin!, Zono 2
R€ciDhm
Thais Vieira
city of Miami Beach BCH/Clp
777 tTTH ST
MIAMI BEACH FL 33139 US
,h'"^
(t
16.50
Automation
Tracking l0
Service Type
Package Type
Zone
Packages
Rared Woight
Dslivered
Svc Area
Signed \
FedEx Use
INFT
79379861(B88
FodEx Standard Ovorniohr
Fedfu Envelope
a2
I
N/A
Jul 18,2012 t0:06
AI
S.PEREZ
0flD00000/0000200/_
Transportaton Charge
Fuel Surcharoe
-
Sendtr
Mari Rose
COASTI.AN O CONSTRUCTION INC
1661 S1/t/ 7l AVENUE
MIAMI FL 33I55 US
k
Jt+ltl
\
LI."l't ('
Totrl Charga
___uEo_ _ 1.98
318.48
H9f.I2:
f,ecipient
Customer Service
American Express
2965 W CORPOEATE LAKES ELVD
FOBTLAUOERDALE FL 33331 US
-11' . \
1,,.,*\ ";li*t.t6.50
l.g8_
tlr.{8us0
23
t3-12
-13-12
7-957-62114_1
7 -g5L-6211,4_2
NW 131 STREETSCAPE
PWD YARD OFFTCE
PLEASE DETACH THIS PONTIffi
coAsTt AND| C-qNSTRU5CT|ON, r ll c.JVJ.'tCf\rJ
18.48
18.48
OCEAN EANX
7fl, Btv aad ArrEllhill. FL 3n26
MtAtit.FLfr,153
't -".-C9*STUN D_ -CO|ISTRU GT|O N ; tN C..4661. SW 71srAVE.
63-1139
861'101443s
OATE
July 19, ZlLz
and 96 cents
AItIOUNT
L014439 g*********36. 96
CHECK MO.
FEDEX
.PO BOX 660481' '' PALLAS, TX 75266;04-e1
a
N@T NEG@TTABLtr
24
7-951-62114
Automation
Tracking lD
Service Type
Package Typa
Zone
Packages
ffated Weighr
0elivered
Svc Arsa
Signod by
FodEx Usa
Altomation
fracking lD
SeMce Typa
Package Type
Zone
Packages
Ratod Weight
0ellvered
Svc Area
Signed by
FedEr Use
INET
793766602936
FedEx Standard 0vsrnioht
FedEx Envelope
02
I
N/A
Jul 10,2012 t0:13
AI
V,TAHUAOA
cr00m000q0m0200/_
n.r,fih
-\f,scipient
0ianna Guerrsro
Unitad Coocrete producrs LI-C
835I NW93RO ST
MIAMIFL T1166 US
Raf:.f} ':r 'r .rr'' ,
,
-7.
Becioient
Thais Vioira
Miami Beach
17OO CONVEI'ITION CENTER OR
MIAMI BEACH FL 33139 US
\)t'('
cct /1
bY'r1'f
'
NET
793766{i02262
Fedfx Standard 0vernight
FedEx Envelope
02
I
N/A
Jul t0,2012 10:20
AI
ITI.MAHAOEO
mmmm0/m00200/_
Sender
Mari Rose
C0ASTLAI'J 0 C0NSTRUCTI 0N tNC
4661 SWTI AVENUE
MIAMI FL 33I55 US
Transportation Charge
Fual Surcharoeffi
Sender
Mari Rose
COASTLAND CONSTRUCTION INC
4661 SW71 AVENUE
MIAMI FL 33155 US
001
lh'
Subtotal usD st6.96
s16.96Total FedEx Express USD
25
-LA-72
-L0-L2
101012 - 1
10L0L2-2
uoAU r tArru.ugrrtu I t(us r turr. tNs,M!\Ml trr_331s5 J.r., I-rU'-LL'
PE{D YARD OFTICE DE
STREETSCAPE MTSC
PTEASE DETACH .r1{rB PoFnoNm
ocEtilBAirx760tdlr{a/&E'.tu^Io,n ldlzt .
hundre-d,ten dogars aq{.85 cents
Airoulo
20t2 1,01 4 B'1 6; $t** 1b *f *.rALq.:55
gl!!I
.@ &ioicbr
26
r -t
ErpqBe&mre €Z^
^-A
Do: ,4&*
'2r'ruo,c< * t0tt^:r>-\
27
oi!r5s{6'olsE ,i iF cl (,;.a g
oZ! -oaeE E F[Ef IF Fotr,o6X 3EHfi s'
sgu Er
3
o
ooo
ET
C.o
ET
t!,
lo3lq, Olo;
lc,
1(D
ta/,lc)If.Itr
loIf
o@oN
IN)o
t\)
!€o
nooat'rl
=?aEil
{o
0,d
lie
liE
q, o)
NN(,toi
l!ollr tr
ICL t
(., o)
NNOt C,II
oooo
(,)|!,(,ti< i
Eqg!-r'o(,{!,til9orp
s [.[
331
r^J
HE
7o
AI
l",EooI
Itrlo
It!
lB=aa28
J.lJJ.-f\rJ.U
186.38
3.25
189
-0vL2 080112-1-y-Lz 08oLL2_2 STREETSCAPE FUEI
PWD YARD OFF MTSC
Prr^sEDErcHrHspo@ 53
186.38
3.25
*.J| r ,f;1.ti..)f!ria..'i;:,.r"
ffi;iffi 'i.
4515
lEfisafrr
,gJdffir-';;^:;
-:.,r.
;-,)
29
l_
Coastland l.>-o
EmplotneName: Zd..^\, U]*.;
EmpbSBe Sbnarure fu
EmplqpeName:
Date: e/ ,fr-rL-L
30
4fi113 DriMng Directions from 4661 S:W 71st Are, Miani, Florida 33155 to 1700 Conrention Cenrer Dr, Miani Beach, Florida 33139 I Mapeuest
TotalTravel Estimate: 15.66 miles - about 28 minutes
{
Tc
t4u#tbtTL
{HFO&r',+ .:
27', -
tt!t'2O?t 51
'fi44#FNqH
il s'rJ 8rh sr
uttfpstchester i
$slt
trl
ItlillerQir
d-a:t Rd C.afi*-nPrrft
@2013 llapQuo.t - Por[ont @2013 XAVIEO t Terms I prlvacv
t02013 MapQueg' lnc' Use of directions and maps is subject to the MapQue$ Terms of Use. we make no guarantee of the accu.cy oftheirconlent, road conditionsorroute usability. you assrrme all riskof use. :,,,i..j r:.-r;.li L,s€
'\rJ Fioq€rg0s ':E
oa
,Coral Gable$".",-,
t4
U
_{
?E
_ -Virgiflia Glrdonrt+#beoriw 36rh st
*iA/7h *
Get the FREE MapQuest tootbaf. features.mapquest.com./too Lbar/
!;;!it?;_i9,3
iBe
',wriv.rqq rEt.crryprinf?a=af .core.a1 gcgl gg4d303067rl9dccc02 31
March 10,2014
Mr. Alex Denis
Director
Procurement Division
City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL 33139
Re: 1Oth Street Bayfront Street End lmprovement Project and PWD Yard Office Project
Dear Mr. Denis,
It was a pleasure to meet with you and your staff last week. I appreciate you taking the time to
meet with me and I look fonruard to working with you in the future,
As we discussed, Coastland Construction worked on two JOC projects for the City, Both of
these projects were cancelled after we had expended time and money on both. Attached is a
letter from our attorney to the City Attorney that has the amounts due for both of these projects.
The costs are divided so you can see exactly what we are billing for on each job.
We are not in a position nor do we wish to pursue this matter with our attorney. We simply
would like to be compensated for our time, efforts and costs incurred for our work on the two
projects listed above.
lf you have any questions please do not hesitate to call me anytime. My cell phone number is
305-606-8559.
Since
Aleja-ndro Rodriguez
32
WSLBAUM GUTNNSEY
ATTORNEYS AT LAIT
ROBERT A. HINGSTON, ESQ,
Partner
Bhlngslgn @welbau m.com
February 22,20t3
Raull. Agulla, Esq,
Chlef Deputy Attorney
City of Mlami Beach
1700 Conventlon Center Drlve, Fourth Floor
:
Miami Beach, FL 33139
Re; Coastland Constructlon, Inc,/City of Miarnl Beach
JOC #23-08/09
Our File Ho, L2.239
Dear Mr. Aguila:
As you know, thls firm represents Coastland Construction, Jnc. ln connection wlth
JOC #23-08109.
We have advlsed the'City ln the past that there are outstanding co*,s due wlth
regard to the above IOC contract between Coastland and_the City of Miaml Beach. Desplte
oui requests, no actton has been taken by the CIty with-regard'to payment"
We are enclosing breakdowns of the sums due to Coastland on proJects for which
It has performed work for the Clty.
The amounts presently due are as follows:
',7d.4- i/-oio l"0h Street Bayfront Street End Improvement Project-
tl./- to-oof PWD Yard Office Project-
$41,820.97
$44,081.11
The attached lncludes approprlate backup for the costs involced.
Coastland believes that the aOove contracts remain in full force and effect, lntends
to cornplete the sarne, ls ready able and wllllng to continue to perform work with regard
to the samer and expects payment for its services,
Wrlnauu GurnNsey HrNosroN GnrrNrgar Gnpoony Bucx Ruwr u THoues np
901 PoncedeLeonBoulevcrd . PenthouseSullo'Corol Gobles, Florldo 33'134.1009 .Telephone006.44l-8900. Focslmle305,44l-22ffi
33
34
I
I lSubtotal:
-!-L-
I loverhead and profit:
_ I _L-------
: ";t.?r i '
;rj.-bl,35
=
9.ooa
tt
(-
o5
=8?af.ilO-Joxtoooz= om- Ii: g:OiE#= li B@ra ly. o88I lB "1zo fjnoO P
5c)9
ri3 Fn<:S==soi EN 9 toEY rn lgq' to=blFoloaoEEIB4,, . l=
noEq9t9;iefod
l!e
t6 E:Itr=If or
{ '.1(., (^)(o(ogl(noooo
11]oloE
lo.3
--.1 --.1(, oJt0 (o!n lrtooOO
to=lo:lo=l:, 3
,- $ EE $ls.H jF -
rcs
r-!
;.i @ 1,rE iiHq
oooot
bot
36
COASTLAND ^qNSTRUCTION, ING,1013644M rFL33155
Lr--02-1_1 96960 JOC MfAr\tI BEACH L2662 .'5A'
M?W
12662.54 *i j:oo
12662.50L2662 .50L2-02-tL 101"3644
PLtr-ASE DFTACH THIS POFITION AND FIEIAIN FOR YOUB EECOBDS.
37
Nielson & Company,Ing.
8000 Governors Sq. Blvtl. #101
Miarni Lakes, FL 33016
Plrorre r 305-722-2663 Fax I 305-558.9650
Coastland Construction, Inc.
IVIr, AIej andro Rodrlguez
4661 S.W.71 Avenue
ilIlauri, FL 33155
INVOTCE,# 96960
firc2nt waLln 1I/1
2L8L96 .1.L/tA/fi NErr,i PPBD Vertical Construction Project $
FIaHurri caneCatastrophe Fund-AS
12,500.00
162,502L81,97 LL/10 /L1. EHC PPBD
TO: City of Miani
FOR: Vertlcal Construction Project; $1, 000, 000.00
1.38 Catastroohe Fund mandated bv the Office of InsuranceRegulation stitute 2L5.555 t6l tbl - ef fective 1/1/1.7
BOND PREMIUMS ARE DUE WITHTN 30 (THTRTY) DAYS OF THE INVOICEDATE, THANK YOUI !
Invoice Balance l $L2,662.80
38
oooo
i(,
c)
ir.oooo o ooooo o a
{*{O@O)N N I-r(.)(OF F -Nl'-(o(l, (o (OGl(\lC\lN t\ ]\
{{lo@ot* F- l.-
-(r(OF FNF-(o(D (o (o
(\1 c\l c\l i\ I\ t-
{oo
sgtEgE #Itlt
YFC\l,,oo
t i: gol
coo tr t-stHE* 'E''
s g,a &,
ciCr,
ooooqqqe
*oo
!ol
g6l
EEIf,(!1orl,E
rEttr=l'6, 9l.E LIo<l
!)ooo
Yi 6 ltr 6*=r6E
-fF F F F&,,, O EJq(/)O- o<t?u E sfrsdi :616 5q6f,>v<;;
JHE(/)-=
rE^=L-r,l)
re-
NNN55EsryryoC)o
:;;rOO
,IC\NN
zoao--NNN<,1 (diTcooO<dci+0cFoooOoroo11/Nr.-(r)Foco(oItc\r$(o
HRNNooooout
ul
oe.
o.
=JJ
=uJaoo
Fo
J
c)
o
o
.oo?
.cl
q,o
.9o
clol
ol
LI
tsl6ilol
=oloolEol
(E&
o 0rl
.e Etool
ci
-olcol.9 '616Zl
J-l
ac0o.c'Ntrx(!'=frx
lU-6-.Y-39
COASTLI\ND
PROJECT X PLANS
OKEY DOKEY BR-YVNSVL
BROI/,INSVILLE UNITS
HOTEL LA PETITE B1
GABLES POINTE BIDD
PROMENADE PLAZA P
HARBOUR PARK BIDDI
].OTH ST .]OC SEAW
PRO.IECT X PLANS
PROJECT X PLANS
OKEY DOKEY MARGATE
GRAND TOWER BIDDIN
GRAND BAY BIDDING
PLEASE OETACH THIS POB'I]ON ANO RETAIN FOB YOUFI FECOROS.
L'4v'
1UlbU 1b
j:iiit -'i '
/.:n !z 020397 4
020 4 4L5
020 4 4L9
0204583
02046'10
020 49'11,
0205059
0232029
0232064
0232066
0232082
0232307
0232314
5-X2
5-t2
6-1.2
8-12
1 -L2
L-1_2
L_L2z-u
2-t2)-t2
3-L2
;-12
2A\'al^ar
11.30
55.68L9.54 i
98.58
L2.43
40.41
94.L2
22.10
12.43
10 Ac
25.38
1.4.97
16L.0'l
.00
.00
.00
.00
.00
.00
.00
.00
.00
.00
.00
.00
1l_ . 30
55. 5B
19.54
9B .58
72.03
40.41
94.L2
22.LO
L2.03
t2 .02
25 .38
L4 .97
16L.0"1
********** ********** *********** *
40
REPROGRAPHICS
*ar,r ro,
TERMS:
Eiii,f{it'ffJ,,,,ffi,,IHYOICE
Nei 10th prox. lnterest charged at 1.5% per
month (18% per annum) uritt be added to
accounts over 30 days past due. lnvoice due
and payabl'e in Dattas CountY, TX.
N0, o23Zo2g$$m @ Reprosffih
Ihe Thomas.Reproglaphlcs Famity of Compan(es
Phone: 305-667-4149 Delivery Due: L0/3L/2OLZ 3:00 PM
DATE TIME REC'D BY
2012103100 60 1030232029
6iE Lo/31,/201.2
b
s0L0ToCU5ToMER# 6010292
COASTLAND CONST INC
466L SW ?l-st AVE
MrAMr, FL 33155-4657
sHIP TO
COASTLAND CONST INC
4661 SW 71st AVE
lrrAMr, FL 331-55-4 657
NOTES SOLD EY
ALCO47 5 L
SALE
CHARGE 0601-03
ORDERED BY
TOPI
CUSTOMER POS CUSTOMER JOB IOENTIFICATION
IOTH STREET SEAIdALI
0 42 41_10
0481300
t14
1
DIGITAL BOND ADDII, PRTI{TS(Sets 1 Orig- 29 L 24x W 36)
EDGE BIND
lhank for your business I
29
L
$.092'1
$.788
$r.6.13
$.79
TR TRACK #Before signing, ;ee reverse side for
trade customs and limitsd warranty.
$4 UO
$20.92
$1.18
s22.L0
41
COASTLAND CNq$TRUGTION, INC.
MlilL33155 1.013s71
42
REMTT T0: p0, BOX 7ri0967DALLAS,TEMSTs&67 INVoICE
TERMS: Net 1 Oth prox. lnterest charged at 1.5% per rrn
month {18% per annum) wiLl be added to "-' 021 4g-l 0
accounts over 30 days past due. lnvoice due
and payabte in Miami-Dade County, FL. DATE
Phone: 305-661-4L49 Delivery Due:
REC'D BY
2/1 /baL2
SOLD TO CUSTOMER #6010292
COASTI.,AND CONST INC
4661 SW TLst AVE
MrAMr' FL 331-ss-4657
.\,1^ cJ
SHIP TO
SVIT 5 Ave Ste 1L 4
, FL 33155-4490
NOTES SOLD BY
MESs4796
SALE
CHARGE O601-04
ORDERED BYTOM TORRES
CUSTOMER PO#CUSTOMER JOB IDENTIFICATION
BAYFRONT ST.
PRODUCT CODE OUANTIry DESCRIPTION ORIGINAL5/
c0PlE5 UNIT PRICE AMOUNT
0424lt0 276 )IGTTAL BOND ADD'L PRT}ITS(1 se'rs 46 Orig 36in X 24in)
hank you for your business !
46 0 .0927 2s.5el $r
TR TRACK #Before signing, see rever:
[rade customs and l.imiter
;e side for $. 00
$2s.s9
$1.79
$27 .38
Customer Copy waria n ty.
20L24201 0060 10402 ? 4B 7 0 43
coAsrLAND ^lsrRucrloN, tNc'
Mh -,:L 33{ 55
r014is5
021 6630 LEUCAD/.]OC MIA
PLEASE DETACH THIS PORTIOI.I ANO'RE-IAIN FOB YOUR RECOBOS.
44
{--Reprogffire
A division of Thornas ReprographicsPhone: 305-667-4 14 9
REMIT T0: P.0. BOX 74096/
DALLAS, TEXAS 7517t. ti,r67
TERMST Net 1oth prpx lnterest (.lrrrged at 1.5% per
month [180/o per atttrt,rirl;ri[[ be added to
accounts over30 oays pasl due. Invoice due
and payable in Miamr-Dade County, FL.puliysry Due_:
lHvolcE
No'ozzeoro
DAIE 4/ 6/botz
soLDT0cusToMER# 6OLO2I2
COASTI,AND CONST I}.IC
4661 SW TLst AVE
MrAMr, rL 33155-4657
SHIP TO
5000 SW75 Ave Ste 114
Mia:ni, EL 33155-4490
HOTES SOLD BY
MESS4796
SALE
C:{ARGE 0601-04
ovIDIO 0RDERE0 BY CUSTOMER PO#CUSTOMER JO B IDENTIFICAIION
PROOUCT CODE OUANTITY DESCRIPTION ORIGINALS/
COPIES UNIT PRICE AMOUNT
0424110
0481300
04247L0
o424LL0
,228 I(*,
I
@l
-24 |
o
DIGIIAI BOND ADD'L PRINTS((10 sr. MrAl4r BEACIT))2 sers
E}Gb B'TITD..((10 sr. NlrAMr BEACH) )
DTGITAT BOND ADDIL PRINTS((MILToN RES.))1 Sets 6 orig
otGrrer. BoND ADD'L pRrNts
( (oVIDIO) ) 1 sets 4 orig 36in
19 orig
36in X
x 24in)
/4ta.ti k*
/-t, ly'' ^)
-4
3
a
t J./***
1,,",-
you ror your business I
10 1
ola1
1l
l
4
o/4 5l
,u3 *- 3,
-.ara
0 .09211
o. rrrl
I
o. 0e271
o.os,ll
-. / -g."
,flr/
2L.1,41r --l
1. s81
-l 3.341
,.rrl
--4
I
'-. //) t 4l
,s{rrl4
$!
$!
$t
4t
TR TRACK #Befor-e signing, sae reverse side for
trade customs and timited warlanty.
EIMFfirilrl@EtiE[il
$.00
$28 .28
$1. 98
$30.26cuEtomer Copy
REC'O BY
45
]ooqq
oq
Egt
(Ul-9 E ?lgrb o ol
J',$ il
5FN..oo
-&E $ErF -;i cel
Noo .l.3PEa &.cloo
oooo
EA
Eplf(t,lo 0-l.E
oet
'a ol'E EIo<t
oooct
F- i\
ooc) o)
Nl-
I
GgoF
fq6
J6
UOo&F
Ea
Oo--f
FarF
P
.NesT,Eo-YE3
Ja-t X o.rS?S?9i
HHY
<-l,r dox,EN
hSE
E8EOAr(L"
oS
oO
JUJ
o-)
-a
ao
.9o
c
5t
!l
OI
'tr1oltlolal
.E ol[, GlEol
oL
6,) Ol
.e Et
901
d
tr rjl.9 '61E:I
J-t
atroord ?,tr56.6#5A'-(!=46
COASTIAND C'TISTRUCTION, INC. J. L,l .L -T J- I \.'Ml, :L 33155
)y2 0430L2-L STREETSCAPE CELL/S
].OtH ST JOC. SM TOO
AR SUNSHINE LKS MA
DR DUMENIGO PK LOT
i,tz.'043aL2'-2i.lz 043012-3
'Q+12 o43OL2-4
215.2'0
7 .94
2,.7L
40.01_
0t
0c
0c
OC
2L5.20
7. 90
2.7i
40.01
),s.-or-rz ffi t'orat.:o m ) Atr, .Aa on
PLEASE DSI"ACH THIS POFffION AND HSTAN FOR YOUH FIECORDS.
47
TET$\ -O\Q
C,a, o
sirnwr*,'.iufriilmy,s.
li H*' t'-
,,\
" {,t 'ry' \4
N0RTH MIAI'II Store 2682
12105 Nt', 7TH AVE
NORiH I'IIAI,1I FL 33]68 2526
(305)685-7152
Fax (305) 0s'5-eBB4
wwr,l , she rw tryl{i,lJ4ams , corrrFiK}SALE .';'i i.';\.. l0;04am
Tran # 5194-1 .':,ii\ 04104/12E46/14801 ^. i tOJARVIS ' ,rf''v^" '
\ourutnut eraci
coASTLiqlqD/ q0H$TRt cl]0i{' I}tc.
Aceour'rt, g I 62.2950'-&'
ioh '1
IC0ASYIAND*
Bi 1
',l To:
c0f,sllAll0 c0ilsl8ucll0fl IIC.
4661 $[l TlsI AUE
l,lrl1ilI, Ft 33155 4657
(305) 669-1740
6500-77589 EACH C2238000
SHERSIRIpfTf,IH r/iHTt_l[
*Sale Price 2,0\S4 3,Og-fN
SUBTOTAL
_,--_-
7.0001 SALES TAX r.1- 1033.1.6801
},IASTERCARD )1,1 r/ "\, \'
\t' .,\'
c/c# xxxxxxxxxxxx8lrs. '
1
Auth f 8204911IAL . .-
i.,u
7.38
0.52
-7.90
$7.90
-Customii
sis,inatfie 7- "-_ffiii
ThanksYort
receipt iuiliiieirirur refund
48
t{{oooooo o ooooooo o o
*i{oooc)oo (t 6oooooo o o
l*iE6E6EE F &
coco€@co!f t+ t+rr-F-o, o) o)
{{tEEEEEN & &(DcO@O@\t t t
-Frrro) o o)
6 9rlzzl
(El
(El
tr]l
Iooooc, c)oEl
P3ltr .Ll,6
ot
-9 Eo: o-
fl5s
EFN..ool
g,E(ur.nO Eb E.9N6)U)
PEA
cit (/)o
Eg
=El:olo(Ll
(dEt
:$ ElLtrIo<t
o9.!
nfi,(!M.tt dE 6 Euur! UJF F FEEt tu ts:)f:f :lo oooo- o!.lJ o F655Ldtr 5 Iooolftt-: b +OOOSOU -ffla-,F,ilfihHE5tu tJ tu " t-utrttr,tt-tt-41aa@\u)
.LJ-J-'J-FFF:SFooouJorerCf)r
c\| c{ N c{ Nrrrrroo(fooNNOrC{C,l+d+*d<>(r)FOF6 +,6,6 6ooooo
NNNTNc\IrFTFFooooo$q$q$tr,osft.-@NNON()rtrttro$rod(oooooo
x9Y9Yq'tIIII$tr)-FOYtoel(.)ci)rrt ^', 6) O LO |.-;-::loN(o$-^coc\l(oo)urdcidP-roI-9|:iDb,UI AYN.NL.l- F-N
ut
ou(L
=J
B
lrlooo-)Fo
IFo
o
c)
-oo-)
oo
.9o
trlol
oJ
L}otol
6JIol
ll (}l
oolEol
(o(L
o 0rl
.9 Et
901c
(,
tr
" drltrol.9 '51E:I
J-l
o
oo a9o)LOo':
(E=49
IUL+'l:,1'AiCOASTLAND C 'STRUCTION, INC.' MlA. .L 33155\P1.
s-2s*12 tgoYdl ;i*STREET .IOC CO
PLEASE OETACH -IHIS PORTION AND H TAIN FOR YOUR RECOED€.
'lUpe 7 |
,\i
50
FedEx Express Shipment Detail By Payoi (0risinal)
SJichirge - FedEx his epplled a tuel surcharge of 14,50% to thls shlpment
. Dlst6nco Bas6d Prlclng,Zone 2
Automation
Tracking lD
Service Type
Package Type
Zons
Package s
Ratsd Weight
0eliversd
Svc Area
Signsd by
FedEx Use
INFI'
793592746929
FedEx Standard Overnighl
FedEx Envelope
02
1
N/A
lvlay 23, 201 2 09:52
A1
M.MAHADEO
000000000/0000200/_
Sendsr
fulari Rose
COASTLAND CONSTRUCTION INC
466I SWTl AVENUE
MIAMIFL 33155 US
Transportation Chargg
Fuel
Total Charge
Recipient
BetsyWheaton
City ot ttliami Beach
17(]O CONVENTION CENTEB t)B
MIAMI BEACH FL 33139 US
t'o
0t
ll'
Shipper Subtotal USD $ts.sg
Total FedEx Express USD $r8.89
51
lUI4IU YCOASTLAND Cr,''STRUCTION, INC.MIA :3155
'4-A6-L2
4-20-12
4-20-L2
4-2A-12
7-841-58379
7 -862=8595d*2
7 -862185954-3
7 -862-85954-4
COURIEB
SOTI. FREEZE COURIE
HIA HO'SP .ANGIO RM
lOTi{,STREET JOC CO
18.65
33. 40
18.81
18. B1
18.65
33.40
1-8. BL
18. B1
5- 03 - l_2
PLEASE DTIACH THIS PORTION ANO HTTAIN FOR YOUF HECORDS'
.a ! a-^::i . -- J.
:;.F.AV;.ii:'; i4.
'; fb i{rti:P:.r1,
...oE{DER', !.,---.s.:.i
;:l:ioq'.;#r; ;:: .il'i:I"1ib"ry,:iii.;;1: .lbAiifiAgi::.Er.X:; '.Z SZ,c,A;0.4,81.' , .'-i, '. l:' ' - .: I - N,@f fNEG@,T[A,-EFE. :ri:,';i;,1'','."i:),!1,,.l!lrici:; :r:-::.;'.i,ri'-'.1 ..',' i':''.r '': ,, ,i .
, ,. , : *.-:i::-:''f .;"i;i:, :;..:: ;ii'.:. ,,,,' '.:: ,i,.i .
, .\. :...-,,.,-- ! :i..,,. "j lr:..:r (,
52
2429-4426-7
Type {0riginal}
. FuetSurcharge - FedExhas applled a fuel surcharge 0f14,00% to thls shlpment
. 0lstance Based Prlclng,Zons 2
,;t
tl
Automation
Tracking lD
Service Type
Package Type
Zone
Pa ckag es
Rated Weight
Delivered
Svc Area
Signed by
FedEx Use
INET
79344'l 782945
FedEx Standard Ovornight
FedEx Envelope
a2
I
N/A
Apt 12,201213i4'1
A1
,BOYLE
000000000/0000200/_
Sender
Mari Rose
COASTLAND CONSTRUCTION INC
4661 SW71 AVENUE
MIAMIFL 33155 US
Transponaton Charge
Becioie nt
Accounting Department
Dean Steel Buildings
2S29 INDUSTRIAL AVE
TOBTMYERSFL 3390I US
16.50
Fuel Surcharqe -,1.!lusD $18.8'
. Fue[ Surchargs - FedExhas applled a fuel surcharge of 14.00% to this shlpment. 0lstanc6 Basad Prlclng, Zone 0
INET
79345v/S5180
FedEx Standard Overniqht
FedEx Envelope
08
,|
N/A
Apr 16, 2012 1 1:24
A1
T.ZAHNOW
000000000/0000266/_
Automation
Tracking lD
Seruice Type
Package Typa
Zone
Packa ges
Rarsd wsight
Delive red
Svc Area
Signed by
FedEx Usa
Sender
Mari Rose
COASTLAND CONSTRUCTION INC
466I SW71 AVENUE
MIAMI FL 33155 US
Transportaiion Charge
Recioient .''
Larry Applegate
Soil Freeze
1 165 EASTLAKE AVE E STE 4()t)
SEATTLEWA 98109 US
,,oly
lr
29.30#{
. Fuel Srtrchsrgs - FedEx has applled a fuel surcharge of. 0lstance Based Pricing, Zona 2
Automation
Tracking lD
Servioa Type
Package Type
Zons
Packages
Bated Weight
Delive red
Svc Area
Signsd by
FedEx Use
INET
793461619493
FedEx Sundard Overnight
FedEx Envelope
02
I
N/A
Apr 18,2012 10:00
A1
W.BUHGOS
000000000/0000200/_
Sender
Mari Rose
COASTLAND CONSTRUCTION INC
4661 SWTl AVENUE
MIAMIFL 33155 US
Transportadon Charge
Fuel Surchar
Total Charga
Reclpient
Patrick Down_es
Hialeah Hospital
65I E 25TH ST
HIALEAHFL 33013 US
n,oo)h
. Fuel Surcharge - FedEx has epplled a fuel surcharga of 14.00% to thls shipmsnt.. Distance Based Prlcing,Zone 2
Automation
Tracking I D
Service Type
Package Type
Zone
Packag e s
Barsd \lvsight
Delivered
Svc Area
INET
793462523888
FedEx Standard Overnight
Fed Ex Envelope
02
1
N/A
Apr lB, 2012 09;59
A1
Sender
Mari Rose
COASTLAND CONSTBUCTION INC
4661 SWTl AVENUE
MIAMIFL 33155 US
Transportation Charge
Recipient
Betsy Wheaton
City of tuliami Beach
IToocoNVENTtoNCENTEBDR ll.
MIAfuII BEACH FL 33139 US I '
,05l
Continued on next page
16.50
53
coASTLAND CO^'S'rRUCTIOll, lNC.' MIAN 33155
JUJ 1L{A
;-04-12
i-04-L2
;-04-1"2
;-04-12
t-04-L2
t -Bis-2203s-1
7-B7B'22035-2
7 -8"78-22035-3
'7 -87 B122'035;'4:
7 -87_8-2203s-s
COURIER
necddra .PorNTE cou
T:OTH .STREET JOC CO
HIA HOSPITAL ANG]O
COURIER,
89.2L
18.81
18.81
LB.81,,
18.8L
18.81
18. B1
18.81
5-17 -t2
PLEASE DETACH THIS PORTIONANO FETAIN FOB YOUR HECOFDS.
I.4ay.',"1-,7:7
54
Payor T
Fu€l Surchargs - FsdEx has applled a fuel surcharge of 14'007o to this shlpment.
Dlstahc€ Bas;d Priclng,Zonoti ./
FsdExhss audltad this shlpmsntfor corrsctpacksgss,w€lght, and s6.l/lc6.Any changes made are rofloctod ln tho ihvolca amount
WB colculatsd your ch 0rgsE basod on a dlmenslonal weiqht of 23,0 lbs, 16'x 1 4' I l7', using s dlmonsional tactor of 166.
Automa{on
Tracking lD
Service Type
Package Type
Zone
Packages
ActualWeight
Bated Weight
Delive red
Svc Area
Siqnsd by
FsdEx Uss
Automation
Tracking l0
Service Type
Package Type
Zons
Packages
Bated Wainht
0eliversd
Svc Area
Signed by
FsdEx Use
tNET
7983t9984388
FedEx Express Saver
Customer Packaging
OB
I
19.0 lbs,B,6 kgs
23.0 |bs,10.4 kqs
Apr 27, 201 2 09:36
A2
J.ESTBADA
000000000/0007us/_
INET
7934S3006838
FedEx Standard 0vernight
FedEx Envelope
a2
1
NIA
Apt 26,2012 14:42
A1
S.COHEN
000000000/0000200/_
'Sender
Mari Rose
COASTLAND,CONSTNUCTI t)iU INC
4661 SW71 AVENUE
MIAMI FL 33155 US +- -z-O ,
TransportationCturgr0 fr ' /
Courier Pickup Charge v
Recipient
CUBE.ABR
Culsinart
7475 N GLEN HARBOR BLVO
GLENDALEAZ 8530i US
7+.25
4.00
Fuet Surcharge 10.96
Total Charge USD t80.21
. Fuel Surchargs - FedEx has applled a fusl surcharge of 14.00% to thls shipmont. Olstance Based Prlcing,Zon€ 2
Sender Eecipient 0 -
Mari Rose Gail Magdycz I ),,
C0ASTLAND C0NSTRUCTI0N INC Begatta Pointe Condominium Ass I v
4661 swTr AVENUE a/ 10rr2 usAT0DAywAy \
MIAMI FL 33155 US ./ - H0LLYW000 FL 33025 US
/ o ['bto)Transportation0harge ^/
u' 16.50FuelSurcharge V 2.31
Total Charge USD 3l8JI
. Fusl Surchargs - FedEx has applied a fuel surcharge of 14,00% to $is shipmsnt. Distance Based Pricing,Zone 2
Automation
Tracking lD
Senrice Type
Package Type
Zone
Packages
Rated Weight
Belivered
Svc Area
Signed by
FedEr Use
. Uistan0s tsas
Automation
Tracking lD
Service Type
Package Type
Zone
Packages
Continued on
INET
798330506674
FedEx Standard Overnight
FedEx Envelope
o2
I
NiA
Apr 27,2012 10:23
AI
M.MAHADEO
000000000/0000200/_
Sender
Mari fiose
COASTLAND CONSTRUCTION INC
4661 SW71 AVENUE
MIAMI FL 33155 US
Becipient
Bstsy Whaaton
City of fuliami Beach
17OO COF$JEI{TIOII CENTEB OR
MIAMIBEACH FL 33139 US
.o
0\
\\,/>
INET
193505229143
FedEx Standard 0vernight
FedEx Envelope
02
1
next page
Recip-ient P
Ruben Blanco ^ ,0'
Bloc3 0ssign \ d
6555 POWERLINE RD STE 209 \
FOflT LAUDEBOALE FL 3330S US
Iil
{i
uirl
HI
Fue{ Surcharge - FedEr has applisd a fu el surcharge of 1{.00% to this shipment
Distanoe Based Priclng, Zone 2
/
Transportation Charge J 16,s0
Fuel Surcharge nl
Iolal Charge -
Sender
Dlari Rosa
COASTLAND CONSTBUCTION INC
4661 5'W71 AVENUE
fuIIAMI FL 33155 US
55
GOASTLAND CONSTRUCTION, INC.MtA rL 33155
1UI 4ZUb
4-27-1"2 787066531.-1
4-2i -L2 187 066531,-2
SEAWALL DELIVERY
HIAI.EAH HOSPITAL
5-1,0-1.2
PLEASE DETACHTHIS PORTION ANO RETAIN FORYOUFI RECOBDS.
'l.....'.,.*ij,'..;?r,J:/.1;.rr<;.').;-.:.'---
"a'iy1iit'f'.*n01;gt!.+;*,'t1ril+t:r"ii1*{.ttt*1*,*.*i**Eor'ty-;1..-rgffirat'ia,4ej a*4lgtli,i
.i lrryu.:r1ffi,1vrbrZ6p.,ylF1
.',, 1:;, ' , ,,, 'NgT.iNIECCTiiABilEffii{
'. :i 'i. i''t,.,, ' iMa;52.10, 2Qt2; ; ,; ro.ia2jJ?lij,i;r**,*,r!**1,q0.i2;s;i*ii;,
ri.:i.'.l..,.-,.;'..,,,.,],."..'
56
;--'-*-- w
1l
I
Express ent Detail By PayorType (0ri
. Fuel Surchargo - FedEx has applled a fuel surcharge of l4'm% to this. 0lstsnce Based Prlclng, Zone 2
Automation
Trackinq lD
Service Typa
Packag e Type
Zone
Packa g es
Rated Weight
Delivered
Svc Area
Signad by
FedEx Uss
Automation
Tracking lD
Senrice Type
Package Type
Zane
Packag es
Rated Weight
0 aliverad
Svc Area
Siqned by
FsdEx Use
IN ET
79831 5959061
FedEx Standard Overnight
FedEx Envelope
02
1
N/A
Apr 24, 201 2 09:58
AI
M.MAHAOEO
000000000i0000200/_
INET
798318370390
FedEx Standard t)vernight
FedEx Pak
02
1
2.0 lbs,0.9 kgs
Apr 25, 201 2 10:53
A1
G.FISCHER
000000000/0001 2831_
Sender
Mari Rose
COASTLAND CONSTRUCTI ON INC
4661 SVV7l AVENUE
MIAMI FL 33155 US
Tra nsportati on Char i1 e
Eesipiell
Betsy \lliheaion
City of Miami Beach
17()() CONVENTION CENTEB DB
I/IAMIBEACH FL 33139 US
Recipient
Ruben BIanco
Bloc3 Design
6555 POWEBTINE BD STE 209
FORT LAUDEBDALE FL 33309 US
,0
9\
,.00
o\ 0*
.{
16.50
2.31
\\
. FuelSurcharge -FedErhasapptlad a fuetsurchargeof 14.00% to thh. Bistance Bassd Pricing, Zone 2
Sendor
Mari Bose
COASTLAI{D CONSTR UCTI OI{ I NC
4661 SW71 AVENUE
MIAMI FL 33155 US
Transportation Charge
Fuel Surcharge
Courisr Pickup Charge 4.00 )
Tolal Chargs USD $27.41r/
?
ao
lh'u,.tr'ro
o
20,10
3.37
Shipper Subtotal USD $46.28
Total FedEx Express USD $46.A
57
AER;COURIER
1OTH STREET
COASTLAND ILiIt.J(.O
64 .81
18. B9
6.08-L2
6-Q8,-1"2
7 9L'49473L-L
7 9749413L-2 JOC CO
PLEASEDE-IACH THIS POFTTION AND BEIAIN FOR YOUR RECORDS.
",?1ieolAsTtiAlhtt;, t! t(' ri :..' irt-."..t' * t (rr-)
;, ir.1r1fl ffi .[,:r ]+1il "' iY
.r:iiiifii i,:'ii{;:r.i'.;.. . :, -(;:.:
..,'1;la;,.f;iri;,":'lj::ii' . 1
''r,!i;:=T7.':i i1i'PO--
58
Jun 08.20127-914-94731
FedEx Express Shipment Detail By Payor Typ"-!P{gkqll
iuJi biiriirirge - FsdEx has applled a fuel surch arge of 14.50% to tlris shlpment
Distance Basad Pricing, Zone 6
Fed.Ex has audltod thisihipm snt for correct pa cka gss, weight, end sarvlc e, Any changes mode are reflected in lhe lnvcic e amount'
Ws cstculsted your cherges base d on a dimenslonsl woight of 3.0 lbs, 10' x 8'x 5', using e dlmensional iactor of 166.ln'
Automation
Tracking lD
Service Typa
Package Type
Zone
Packages
ActualWeight
Bated weight
Dsli'rere d
Svc Area
Signed by
FedEx Uss
Automation
Trackino lD
INEl
7984500€371
FedEx Standard Ovsrniqht
Customer Packa0ing
06
t
2.0 lbs,0.9 kgs
3.0 lbs, 1.4kgs
May 31, 2012 09:43
A2
M.BREAR
000000000/000137 1/_
USAB
861 9l 2503940
Ssnrler
Mari Hose
COASTLAND C(]NSTRUCTION INC
4661 SW71 AVENUE
MIAMIFL 33155 US
Transportation Charge
Courier PickUP Chargs
Sender
COASTLAND CONSTRUCTION,INC
4661 SW71ST AVE
MIAMI FL 33155-4657 US
Rgcipient
AVIATI()N HEADSET SEBVICE DEPAH
BOSE CORPOBATI0N .^i'7w
145 PENNSYLVANIAAVE 1 I
FRAMINGHAM MA 01701 US
52.60
4.00
Fuel
Charye
. Fuel Suicharge - FedEx hos epplled s fusl surchargs of14.50% to this shipment
. DistancB Based Priclng, Zone 2
Recioient .,.b l0 DBETSYWHENT0N ll'" . o
CITY 0F MIAMI BEACH ' r -\ u
tToo C0VENTI0N CENTER DH O\'"
MIAMI BEACH FL 33'I3S US
Service Type FedEx Standard Orrernight
Package Type FedEx Envelope
Zone 02
Packages 1
Rared woight N/A
Delivered Jun 01,2012 l1l9
Svc Area A1 Transportalion Charge 16.50
Signed by M.MAHAR00 Fuel Surcharge -:l-t--usD (sIB.8e ,/
shipper subtotal usD Eq.lqrc
59
Ovidio Rodriquez
From:
Sent:
lo:
Cc:
Subject:
Attachments:
Ovidio,
Attached is our cost to close out, Thanl<s
Sincerely,
S, Michael Betanioutt, CGC, GEC
President
cGC #058114
GEC #E08006 1 4
cc#o8-GEC-12744-X
Michael Betancourt < michael@ betancourtconstruction,com >
Tuesday, December 18,2012 3:15 PM
Ovidio Rodriguez
Alex Rodriguez
10th Street Close out
BCI -Coastland Construction - 10th Street Close out costs.pdf
,ffi :i'
ii
Betancourt Construction, lnc.
10461 SW l6th Place
Davie, Florida 33324-7 456
954,640.4400
954,64A.440t fax
3A5.542-9634 cell
M ichael@betancout'tconstrtrction, com
Certified Brolvard County CDBEISBE
Certified SFWUID-SBE
Cerlit'ied FDOT-DBE
This c-rnail (including any attachments to it) is intencled solely for the use of the individual(s) or entity named above. It
may contain con{idential or privileged inforrnation. lFyou are not the intended lecipient, you are hereby notified that any
dissemination, distribution or copying of this comnrunication is strictly plohibitecl, If you have received tltis
cor.nnturication in eror, please notily'the sender irnnrediately and delete the originalmessage.
60
'i
10461 Sw 16'h Place
Davie, Florida 33324-7 456
'[?r(Jffi]il:;lti'
December 18,2012 Tronsnit via emall & US Moll
Ovidio P. Rodriquez,P,E, OrodJleuez@coastlandci,com
Coastland Construction, Inc.
4661 SW 71't Avenue
Miami, Florida 33155
Re: 10tl'street Bayfront Street End Improvement Project, Miami Beach, Florida.
Subject: Project Close out incurred costs,
Dear Mr. Rodriquez: 'r '
We are in receipt of your correspondence dated December 14,2012. Contained therein you officially
advised that the City of Miami Beach has officially terminated your contract for convenience. Further
you requested that we inform you of our costs to date for the project. Therefore, the following are our
close out costs;
Project CIose-out Costs
!tf Description Type Unit of
Nleasure
"..ugt-.-
Required
u.-J..
Price Extension
Pre-Constnrction Office Meeting with Coastland Construction May 31,2012
I
BCI Principal - Michael Betancor:rt, President
TravelTirne to May 31,2012 Ofice Meeting
with Ovido Rodriqtrez at Coastland
Corstruction Ofices
L Hours 2 s9s.00 $1e0.00
2
BCI Principal- Michael Betancourf President
Pre- construction d iscussions wit Coastland
Construction reagidng projetc and team
approach May 31,2012.
L Hours 1 $95.00 $9s.00
J
Travel distance to and fromCoastland Offces
for requked Weekly Meeting (35 miles each
way). IRS Gas Mileage Reimbursement Rates
o Miles 70 $0,s6 $39.20
4 E>press WayTolls o Trips 2 s1.s0 $3.0(
5
Specialty engineer for 1Oth Street Cotrerdam
Design, signed and sealed drawings (Invoice
attached)
S
Lunp
Sum
I s1,000.00 $ 1,000.0c
* E - ^: -^^-.:-- n--!-- -i^- *61
Ovidio P, Rodriquez, P,E.
Project Close oui costs for lOth Street
December 18,2012
Page 2 of 3
On site Meeting (5-10-12) rvith Sunshine State One Call Representatives - Ticket #131201185
6
BCI Principal - Michael Betancourt, PresirJent
Travel Time to required on a site meeting with
FPL Locates, AT&T Locates, Miami-Dade
Lcoates, City ofMiamiBeach l,ocates to
disouss the existing underground utifties that
are in the Work Area - May 10,2012
L Hours 2 s9s.00 $190,00
7
BCI Principal - Michael Betancourt, President
on site rneeting with utiltiry companies [ocate
representatives
L Hours J $95.00 $28s,0c
I
Trav€l distance to and from Lodge Job Site
Trailer for required Weekly Meeting (35 miles
each r.vay). IRS Gas Mileage Reimbursement
Rates
o Miles 70 ,,$0.s6 $39.2t
9 Express Way Tolls O Trrps 2 $0.7s si,s(
l0
BCI - General Superintdent Bill O'Neillto
meet with trtilily company LOCATORS to
discuss tlre existing utilities in the Work Area.
L Hours 2 $52.00 $ 104.0c
t1 BCI - General Superintedent BillO'Neill
company vehcile o Miles 38 $0.s6 $2r,28
t2 Express WayTolls o Tups )$0.7s st.s(
Prepare Change Order One - NewDesign rvhich incorporated FDOT Outfall - November,2072
13
BCI Pdncipal - Michael Betancourt, President
perform quanfify take offfor requested change
order project re-design, request quotations
torn vendors, perform detaited costs estimate
and generate Change Order to Coasthnd as
presented on November 13, 2012
L Hours t6 $9s.00 $ 1,520,00
Sub-Tota $3,489.68
Overhead (10%)$348.9?
Profit (10%)$348.97
TOTAL - PROJECT CLOSE OUT $4,187.62
10461 SW 16'n Place, Davie, Plorida33324-7456
Dhnn.. /O<i\ AA^ |L4[rl lr D^v' //o(1\ (^n AA^t62
Ovidio P. Rodriquez, P.E.
Project Close oui costs for l0th Street
December 78,2072
Page 3 of 3
Please consider this information and contact me with any questions that you may have. We have
altached an Invoice for the $4,187.62 that is due on this account. Please contact me at our offioes if
you should have any questions regarding this information.
Thank you,
Respectfu Ily Submitted,
BETANCOURT CONSTRUCTTON, INC.
,S y'//;u /,.r.1 &tz.a t aa +t
S. MichaelBetancourt
President
Attachments (2)
10461 SW l6'h Ptace, Davie, Florida 3fi24-7456
Phone: (954) 640-4400 * Fax: (954\ 640-440163
I#bE
www,yhanglneedng,com
12151 SW 128 Courr, Suiie 104
Miami, Florlda 33186
(305) 969-9423
Bill Tol
B6tancourt Constructlon lnc.
Michael Betancourl
10461 SW 16tlr Place
Davle, Florlda 33324
USA
DATE
412712012 H120650
Purchase OIder:
lnvolca /l 00000447
Date: 511512012
lnvoice
AMOUNT
$1,000.00
s0.00
$ I ,000.00
Page: 1
DESCRIPTION
10 Street lmprovements
Thts ilvo lcc ls lZ0 i pist rl iyr rl xd, It l0rl5o oll u5 nt (10 5l ,60.9,[2] tI nrrhE Iil)'[reril
itrnrn(Elttclttx. lf wC lto lldt hc[l ftotrr ynlr rvtlllllt 5 lr(5ln!!s dnt.,1vE nrc [drautl [o .(fdr
your nrcnxnl lo nt,r l0gll c0 fl[ t'l for (ollectlotl.
llltuks
YIlC[, n c.[ilnl r ner0l\1rhlo
rn ffi SoI'"-
["MS h tu,
\d-$-'
tt',
\\
J
,Y\*
Sales Tax:
Total Amount:
Amount Applied:$0,00
Terms: Due upon receipt, Thank You
Balance Duel $ 1 ,000.00
64
10461 SW 16 Place
Dnvie, tL 33324
954-640-4400 9s4-640-440i
Iuvoice Nuurben 221
Invoice Date: Decentbet 18rZA72
INVCNCE
Coastland Consh'ttction, Itrc.
4661 SW 71st Avenue
Miauti; fL 33155
305-669-1740
17.2A73
attached leiter 12-18- 12 fot Iternized cost),
4,187.62
Tofal Lrvoice Autount
Paynrent/Credit
65
A1Afi DrlVng Dlrections from 4661 SW 71st Are, Mlarnl, Florlda 33155 to 17UU Uon€nuon Uenter u r, Mlam Eeacn, rtorluu ro rru I rvraPu(st
TotalTravel Estimate: 15.66 miles - about 28 minutes
@2013 MapQuesl, lnc. Use of directions and maps ls subject to the fulapQuest Terms of Use. We make no guarantee of the accuracy of
theircontent, road condltionsorroute usabillty. You assme all riskof uss. Viervlerlnsof Use
Get the FREE MapQuest tomthaf" features.mapquest.com/toot*r, ffi
irf
!1ll
ffi ,':'<
66
. Coastlald Construction, rnc.
As of: 02-18-2013
11-010 101!{ ST irOC SEAWALL IMpRovE.
,Job Cos!. Raport as of Specific Date 02-18-2013 Pag€ 1
System DatEr 02-18'2073
Syslem tine: 11:{3 u
O7 -O 420 SUPERINTENDENT
Labor
01-0420 To*.aIs
orlglna I
EstimaEe
21. 600. 00
2 1, 600 . C0*
300 . 00
300,001
400 .00
400.00+
480.00
480,0c*
1, 1oo . o0
1,100.00*
500 . 00
500,00*
2, sc0 . 00
2 , 500 .00*
2, 500 . G0
2,500.00r
Approved
cha nges
Tota I
gs !ima t e
21, 600. C0
21, 600 , C0*
13,520.00
13,520,00.
5, 165 .'70
5,165.70*
5 , 43O .62
5,430 ,62"
7, 395 . 00
?.395.00t
3,3s3.75
3, 353 . 75{
3, C00,00
3,C00.00*
61,320.00
61, 320 ,00.
480.00
480.00*
3C0 . 00
300.00+
400.00
40C.00*
480.00
4e0.004
1, 100.00
1? 100.0c.
500 . 00
500.00r
1, 000,00
1,C00.0c*
480.00
480.0c*
To t a.l.
ComnlEted
RemalnIng
to Comnlt
27, 600.40
21,600.00+
13,520.c0
13, 520.00{
5.165.?0
5,165.701
5 , 43C .62
5,430.62+
7,395.0C
7,395.00*
3,353.75
3. 353 , X5r
3 , 000 .00
3,000.00*
61, 320 . 00
61, 320,00*
480.00
480.00*
300,00
300.00*
4 00 .00
40c.00*
480.00
4e0.00{
1, 100 ,00
1,1C0.00{
5C0 .0c
500 .00 {
r., 000 . 00
1,0c0.00r
480.00
d60.0c+
.00*
2 , 500 .00
2, 500 ,00*
2, sCC . 00
2, 500.00*
To ca.L
.00*
.00*
,00*
, 00*
.00*
.00*
.00+
,00{
Budget
variance
21,600.00
21,600.00*
13, 520.0o
13, 5?0,0c*
5,155.?0
5, 165, ?0*
5 , 430 .62
5 , 430 .62',
O1-04 50 MISCELI,ANEOUS I,ABOR
Labor 13,520'00
01-0460 Totals 13,520.00*
,00+
. 0o*
.00*
.00*
7,395,00
7, 395 . 00*
,00*
.00*
61, 320.00
61, 320 . 00'
.00*
.00*
,00*
,00 *
,00*
.00*
.00*
.00*
.00*
.c0*
.001
.00*
,00r
.00*
.00r
.00r
. 00*
.c0*
.00*
.00*
,00*
. 001
, 00,
.00{
,0c+
,00'
.0c-
.00r
O1-O5OO PAYROLI TAXES
Labor burden
01-0500 ToEaIs
01-0500 r.ioRKERs co!,rPENSATroN
Labor burden
OCher
01-3200 Totals
OL.AZOO PROFESSIONAL EEES
0Eher
5, 165.?0
5, 165,70*
5, 430.62
01-0600 Totals 5, 43C,62*
OT-11O0 PEREORMA,\CE & PAYMENT BOND
othe!
01-1100 Totars .00'
O1.1I10 LIATILITY INSURNNCE
Other 3,353.75
01-1110 Totals 3,353. ?5*
01-3200 suRvEYs
3, 000.00
3. 0c0 . 00*
01-4200 Tocals ,00r
01-5005 TEMPOR.\RY ELECTRICAL
OEher 4S0,00
O1-5005 Tota.Ls 480,00{
.00*
,00*
61, 320, 00
61,320.00*
.00d
3,353.?5
3,353.15*
3, 000 . 00
3,000,00*
.00 r
4 80.00
480.00r
300 .00
300.00*
400.00
40c.00*
480.00
4 80.00*
1,100.00
1, 100.c0*
500 .00
500. c0r
923.83
923.83*
O1-50].0 TEMPORARY PHOI.IE
OEher
01-5010 Totals
01-5015 TEMPOBARY IJATER
Other
01-5015 TctaIs
01.-5020 TEi'IPOBARY ?CILET
0ther
01-5020 ToLaIs
O1-5030 ?E!,(POBARY FE}ICES
CCher
01-5030 TotaIs
01-5500 PRO.TECT SrGr.r
other
0f-55C0 Totals
O1-56C0 PI,ANS & REPRODUCTIOI'IS
Other 1.00C.00
01-5600 Tctals 1, C00 .00*
01-5850 E]ELD OFEICE SUPPLIES
other 490.00
01-5850 Totals 480.00*
0 t-6000 MISCELIi{V0OUS SXPEIISES
0ther
01-5000 Totals .00*
O1-5010 S!IA],L TOOTS/SUPPLIES PURCHASA
480.00
.00* 480.00r
Material
01-6010 ?oLais
01-6040 GE}JEML EQUIPMEN? RSI.|TAI
EquipmenE
01-6040 Totals
.00"
2, 5C0 ,00
2, 500.00+
2,500 .00
2,500.00*
50.00-
50.00-*
2, 492 .!O
2 , 492. l0*
2, 500 . 0c
.00* 2, 500,00.
67
,Coastla;d construction, lnc'
As of: 02-18-20f3
11-010 10rH s! .rod sEAllAr,L MPROVE
Job Cost Report as of Specific Date 02-18-2013 Paga 2
sysrs Dater 02'18'2013
System Timel 11143 at
Budge:
Varlance
' 265.1g
265,1g',
1,000,00
1, 000 . 00*
O1-61T0 GAS ALLO'IANCE lSUPER)
OLher 1,000.00
01-6110 Totals 1,00c.00*
01-6100 DELIVERY SARVICES
Other
01-6i00 Tota!s
O2.52LA CURB & GU'ITER
Subcontract
C2-52I0 TotaLs
02-6300 STORM DRAII'TAGE
Ma te ria I
subcont ra ct
02-5300 ToEals
O2-8100 IRRIGAT]ON SYSTEMS
Subconlract
02-8L00 !oEaIs
MateriaL
02-8700 totals
02-9OOO I.ANDSCAPING
Subcont rac:
02-9000 Totals
CS.sOOO I,IETAtr FI,BRICATION
uateriaL
subcontract
05-5000 ToLa]s
16-IOOO ELECIRICAI
S ubcon t ra ct
15-1000 ToEaLs
11-010 Totals
0rlginal
Estlmate
360,00
350.00,
r, 300 .0c
1. 3C0.00,
.qpp r o./ed
Changes
to ta1
EstimaLe
360,0c
360,00*
1,000.00
1, 0c0 ,00*
1,300 .00
tr300,oo*
2, 500 .00
1,2e0 .00
3, 880.00*
1,C50.oo
1/ 050 ,00*
480.00
399.00
3?9.00*
Total
Conn!tled
.00*
00*
.00*
.00*
.00*
.00*
.00*
00*
Remainingto CorTUnit
35C.00
36C.00*
1, 000 . 00
1, 03C.00+
i,300.00
1,3C0.00*
2, 600 .00
1. 280 . 00
3,880.00*
1, 030.00
1/050.00'
480.00'
399.00
8? 9 ,0b*
6,000.00
5, 000 . 001
13,433.C0
13,433.0C+
1,441.00
6t241 ,16
't t 69t ,16'
3/ 612.oo
3,6L2 ,0a'
2, i84 .00
2, 184 .00+
5, c3o . oo
30,'r40.0c
35,110. co+
2 ,255 .0C
2 ,255 .0n*
8,110.00
8,',710.00*
o1-7100 ?FASH REllovAL
Other
0 1-7 100 Total s
O2-O5OO DEMOLITION
EquiPment 2' 5A0,00
Labor 1, 280 .00
02-0500 Totars 3,880 ' 00*
02-0550 DET4OLITION - TRASH REI"IOVAL
OLher 1,050.00
02-0550 Tolals 1, 050.00*
02-21 00 cur/ EILL/COMPACTION
EqulpmenL
ivlaterial
02-2fA0 Totals
1, 3C0 . o0
.00* 1,300.00*
2,600.00
1,280.0C
.00+ 3,880.00*
1, C50 oo
,00+ 1 / 050.00*
480.00
399,00
B?9.00I
.00*
.00*
,00*
.00*
13,433.00
13,433.00*
i,444.C0
6 | 24't ,t6
't t 691 ,!6+
3, 612.00
3 , 612 .00*
2 , 784 .00
2, 18,1 .0Cr
78,8i8.00
30,140.00
109, 558.0Cr
6, 455 . 00
5,455.00t
8, ?1.0,00
8, ?10.00*
8, 554 . 00
8, 554 .00+
2 , 525 .00*
,180 . 00
399. 00
879,00,
3,512.00
3,512.00*
' 00*
73,788,00
?3, 788.00+
4,20C.00
4,200.00*
.00*
B, ico . oo
8, 100, 0c*
2, 690 .22
2,690 .22"
O2.3OOO PILES E CAISSOIIS
Subcontract 2?7,300.00
O2-3OOO Totals 2?1,30C 0O'
02-5OOO ASPILAL? PAVING
Subcontract 13/433.00
O2-5OOO TotaLs 13, 4 33 ,00*
O2-5LOO BRICI( PAVERS ON SAND
Labor 1,444.00
Maferial' 6,241 '16
O2-S100 fotals 1 ,691,76*
02-5200 CONCRETE P.ryING (WALKS/PAIS j
subcontract 3,612 '00
02-5200 lotars 3'6t2.00\
2't'1 ,3C0 .00 27 L, 300 . 00
2'71 , 300 .00* 2? 1 , 300 .00*
,00*
2 17,300.00
.00* 2l'l , 300 .09*
13, 433.00
.c0* 13,433.00r
1, 4,14 . 00
6,24't ,76
.ooi 1,69L.L6\
00.
02-3]OO gITE & STREET FURNISHINGS
2, 184.00
2 , t84 .04.
?8,818.00
30,140,00
LC9, 558,00+
5,455,C0
6,455.001
8, ?10.00
8, ?10.00"
B, 564 - 00
8,564,00"
2 , 526 .0A
2,526.00',
19,600,00
19,600,00,
529,912 234
.c0+
68,715.00*
4 54 .00
4 64 ,00'
2,690.22-
2 , 5?6 .00
164,22-'
500.00
500 , 00*
219,d49.0L*
,001
.0c*
,00*
2,18,1 .00
. 00* 2, L84 .AA*
?8,818.00
30,140 "00,00+ 109, 553.00*
6, 455.00
6,455.00*
8, ?ic.00
8,?10.00.
8,564.00
.00* 8,564.00r
2 , 525 .40
.00* 2t 525.041
1 9, 600 .00
.00{ 19,600.00*
58,943.28* 529,683.95r
00r
19,600.00 19,100,00
19,600,00+ 19,100.00*
.da A)n a1+ 119 11A )rl
68
CaaEtlaild Construction, Ins
As of, r 02-18-2013
Raport fotals
LIob Cost Report as of Speciflo Date
Remaininq
to CommLL
219.4d9.01*
02-1A-2073 Page 3
syEten Date: 02-f8-2013
system fimei 11:43 m
Budge t
Va ria nce
Orl glnal
Es t lmate
s29,9!2.23*
Approved
Chanqe s
TCE A1
Estlnate
ToEaI
Committed
3't9,!'t0,22r
Cos ts
69
March 10,2014
Mr. AIex Denis
Director
Procurement Division
Citv of Miami Beach
iZOO Conr"ntion Center Drive
Miami Beach, FL 33139
Re: 1Oth Street Bayfront Street End lmprovement Project and PWD Yard Office Project
Dear Mr, Denis,
rt was a preasure to meet with you and, your staff rast weef. r appreciate you taking the time to
meet with me and li;i;;;rd to wottting with you in the future'
As we discussed, coas*and construction worked on h^/o Joc projects for the city' Both of
these projects *"ru-I.n..it"o ,tt", *"''r,'ro'L-*p.no"o ti*""r-no 'i.#"v on both- Attached is a
retter from our attoiney to the city Atto-rnJy-*,ai r"'r, *re amolni.'ou" ttt both of these proiects'
The costs are divided so you can see "rLJ,'v'*'t
.i*t "u billing for on each job'
we are not in a position nor do we wish to pursue this matter with our attorney' we simply
would like to be compensated for ou''ti'nulifo't' 'nO
totf,-intu'red for our work on the two
projects listed above'
lf you have any questions please do not hesitate to call me anytime' My cell phone number is
Alejindro Rodriguez
70
s10.00
71
tt $ 7s0.oo
S 2ss.oo
lS 17-.j
s 17,s4
$ g.zs
[\'leetin at site to discuss sta
Ovidio z
lEduardoDelgado il 5Lffi1'=rz;
-.--\-t--)
r!-)---..--
@ps-'-regtrri----,nernelt-n-,"lcs-'-eoyillr[-q$91-q9rll?-ct
e^n.rc i(e,,es i i ,t itryl: --:-:-it'pL!-oi--]-$-"1-tz9'so
Other costs in1q11d. -[,m -r] -]911\
167.L0
Plan reProductions
DeliverY services lsum
Subtotal amount:
1
$ s,749.71
Overhead and Profit:
Total amount:
s 44,081.11
72
=+q -Znq
Status: INREVfEW
BUIIJCES',
o9-71-20L2
Receipt:
Date Applied: 11/30/2011
Date Completed:
CITY OF MIAI{I BEACH
Miarni Beach, Florida 33139
RECEIPT OF PAY}4ENT
(This is not a perarat it is a receipt only)
Date Issued:Entered By:
Date Expired:
Site Address: 2300 PINETREE DR MBCI{Parcel #:32270000100
Applicant : TO BE ASSIGNED Owner: CfTY OE MIAMf BEACII
17OO CO}I\E}IIION CEIITER DR
MrAMr BEACH FL 33139-1819 331391819MrA!4r BEACH ErJ 33139-1819
Description: Public works operations office rnterior BuLldout
Payments made for this receipt:
Type Method Desct.futount
Palment Made:Accepted Byl
========-=======:=====================:r=:========
=====
Total Payment: .00 payee:
Current Palfment Made to the Following lterns:
=================================================================================
Account Sunnary for Eees and payments:
I:ij ::::::*::i__-______ i::::::_::i:_ ?ot Eee paid prev. Errrs cur. pmts
-@
COASTLAND.CONSTRUCTION, INC,
MtAMt, FL 33155 1014683
J{1
rrt
,,,,4 ,
0 ?/00!
73
'i. _,
i:
,,
: ri, ;.
Iif3ffir
iri,lFX,rt':.,i'31
' ii.r: '.r.ii i {.:
('.<'!!..!!; ':.::t.
\':
I i-
in'
)Gf'.
8".\74
=g=!))a--I. irJO-NaataoOzom-to iFr g ,
.^z= It Edml l: g
EEE lE "szv flnoO Pr ^ 'l'lo (, trtpo= :,N=ii ro5:-u lQ ^'^ 2 l6'it
tpzoo JrP' (:N lo3Y loo
= 161
=
9.oo
th
cr
c-ocr
btFotoooP-o lo€ l5'cl,., , l=
ngP9
o":twt9o=o-d
l>ol=-
Id E:Itrrlf o!
-Or -OtNN)o)o):'t >tOr ('too+
P
l'u olor trlo.*
or (rl
NNo) o):.1 )Ior(noo
tsilo=
ootPn (,<irD <slos Hq8l=:i I - iH.6 j E'lo
!9oap
lA
1:. 00 !s $,PlP E sE
lil 5 qrJ
oooo
bot
75
c oASTLA\q4-q,NsTRUcT lo N, lN c.L013644
L2662.54
L2662.-50101- 3 6 4.4t2-02-L!
I-O2-l-1 96960
f=,
JOC MIAMI BEACH 12662 .50
L2662.5Q
*ffiw*
pLffi;ETAcHTHts FonrtoN eruo BErAN FoRYouFl REooRDS'
a
76
Nielson & Company,Inc.
8000 Govelnors So. BIvd, #101'
IVIiami Lakes, PL 33016
Phorre t 305-722-2663 Fax I 305-558-9650
Coastland Construction, fnc.
Mr. Ale.landro Rodrisuez
4661 S.W.71 AveluJ
rllianri,trL 33155
PPBD Vertical Construction Project $
FI aHurr icaneCat ast rophe Fund-AS
TO: City of !,liami
EORr Vertlcal Construction Project; $1,000, 000,00
1..38 Catastrophe Fund mandated by the Office of InsuxanceRegulatlon stltute 21 5 . SS5 t 6l tbl - ef fecrive t/L/3.1"
BOND PREMIUMS ARE DUE IfITHIN 30 (THIRTY) DAYS OT THE INVOICEDATE. THANK YOUI I
Invoice Balance: $12,662.50
218196 LL/i.o/LI NEW PPBD
2I8Lg7 LL/LO/Lt FHC PPBD
L2,500.00
L62.50
INVOTCE# 96960
77
P8
=0)ra<r+s.drQfPINOv9 r)q3 I
ntfri rn $oaov lo Loo ,roFa PP9>xJA TITooot:f =uuihi FE,JAA l*ONN|' lO O
!a
to3loo
16'f,
lolo
ltnl(,la
irdl4lola
r()
oo
il..: fuoo
NN)
9.ooo
cr
(-
ocr
!!€€o(,
NTo 9",
fqq
='nlli 5'odn 5 ;mm3 8 frPPe I>>* vzz-{ { laa999ODA)d.F.6,
l>o15r
td E:Itrfl= nr
3l!oloc
lo. i
J A IJ6, o) o)SA-l { { (o'.1
+ r rocrlo o ooN)ttt
JAJJo o) o)aa\t \t {(o{r l A(rolo o ocoN)*l*
otaP(,ts j
\<0OO
u2 di$idlos-lJ o(,)+nt
3e
19 t>-P
s [,[o Yo3 u)r
loirdxleiIJ+
7o
n,r- 5'
l0,Hl(ro
o o oooo o ooo*$*
oooooo*l*
IE
l0)
lq)laz78
_ ,..FRdffiEffiE
Agffi @ Reprosrafia
The Thomas Reprographlcs Famlly ofcompanies
Phone: 305- 6 6?-4 14 9
.- ..---n=rrFFUT- Pu-strtrz09 67
' t*4' DALLAS, TEMS 753?* ,967
TERMS: Net 1t)th prox. lnterest charged at 1.50/o per
month [180/o per annuml wii[ be added to
accounts over 30 days past due. lnvoice due
INVOICE
No' ozoz't rB
sN6 09/L3/2d12
D
and payable in Daltas County, TX.
Delivery Due: 09/].3/2012 5:00 PIiI
soLDT0 CUSToMER # 6OLO2}2
COASTIAND CONST TNC
4661 SW TLst AVE
MrAIlr, rL 33155-4557
SHIP TO
COASTLAND CONST INC
4661 SW llst AVE
MIA}II, EL 33155-465?
NOTES SOLD BY
MEss4796
SALE
CHARGE 0601-02
ORDERED BY
ARNALDO
CUSTOMER PO#CUSTOMER JOB IDENTIFICATION
PUMP STATION REN.
.11.f-::, j4j'{t..r. t,rijlh.i:1.i.!-:,,.}-1'.1f.jjilnl,}Jj,: ;rt.:il jii".ril
:il);.ji:rjii,.1+J. '!ii; ;1;l A;6EggplFf[0N,.:il ".,i' :i ]' I
1-,r.i':':;'.''/ir'i,tlj:'.,r!.i:i...:.!:+91.-.ji..,ii?'i. .
\. . ,.,- ,, ,
rl,.t.;|
0 424L10
0481300
07 64300
07 00100
0424110
B4
1
6
1
6
DIGITAL BOND ADDIL PRINTS
(Sets 1 Orig. 14 L 24x itt 36)
EDGE BIND
B/W SCAN TO EILE SE IG FIVI
(TELEMUNDO)
(SetsLOrlg.1L24xw36].
E-I4CIL DELIVERY
(TELENIUIIDO)
DIGITAI, BOT.'ID ADDIL PRIIITS
(TELEMUNDO)
(Sets L or1g. 1 L 24x vi 36)
Thank you for business I
l{
1
L
1
L
$.09211
I
$.7881
$.2s]
$2.00
$.0927
lllll
TR TRACK #Before signing, see reverse side for
trade cusioms anC limited warranty.
$16.64
$.BB /
$L'7.52 J
DATE REC'D BY
79
I
I
il,fr8+.11'J rct, ,ser lNv0lcE I
TERMS: Net 10th prox, lnterest charged at 1,5% per .^
.heThomasReprographlc5FamlIyofcomPanlesendpayabteinDattasiounty,TX'DNEL0lt8/20L'2
Phone: 305-667-4149 C
soloTocusToMER# 6ALO2g2
COASTLAND CO}IST INC
4661 Sll TLst AVE
MrAMr, Fi. 33155-4 657
SHIP IO
5000 SW75 Ave Ste 114
I4iami, FL 33155-4490
NOTES SOLD BY
MESS4796
SALE
CHARGE 060L-02
ORDERED BY
OVIDIO
CUSTOMER PO#CUSTOMER JOB IDENTIFICATION
P$ID YARD OFFTCE
iffi {, r
0 424Ll,0
0481_300
0754300
1185200
816
4
204
t
DIGITAL BCND
(Sets 4 Orrq.
EDGE BIND
B/W SCAN TO
(Sets L orig.
CD BURN
ADDIL PRINTS
34 L 24x rtt 36)
EILE SF ITG FM
34 L 24x rd 36)
Ihank for your br:siness I
AA
4
34
1
$.092'7
$.788
$. 2s
$ 10. 00
$75. 64
$3.1s
$s1.00
$10.00
I--
TR TRACK # I Be'ore sionrnq, see reverse side for
ifaCe CUS.Jm: inC tlllllleU wii ldlrtyuuslomer uopy
$139.?e
$9.79
$149.s8
REC'D BY
80
=o
=!,i99.il8:(n-oo
a;*I15El< .i10. 6'Iof
o
o
6'oa
d
(-
o
ET
?r
o,i=ts tF;J l*-N lo*-s lo
(]loJ l=.ttg8,, . 19'
o'-n,.I1
o
momt-
mn
amn
5
Itr5l9 6'IOO
MFrrf Pt
EEH .5:
H$n 3uESSH FF;-roX -]IJxUOoo -Oal'l PoiN I r ttt'Tloo) Oi:^-HH HgI'tNN' NE
oo{{
@ l\)O(,
NNoo
Nl9
!:0€=oo
7Aoo<ooI 'n'rJ-n. ^ JiS 5oov b amm€ 3 riiPRo oyYa m*H
o' o' o'm mq q gp,uooo
l>Ola =.15 €.tcjlf q,
j
Ife
lo ;i
A } U)JJr r (nco@ gr
c) (o toaa o6) O) o)coco oFtt
.s a u)rf:s .s CDCO@ ('io io io a's bcr, o, o, co oo or**
o(,P
0D< .a<ur@
#qs5-J- o(,-l 0,
3!q
!1 orf
'.:- co !
J8H3 6-
,^3
IYPlo=lf*
7o
E.
ld3lcL O
ooooc)o oooooo*
oooooo,*$
o
ITD
lar
lorItrI a 9S981
't-z L2 ,_oE o-r????-1I JJJ AJAJJ f
'7 -959-23333-2
PT{D YARD OFFICE
AMEX PAYMENT
UU
COASTLAND CONSTRUCTION, INC.
NI ':.:- FL 331.65
l.Ur4liD(
18.48
18.487--LZ
18. 4B
18.48
PLEASE OFTACHTHIS POBTION AND RTTAIN FOF YOUB RECOBD€.
82
Ju|20.2A12
. FuolSurchatgs-FedExhasappliedafrlelsurcharqeofl2.00%tothisshipment.. Dlstancs Bassd Priclng, Zono 2
60'
^0
,, h'
Automation
Tracking lD
Service Type
Package Type
Zone
Packages
Batod Wsighr
Belivered
Svc Area
Signed by
FedEx ljse
INET
793785730S86
FedEx Envelope
02
1
N/A
Jul 16, 2012 12:47
A1
M.FEHNANOEZ
oo000oo00/0000200/_
Sender
Mari Ross
4601 SW71 AVENUE
MIAfulI FL 33155 US
FadEx Standard overnight C0ASTLAND CoNSTRUCTI0N INC
Racipient
Thais Vieha
city of Miarni Beach BCH/CIP
777 17TH ST
IUIAMI BEACH FL 3313S US
Ql-t, t ) 2
lf'
Bocinient
Customer Servlce
American Express
2965 W COBPORATE LAKES BLVD
FOHT LAUDERDALE FL 33331 US
. Fu6l surcharge - FedEx has applied a fuel surcharge of 12,00% to ttris shipman!. 0istanco Based Prlcing, Zone 2
Automation
Tracking l0
Seruice Type
Package Type
Zone
Packages
Rated Weight
Delivsred
Svc Area
Signsd by
FedEx Use
INET
7937S861 0388
FedEx Standard Overnight
FedEx Envelope
02
1
N/A
Jul 18,20'12 '10:06
AI
S.PEHEZ
000000000/0000200/_
Sender
Mari Ross
COASTLAND CONSTRUCTION INC
46OI SW71 AVENUE
MIAMI FL 33155 US
Transportation Charge
Fusl Surcharqe
,t* ,r-y'
ri,'
16.50
1.S8
Total Charge
Transportadon Charqs
Shipper Suhtotal USD $36.96
Total FedEx Express USD $36.96
83
COASTLAND CPNSTRUGTION, INC.
Mlr''--cL 33155
l. L,' J'f.H, J J
.l'3:L2 7 -95L-62774-1
7 -95L-62LL4-2
NW 131 STREETSCAPE
PWD YARD OFETCE CO
PLEASE DEIACH THIS POFII1ON AND REIAIN FOR YOUB RECORDS,
18.48
18.48r1_3-12
84
7-951-621 14
:!ffiuu.
Automation
Trackhtg lD
Service Type
Package Type
Zone
Packag es
Hated Wsight
0elivere d
Svc Area
Slgned bV
FsdEx Use
. Fusl Surcharg€ . FadExhas appllad e fuel surcharge ot12.00% to thls shipment.. Dlstance Based Priclng,Zone 2
FedEx Express Shipment Detail By P (0riginal)
Fuel Surcherge - FedEx has epplied a fuol surcharge of 12.0090 to this shipmont'. Olst8trce Bassd Prlcing,Zons 2
Transportation Charge 16'50
ToGtctraiqe usD
Transportalion Charge 16'50
INET
793766602936
FedEx Standard Overnight
FedEx Envelope
02
1
N/A
Jul 10,2012 10:23
A1
VTAHUAOA
Sender
Mari Bose
COASTLAND CONSTRUCTIt)N INC
4661 SW 71 AVENUE
MIAMIFL 33155 US
Sendor
Mari Rose
COASTLAND CONSTRUCTI()N INC
4661 SW71 AVENUE
MIAMI FL 33155 US
a\
Becipient
Dianna Gusrrero
Unitsd Concrete Products LLC
8351 NVVS3B0 ST
MIAMI FL 33166 US
^
Becipienl
Thais Vieira
Miami Beach
17OO CONVEIITION CENTER t)R
MIAMI BEACH FL 33139 US
,
001
th'
Automation
Tracking lD
Service Type
Package Type
Zone
Pa ckages
Ratsd Weight
Delivered
Svc Area
Signed by
FedEx Use
INET
7S3766632262
FedEx Standard Overnight
FedEx Envelope
02
1
N/A
Jul 10,2012 10:20
A1
M.MAHABEO
000000000/0000200L
000000000/0000200/-
Shipper Subtotal USD $36.9G
Total FedEx Exptess USD $36.e6
85
uoAs'l LANU uuNs I ltuu I luN, lNU.. MIAM'-EI-33'165
,'J.WIT,L,,JrL'
fi-u 1,01.a1,2-l
-L0-1-2 L0rc12-2
PWD YARD OFEICE DE
STREETSCAPE M]SC E
PLEASE DETACHTHTS POBTION ANO nAtelru ron voun REcoFtDs.
86
r
Neme' 6;{^
Emp{q€Estgnduf '
Date: ,1&r,
arprtz + t0 tb r>-\
Empbrc€
87
o
ooau
e-ocr
=g50'<g9.ddOrmP g aoo oFO;6 I
QsS ti sFE'; l3 $Ni0E looo ioOa 6v
tvltom-flA:- Iughl IFE,NB l6id
o@5pPgx loJY lntoil 16.3EFEt3J 13., le.4 16'(J,, t " 15o.Tt ..TI
#a!, !Jo lll
+l-{o
o,d
l>o
liE
J
lEo10, cldf
(j, A)
Nl\)(n(,t
f,
(., 0)
NN(, (rlt
oooo
19Elo=
,FV o\<:ro <ulo5' qtrs
. =' Olol-+ = - llo,X 'tr G)I6:H J 93!q!?o*-I;:6tIE i,HH
oo
88
0 8 0 112;1
O e O 1if-z STREgTSCAPE
Pwn venb orr
.FUEL
coAsrLAND c ^'rrRucfl oN,,tttc.
, MrA_ " 43155
J-tr.,lA\rIU
186.38
3.25
189.6
MISCE
'DETASH THIS FOf{NON AND BETAIN:FORVOUR FIEEOROS.
89
Coastland
i-'ou7
Employee Name:
Employee Signature
ZC"*\oD\-}.
Date: e/ ,f r-tL***-
90
4flt13 D riving Direcilons from 4661 SW 71st Ale, Miami, Florida 33'155 to 1700 Coru€ntlon Center Dr, lvllami Beach, Florlda 33139 | MapQuest
TotalTravel Estimate: 15.66 miles 'about 28 rninutes
Rrt;
rrqgbal
02013 MapQue$, lnc. Use of directions and maps ls subJect to the MapQuest Terms of Use. We make no guarantee of the accuracy of
their content, road conditions or route usability. You asume all risk of use. View Ternrs of Use
ffiCt the FRHH fi$fi m p#Uest temilhnf, fea,tures,rnaps u€,st.comr,/tool narr ffi
ww'nEpq uest.cory'pri nt?a=app,core.a1 8c9 1 98zld303067d9dccc02 91
PWD Yard Office Proiect, Miami Beach Fl. ;
72/t612072
Alex Rodriguez S /hr
Ovidio Rodriguez S /hr
Tom Torres S /hr
Eddie Deleado $ /hr
Item #Description Personnel Totals
7
Estimating O. Rodriguez
T. Torres
20 hrs
40 hrs"
z Value Engineering A. Rodriguez
T. Torres
O. Rodriguez
2 hrs
10 hrs
5 hrs
I Sign P.O. at City Hall A. Rodriguez 3 hrs
Miles
Parking
4
Permit Processing O. Rodriguez
E. Delgado
3 hrs
20 hrs
4 trips miles
Parking x 4
5
Negotiating/
Pre paring
Subcontracts & P,O,
O. Rodriguez
A. Rodriguez
80 hrs
5 hrs
6 Processing
Subcontracts &
Submittals
O. Rodriguez 80 hrs
7
Meetings at City A. Rodriguez
O. Rodriguez
T. Torres
4 hrs
4 hrs
4 hrs
Miles
Parking
92
8
Site Visits with Sub-
Contractors &
Superintendant
O. Rodriguez - 4visits x 4hrs
each =
E, Delgado 2 visits x 4hrs
15 hrs
8 hrs
Miles
I Preparing Schedules O. Rodriguez
A. Rodrieuez
35 hrs
2 hrs
10 Preparing Schedule of
Values
O. Rodriguez
A. Rodriguez
16 hrs
2 hrs
L7 Preparing Job Costs O. Rodriguez
A. Rodriguez
24hrs
2 hrs
L2 Correspondence /
Emails
O. Rodriguez 12 hrs
13 Pre-Construction
Meeting
O. Rodriguez
E. Delgado
3 hrs
3 hrs
Miles
Parking (for both)
14 Meeting at Site with
Person in'Charge to
Discuss Access and
Storase
O. Rodriguez
E. Delgado
2 hrs
2 hrs
Miles (for both)
Hour Totals
A. Rodriguez = 20 hrs
O. Rodriguez = 300 hrs
T. Torres = 54 hrs
E. Delgado = 33 hrs
93
'.daslladd Conetruotion, Ino'
As ofr 02-18-2013
12.009 gWD YARD OEPICE
or Iginal
Es E lma te
O1.OOO1 BUILDING PERMIT
Other
01-0001 Totals .00*
Job Cost RePort as of SPecific Date O2-18-2OL3 Page 2
systs Date: 02-L8'20L3gyst4 Ti$e: 11:42 m
01-04 60 t"lrscEllAtlEous LABOR
Labor 12, 4 80 ' 00
O1-0460 To-Lals 12,480.00*
OL.O 420 SUPERINTENDENT
Labor
01-0{20 ToEals
O1-O5OO PAYROLL TAXES
Labor burden
01-0500 Totale
O 1-0600 T,IORKERS CO|IPENSAIION
Labor burCen
01-3200 SURVEYS
Subcontrac!
01-3200 TotaI6
O1-4200 PROFESSIONAL E'EES
OEher
0 1 -4 200 TotaI s
O1-5010 TEMPOBARY PHONE
Other
01-50L0 fotaLs
01-5015 TEMPOLCRY WATER
O1-5020 TE},IPORARY TOILET
0ther
01-5020 TotaIs
01-5500 P!,ANS & REPRODUCTIONS
0t.her
01-5600 Total-s
01-5100 DELIVERY SERVICES
Olher
01-6100 Total s
32,400.00
32,400.00*
8,51.!.10
8,511.10*
11,153.53
500 . 00
500,00r
, ooi
500 . 00
600 . 00*
120,00
720.00*
500 , 00
500.00+
.00*
32/ 400,00
32r 4oo.0o*
12, 480,00
12,480,00{
8,511.10
8,511,10*
11, 153 ,53
11, 153 . 531
5 t261 .50
5,261 ,50*
2tL82.65
z t L82 .65*
s00 .00
500.00*
43, 680.00
43,680,00*
't20.00
720,00*
600.00
600.00*
600,00
600.00*
?20.00
720.00*
500,00
500.00+
?20.00
?20.00*
,00*
r-,500.00
1/500,00*
2, 500. 00
2, 500,00*
216.40
215,00*
,0or ' 00*
32,400,00
. oo* 32, 400.00*
12,480.00
,00a 12,480'00t
8,511 ' 1o
. oo* 8,511 ' 10*
rr r.a Ea
II,IJJ.JJ
,oo* 11,153,53*
5 , 261 .50
,0O* 5 t25'7 ,5O.+
2 | LA2 .65
,001 2, 18?.65*
500 ' 00
.00* 500'00*
43,680.00
. o0* 43, 680.00*
1 20 ,00
. o0* 720. 00*
600 .00
,0o* 600.00*
600 ' 00
.00* 600'00*
120.00
.00* ?20 ' 00*
500 . 00
,00* 500.00*
'120,00
.oo* 720.00+
, 00* ' 00*
1 , 500 .00
.oo* 1,500.00*
2, 500.00
,oc* 2,500 '00*
276,00
,00* 216.00*
,00*
2 t t81,82
2, 181 . 82*
500,00
500.00*
, 00*
'720,00
720.00*
600,00
600 .00*
600 ,00
600.00*
't2a,00
720.00*
332 .90
?20.00
720.00,
3 .25-*
1 , 500 ,00
1, 500 .00*
2, 500.00
2,500.00*
L1 4.04
174 ,04 *
Approved
chanqes
Tota I
Es t Ima be
?ota I
comlcted
Rema ining
Lo Corunlt
Tota 1
Costs
8,950.26
8, 950.26*
31.25*
.00*
2 .44
2 ,40*
8"05
I ,05*
5,267 .50
5t26',t.50*
.83
.83*
43, 580,00
43, 580.00*
Budget ;
Va rL ance
8,950.26-
g, 9s0 . 25-r
32,368.15
32,358, ?5i
12,480.00
12r 480,00*
8, 508 .',70
8,508.?0*
11r145.48
11,145.48*
.00+
,00*
.00*
' 00*
.00*
5 | 261 .50
5,267 .50*
.00*
'00*
43,680.00
43,680.001
o1-0600 rotal,s 11' 153 ' 53*
01-11.00 PEREORI4fu\CE & PAIMENT BOND
othe:
01-1100 Totals .00*
01.1110 LIABILITY INSURANCE
other 2tL82'65
O1-1110 Totals 2t182,65*
O1-5005 TEMPORARY EIECTRICAI
^Fh6r 720. 0C
01-5005 total€ ?20 ' 00*,00*
.00,
.00*
.00*
1.57, L0
16?.10*
.00r
Othar 600.00
01-5015 Totals 500 ' 00+
.00*
,00*
.00*
.00+
.00r
.00*
,00*
,00*
,00+
O1-5850 FIELD OFFICE SUPPLIES
other 120 'oo
01-5850 Totals ?20.00r
O1-600O MISCEL],ANEOUS EXPENSES
0ther
O1-5OOO Totals .00"
01-6010 SMALL TOOTS/SUPPIIES PURCHASE
Equ Lpmen t
!4aEerlal 1,500.00
01-6010 Totals L,500 ' 00*
01.5O4O GENERAL EQUIPMEIiT RENTAI
OEher 2. 500 , 00
,00i
.00*
4L.95
41,95r
01-6040 totals 2,500 .ocr
216.00
216.00*
94
Ooastland ConEtruction, Inc.
As of: 02-18-2013
12-OO9 PTID YARD OBEICE
0r iglnaI
Est lma Ee
01-6L10 GqS AttOgANCE (SUPER)
Other L,200,00
01-6110 ToEaLs 1.200.00*
Job CoEt Repolt ae of Speolf,ic Date 02-18-2013 Page 3
sysla Date: 02-LA-20L3
Systm Timer 7L:42 a
O1-7OOO PINA.I, CLEANING
Other
01-7000 Totals
O1-7].OO TBASH REMOVAL
0ther
01-7100 Totals
O2-05OO DEMOIJITION
EquipmenE
Labor
02-0500 Totals
O2-O8OO ASBESTOS AEATEMENT
subcontract
02-0800 TotaIs
02 - 2L00 cuT/ FrLir/coMPACTION
gqulgnent
Labor
Mate rlal
02-2L00 Tota.Ls
02-2200 EXCAVATIoN
Egulpment
02-2200 Tota13
O2-5OOO ASPHALT PAVING
Subcontract
02-5000 Toeals
02-8300 FENCES & GATES
Other
02-8300 Totals
O3-2OOO REINFORCI}IG STBEI,
Material
03-2000 TotaLs
O3-3OOO qAST IN PI,ACE CONCRETE
Equipment.
l,abor
Material
03-3000 Totals
03.52OO CONCRETE TOPPINGS
MaEerial
03-5200 Totals
O4.22OO CONCREfE UNIT MASONRT
Labor
Mat.arlal
04-2200 TotaIs
O5-5OOO METAI FAIRICATION
Subconlract
05-5000 Totals
05-5550 HAIIDRAILS & RAILTNGS
Subcon bract
05-5550 ToEaIs
O6-2OOO CABINETS
Subcontract
06-2000 ToLaIs
O?-2OOO INSUI,ATION
SubcontracE
01-2OO0 Totals
07-5OOO MSNBRfu\E ROOEING
Su.contract
C?-5000 Tot.als
1,39?.00
1,39?.00*
3, 900.00
3f900.00*
2, 000 . 0o
9, 8so . 0o
11, 850.00*
5, 650 , 00
5,650,00r
810"00
4S0,00
89?.00
2,187,00*
608 . 00
608,00*
r, 152,00
L,152.00*
2,000.00
2, 000,00*
! | 452 .00
It 452.00*
4 , 900. 00
1,867.00
1, 500 , 00
I ,26't .00*
3,3?5.00
3,3',i5,00r
2,835.00
1r ?86.00
a t 62L,00*
6/ 000.00
6, 000,00*
13, 995,00
13,995.00'
8/ 000,00
8,000.00*
5,400.00
5, 400 .00*
3, 200 .00
3, 200 . 00*
Approved
Chanqes
Remalnl ng
to Coruntt
1,200.00
1, 200 . 00*
1,39?,00
1. 397 . 00*
3, 900.00
3f900.00i
2/000,00
9, 850 . 00
11.850.00r
s, 650.00
5,550.00*
810.00''
480,00
89?.00
2.18?.00*
608 . 00
608.00*
1,152.00
L, 152.00*
2 , 000 .00
2, C0o , 00*
l, 452 .00
7, 452,00.
4 , 900 .00
1.86'7,00
1, 500 . 00
I ,267 ,00*
3, 3?5 , 00
3,315,00*
2,835,00
1,786.00
4, 621 ,00*
6, 000 , 00
6,000.00r
13,995.00
13, 995,00*
8, 000 . 00
8,000,00*
5, {00,00
5, 400,00i
3, 200 . 00
3 t 20O ,00+
audget .'
Variance
1, 168 , 0O
1,168.00{
1,39?.00
1,39?.00*
3, 900 , 0o
3,900.00*
2, 000 . 00
9, 850 , 0o
11,850.00i
5, 650 , 00
5,550.0o*
810.00
480.00
89?,00
2, 18?,00*
608, 00
608. 00*
1 t L52 .00
1, L52.00*
2, 000 , 00
2, 000,00*
L | 452,O0
t, 452 .00*
4, 900 . 00
1,867,00
1,500.00
8,261,00*
3,375.00
3,3?5.0or
2, 835.00
1/ ?86.00
4, 62t ,00*
5. 000.00
6, 000 .00*
13,995,00
13, 995.00'
8, 000 .00
8, 000 .00*
5/ 400,00
5r 400 .00*
3 ,204 ,00
3 | 204 .00*
.00*
. 00*
. 00*
,00*
.00*
.00i
.00*
.00*
,00*
, 00*
.00*
.00*
,00*
.00*
.00i
.00{
.00r
.00,
, 00*
, 00*
.00*
.00*
,00*
,00+
, 00*
.00*
.00r
,00*
.00r
.00*
, 00*
, 00r
.00*
.00i
,00*
,00*
.00 *
.00*
.00*
,00*
.00r
,00*
.00*
.00*
.00*
Total ToualEstlmate Commltted
1. 200.00
1, 200.00*
1.397.00
1,39?,00*
3, 900 . 00
3,900.00*
2, 000 . 00
9, 850 .00
11, 850, 00*
5f 650.00
5,650.00r
810.00
4 80.00
897.00
2 | 1"81 ,00*
508 . 00
608.00*
7, L52 .00
1,152.00*
2, 000 .00
2,000.00*
t, 452 .00
!, 452 ,0o*
{, 900 .00
1,86'r.00
1,500,00
8t261.00*
3,375.00
3,3?s.00*
2,835,00
1.785,00
4 t 62:. ,00*
6, 000 . 00
6,000.00*
13, 995.00
13r 995.00*
8, 000 . 00
8,000.00r
5/400.00
5/ 400,00*
3,200.00
3,200.00*
95
co.astla,,ld Con€lructlon, Inc'
Ae of,r O2'L8'20f3
12-OO9 P}ID YARD OEFICE
Ori glnal
Es t lma te
OB-IOOO METAL DOORS E FRAMES
.fob Cost ReporL as of SPeciflc Data o2-fi-20!3 Page A
System Date: 02-LA-20L3
syst$ {l"me: 11:42 a$
O8-4OOO ALUMINUM STOREFRONT
subcontract 32t'196'00
08-4OOO Totals 32,'196'00*
Labor
Materlal
08-1000 To-Lals
09-2200 STUcco
Subcontract
09-2200 TotaIs
O9.25OO GYPSUI.I BOARD
Subcontract
09-2500 Totals
O9-3OOO CERAMIC TILE
Subcontract
O9-3000 rota&
09-6800 CARPET
subcontract
09-6800 Totals
O9-?OOO SPECIAL FI,OORING
SubconCracl
09-7000 Totals
O9.9OOO PAINTING
Subcontract
09-9000 Totals
1O-1600 TOII,ET COMPARfMENTS
MaLerlaI
Subcontract
10-1600 TotaIs
1O-4OOO IDENTIFYIIIG DEVICES
t"la t er IaI
10-4000 tota!s
Subcontract
LO-8OOO TOI],ET ACCESSORIES
NlaterlaI
10-8000 Totals
15.2OOO PLWBING
subconEract
15-2000 Totals
15-5000 trvAc
subcontract
15-5C00 TotaLs
L5-].OOO EIECTRICAI
subcontract
16-1000 TotaLs
12-009 total3
1,540.00
6, 650 ,00
8, t9o.o0r
6,500,0o
6, 500 .00*
17,500,00
17, 500 ,00*
1,1?5,00
1,175,00*
3, 150.00
3, 150 . 00*
1, 500 . 00
1,500.00*
12,400,0o
12,400.00*
764.00
164,00*
1, 032.00
1,032,00*
516.00
860.00
860.00*
9, 000 . 00
9,000.00*
19, 300 . 00
19,300.00+
14,200.00
1 4 ,200 .o0*
35?,640.28r
.00*
.00"
,00*
.00*
,00*
.00*
.00*
.00*
,00*
.00*
.00*
,00*
,00 +
.00*
,00*
48 .94? . 50*
'00*
.00*
.00*
.00*
11,000.00
11,000.00*
800.00
800.00*
844,01
844.01+
4L6.07
416.01*
?40.00
7{0.00*
9, 100,00
9, loo.00*
18,500.00
13,500,00"
l 5, 000 .00
,5,000.00*
1a1, 800 .02r
800. 00-
764 .00
36,00-*
187.99
1 87,99*
416.01-
516.00
oo oo*
120 .00
120.00*
100.00-
100.00-*
800,00
800.00+
1, 800.00-
r, 800 , 00-r
26A,'18'.7 .'16*
Appro./ed
changes,
lotal
Esti.mat e
r,540.00
6r 650.00
8, r-90.00*
32, ?96.00
32 t'196.00+
6, 500, 00
6,500.00*
17,500,00
1t , 500 .00*
1, 1'7 5 .00
1r175,00*
9/ 200,00
9,200.00"
3,150.00
3,150.00*
1, 500.00
1/500.00*
12, 400.00
12,400.00"
1 64.00
764.00+
1,032. C0
1/ 032.00*
51 6. 00
516.00*
8 60 .00
860,00*
9, 000 . 00
9.000.00*
1 9,300,00
19,300.00*
,4, 200 . 00
74,200.00*
406,58?,?8i
Tot a1
CoN[1 tted
6,650.00
6, 650 .00*
' 00*
' 00r
1?,150.00
1?, ?50.00r
Remalnlng
Lo Commit
1, 54 0 .00
1, 540 ,00*
32,196,0O
32,'196.0O*
5, 500,00
6,500.00r
250.00-
250 .00-r
L, 115.00
1, 175.00*
9, 200 .00
9,200.00r
3, 150.00
3, 150.00*
1, s00 . 00
1,500.00*
1 f 400,00
1, 400 , o0*
Tota.L
.00 *
.00 r
. 00,
,00*
.00r
,00*
,00*
. 00*
.00d
.00r
.00*
.,00r
58,184.60*
Budget
Va fiance
1 , 540 .00
6,650.00
8,190.00*
32 ,'t 96 ,00
32, 7 96. o0*
6,500,00
6, 500. oo*
1? / 500,00
i7, 5oo . oo+
1,1?5.00
1,175.00*
9,200.00
9, 200. 0o+
3,150.00
3r I50.00*
1, 500 . 00
1,500.00*
12, {00 .00
12, 400 .00*
764.00
'r 64 , 00*
1, 032 . oo
I, 032.00*
516,00
516,00+
8 60 ,00
860,00*
9,000.00
9,000,00*
19,300.00
19,300.00*
'14 t 20O ,0o
14.200,00r
348f{03'18*
O9-5OOO ACOUSTIE\I CEILING
subcontract 9' 2oo 'oo
o9-5OOO TotaIs 9, 200 ' 00*
10-5200 EIRE PROTECTION SP4CIALTIES
Mater!aI
10-5200 TotaLs 516.00*
96
Coastla..ld Construction, Inc,
Aa of,! 02-18-2013
Repoft IotalE
lrob Cost Repo.t as oi Speciflc Date 02-18-2013 Fage 5gysts Date: 02-LA-2A13gysts limer 11:42 m
Total Budget
?4,390.00* 150,186.75x
Orlglnal
Estlna te
375,629,25*
Appro ued
changes
Total
Es t lma Le
TotaI
comni! ted
149,300 . 02*
Remalnj.ng
to Comlt
275 ,2'7 6,73*48,947.50r 424,576,',?5*
97
SETTLEMENT AGREEMENT AND RELEASE
This Settlement Agreement and Release ("Agreement") is made and entered into
this day of , 2014 by and between COASTLAND
COI\STRUCTION, INC., a Florida corporation (hereinafter "COASTLAND"), and the
CITY OF MIAMI BEACH, FLORIDA, a municipal corporation (hereinafter "CITY").
RECITALS
A. COASTLAND and the CITY desire at this time to amicably adjust and
forever settle COASTLAND's past, present and/or future claims against the
CITY regarding the Projects:
a. loth STREET BAYFRONT STREET END IMPROVEMENT
PROJECT, Project No. 508.00.PW.22-08/09; and
b. PUBLIC WORKS YARD OFFICE PROJECT, ITB NO. 22-08/09
(the "Projects").
RELEASE
1. COASTLAND, hereby releases, acquits and forever discharges the CITY,
including any officers, directors, employees, agents and attorneys, its heirs, executors,
administrators, associates, representatives, successors and assigns, from any and allpast,
present and future claims, demands obligations, damages, costs, expenses, actions and
causes of actions, and whether for compensatory, punitive damages, or other damages in
connection with the above-referenced Proj ects.
BD
98
2. The CITY, hereby releases, acquits and forever discharges COASTLAND,
including its affiliates and insurers, directors, officers, employees, agents and attorneys,
together with its heirs, executors, administrators, associates, representatives, successors
and assigns, from any and all past, present and future claims, demands, obligations,
damages, costs, expenses, actions and causes of actions, and whether for compensatory,
punitive damages, or other damages in connection with the above-referenced Projects.
DENIAL OF LIABILITY
3. It is understood and agreed that the execution of this Agreement is not an
express or implied admission of negligence, misconduct, responsibility or liability on the
part of the CITY or COASTLAND, and that the CITY and COASTLAND expressly and
specifically deny all such claims. Such consideration is being given in order to
compromise disputed claims so that the parties may forever avoid the expense,
uncertainties and hazards of litigation.
ADDITIONAL DOCUMENTS
4. The parties agree to cooperate ful1y and execute any and all supplementary
documents and to take all additional actions which may be reasonably necessary or
appropriate to give full force and effect to the basis and intent of this Settlement
Agreement and Limited Release.
ENTIRE AGREEMENT AND SUCCESSORS IN INTEREST
5. This Settlement Agreement contains the entire Agreement between the
parties. This Agreement replaces any prior or contemporaneous written or oral
representation or understanding about the settlement. This Agreement may not be
changed except in writing signed by the Parties, or their respective attomeys. This
99
Agreement shall be binding on and shall inure to the benefit of the respective successors
and assigns, if any, of each party.
GOVERNING LAW
6. This Agreement is being consummated in the State of Florida and the
performance by the parties hereto is in the State of Florida. This Agreement shall be
governed by and construed in accordance with the laws of the State of Florida. The
venue for any legal proceeding of any nature brought by either party against the other to
enforce any right or obligation under this Agreement, or arising out of any matter
pertaining to this Agreement, shall be in Miami-Dade County, Florida.
7. The Parties warrant to each other that they have read this Settlement
Agreement and that they understand that this Agreement is a limited release of all claims
by and between COASTLAND and the CITY, and that each has been represented by
counsel before signing this Settlement Agreement.
IREMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
100
IN WITNESS WHEREOF, the parties have set their hands and seals on the day
and date first written above.
COASTLAND CONSTRUCTION, INC.
Attest:
Secretary President/Signature
Print Name Print Name
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
The foregoing instrument was acknowledged before me this day of
, 2014 by of Horizon
Contractors, Inc., who is personally known to me or who has produced
(typ e of identifi cation).
Name:
(PrintName)
Notary Public - State of Florida
My Commission Expires:
Attest:CITY OF MIAMI BEACH, FLORIDA
City Clerk City Manager/S i gnature
Print Name
NOTARY ACKNOWLEDGEMENT ON FOLLOWING PAGE
101
STATE OF FLORIDA
COU{TY OF MIAMI-DADE
The foregoing
, 2014 by
instrument was acknowledged before me this
AS
day of
of the City of
has producedMiami Beach, who is personally known to me or who
(type o f identifi cation).
Name:
(Print Name)
Notary Public - State of Florida
My Commission Expires:
_ nst3f;? As i)
=f?t*r,i'-+V6:...rqGr
A tOt lYgyrg1
c7,1
\-
102
COMMISSION ITEM SUMMARY
Condensed Title:
Request for approval to issue Request For Proposal RFP 2014-278-ME for Design Builder Services for The Miami
Beach Convention Center Renovation and E
lntended Outcome
Expeditiously Upgrade the Convention Center to be Smart, Modern, Energy Efficient, and which fits Local
Context, includinq Wal
Data (Surveys, Environmental Scan, etc.): N/A
lssue:
Shall the City Commission the issuance of the RFP?
Item Summary/Recommendation :
The City is seeking a firm(s) to be its Owner's Representative for the renovation and expansion of the Miami Beach
Convention Center (the Project). The design-builder will be responsible for managing the Project and the Owner's
Representative will monitor.
The Owner's Representative will be assisted by a dedicated on-site architectfrom the Design Criteria Professional
team (Fentress Architects). The City will enter into on contract with a Prime Proposer. Any other firms involved
shall be a sub consultant to the Prime Proposer, and shall not be in contractual privity with the City.
The City plans to renovate and expand the MBCC to "Class A" standards. The Project is to include allexhibit halls,
meeting rooms, pre-function, and support spaces such as loading docks, kitchens, bathrooms, MEP systems, and
exterior areas. ln addition, the MBCC is to be expanded to accommodate a new ballroom and meeting space. The
Project will also include the conversion of approximately 880 surface parking spaces into a 6.5 acre public park and
refurbishment of the Convention Center Drive and the Collins Canal seawall. New parking replacing the existing
spaces will be incorporated on the roof of the building.
The City plans to renovate and expand the Miami Beach Convention Center under a design-build contract. The
City has hired Fentress Architects as its Design Criteria Professional ("DCP"), to create a Design Criteria Package
documenting the City's intent of the renovation and expansion that allows potential design-builders (i.e. proposers)
to submit proposals on a common basis.
The DCP's team also includes exterior fagade architect Arquitectonica; landscape architect West B; civil engineer
Kimley Horn; structural engineers Martin & Martin; mechanical, electrical & plumbing engineers M-E Engineers,
lnc.; acoustical engineers D.L. Adams; code consultant Rolf Jensen & Associates, lnc.; traffic engineer The
Corradino Group; lighting designer lllume; signage consultant TKD; vertical traqsportation consultant Lerch Bates,
lnc.; food service consultant William Caruso Associates; cost estimator Rider Levett Bucknall; and'parking
consultant Walker Parking.
Fentress has completed the schematic design for the project. This schematic design will be further developed
through the DCP's design development phase.
RECOMMENDATION
the issuance of the RFP.
N/A
Financial lnformation :
Financial lmpact Summary: N/A
Glerk's Office
Alex Denis, Director Ext # 6641
t July 30\MBCC\Owner's Representative\RFP-2014
AGENDA ITEM
DATE
AZAE MIAMIBEACH -t-p-t{103
g MIAMIBEACH
City of Miomi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 33,1 39, www.miomibeochfl.gov
COMMISSION MEMORANDUM
TO:Mayor Philip Levine and Members the City
FROM: Jimmy L. Morales, City Manager
DATE: July 30,2014
SUBJECT: REQUEST FOR APPROVAL TO A REQUEST FOR PROPOSALS (RFP)
2014.278-ME FOR OWNERS REPRESENTATIVE SERVICES FOR THE MIAMI
BEACH CONVENTION CENTER RENOVATION AND EXPANSTON PROJECT.
BACKGROUND / ANALYSIS
The City is seeking a firm(s) to be its Owner's Representative for the renovation and expansion of the Miami Beach
Convention Center (the Prolect). The design-builder will be responsible for managing the Prolect and the Owne/s
Representative will monitor. The City is looking for a small, capable Owner's Representative team. Preliminary plans
call for the Owner's Representative to be led by a senior project manager who is supported by two prqect managers, a
part{ime accountant and administrative support for document control and other administrative matters.
The Owner's Representative will be assisted by a dedicated on-site architect from the Design Criteria Professional team
(Fentress Architects). The City will enter into on contract with a Prime Proposer. Any other firms involved shall be a
sub consultant to the Prime Proposer, and shall not be in contractual privity with the City.
The City plans to renovate and expand the MBCC to "Class A" standards, in a manner that best meets the needs of the
target market, within the available funds for the Project. ln general, the Project is to include all exhibit halls, meeting
rooms, pre-function, and support spaces such as loading docks, kitchens, bathrooms, MEP systems, and exterior areas.
ln addition, the MBCC is to be expanded to accommodate a new ballroom and meeting space. The Prolect will also
include the conversion of approximately 880 surface parking spaces into a 6.5 acre public park and refurbishment of the
Convention Center Drive and the Collins Canal seawall. New parking replacing the existing spaces will be incorporated
on the roof of the building.
Design Criteria Package
The City plans to renovate and expand the Miami Beach Convention Center under a design-build contract. The City has
hired Fentress Architects as its Design Criteria Professional ("DCP'), to create a Design Criteria Package documenting
the City's intent of the renovation and expansion that allows potential design-builders (i.e. proposers) to submit proposals
on a common basis. The DCP will be responsible for designing and documenting the renovation and expansion
program through the design development stage (30% drawings), commonly referred to as "bridging documents". The
DCP will also assist with the evaluation of the proposals, and monitoring compliance to designs and specifications
throughout the Project construction documents phase and construction process.
The DCP's team also includes exterior fagade architect Arquitectonica; landscape architect West 8; civil engineer Kimley
Horn; structural engineers Martin & Martin, mechanical, electrical & plumbing engineers M-E Engineens, lnc.; acoustical
engineers D.L. Adams; code consultant Rolf Jensen & Associates, lnc.; traffic engineer The Corradino Group; lighting
designer lllume; signage consultant TKD; vertical transportation consultant Lerch Bates, lnc.; food service consultant
William Caruso Associates; cost estimator Rider Levett Bucknall; and parking consultant Walker Parking.
The City has engaged Strategic Advisory Group (SAG) to act as its Project Consultant.
Project Oversight
The prolect will be overseen by a dedicated City Prolect Manager, and augmented by the Owne/s Representative team.
The City and Owne/s Representative will be assisted by a dedicated on-site architect from the Design Criteria
Professional team (Fentress Architects). The primary role of the Owne/s Representative will be to ensure the City
104
RFP 2014-278-ME for Owners Representative Services for The Miami Beach Convention Center Renovation
and Expansion Project - July 30,2014
Page 2
receives a Center renovation and expansion consistent with the Design Criteria Package in a timely manner for the
agreed upon price. The Owne/s Representative will have on-site dedicated staff to monitor the Design-Builder. The
Design-Builder will be responsible for managing the project and the owner's representative will monitor. The City and
Owner's Representative will be assisted by a dedicated on-site architect from the Design Criteria Professional's team.
Concept Program and Schematic Design
Fentress has completed the schematic design for the prolect. This schematic design will be further developed through
the DCP's design development phase.
Phasing and Schedule
Prqect Phasing will be a critical component of the selected Design-Builder's services. The City has adopted a
Construction Booking Policy, whereby half of the Convention Center is to remain open at any given time to
accommodate certain Convention Center events. Phase One will focus on renovating the north half of the MBCC
exhibition hall and eastern concourse, while beginning construction of the new ballroom. During this period the southem
half of the MBCC exhibition hall, western concourse, and meeting rooms will remain open for events. Once completed,
the new northern facility will open and the southern portion and western concourse will be closed for renovation.
Under an idealschedule, Phase One would be completed by November 16, 2016, to enable Art Baselto utilize the entire
Convention Center (with the exception of the new ballroom). Until the new ballroom is available, the City desires to
reserve an area of the P-Lot for use as temporary exhibit space, of up to 60,000 square feet, for a tented structure.
Phase Two would begin on December 10,2016, and would be completed by November21,2017, to hostthe nextArt
Basel. ln any event, the entire Convention Center must be available for the Art Basel events and construction will halt
during that event and its move in/out period. Site work and other exterior renovations will likely begin in 2015, prior to
the 2015 Art Basel event. Moreover, landscaping, the park, and Convention Center drive will likely occur after the 2017
event.
MAJOR RFP REQUIREMENTS
1. MINIMUM QUALIFICATIONS AND SUBMITTAL INSTRUCTIONS AND FORMAT
Please Reference Section 0300, RFP 2014-278-ME.
2. CRITERIA FOR PROPOSAL EVALUATION
Please Reference Section 0400, RFP 2014-27*-ME.
CONCLUSION
The Administration recommends the issuance of RFP 2014-278-ME for Owners Representative Services for
The Miami Beach Convention Center Renovation and Expansion Project.
RECOMMENDATION
The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 2014-
278-ME for Owners Representative Services for The Miami Beach Convention Center Renovation and
Expansion Project.
ATTACHMENTS
Attachment A: RFP 2014-278-ME for Owners Representative Services for the Miami Beach Convention
Centerf,enovation and Expansion Project.
JLM/rffiMffio\1
T:\AGENDA\2014\JulflProcurement July 30\MBCC\Owner's Representative\RFP-2O14-278-ME Owner's Rep - MEMO.doc
105
ATTACHI'Ei'|T A
REQUEST FOR PROPOSALS
FOR OWNERS REPRESENTATIVE SERVICES FOR THE MIAMI
BEACH CONVENTION CENTER RENOVATION AND
EXPANSION PROJECT
RFP No. 2Ot 4-278-ME
RFP ISSUANCE DArE: JULY 3I,2OI4
PRE-PROPOSAI MEETING DATE: AUGUST t3, 2Ol4 @ I:3O PM
PROPOSALS DUE: SEPTETI^BER 5, 2Ol4 @ 3:OO PM
ISSUED BY:
i",4 l/1 l*ilmIAcH
Morio Estevez, Assislonl Director
DEPARTMENT OF PROCUREMENT MANAGEMENT
1700 Convention Center Drive, Miomi Beoch, FL 33.l39
305.673.7000 x 7 490 | MorioEstevez@miomibeochfl.gov
www.miomibeochfl.gov
r I nre 2o14-278-ME
106
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NoT uTtLtzED ............ ....................N/A
O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ..............3
O3OO PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT ........11
0400 PRoPoSAL EVALUATTON .......... .....14
APPENDICES: PAGE
A. PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS ,.,..,.17
B. SCOPE OF SERVTCES ............ ...........24
c. cosT PRoPoSAL FoRM ..................31
D. INSURANCE REQUIREMENTS ..........33
E. SCHEMATIC DESIGN NARRATIVE & DESIGN PLAN ............36
F. RENOVATION AND EXPANSION PHASING PLAN .................49
G. DESIGN-BUILDER PROCUREMENT SCHEDULE ..................51
: tr nrp 2014-278-ME
107
SECTION O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS
1. General. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City") as the means for
prospective proposers to submit their qualifications, proposed scopes of work, and cost proposals to the City, for the City's
consideration, as an option in achieving the required scope of services and requirements as noted herein. All documents
released in connection with this RFP, including all appendixes and addenda, whether included herein or released under
separate cover, comprise the solicitation, and are complementary to one another and, together, establish the complete terms,
conditions and obligations of the proposers and, subsequently, the successfulpropose(s) if this RFP results in an award.
The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities
and document fulfillment, including the issuance of any addenda to this RFP. Any prospective proposer who has received this
RFP by any means other than through PublicPurchase must register immediately wilh PublicPurcfiase to assure it receives
any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of a Proposal.
2. PURPOSE.
The City is seeking a firm(s) to be its Owner's Representative for the
renovation and expansion of the Miami Beach Convention Center
(the Project). The design-builder will be responsible for managing
the Project and the Owne/s Representative will monitor. The City is
looking for a small, capable Owner's Representative team,
Preliminary plans call for the Owner's Representative to be led by a
senior prolect manager who is supported by two prolect managers,
a part{ime accountant and administrative support for document
control and other administrative matters. The Owner's
Representative will be assisted by a dedicated on-site architect from
the Design Criteria Professional team (Fentress Architects). The
City will enter into on contract with a Prime Proposer. Any other
Proposer, and shall not be in contractual privity with the City.
rff
firms involved shall be a sub consultant to the Prime
Background
Owned by the City of Miami Beach, the Miami Beach Convention Center (Convention Center) is a significant economic
generator for the City, and the region. Originally built in 1957, the MBCC encompassed 108,000 square feet. ln 1968, an
additional 130,500 square feet of exhibit space was added, with additional support facilities subsequently constructed in 1974.
ln 1986, as the demand for exhibition space increased, the facility underwent a $92 million renovation and doubled in size to its
current footprint of approximately 1.2 million square feet, including approximately 502,000 square feet of exhibition space and
126,000 square feet of meeting space. Since that time, the facility has received over $50 million in continuing upgrades.
The MBCC currently hosts approximately'145 events, annually, including internationally recognized events such as Art Basel
Miami Beach. lt also hosts rotating conventions, meetings, and a number of annual trade shows.
The City plans to renovate and expand the MBCC to "Class A" standards, in a manner that best meets the needs of the target
market, within the available funds for the Project. ln general, the Project is to include all exhibit halls, meeting rooms, pre-
function, and support spaces such as loading docks, kitchens, bathrooms, MEP systems, and exterior areas. ln addition, the
MBCC is to be expanded to accommodate a new ballroom and meeting space. The Project will also include the conversion of
approximately 880 surface parking spaces into a 6.5 acre public park and refurbishment of Convention Center Drive and the
Collins Canal seawall. New parking replacing the existing spaces will be incorporated on the roof of the building.
For a complete narrative of the scope of the Prolect, refer to Appendix E.
Design Criteria Package
The City plans to renovate and expand the Miami Beach Convention Center under a design-build contract. The City has hired
Fentress Architects as its Design Criteria Professional ('DCP'), to create a Design Criteria Package documenting the City's
3 N RFP 2014-278-ME
108
intent of the renovation and expansion that allows potential design-builders (i.e. proposers) to submit proposals on a common
basis. The DCP will be responsible for designing and documenting the Project through the design development stage (30%
drawings), commonly referred to as "bridging documents". The DCP will also assist with the evaluation of the proposals, and
monitoring compliance to designs and specificatrons throughout the Project construction documents phase and construction
process.
The DCP's team also exterior faqade architect Arquitectonica; landscape architect West 8; civil engineer Kimley Horn;
structural engineers Martin & Martin; mechanical, electrical & plumbing engineers M-E Engineers, lnc.; acoustical engineers
D.L. Adams; code consultant Rolf Jensen & Associates, lnc.; traffic engineer The Corradino Group; lighting designer lllume;
signage consultant TKD; vertical transportation consultant Lerch Bates, lnc.; food service consultant William Caruso
Associates; cost estimator Rider Levett Bucknall; and parking consultant Walker Parking.
The DCP has completed the conceptual and schematic design and a construction design narrative for the Project.
(See Appendix G) The design will be further developed through the DCP's design development process.
Project Oversight
The City has engaged Strategic Advisory
Group (SAG) to act as its Project
Consultant.
The Project will be overseen by a
dedicated City Project Manager, and
augmented by the Owner's
Representative. The City is issuing this
RFP, and it is the City's goal, to have the
Project Owner's Representative in place
by late October 2014. The primary role of
City of MiamiBeach
"".-.-""""1
I
Prolcct Menager
Connrltant
srrategic Advi$ry Group
:_"__, .r,__" -_.
I
City Staff l-:ll
Design-Builder
the Owne/s Representative will be to ensure that the City receives a Prolect consistent with the Design Criteria Package, in a
timely manner and for the agreed upon price. The Owne/s Representative will have on-site dedicated staff to monitor the
selected Design-Builder. The City and Owner's Representative will be assisted by a dedicated on-site architect from the
Design Criteria Professional's team.
Concept Program and Schematic Design
The DCP has completed the schematic design for the Project. This schematic design will be fu(her developed through the
DCP's design development phases.
Phasing and Schedule
Project Phasing will be a critical component of the selected Design-Builder's services. The City has adopted a Construction
Booking Policy, whereby half of the Convention Center is to remain open at any given time to accommodate certain Convention
Center events. The Phase One will focus on renovating the north half of the MBCC exhibition hall and eastern concourse, while
beginning construction of the new ballroom. During this period the southern half of the MBCC exhibition hall, western
concourse, and meeting rooms will remain open for events. Once completed, the new northern facility will open and the
southern portion and western concourse will be closed for renovation.
Under an ideal schedule, Phase One would be completed by November 16, 2016, to enable Art Basel to utilize the entire
Convention Center (with the exception of the new ballroom). Until the new ballroom is available, the City desires to reserve an
area of the P-Lot for use as temporary exhibit space with a tented structure. Phase Two would begin on December 10, 2016,
and would be completed by November 21,2017, to hostthe nextArtBasel. ln any event, the entire Convention Centermust
be available for the Art Basel events and construction will halt during that event and its move in/out period. Site work and other
exterior renovations will likely begin in 2015, prior to the 2015 Art Basel event. Moreover, landscaping, the park, and
Convention Center drive will likely occur after the 2017 event.
Owner's Orrcrsight
IReprcscntatirrc I__J
r I nre 2014-278-ME
109
fuliami Beach Convention Center
Phasing Schedule
1 : 3 4 5 5 7 I 9 101112 1 2 3 4 5 6 7 I 9 101112 I 2 i A 5 6 7 A 9 101112 1 2 3 1 5 6 7 0 9 101112
I 2 1 4 s 6 7 8 I 10111213141s161718192!21,22232!2526272A 291031323334
I
-
('J
&6
t<-
I--r. .-::I
{Et
Nodh Erhrbtion Hall nFnnvarinn '.
Eai Condur* RenoYation
New Ballroom fu niruction
;
0
CA
ts
South Exhrbrtion Hall RenoYdron
3/4 Wel Concour* Renovation
1,/{ W e* Con@ur* Renovation
P-Lot Park
Convention C€nter Onve
Concept Design Cost Estimate
The DCP and its cost estimator have estimated the Project hard costs based on the conceptual design drawings and nanatives
to total $349 million, excluding mark-ups for general conditions, contractor/design-builder fees, insurance/bonds, contingencies,
and any other soft costs.
Design-Builder Procurement
The Project includes two broad elements: 1)the convention center renovation and expansion (including parking); and 2)a 6.5
acre public park and 3) refurbishment of Convention Center Drive and the Collins Canal seawall. The City plans to have one
design-builder for the entire Project. The design-builder is to be procured under a two step process. fhe first step will pre-
qualify at least three firms. The goal is to pre-qualify design-builders by mid-November 2014,30 days prior to the City
approvalof the Design Criteria Package and Design-Builder RFP, scheduled to be released in mid-December2014. The pre-
qualified firms would have until February 2015 to submit their firm{ixed price, The City, DCP and Owner's Representative will
have approximately five weeks in March and early April to perform a technical review of the submittals and make a
recommendation to the City Manager, who will make a recommendation to the City Commission for a late April selection
decision. See Appendix G.
3. Solicitation Timetable. The tentative schedule for this solicitation is as follows:
Solicltation lssued July 31, 2014
Pre-Submittal Meeting August 13, 2014 @ 1:30 PM
Deadline for Receipt of Questions August 26, 2014
Responses Due September 5,2014
Selection Committee Meeting to Shortlist September 18,2014
Selection Committee Meeting to lnterview October 2,2014
Commission Selection October 22,2014
4. Procurement Contact. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-
5 | RFP 2014-2ZB-ME
110
Contact:
Maria Estevez
Telephone:
305-673-7000 ext. 7490
Email:
iamibeachfl
mail: RafaelGranado@miamibeachfl.qov ; or facsimile'.786-394-4188. The RFP title/number shall be referenced on
all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days
prior to the date proposals are due. All responses to questions/clarifications will be sent to all proposers in the form
of an addendum.
5. Pre-Proposal Meeting Or Site Visit(s).
A Non-Mandatory Pre-ProposalConference, as furtherdetailed in Section 0'100-11 of the RFP is scheduled for 1:30 p.m. on
August 13,2014 at the following location:
Miami Beach Convention Center
1901 Convention Center Drive
Miami Beach, Florida 33139
Hall C, 2nu Floor - Room AC2231C224
Attendance (in person or via telephone) to this meeting is not mandatory but strongly encouraged,
Proposers interested in participating in the meeting via telephone must follow these steps:
Web Address:
https ://global. gotomeeti n g.com/meeti ng/j0in1282566237
To join the conference call:
United States: +1 (786)358-5420
Access Code: 282-566-237
Additionally, interested parties are encouraged to visit the site scheduled immediately following the Pre-Proposal
Conference.
6. Pre.Proposal tnterpretations. Oral information or responses to questions and/or requests for clarifications received by
prospective proposers are not binding on the City and will be without legal effect, including any information received at pre-
submittal meeting(s) or site visit(s). Only questions answered by written addenda will be binding and may supersede terms
noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this
RFP by any means other than through PublicPurchase must register immediately wilh PublicPurchase to assure it receives
any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal.
7. Cone Of Silence. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and
until an award recommendation has been forwarded to the City Commission by the City Manager are under the"Cone of Silence." The Cone of Silence ordinance is available at
http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov,
* | nre 2ot4-27a-ME
111
8. Special Notices. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,
which may be found on the City Of Miami Beach
website: http :liweb. m iami beachfl . qov/procu rement/scroll. aspx?id =235 1 0
. CONE 0F SILENCE . ..
o PROTEST PROCEDURES.
CITY CODE SECTION 2486
CITY CODE SECTION 2-371. DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3. LOBBYIST REGISTMTION AND DISCLOSURE OF FEES..... CITY CODE SECTIONS 2481 THROUGH 2-406. CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487. CAMPAIGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENT
ISSUES . .,..,,. CITY CODE SECTION 2488. REQUIREMENT FOR CITY CONSULTANTS T0 PROVIDE EQUAT
BENEFITS FOR DOMESTIC PARTNERS . .,. CITY CODE SECTION 2.373
. LIVING WAGE REQUIREMENT.... .. . . CITY CODE SECTIONS 2407 THROUGH 2-410
o LOCAL PREFERENCE FOR MIAMI BEACH-BASED VENDORS... . . . CITY CODE SECTION 2-372. PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETEMNS AND TO STATE.CERTIFIED SERVICE.
DISABLED VETERAN BUSINESS ENTERPRISES. CITY CODE SECTION 2-374. FALSE CLAIMS ORDINANCE... . CITY CODE SECTION 70-300. ACCEPTANCE 0F GIFTS, FAVORS & SERVICES. . . .. CITY CODE SECTION 2449
9. Postponement 0f Due Date For Receipt Of Proposals. The City reserves the right to postpone the deadline for
submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any
such postponement to all prospective proposers through PublicPurchase.
10. Protests. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal due
date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-
371 shall be barred.
1 1. Miami Beach-Based Vendors Preference. Deleted.
12. Veteran Business Enterprises Preference. Pursuant to City of Miami Beach Ordinance No. 2011-3748, the
City shall give a five (5) point preference to a responsive and responsible proposer which is a small business
concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise.
13. Determination 0f Award. The final ranking results of Step 1 & 2 outlined in Section 0400 (Proposal Evaluation
on page 15 on the RFP), will be considered by the City Manager, who may recommend to the City Commission the
propose(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 Manage/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. Upon approval of selection by the City Commission, negotiations between the City and the selected
propose(s) will take place to arrive at a mutually acceptable Agreement.
14. Acceptance 0r Rejection Of Proposals. The City reserves the right to reject any or all proposals prior to
award. Reasonable efforts will be made to either award the contract or reject all proposals within one-hundred
twenty (120) calendar days after proposals opening date, A proposer may not withdraw its proposals unilaterally
before the expiration of one hundred and twenty (120) calendar days from the date of proposals opening.
15. Proposer's Responsibilitv. Before submitting a Proposal, each proposer shall be solely responsible for making
any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and
7 I RFp 2014-278-ME
112
requirements affecting the full performance of the contract, lgnorance of such conditions and requirements, and/or
failure to make such evaluations, investigations, and examinations, will not relieve the proposer from any obligation
to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a
basis for any subsequent claim whatsoever for any monetary consideration on the part of the proposer,
16, Costs lncurred By Proposers. All expenses involved with the preparation and submission of Proposals, or any
work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)
of the proposer, and shall not be reimbursed by the City.
17. Relationship To The City. lt is the intent of the City, and proposers hereby acknowledge and agree, that the
successful proposer is considered to be an independent contractor, and that neither the proposer, nor the proposer's
employees, agents, and/or consultants, shall, under any circumstances, be considered employees or agents of the
City.
18. Taxes. The City of Miami Beach is exempt from all Federal Excise and State taxes.
19. Mistakes. Proposers are expected to examine the terms, conditions, specifications, delivery schedules,
proposed pricing, and all instructions pertaining to this RFP. Failure to do so will be at the proposer's risk, and may
result in the proposal being non-responsive.
20. Pavment. Deleted.
21. Patents & Royalties. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its
officers, employees, consultants, and/or agents, from liability of any nature or kind, including cost and expenses for,
or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the
performance of the contract, including its use by the City of Miami Beach, Florida. lf the proposer uses any design,
device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception,
that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in
any way involved in the work,
22. Manner Of Performance. Proposer agrees to perform its duties and obligations in a professional manner and in
accordance with all applicable local, State, County, and Federal laws, rules, regulations and codes. Lack of
knowledge or ignorance by the proposer with/of applicable laws will in no way be a cause for relief from
responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained,
experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to
furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently
required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all
licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force
and effect during the term of this contract. Failure of proposer to comply with this paragraph shall constitute a
material breach of the contract.
23. Special Conditions. Any and all Special Conditions that may vary from these General Terms and Conditions
shall have precedence.
24. Anti-Discrimination. The proposer certifies that it is in compliance with the non-discrimination clause contained
in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment
opportunity for all persons without regard to race, color, religion, sex or national origin.
e I nrp 2oi4-278-ME
113
25. Demonstration Of Competency.
A. Pre-award inspection of the propose/s facility may be made prior to the award of contract.
B. Proposals will only be considered from firms which are regularly engaged in the business of providing the
goods and/or services as described in this solicitation.
C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the
services if awarded a contract under the terms and conditions of this solicitation,
D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and
well established company in line with the best business practices in the industry, and as determined by the City
of Miami Beach.
E. The City may consider any evidence available regarding the financial, technical, and other qualifications and
abilities of a proposer, including past performance (experience), in making an award that is in the best interest of
the City,
F. The City may require proposer to show proof that it has been designated as authorized representatives of a
manufacturer or supplier, which is the actual source of supply. ln these instances, the City may also require
material information from the source of supply regarding the quality, packaging, and characteristics of the
products to be supply to the City.
26. Assignment. The successful proposer shall not assign, transfer, convey, sublet or othenrvise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation, without the prior written consent of the City,
27. Laws, Permits And Regulations. The proposer shall obtain and pay for all licenses, permits, and inspection
fees required to complete the work and shall comply with all applicable laws.
28. Optional Contract Usage. Deleted.
29. Volume Of Work To Be Received By Proposer - Deleted.
30. Disputes. ln the event of a conflict between the documents, the order of priority of the documents shall be as
follows:
A. Any contract or agreement resulting from the award of this solicitation; then
B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then
C. The solicitation; then
D. The proposer's proposal in response to the solicitation.
31. lndemnification. The proposershall indemnify and hold harmless the City and its officers, employees, agents
and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense,
which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits,
causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of
the agreement by the proposer or its employees, agents, servants, partners, principals or sub consultants. The
proposer shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or
actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall
pay all costs, judgments, and attorney's fees which may be incurred thereon. The proposer expressly understands
and agrees that any insurance protection required by the agreement or othenruise provided by the proposer shall in
no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees,
agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or
termination of the agreement.
I I nre 2ot4-279-ME
114
32. Contract Extension. Deleted.
33. Florida Public Records Law. Proposers are hereby notified that all bids including, without limitation, any and all
information and documentation submitted therewith, are exempt from public records requirements under Section
119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution untilsuch time as the City provides notice of
an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally,
proposer agrees to be in full compliance with Florida Statute 1 19.0701 including, but not limited to, agreement to (a)
Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to
perform the services; (b) provide the public with access to public records on the same terms and conditions that the
public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as
othenruise provided by law; (c) Ensure that public records that are exempt or confldential and exempt from public
records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for
retaining public records and transfer, at no cost, to the public agency all public records in possession of the proposer
upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. All records stored electronically must be provided to the public agency
in a format that is compatible with the information technology systems of the public agency.
34. ModificationMithdrawals Of Proposals. A proposer may submit a modified proposal to replace all or any
portion of a previously submitted proposal up until the proposal due date and time. Modifications received after the
proposal due date and time will not be considered, Proposals shall be irrevocable until contract award unless
withdrawn in writing prior to the proposal due date, or after expiration of 120 calendar days from the opening of
proposals without a contract award. Letters of withdrawal received after the proposal due date and before said
expiration date, and letters of withdrawal received after contract award will not be considered.
35. Exceptions To RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this
RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and
clearly delineated, in writing, in the proposal. The City, at its sole and absolute discretion, may accept or reject any
or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected, the City shall require
the proposer to comply with the particular term and/or condition of the RFP to which proposer took exception to (as
said term and/or condition was originally set forth on the RFP).
': I nre zor 4-278-ME
115
SECTION O3OO PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. Sealed Responses. One original proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed
envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound
copies and one (1)electronic format (CD or USB format) are to be submitted. The following information should be
clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number,
solicitation title, proposer name, proposer return address. Proposals received electronically, either through email or
facsimile, are not acceptable and will be rejected.
2. Late Bids. Proposals are to be received on or before the due date established herein for the receipt of proposals.
Any proposal received after the deadline established for receipt of proposals will be considered late and not
be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays,
natural or othenruise.
3. Proposal Format. ln order to maintain comparability, facilitate the review process and assist the Evaluation
Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in
accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated
below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a
table of contents with page references. Proposals that do not include the required information may be deemed non-
responsive and will not be considered.
Cover Letter & Minimum Qualifications
1.1 Cover Letter and Table of Contents. The cover letter must indicate prime proposer and be signed by same. The
cover letter must also indicate Prime Proposer's Primary Contact for the purposes of this solicitation.
1.2 Executive Summary. Provide a brief summary of no more than two (2) pages describing your firm's, experience
and qualifications, staff that will be assigned to this Project, and any other relevant information.
1.3 Proposa! Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully
completed and executed by the Prime Proposer.
1.4 Minimum Qualifications Requirements. The Minimum Eligibility Requirements for this solicitation are listed below.
Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum
requirement. Proposers that fail to comply with minimum requirements will be deemed non-responsive and will not
be considered.
1. The City intends to contract with an Owners Representative (for purposes of this Section, the Owners
Representative shall also be referred to as the proposer or Consultant). All other firms involved shall be
subcontracts to the Owners Representative.
2. The proposer must have successfully completed similar services to those requested herein for at least three (3)
projects with hard construction cost of at least $100 million within the last ten years.
3. ln addition, the proposer's senior prolect manager for this Project must have completed similar services to those
requested herein for at least one (1) prolect with hard construction cost of at least $100 million within the last
Ex e & Qualifications
2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience
and proven track record of providing the scope of services 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, the following is required: prolect description, agency name, agency contact, contact telephone &
email, and yea(s) and term of engagement.
rr I nre 2ot4-279-ME
116
2.2 Company lnformation. Provide background information, including company history, years in business, number of
employees, and any other information communicating capabilities and experience.
2.3 Relevant Experience. Summarize projects of comparable size and scope where similar services to those described
in this RFP have been provided. Foreach prolect include:
a. Project name and location
b. Professionalteam name(s) and roles
c. Year project completed (or "Under Construction")
d. Short description of services provided
e. A short description of approach to maintaining current operations while renovations were accomplished.
f. ldentification of the individuals that worked on the prolect, and who will work on this prolect
g Reference contact information
h. Prolect development cost
2.4 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for
this Prolect if awarded, the role that each team member will play in providing the services detailed herein and each team
members' qualifications. A resume of each individual, including education, experience, and any other pertinent
information, shall be included for each Proposal team member to be assigned to this Prolect.
2.3 Financial Capacity, Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report
(SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of
the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
proposer. The proposer shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld: I I 696
Proposers are responsible for the accuracy of the information contained in its SQR. lt is highly recommended that each
proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible
in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at
800-424-2495.
2.4 Gross Revenues. Provide a summary of historical qross revenues for the oroooser for the oast (3) three vears.
For the project manage(s) that will be assigned to this Project, summarize projects of comparable size and scope where
similar services to those described in this RFP have been provided. For each prolect include:
a. Prqect name and location
b. Role
c. Year project completed (or "Under Construction")
d. Short description of services provided
e. A short description of approach to maintaining current operations while renovations were accomplished.
f. Reference contact information
g. Prolect development cost
of Services/and
Submit detailed information addressino how proposer will achieve each portion of the scope of services and
l? | nre zor 4-278-ME
117
technical requirements outlined in Appendix C, Minimum Requirements and Specifications. Responses shall be in
sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to
complete a fully review and score the proposed scope of services,
Submit detailed information on how proposer plans to accomplish the required scope of services, including detailed
information, as applicable, which addresses, but need not be limited to: implementation plan, Project timeline,
phasing options, testing and risk mitigation options for assuring Prolect is implemented on time and within budget.
Submit detailed information on approach and methodology to Pgect implementation, Project timeline, and any
other factors that may impact the successful completion of the Project.
PlanSta
Provide an organizational chart of all personnel to be used for this Project, if awarded; the role that each team
member will play in providing the services detailed herein; and each team members' qualifications. A resume of
each individual, including education, experience, three references, and any other pertinent information, shall be
included for each team member to be
Cost Proposal
Submit a completed Cost Proposal Form (Appendix E). Proposer shall submit the proposed costs as follows:
Pre-Construction Phase:
(Fees for this phase are to be a fixed, lump sum based upon the ultimate design-build period.)
1. Fee Summary. Provide a table summarizing the hours, hourly billing rates and total fees for each
personiposition that will be assigned to this phase.
2. Travel Expenses, Provide an estimate of expenses related to this phase. While it is not anticipated that on-site
staff will be required for this phase, some travel to the City may be required. Actual travel expenses will only
be reimbursed at the City's standard reimbursement rate.
Design-Build Phase and Close Out Phase:
(Fees for this phase are to be a fixed, lump sum based upon the ultimate design-build period.)
1. This Phase will begin upon the execution of the design-build contract.
2. Fee Summary. Provide a table summarizing the hours, hourly billing rates and total fees for each
person/position that will be assigned to this phase on a monthly basis, assuming the schedule outlined in the
Phasing Section above. Acknowledge that the fees will be reduced or increase proportionally if the design-
build period is shortened or lengthened accordingly.
3. Travel Expenses. Provide an estimate of expenses related to this phase. While it is not anticipated that on-site
staff will be required for this phase, some travel to the City may be required. Actual travel expenses will only
be reimbursed at the City's standard reimbursement rate.
4. Temporary Offices. Provide a summary of the anticipated costs of on-site offices. lt will be assumed offices will
be accommodated in on-site trailers. Two (2) offices for City staff are to be included within the trailers. A
conference room capable of sitting a minimum of 10-12 people will also be included. The interior and site
layout of the traile(s) must be approved by City staff.
Other Expenses:
Summarize any and all other expenses necessary for the scope of services.
Notwithstanding any fee or expense submitted, the City reserves the right to further neqotiate same with the
r3 RFP 2014-278-ME
118
successful Respondent.
Note: 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).
SECTION ()4OO PROPOSAL EVALUATION
1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
Proposal in accordance with the requirements set forth in the solicitation. lf further information is desired, proposers
may be requested to make additional written submissions of a clarifying nature or oral presentations to the
Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. lt is important
to note that the Evaluation Committee will score the qualitative portions of the proposals only. The results of Step 1 &
Step 2 Evaluations will be fonruarded to the City Manager, who will utilize the results to make a recommendation to
the City Commission.
2. Step 1 Evaluation. Step 1 will consist of the qualitative criteria listed below to be considered by the Evaluation
Committee. The Evaluation Committee shall meet to evaluate each proposal in accordance with the qualifications
criteria established below for Step 1. ln doing so, the Evaluation Committee may:. review and score all proposals received, with or without conducting interview sessions; or. review all proposals received and short-list one or more proposers to be further considered during
subsequent interview session(s) (using the same criteria),
ln no particular order of priority, the criteria used will include:. Experience of the firm. Experience of the professionals that will work on this Projecto Proposed approach. Staffing plan
o Quality of references. Financialcapability. ResultsofD&BReport
4. Step 2 Evaluation. Following the results of Step 1, Step 2 will consist of the qualification criteria established
below, which will be added to the Evaluation Committee results (in Step 1), by the Department of
Procurement Management. Proposers may receive additional Step 2 quantitative criteria points, to be
added by the Department of Procurement Management, to those points earned in Step 1, as follows:
14 I nnp zot 4-279-ME
119
Total Cost Proposal 30
Veterans Preference
4. Cost Proposal Evaluation. The Cost Proposal points shall be developed in accordance with the following
formula:
Samole Obiective Formula for Cost
Vendor Vendor
Cost
Proposal
Example Maximum
Allowable Points
(Points noted are for
illustrative purposes only.
Actual points are noted
above.)
Formula for Calculating Points
(lowest cost / cost of proposal
being evaluated X maximum
allowable points = awarded
points)
Round to
Total
Points
Awarded
Vendor A $100.00 20 $100 / $100 X20 = 20 20
Vendor B $150.00 20 $100/$150X20=13 13
Vendor C $200.00 20 $100/$200X20=10 10
5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points
will be added to each evaluatlon committee member's scores by the Department of Procurement Management. Step
1 and 2 scores will be converted to rankings in accordance with the example below:
. Final Ranking is presented to the City Manager for further due diligence and recommendation to the
City Commission, Final Ranking does not constitute an award recommendation until such time as the
City Manager has made his recommendation to the City Commission, which may be different than Final
Ranking results.
G.Determination Of Award. The final ranking results of Step 1 & 2 outlined in Section 0400 (Proposal
Evaluation on page 15 on the RFP), will be considered by the City Manager, who may recommend to the
City Commission the propose(s) he deems to be in the best interest of the City, or may recommend
Committee
Member 1
Step 1
Points 82 76 80
Step 2
Points 22 '15 12
Total 104 91 92
Rank I 3 2
Committee
Member 2
Step 1
Points 79 85 72
Step 2
Points 22 15 12
Total 101 100 a4
Rank 1 2 3
Committee
Member 2
Step 1
Points 80 74 66
Step 2
Points 22 15 12
Total 102 89 78
Rank 1 2 3
1s I nre zor 4-278-ME
120
rejection of all proposals.
The City Commission shall consider the City Manage/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. Upon approval of selection by the City Commission, negotiations between the City and the selected
propose(s) willtake place to arrive at a mutually acceptable Agreement.
Negotiation: Once the ranking is approved by the City Commission, the City will enter into contract
negotiations with the top ranked firm(s). lf the City and selected firm(s) cannot agree on contractual terms
within sixty (60) days, the City will terminate negotiations with the next ranked firm, continuing this process
with each firm in rank order until agreeable terms can be met or the procurement is terminated. Contract
negotiations and execution will take place as quickly as possible after selection.
ti I nre zot 4-278-ME
121
APPENDIX A
/E^Ara--'\'I AMIBEACH
Proposo Certificotion,
auestionnoire &
Req uirements Affid ovit
Solicilolion No. 201 4-278-ME
OWNERS REPRESENTATIVE SERVICES FOR
THE MIAMI BEACH CONVENTION CENTER
RENOVATION PROJECT
DEPARTMENT OF PROCUREMENT MANAGEMENT
l70O Convention Center Drive
Miomi Beoch, Florido 33,l39
i7 | nrp zot 4-278-ME
122
Solicitation No: 201 4-27BME Solicitation Title: Owners Representative Services for the Miami
Beach Convention Center Renovation and Expansion
Procurement Contact:
Maria Estevez
Telephone Number:
(305) 673-7000 x 7490
E-mailAddress:
MesteveztOmiamibeachfl . oov
PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform
prospective proposers of certain solicitation and contractual requirements, and to collect necessary information from
proposers in order that certain portions of responsiveness, responsibility and other determining factors and
compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fu!!y completed and executed.
1. General Proposer lnformation.
FIKM NAME:
No of Years in Business:NoofYearsinBusinessLocally: I No ofEmployees
orHER NAlt/E(S) PROPOSER HAS OPERATED UNDER tN THE LAST 10 yEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:I,IP UUUE:
TELEPHONE NO.:
TOLL FREE NO,:
FM NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO,:
The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements.
2014-278-ME
123
2.Miami Beach Based (Local) Vendor. ls proposer claiming Miami Beach based firm status?
[--_l vEs [__--] ruo
SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the
City of Miami Beach and the proof of residency requirement, as required pursuant to ordinance 2011-3747, to demonstrate that the
proposer is a Miami Beach Based Vendor.
Veteran Owned Business. ls proposer claiming a veteran owned business status?f l yrs [---l r.ro
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm
is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federal government, as required pursuant to ordinance 2011-3748.
Conflict Of lnterest. All proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family
member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all proposers must
disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the
proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of
any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the proposer entity or any of
its affiliates.
Litigation History. Respondent shall submit a statement of any litigation or regulatory action that has been filed against your
firm(s) in the last five years. lf an action has been filed, state and describe the litigation or regulatory action filed, and identify the
court or agency before which the action was instituted, the applicable case or file number, and the status or disposition for such
reported action. lf no litigation or regulatory action has been filed against your firm(s), provide a statement to that effect. lf "No"
litigation or regulatory action has been filed against your firm(s), please provide a statement to that effect. Truthful and complete
answers to this question may not necessarily disqualify a firm from consideration but will be a factor in the selection
process. Untruthful, misleading or false answers to this question shall result in the disqualification of the firm for this
Project.
SUBMITTAL REQUIREMENT: Proposer shall submit history of litigation or regulatory action filed against respondent, or any
respondent team member firm, in the past five (5) years. lf Respondent has no litigation history or regulatory action in the past 5
years, submit a statement accordingly.
References & Past Performance. Proposer shall submit at least three (3) references for whom the proposer has completed work
similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact
lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided.
Suspension, Debarment or Contract Cancellation, Has proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due to non-oerformance bv anv oublic sector aoencv?[_-l vrs 'l---l
r,ro
SUBMITTAL REQUIREMENT: lf answer to above is "YES," proposer shall submit a statement detailing the reasons that led to
action(s).
Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform
laws, as codified in Sections 2487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all
applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,
as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a conkolling
financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not
each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the
4.
6.
8.
l? | nre zor 4-278-ME
124
office of Mayor or City Commissioner for the City of Miami Beach.
Code of Business Ethics, Pursuant to City Resolution N0.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Department of Procurement Management with its
proposal/response or within five (5) days upon receipt of request, The Code shall, at a minimum, require the proposer, to comply
with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics
provision of the City of Miami Beach and Miami Dade County.
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting Code of Business
Ethics, proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of
Ethics, available at www.miamibeachfl .gov/procuremenU.
Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, proposers
shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below:o Commencing with City fiscal year 2012-13 (October 1 , 2012), the hourly living rate will be $1 1 .28/hr with health
benefits, and $12.92/hr without benefits.
The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation
using the Consumer Price lndex for all Urban Consumers (CP|-U) Miami/Ft, Lauderdale, issued by the U.S. Department of Labor's
Bureau of Labor Statistics. Notwithstanding the preceding, no annual Index shall exceed three percent (3%). The City may also, by
resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement
same (in a particular year).
Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may,
at its sole option, immediately deem said proposer as non-responsive, and may further subject proposer to additional penalties and
fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is
available at www.miamibeachfl . gov/procuremenU.
SUBMITTAL REQUIREMENT: No additional submiftal is required. By virtue of executing this affidavit document, proposer agrees
to the living wage requirement.
Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valued at over $100,000 whose consultants maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain consultants doing business
with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide :Equal Benefits" to their
employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
proposer who work within the City limits of the City of Miami Beach, Florida; and the proposer's employees located in the United
States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami
Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?
[__--.l ves [--l r'ro
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to
domestic partners of employees?
[__l ves [--l ruo
c. Please check all benefits that apply to your answers above and list in the "othe/' section any additional
benefits not already specified. Note: some benefits are provided to employees because they have a spouse or
domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic
partner, such as medical insurance,
BENEFIT Firm Provides for
Employees with
Soouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
2o I nrp zor4-278-ME
125
10.
Bereavement Leave
lf proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City
Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal
Benefits requirement is available at www.miamibeachfl.gov/procuremenU.
Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a
person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit
a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal,
proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit
proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity
in excess of the threshold amount provided in s. 287 017 for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, proposer agrees
with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list.
Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additional information to proposers or alter solicitation requirements. The City will strive to reach every proposer
having received solicitation through the City's e-procurement system, PublicPurchase.com. However, proposers are solely
responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of
Addendum section certifies that the proposer has received all addendum released by the City pursuant to this solicitation. Failure
to obtain and acknowledge receipt of all addendum may result in proposal disqualification.
lnital to Confirm
Rcecint
lnitial to Confirm
ReceiDt
lnitial to Confirm
Receinl
Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
lf additional confirmation of addendum is required, submit under separate cover
11
2'i I nrp zot 4-278-ME
126
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to
make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after
issuance of an award, shall be without any liability or obligation on the part of the City.
ln its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and
may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may
determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers,
directors, shareholders, partners and employees, as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective proposers. lt is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any
information in this solicitation.
Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty
or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City
or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval.
The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal.
This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. lnformation is for guidance
only, and does not constitute all or any part of an agreement.
The City and all proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no
reason, without any resultant liability to the City.
The City is governed by the Governmenlin-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as
required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by
Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become
public records.
Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the proposer
acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation.
Each proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge,
information, and belief.
Notwithstanding the foregoing or anything contained in the solicitation, all proposers agree that in the event of a final unappealable judgment
by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any
action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The
previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which
imposes no liability on the City.
ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
22 | nre zor 4-278-ME
127
I hereby certify that: l, as an authorized agent of the Proposer, am submitting the following information as my firm's
proposal; proposer agrees to complete and unconditional acceptance of the terms and conditrons of this document,
inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of proposal submitted; proposer has not divulged,
discussed, or compared the proposal with other proposers and has not colluded with any other proposer or party to any
other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by
the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal,
inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate.
Name ol Proposer's Authorized Representative'Title of Proposer's Auhonzed Representative
Signafu re of Proposer's Authodzed Representative:Date:
State of FLORIDA )
)
On this _day of _, 20_, personally
appeared before me who
of
Countyof _) stated that (s)he is the
a corporation, and that the instrument was signed in behalf of
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
Notary Public for the State of Florida
My Commission Expires:
23 | nre zor 4-278-ME
128
APPENDIX B
&
:MIAMIBTACH
SCOPE OF SERVICES
Solicilqlion No. 201 4-278-ME
OWNERS REPRESENTATIVE SERVICES FOR
THE MIAMI BEACH CONVENTION CENTER
RENOVATION AND EXPANSION PROJECT
DEPARTMENT OF PROCUREMENT MANAGEMENT.l700 Convention Center Drive
Miomi Beoch, Florido 33139
24 | nre zor 4-278-ME
129
SCOPE OF SERVICES (SERVICES)
The Project will be overseen by a dedicated City Project Manager, augmented by the Owne/s
Representative team. The City and Owner's Representative will be assisted by a dedicated on-site architect
from the Design Criteria Professional team (Fentress Architects), The primary role of the Owne/s
Representative will be to ensure the City receives a renovation and expansion consistent with the Design
Criteria Package in a timely manner for the agreed upon price. The Owner's Representative will need to
have on-site dedicated staff to monitor the design-builder. The design-builder will be responsible for
managing the Project and the Owner's Representative will monitor, The City is looking for a small, capable
Owne/s Representative team. Preliminary plans call for the Owner's Representative to be led by a senior
project manager who is supported by two project managers, a part-time accountant and administrative
support for document control and other administrative matters. As part of the submittal to this RFP,
proposers are encouraged to provide a proposed staffing plan they believe will best meet the City's
objectives at the least cost. The scope of services for the owners representative shall include, but not be
limited to:
Pre-Construction Phase
For this phase, on-site representation is not necessary.
. Design-Builder Proposal Review - ln conjunction with the City, SAG, and Fentress, assist with the
review and editing of the Phase ll request for proposal (including design criteria package and a
specimen design-build contract) for the design-builder. This is currently targeted to occur in
November and December of 2014.
. Design-Builder Pre-Proposal/Q&A - ln conjunction with the City, SAG, and Fentress, assist with
hosting a pre-proposal conference and answering bidder questions. This is currently targeted to
occur in January and February of 2015.
. Design-Builder Response Review - ln conjunction with the City, SAG, and Fentress, assist with the
technical review of the design-builder'submittals, interviews and recommendations to the City.
This is currently targeted to occur in March and April of 2015.
. Design-Builder Contracting - ln conjunction with the City and SAG, assist with the negotiation of the
design-build agreement. This is currently targeted to occur in April and May of 2015.
o Meetings - Participate in Project meetings/calls, including meetings with the City, City Commission,
appropriate sub-committees; the finance team; the legal team; any other group required to reach
Project completion.
. e-builder - The consultant is required to use the City's e-BuilderrM system for data warehousing.
Design-Build Phase
General Requirements:
. Project Schedule - Monitor the critical path schedule for completion of the Project. ln the event of
delays impacting the critical path schedule, make recommendations for corrective action by design-
builder.
o Event Schedule - Act as the primary liaison between the convention center manager and design-
builder to ensure scheduled events are accommodated and that the entire facility is open for
required Art Basel dates.
o Entitlements/Permits - Monitor the design-builde/s application and approval of entitlements and
permits, reporting on schedule impacts and facilitating where appropriate.
25 | nrn zor 4-278-ME
130
. Construction Documentation - ln conjunction with the on-site DCP/Fentress representative,
monitor the development of the constructron documents to ensure the intent of the Design Criteria
Package and contract documents are incorporated into the construction documents.
. Builder Oversight -Take the lead in the scheduling of on-going, weekly construction meetings and
monitor on-site progress to ensure the intent of the Design Criteria Package and contract
documents is being built. These meetings will serve as forums 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
clariflcations and interpretations, and to resolve problems before they become critical.
. Weekly Construction Progress Meetings - Create and maintain on-going Project documentation
(meeting minutes) that describe the construction activities, progress, incidents and issues that have
occurred on the construction site and distribute to all attendees in advance of the weekly
construction progress meeting. Provide comments or objections to written statements within the
specified timeframe.
. Weekly Reports - Prepare weekly reports that describe the construction activities, progress,
incidents and issues that have occurred on the construction site and distribute to the attendees in
advance of the weekly construction progress meetings.
o Field Observations - Conduct field observations on a daily basis throughout the duration of
construction and document, with photographs, a daily report of the conditions and progress of the
work.
. LEED lnitiatives - Monitor the Design-Builders implementation of the agreed upon LEED initiatives
and certification process.
o Presentations - Participate and assist in the preparation of materials for meetings of the City
Commission, relevant sub-committees, and any other groups required.
. Monthly Reporting - Prepare monthly reports regarding the status of the Project that incorporate
design status, schedule, budget, approval status, and any other pertinent data points.
o Meetings - Participate in Project meetings, including meetings with City, City Commission,
appropriate sub-committees; the design-build team and their consultants; the finance team; the
legal team; any other group required to reach Project completion.
. Other - Additional services may be required, as determined by the City.
Specific Requirements:
. Daily Reports - Prepare daily reports, on the same date as construction occurs, to record the daily
performance of the Design Builder as well as other significant construction related matters, Daily
reports shall be uploaded to e-BuilderTM. At the end of each week, forward the original daily
reports to the City for review. Maintain and file paper copies of the daily reports onsite for
reference. The daily reports shall include records of when the Design Builder is on the job-site,
general field observations, weather conditions, change orders, changed conditions, list of job site
visitors, daily drilling and testing activities, testing results, testing observations, and records of the
outcome of tests and inspections. At a minimum the daily reports will contain the following
information:
o Weather and general site conditionso Design Builde/s work force counts by category and hours workedo Description of Work performed including locationo Equipment utilized
25 | nre zor 4-278-ME
131
o Names of visitors to the jobsite and reason for the visito Tests made and resultso Construction difficulties encountered and remedial measures takeno Significant delays encountered and apparent reasons whyo Description of (potential) disputes between the Design Builder and Cityo Description of (potential) disputes between the Design Builder and residents or
stakeholderso Summary of additional directions that may have been given to the Design Buildero Detailed record of materials, equipment and labor used in connection with extra work, or
where there is reason to suspect that a claim or request for Change Order may be
submitted by the Design Buildero Summary of any substantive discussions held with the Design Builder and/or Cityo Summary of nonconforming work referenced to corresponding Non-Compliance Noticeo A log of photographs taken
Application of Payments - Prepare, for City's approval, procedures for the review and processing
of applications for payment by the design-builder, review applications for payment by design-
builder, and make recommendations to City concerning payment.
o Photographic Record - Provide a photographic record of the overall progress of construction,
beginning with preconstruction documentation, following with on-going construction documentation,
and ending with post-construction documentation. Photographs shall be digital snapshot type taken
to define the progress of the Project and shall be filed electronically by month in the City's e-
BuilderTM document management system, labeled by date, time and location. Upload all photos to
the e-BuilderTM document management system on a weekly basis.
Adherence to Design Criteria Package and Construction Documents - ln conjunction with the
DCP/Fentress representative, review materials and workmanship of the projects and report to the
City any deviations from the Construction Documents that may come to the Consultant's attention.
Consultant shall determine the acceptability of the work and materials and, in concert with the
Design Criteria Professional (as necessary), make recommendations to the City to reject items not
meeting the requirements of the Construction Documents.
Delivery of Unaccepted Materials to Jobsite - As new materials are delivered to the jobsite, the
Consultant will check the material's certifications and samples and verify that an approved shop
drawing was submitted for the material in question, lf it is determined that a submittal has not been
approved, the Consultant shall immediately notify the City and issue a Non-Compliance Notice. ln
conjunction with the Design Criteria Professional (as necessary), the Consultant will direct and
supervise the sampling and testing of materials. The Consultant shall maintain test report logs
which shall be submitted to the City for review on a monthly basis and uploaded to the City's e-
BuilderTM document management system on a weekly basis.
Shop Drawing Submittals - The Consultant will receive, log and distribute shop drawings to the
Design Criteria Professional for their review. ln conjunction with the DCP, Consultant shall review
approved shop drawings and product approvals throughout the duration of the construction period
for familiarity prior to delivery of materials. Consultant shall verify that Design Builder is maintaining
a submittal log, conducting timely submittals, and uploading approved shop drawings to the City's
e-BuilderTM document management system.
lssuance of Non-compliance Notices - The Consultant will be responsible for notifying the City
when they become aware of a condition that is believed to be in non-compliance with Construction
Documents. Anytime the Consultant notices a potential construction problem or a condition that
could result in non-complying materials, equipment or workmanship, Non-compliance Notices will
27 I nrp zor 4-278-ME
132
include a description of the Work that does not meet the construction contract requirements, along
with a required timetable for corrective work to be implemented by the Design Builder. Other items
that should be included in the Notice include a reference to the provision of the Construction
Documents that has been violated.
Change Orders - The Consultant will receive, log and review all requests for project cost and/or
schedule changes from the Design-Builder. The Consultant will also fonrvard the request to the
Design Criteria Professional, who shall provide a written opinion as to the merit / value of the
request. Consultant shall perform an independent review of the changes and provide a written
statement noting recommendation for approval or denial of the Change Order to the City. lf
recommended for approval, the Consultant will note if the requested cost and schedule impacts are
fair and reasonable. The Consultant will be responsible for maintaining a Change Order log and
uploading approved Change Orders to the City's e-BuilderTM document management system. The
Consultant shall also participate in change request review meetings with City and Design Builder to
resolve and/or negotiate the equitable resolution of request.
Requests for lnformation/Construction Document Clarification (RFls/CDCs) - ln conjunction with
the Design Criteria Professional, the Consultant will receive, log and process all RFI's / CDC's.
When RFls and CDCs involve design issue interpretations, the Consultant will coordinate with the
Design Criteria Professional, as needed, to resolve the Design Builde/s Requests for lnformation,
Construction Document Clarifications, Field Orders, and other related correspondence. The
Consultant will be also be responsible for verifying that the Design Criteria Professional is providing
a written response to RFls and CDCs in a timely manner and for processing, logging, and
distributing all RFls/CDCs. Consultant will upload all RFI and CDC responses to the City's e-
BuilderTM document management system,
Schedule - Consultant will review and familiarize themselves with the construction schedule,
monitor the progress of construction, and ensure the Design Builde/s adherence to the schedule.
The Design Builder will be required to submit a detailed schedule to the Consultant at the pre-
construction meeting. This schedule will be reviewed and approved by the Consultant and the City.
This schedule will be updated on a bi-weekly basis by the Design-Builder; however, the Consultant
will be responsible for reviewing the Design-Builder's schedule to confirm accuracy of the work
activities completed. Analysis of the Design-Builde/s schedule will be on the basis of planned
versus actual costs for the month and construction contract to date, Consultant shall verify that the
Design-Builder is uploading the approved schedule and schedule updates to the City's e-BuilderTM
document management system.
Pay Requisitions - Consultantshallverify Design-Builde/s pay requisition quantities and sign-off on
all pay requisition quantities in the field. Consultant shall be responsible for reviewing with the
Design-Builder the monthly payment requisition to confirm the status of completed and
uncompleted work and stored materials. The Consultant shall advise the City of quantities being
approved for subsequent concurrence for payment purposes. Payment Requisitions shall only be
approved for payment by the City.
Equipment Tests and Systems Start-up - Consultant shall be responsible for coordinating various
tests for quality control on the projects with the Design Builder; verifying that equipment tests and
systems start-up are conducted in the presence of appropriate personnel; and that the Design
Builder is maintaining adequate records thereof. Consultant shall observe, record, and report
appropriate details relative to the test procedures and start-up.
Design Builder Request for Services - When the Design Builder requires services from the City for
issues such as water main shutdowns, tie-ins to existing water mains, special regulatory
inspections, etc., a request shall be made in writing by the Design Builder, and forwarded by the
28 | nrp zor 4-278-ME
133
Consultant to the City, a minimum of three working days prior to when required.
Close-Out Phase
. Project Start Up - Together with the Design-Builder and the City, monitor and observe the testing
and start-up and turn-over of all utilities, systems and equipment.
. Punch List - Coordinate with the design-builder to determine the date of substantial completion, At
substantial completion by the design-builder, monitor the design-builder in the inspection of the
Project and preparation of a detailed "punch list" specifying any items which require completion,
installation or repair,
o Warranties - Ensure the delivery by design-builder to the City the guaranties, warranties, releases,
affidavits, bonds, manuals, insurance certificates and other items required by the design-build
contract.
. Warranty Work - Coordinate the wananty work by the design-builder to insure that their obligations
are fulfilled in a timely manner.
. Project Documentation - Coordinate the submittal of all Project documentation including files,
records, drawings, submittals, samples, and other information to the City in an organized and
usable form.
. Record Drawings - Consultant will monitor that record drawing mark-ups are properly maintained
by the Design Builder. At a minimum, in conjunction with the DCP, the Consultant will review the
record drawing mark-ups on the 20th working day of every month, or more often, as deemed
necessary by the City. Design Builde/s failure to maintain the record drawings in up{o-date
condition may be deemed grounds for withholding monthly payment requisitions until such time as
the record drawings are brought up{o-date. The Consultant will notify the City if it considers the
mark-up documents insufficient. The City will make final determination of payment withholding.
. Substantial Completion - When the Design-Builder considers that the Work has reached
Substantial Completion, the Design-Builder will notify the Consultant who will verify that the work
has progressed to the substantial completion point in accordance the Construction Documents. lf
the Consultant is in agreement, the Consultant will contact the City to agree on a schedule for
conducting a substantial completion "walk-through" inspection of the Work. Consultant shall attend
and participate in the substantial completion "walk-through", perform a substantial completion
inspection with the Design Builder, Design Criteria Professional and the City, and prepare a master
punch list that describes items remaining to be completed. This master punch list will be attached
to the certificate of substantial completion.
. Final Completion and Project Closeout - When the Design Builder considers that the Work has
reached Final Completion, the Design-Builder will notify the Consultant who will verifo that the work
has progressed to the Final Completion point in accordance the Construction Documents. lf the
Consultant is in agreement, the Consultant will contact the City to agree on a schedule for
conducting a Final Completion "walk{hrough" inspection of the Work. Consultant shall attend and
participate in the Final Completion "walk{hrough" and perform a Final Completion inspection with
the Design Builder, Design Criteria Professional and the City. lf the work is determined to be
incomplete, Consultant and other attendees will each develop a punch list of items requiring
completion or correction prior to consideration of final acceptance of each Project which shall be
fonrrarded to the Design Builder by the Consultant for the Project. Consultant will complete all
necessary close-out and construction completion forms and documentation in coordination with the
City for the Project. The Consultant will work with the Design Criteria Professional and the Design-
Builder, as necessary to ascertain materials required for the closeout binder, as required by the
2? | nrp zor 4-278-ME
134
City, and review the Operation and Maintenance manuals for completeness prior to forwarding
documentation to the City. Once all parties determine the work is complete and the Design Builder
has delivered all close-out documentation to the City, the Consultant will prepare a Final Certificate
for Payment. The Consultant will be responsible for providing final certifications based on the entire
scope of work for the Project.
o 10-Month lnspection - Participate in a warranty inspection ten months following completion of the
Project with the Design-Builder, the Design Criteria Professional and City.
30 | nre zor 4-278-ME
135
APPENDIX C
MIAMIBEACH
Cost Proposcrl Form
Solicitqlion No. 201 4-278-ME
OWNERS REPRESENTATIVE SERVICES FOR
THE MIAMI BEACH CONVENTION CENTER
RENOVATION AND EXPANSION
DEPARTMENT OF PROCUREMENT MANAGEMENT.l700 Convention Center Drive
Miomi Beoch, Florido 33139
3r I nre zor 4-278-ME
136
COST PROPOSAL FORM
Proposer affirms that the prices stated on the cost proposal form below represents the entire cost of the
items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications
and other requirements stated herein, and that no claim will be made on account of any increase in wage
scales, material prices, delivery delays, taxes, insurance, cost indexes, or any other unless a cost escalation
provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal
Form (Section 5) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms completed
in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed.
Pre-Construction Phase Fees:
(Fees for this phase are to be a fixed, lump sum.)
'1. Fee Summary. Provide a table summarizing the hours, hourly billing rates and
total fees for each person/position that will be assigned to this phase. (ln the box to
the right, report the total fees and attached the table as an exhibit)
2.f rauel Expenses. Provide an estimate of expenses related to this phase. While it
is not anticipated that on-site staff will be required for this phase, some travel to the
City may be required. Actual travel expenses will only be reimbursed at the City's
Design-Build Phase and Close Out Phase Fees:
(Fees for this phase are to be a flxed, lump sum based upon the
ultimate design-build period.)
1. This Phase will begin upon the execution of the design-build conlract.
2, Fee Summary, Provide a table summarizing the hours, hourly billing rates and
total fees for each person/position that will be assigned to this phase on a monthly
basis, assuming the schedule outlined in the Phasing Section above. Acknowledge
that the fees will be reduced or increase proportionally if the design-build period is
shortened or lengthened accordingly, (ln the box to the right, report the total fees
and attached the table as an exhibit)
3. Travel Expenses. Provide an estimate of expenses related to this phase, While it
is not anticipated that on-site staffwill be required for this phase, some travel to the
City may be required. Actual travel expenses will only be reimbursed at the City's
standard reimbursement rate.
4. Temporary Offices, Provide a summary of the anticipated costs of on-site offices.
ll will be assumed offices will be accommodated in on-site trailers. (ln the box to the
right, report the total cost and attached supportinq detail as an exhibit)
Other Expenses:
Summarize any and all other expenses necessary for the scope of services. (ln the
box to the riqht, report the total cost and attached supportinq detail as an exhibi
Company:
Authorized Representative:
Telephone:
Email:
Authorized Representative's Signature:
3: I nre zor 4-278-ME
137
APPENDIX D
b
:AAIAMIBEACH
I nsuro nce Requirements
Solicilotion No. 201 4-278-ME
OWNERS REPRESENTATIVE SERVICES FOR
THE MIAMI BEACH CONVENTION CENTER
RENOVATION AND EXPANSION PROJECT
DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive
Miomi Beoch, Florido 33,l39
33 | nre zor 4-279-ME
138
INSURANCE REQUIREMENTS
The Selected proposer (also referred to below as Consultant) shall furnish to the Risk Management Division, City of Miami
Beach, 1700 Convention Center Drive,3'd Floor, Miami Beach, Florida 33139, Certificate(s) of lnsurance which indicate that
insurance coverage has been obtained which meets the requirements as outlined below:
A. Worker's Compensation and Employers' Liability lnsurance as required by Florida StatuteS 440.
B. Commercial General Liability on a comprehensive basis, including Premises and Operations, Personal
lnjury/Advertising lnjury, Contractual Liability and Products/Completed Operations, in an amount not less than
$1,000,000 combined single limit per occurrence, for bodily injury and property damage. The general
aggregate limit, if any, must be maintained for the duration of this agreement. The Consultant shall name the
City of Miami Beach as an Additional lnsured with respect to this coverage.
C. Automobile Liability covering all owned, non-owned and hired vehicles used in connection with the work, in
an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property
damage,
D. Professional Liability (Errors and Omissions) lnsurance, including wrongful acts, errors, and/or omissions,
including design errors of Architect for damage sustained by reason of or in the course of operations under
this contract, in an amount not less than $5,000,000 with the deductible per claim, if any, not to exceed 10% of
the limit of liability.
The Professional Liability policy/coverage shall be amended to include the following:
. Description of operations on the declaration describing the scope of your professional services shall
include all aspects of the services performed under this contract, including events arising out of your
operations or any qualified sub-consultants and sub{ier consultants.o Coverage for claims alleging improper supervision of sub-consultants and sub{ier consultantsi Deletion of any exclusions pertaining to design/build liabilityo Coverage shall apply for three (3) years after Project is complete
The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most
nearly reflect the operations of the provider.
All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of
Florida. lnsurance is to be placed with insurers with a current A.M. Best Rating of no less than A:Vll, unless othenrise
acceptable to the City's Risk Manager.
Certificates will indicate no modification or change in insurance shall be made without thirty (30) days advance notice to the
certificate holder,
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
17OO CONVENTION CENTER DRIVE
3d FLOOR
MIAMI BEACH, FL 33139
Compliance with the foregoing requirements shall not relieve the Consultant of his liability and obligation under this section or
under any other section of this agreement.
34 | nrp zor 4-278-ME
139
Consultant shall furnish endorsements effecting coverage required by this insurance section. The endorsements are to be
signed by a person authorized by that lnsurer to bind coverage on its behalf. The Consultant shall provide complete copies of
all required insurance policies, including endorsements effecting coverage, upon the written request of the City.
The Consultant agrees to waive subrogation which any insurer of Consultant may acquire from Consultant by virtue of the
payment of any loss. Consultant agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation.
35 | nre zor 4-278-ME
140
APPENDIX E
4 AAIAMIBTACH
MBCC
Schemotic Design Norrotive &
Plon
Solicilolion No. 201 4-278-ME
OWNERS REPRESENTATIVE SERVICES FOR THE
MIAMI BEACH CONVENTION CENTER
RENOVATION AND EXPANSION PROJECT
DEPARTMENT OF PROCUREMENT MANAGEMENT
1700 Convention Center Drive
Miomi Beoch. Florido 33.l39
3$ | nrp zor 4-278-ME
141
DESIGN NARRATIVE & PLANS
INTRODUCTION:
Owned by the City of Miami Beach, the Miami Beach Convention Center (MBCC or Convention Center) is a
significant economic generator for the City and the region. Originally built in 1957, the MBCC encompassed 108,000
square feet. ln 1968, an additional I 30,500 square feet of exhibit space was added, with additional support facilities
subsequently constructed in 1974. ln 1986, as the demand for exhibition space increased, the facility undenrvent a
$92 million renovation and doubled in sizeto itscurrentfootprintof approximately 1.2 million squarefeet, including
approximately 502,000 square feet of exhibition space and 126,000 square feet of meeting space.
The expanded MBCC opened in 1989. Since that time, the facility has received over $50 million in continuing
upgrades. ln general, the renovation is to include all exhibit, meeting rooms, pre-function and support spaces such as
loading docks, kitchens, bathrooms, systems, and exterior areas,
SCOPE OF WORK:
Convention Center Facility: The MBCC is to be expanded to accommodate a new ballroom and meeting space as
follows:
1. New 80,000t square foot Ballroom divisible into meeting room spaces;
2. Breakout meeting space - renovated ballroom and meeting space totaling 200,000t square feet;
3. New Rooftop Pavilion and Outdoor Function Space;
4. Parking on top of the building in two levels to accommodate at least 880 spaces;
5. Existing Building lmprovements as listed below:
The specific scope of the renovation and expansion will be finalized in the Design Criteria Document
Package.
A minimum of 500,000 sf of Exhibit Hall space will be renovated as follows:
a. Halls will be reconfigured so they can be subdivided with moveable partitions into four halls from east to
west. The skywalk may be removed and a new bridge in the truss spaces above will be constructed;
b. The completed Exhibit Halls A and B will be subdivided east to west with moveable partitions to create a
125,000 square foot general assembly function (similar to Old Exhibit Hall D);
c. Each subdivided exhibit hall needs access to approximately nine (9) loading docks (36 in total);
d. Each subdivided exhibit hall shall include the appropriate freight doors as specified by the City's
operator;
e. Replace exhibit hall floor to provide for the 350 pounds per square foot live load;
f. Replace exhibit hall floor utility boxes and infrastructure under exhibit halls (plumbing, electrical and
data/telecomm) to Class A standards;
g. Replace exhibit hall air handlers and install new VFD's.
37 | nrn zor 4-278-ME
142
6. Existing Meeting Rooms/Pre-Function:
a. Provide a general renovation of existing meeting spaces and pre-function areas including allfinishes
(carpet, wall coverings, ceiling, etc.) and fixtures, lighting and lighting controls, sound systems, rigging
points, etc.;
b. lnstall floor power in C 123-126 and D 128-131.
7. Existing Support Areas:
a. Replace carpet throughout facility;
b. Add new restrooms and expand existing to achieve the appropriate number of facilities;
c. Replace all existing finishes in toilet rooms to remain;
d. Construct new main kitchen facilities to meet Class A standards;
e, Provide for a business center with approximately 1,500 square feet;
f. Locate engineering shops and their offices in best location given hall reconfiguration;
8, lnterior lnfrastructure lmprovements:
a. Replace existing escalators;
b. Replace existing elevators, including relocating/installing freight elevators driven by hall reconfiguration;
c. Replace buss duct on west side interior;
d. Replace exterior building envelope including exterior faqade. Provide new exterior doors and windows to
withstand hurricane wind loads and impacts;
e. Reroof entire convention center;
f. Replace all air handlers;
g. Replace roof drains to meet current codes;
h. Replace 4 existing 1200 ton chillers and add one 1200 ton chiller;
i. Refurbish existing cooling towers;
j. Replace chilled water piping;
k. Assess and replace/improve all life safety function's including fire sprinkler pump replacement, fire
sprinkler valve room replacement, and fire panel replacement to include strobe lighting;
L Replace emergency generator;
m. Replace cooling tower piping;
n. Chilled water insulation replacement;
o. Chilled water valve replacement;
38 | nre zor 4-278-ME
143
p. Upgrade compressed air system;
q. Reduce humidity and condensation problems within the building;
r. Replace exhaust fans;
s. Replace exterior sidewalk, stairs and handrails;
t. Replace all existing interior doors and hardware, including card swipe locking system;
u. Replace electrical gear.
9. Sustainability lmprovements - Attain LEED Silver certification per City code. Advise on and implement viable
sustainability measures within the facility.
10. Technology:
a. Add a Distributed Antenna System (cell phones);
b. Add 800 HTZ first responder radio reinforcement system;
c, Expand Wi-Fito entire facility;
d. Add digital read boards throughout facility for meeting rooms, exhibit halls;
e. Add exterior signage;
f. Ensure facility is compliant with all ADA requirements, including push button door openers.
1 1. Exterior lnfrastructure lmprovements:
a. Address storm water issues including the demolition of existing drainage utilities and re-routing building
connections and pipes toward proposed stormwater lift stations. New curb inlets and drainage structures
will be installed as needed along with new drainage pipes due to changes in road geometry. Other
utilities, particularly within the Preferred Parking lot site, will require relocation.
b, Seawall- The existing Collins Canalseawallwill be restored and reconstructed.
c. Flood Control - Exhibit hall floor elevation to remain at current elevation. Relocate critical building
systems and equipment to be above proposed future FEMA flood elevation. Elevation - 10 to 11 NGVD.
12. Preferred Lot(P-Lot) Park:
The existing 6.5 acre parking lot directly west of the Convention Center will be converted to a public park
containing flexible green spaces, a plaza space, and a food pavilion. Ornamental landscape and shade trees
combined with seating, lighting, and custom shade structures will be included in the design.
13. Carl FisherOpen Space:
Directly to the north of the Convention Center is a historic structure and adjacent green spaces abutting the
Collins Canal. The open space will be renovated with open lawns for passive uses and resilient landscapes
and new walkways next to the Collins Canal.
3e I nrp zor 4-278-ME
144
14. The 21't Street Community Center:
The existing Community Center located on Washington Avenue and 21st street will be demolished as partof
Phase 1. The existing Banyan tree located within the courtyard of the Community Center must be preserved.
15. Convention Center Drive:
This street will be re-designed and converted to a "boulevard" type design with trees and a mosaic of paving
materials.
16. Art ln Public Places:
Areas within the building and on the site will be identified to comply with the City's Art in Public Places
program. These areas will be provided with infrastructure (structuralsupport, power, lighting, lT/data)to
work with the selected art pieces. Detailed coordination for the installation of each art piece will be managed
with City staff.
,rc I RFP 2ol 4-278-ME
145
o{
at.-I
i
aa
,::,I sxr00 tileo-l
.
U:E
o
=E
E'
i.^ r
-d :
ri
. r4
l1.i
3
:
:1i
'/.
i<r'-l/.
./!l9lNvl'-F i1,
7.
l
i"oJ,'z
':7 . l
rl
(u
(uJJE(o
o-
bn
..Eo\tn'=
IJ.J
V V
V V
o-(U
--
aiI
8T\1 i : . i i ii
t3j:i
1iig I
<i
4 r I nre zot 4-278-ME
146
*,t 'I ':
.i
,l
"I
i
It:tr r-
,I
r
itrrltr iITT iP
ITir
.3
.i
-J il'.r\i
,
(
ri
rllv
.i!' iri
' h.-
-E/
ni- r't
-ttl
:
t
ntidt
O-i
,liI i ,'tI il
[',1;
t
,In,I ',5,i
i1
*r
,l
I
N
-o
oJ
I
E
tu
o-
mg
+.,ttxlr|
e- r,i..*!8.taiir
r1
ir
:I
T
il
.
t*ir#:!
!
!i
42 | nrp zor 4-278-Mt
147
LZh Street
JEh(Jo-
,rr
=(o=
o-
U
tr
* d.:
oU
l,l
i .lir&
11"ii
a
lrlitiil)r I
t.d
,r
Cov.of- *,(uc
c(JoU
'; ir,
"{ t,
rl
q,
ao
of
!,1{r
I
:tl
t
Llr
AJ
It
,t!tJ
o0 0.}cbo
=.!Itsd(,
.E
J-
O'LL(UO.rrfBEo,
iIF
6E
:l 'L-G,o
OEEg-e
EoE
(!
(9
(1,
.gtr(!
o
@
lt+a-
G
o-
lo.€
UTI
43 | nre zot 4-278-ME
148
o
rot
(J
rgE
co
(!
ro
-
&
i
I
I
F{
-o
oJ
Ic(o
o-
l-oo
lJ-
x
o-g!
sg
(r0o,
frrE
4{'"
x
o,I
bo
=(!e
rr I nre zot 4-278-ME
149
N
-o
oJ
I
C(g
-CL
Loo
-I!
{"'
lt
45 | nre zot 4-278-ME
150
t'il
Jt,
'.r
ii
1E
I
/li lrlIr
ffi
-o
oJ
I
C
{u
-o-
Loo
-l!
4s I nre zor 4-2zB-ME
151
$
-o
oJ
I
-L
-gEL
l-oo
LL
47 | nrp zor4-278-ME
152
illilllllllililili llllllililllltillllllillrllllilli*r (. O
lliillllilililila lllllltlllllllilllllllll.llllrllliG>
i r I I I ll ll I i, I I il I I I lll I I I t I I I I I I I
j
I 1 I ll {i I l#e{,,,uDdffi#M
LN
o
oJ
I
-I-(u
o-
l-oo
lJ-
4a I nrp zor 4-278-ME
153
APPENDIX F
b
:MIAMIBEACH
MBCC
Phosing Plon
Solicilotion No. 201 4-278-ME
OWNERS REPRESENTATIVE SERVICES FOR THE
MIAMI BEACH CONVENTION CENTER
RENOVATION AND EXPANSION PROJECT
DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive
Miomi Beoch, Florido 33139
4? | nre zot 4-278-ME
154
uo
L.'6
rU
-o-
ZZZ-999 I-tsFFA99ALJd, il. d. .n
FFFUo u, 0 ;r2zztgooooou); ilI r-
oanU{ f f Ln
iteM 5
,i- .r&
" s**t'
"tt'
s0 | nrp zor 4-278-ME
155
APPENDIX G
MIAMIBTACH
Design-Builder
Procurement Schedule
Solicitotion No. 201 4-278-ME
OWNERS REPRESENTATIVE SERVICES FOR THE
MIAMI BEACH CONVENTION CENTER
RENOVATION AND EXPANSION PROJECT
DEPARTMENT OF PROCUREMENT MANAGEMENT.l700 Convention Center Drive
Miomi Beoch, Florido 33139
5' I nre zor 4-2t8-ME
156
DESIGN.BUILDER PROCUREMENT SCHEDULE
OosiSn Criteri? Pa.kag6
Establish Budget
Conceptual Design
Schematic DesiSn
Design Development
Cost Estimate
Design Rwiff Board Re\,is
Com mi$ion Approw DCP Pacta ge
OosBn-Buildq Procursmsnt
Draft RFP
Commisim Apprm RFP
RFP Outstandin8 - Phase I
Review/hteMe/Pre-select
Commision Short-List Selection
Commisim Approve DCP Package
RFP Outstanding - Phase ll (Short-Listed Firms)
Review/lnteNiry
Commision selection
Contract Negotiations
--ril,- rmm
- --{rIII I
I
rI
52 | nre zor 4-278-ME
157