Loading...
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